Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 17-043 RETURN TO: PW ADMIN EXT: 2700 ID#: 2) L(5
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS/STREETS
I. ORIGINATING STAFF PERSON:NAVEEN CHANDRA EXT:2729 3. DATE REQ.BY:RUSH
I. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
o ORDINANCE ❑ RESOLUTION
2"CONTRACT AMENDMENT(AG#):17-043 ❑ INTERLOCAL
,Et'OTHER CHANGE ORDER#4
G. PROJECT NAME:S.356TH STREET IMPROVEMENTS PROJECT(PACIFIC HIGHWAY TO ENCHANTED PARKWAY S)
i. NAME OF CONTRACTOR: SCI INFRASTRUCTURE,LLC
ADDRESS:2825 S 154TH STREET,SEATTLE,WA 98199 TELEPHONE 206-242-0633
E-MAIL:MARK@SCIINFRASTRUCTURE.COM FAx:206-242-0792
SIGNATURE NAME:MARK SCOCCOLO TITLE:MANAGER
P. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES o COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES o PRIOR CONTRACT/AMENDMENTS
CFW LICENSE#02102515 BL,EXP. 12/31/2018 UBI#602094857 ,EXP. / /
'. TERM: COMMENCEMENT DATE: COMPLETION DATE:UPON COMPLETION
I. TOTAL COMPENSATION:$4,109,451.25 INCLUDES $127,469.40 FOR THE CHANGE ORDER#4 (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
o PURCHASING: PLEASE CHARGE To:306-4400-157-595-30-650
I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
a/PROJECT MANAGER 9�1 G l '1-21-14;'
IVISION MANAGER � � f z
/(
DEPUTY DIRECTOR
, IRECTOR ItZr\197 —
❑ RISK MANAGEMENT (IF APPLICABLE) 1/
AW DEPT it
}Ing
COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
1. CONTRACT SIGNATURE ROUTING eAf C AiCo- y
o SENT TO VENDOR/CONTRACTOR DATE SENT:+I)NQS•PQom. i-t- 7-1 DATE REC'D:
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS
O CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL/DATE SIGNED
r4..?
X SIGNATORY� (MAYOR GI DIRECTOR 4164.;-''-"Wan -70
N CITY CLERK / L 1 MEL
►i
'1 ASSIGNED AG# AG# I 2t. , 1
SIGNED COPY RETURNED DATE SENT: 0 greil 2")
!7 TURN ONE ORIGINAL
;OMMENTS:
IXECUTE" 2 "ORIGINALS
1/9M
•
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG#: 17-043 04 b41 D 2-1
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway 5) SCI Infrastructure,LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order No.04 Covers the work changes summarized below:
1. Lowes ADA Ramp Revision(Field Work Directive 14)
Scope:
In October 2017,the Contractor finished constructing the driveway entrance and curb ramps as directed by
FWD 11—Lowes Driveway Modifications. After the driveway and concrete ramps were completed it was
realized that portions of the driveway and concrete ramps did not meet ADA requirements.
The Contractor is directed to remove and replace portions of the previously installed concrete driveway
panels and concrete ramps in accordance with the attached Plan Sheet 37B—Lowes Driveway Layout.
The Oral Order for this work was given via email on November 3,2017.
Measurement and Payment:
New Bid Item C004.1 "Lowes ADA Ramp Revisions,"Lump Sum is created.
Measurement and Payment for New Bid Item C004.1 will be paid for at a lump sum price of$15,291.64.
Time Statement:
No working days will be added to the contract due to this change.
2. ADA Ramps at Pac HWY Intersection(Field Work Directive 15)
Scope:
This work is related to the pre-existing non-complaint ADA Ramps at the S.356th and Pacific Highway
South intersection within the S.356th Improvement project limits that were not known to be non-complaint
at the time of bidding of the project. The Contractor is directed to perform the following work. See the
Attached Sketch for each location):
Location 1
• Install one(1)new Pedestrian Push Button and Post.
• Remove and Replace Curb Ramp including Detectable Warning Surface.
Location 2
• Remove and Replace Curb Ramp including Detectable Warning Surface.
• Install one(1)new Pedestrian Push Button and Post.
Location 3
• Remove and Replace Sidewalk and Curb Ramp including Detectable Warning Surface.
AG#: 17-043-South 356th Street Improvements
Change Order 04
Location 4
• Install two(2)new Pedestrian Push Buttons and Posts.
• Remove and Replace three(3)Detectable Warning Surfaces(MMA/WSDOT QPL Approved).
• Remove and Replace one(1)Island Curb
Location 5
• Remove and Replace Curb Ramp including Detectable Warning Surface.
• Install one(1)new Pedestrian Push Button and Post.
Location 6
• No Work to be done at this location.
Location 7
• Install two(2)new Pedestrian Push Buttons and Posts.
• Remove and Replace three(3)Detectable Warning Surfaces(MMA/WSDOT QPL Approved).
New Pedestrian Push Buttons and Posts shall be in accordance with WSDOT Standard Plan Sheets: J-
20.10 and J-20.26.
Field Work Directive 15 was executed on April 6,2018. The Oral Order for the additional curb ramp
removal and replacement,HMA removal,and extruded island curb was given via email on April 25,2018.
It was determined Traffic Curb and Gutter was not required following the execution of Field Work
Directive 15.Detectable Warning Surface was changed to"MMA"type following the execution of Field
Work Directive 15.
Measurement and Payment:
New Bid Item CO04.2"Removal of Curb Ramps,"Lump Sum is created.
New Bid Item CO04.3 "New Pedestrian Push Buttons and Posts,"Lump Sum is created.
New Bid Item CO04.4"Pac HWY Cement Conc. Sidewalk,"per Square Foot is created.
New Bid Items CO04.5"Pac HWY Cement Conc.Curb Ramp,"per Each is created.
New Bid Items CO04.6"Pac HWY Detectable Warning Surface(MMA/WSDOT QPL Approved),"per
Square Foot is created.
Measurement and Payment for New Bid Item CO04.2 will be paid for at a lump sum price of$23,841.13.
Measurement and Payment for New Bid Item CO04.3 will be paid for at a lump sum price of$43,600.00.
Measurement and Payment for New Bid Item CO04.4 will be paid for at a unit rate of$11.28 per square
foot.
Measurement and Payment for New Bid Item CO04.5 will be paid for at a unit rate of$1,677.50 per each.
Measurement and Payment for New Bid Item CO04.6 will be paid for at a unit rate of$100.80 per square
foot.
Traffic Control will be measured and Paid for under existing bid items.
CHANGE ORDER AGREEMENT 2 12/17
AG#: 17-043-South 356th Street Improvements
Change Order 04
Time Statement:
No working days will be added to the contract due to this change.
3. Pac HWY-Extruded Island Curb at Locations 4 and 7
Scope:
During the installation of the Pedestrian Push Buttons and Posts at Location 4 and 7(FWD#15)portions
of the extruded island curb needed to be removed. This change order compensates the Contractor for
removing and replacing the extruded island curb.
Measurement and Payment:
New Bid Item C04.7"Pac HWY Extruded Island Curb,"Lump Sum is created.
Measurement and Payment for New Bid Item C004.7 will be paid for at a lump sum price of$2,912.00.
Time Statement:
No working days will be added to the contract due to this change.
4. Pac HWY Islands—Additional HMA Removal at Locations 4 and 7
Scope:
During the installation of the Pedestrian Push Buttons and Posts at Location 4 and 7 (FWD #15)the
Contractor encountered 18 to 24 inches thick HMA. At the time that FWD 15 was priced it was assumed
that the HMA at the islands was 6 to 8 inches thick. This change order compensates the Contractor for the
removal and disposal of the additional HMA.
Measurement and Payment:
New Bid Item C04.8"Pac HWY Additional HMA Removal,"Lump Sum is created.
Measurement and Payment for New Bid Item C004.8 will be paid for at a lump sum price of$13,869.83.
Time Statement:
No working days will be added to the contract due to this change.
CHANGES TO THE BID SCHEDULE:
1. Schedule A—Add New Bid Item CO04.1 "Lowes ADA Ramp Revisions,"Lump Sum.
The new unit cost for this item is$15,291.64 Lump Sum. The quantity is 1.
The total change for this item is an increase of$15,291.64.
2. Schedule A—Add New Bid Item C004.2"Removal of Curb Ramps,"Lump Sum.
The new unit cost for this item is$23,841.13 Lump Sum. The quantity is 1.
The total change for this item is an increase of$23,841.13.
Schedule A—Add New Bid Item C004.3 "New Pedestrian Push Buttons and Posts,"Lump Sum.
The new unit cost for this item is$43,600.00 Lump Sum. The quantity is 1.
The total change for this item is an increase of$43,600.00.
CHANGE ORDER AGREEMENT 3 12/17
AG#: 17-043-South 356th Street Improvements
Change Order 04
Schedule A—Add New Bid Item C004.4"Pac HWY Cement Conc. Sidewalk,"per Square Foot.
The new unit cost for this item is$11.28 per square foot. The quantity is 1240 SF.
The total change for this item is an increase of$13,987.20.
Schedule A—Add New Bid Item C004.5 "Pac HWY Cement Conc.Curb Ramp,"per Each.
The new unit cost for this item is$1,677.50 per each. The quantity is 4.
The total change for this item is an increase of$6,710.00
Schedule A—Add New Bid Item CO04.6"Pac HWY Detectable Warning Surface(MMA/WSDOT PL
Approved),"per Square Foot.
The new unit cost for this item is$100.80 per square foot. The quantity is 72 SF.
The total change for this item is an increase of$7,257.60
Schedule A—Add New Bid Item C004.7"Pac HWY Extruded Island Curb,"Lump Sum.
The new unit cost for this item is$2,912.00. The quantity is 1.
The total change for this item is an increase of$2,912.00.
Schedule A—Add New Bid Item C004.8"Pac HWY Additional HMA Removal,"Lump Sum.
The new unit cost for this item is$13,869.83. The quantity is 1.
The total change for this item is an increase of$13,869.83.
CHANGE ORDER AGREEMENT 4 12/17
•
AG#: 17-043-South 356`h Street Improvements
Change Order 04
NET CHANGES TO THE BID SCHEDULE:
Bid Item Description Existing Change Unit Unit Cost Change Item
Quantity Quantity Total
Lowes ADA Ramp
C004.1 Revisions 0 1 LS $15,291.64 $15,291.64
C004.2 Removal of Curb Ramps 0 1 LS $23,841.13 $23,841.13
C004.3 New Pedestrian Push 0 1 LS $43,600.00 $43,600.00
Buttons and Posts
Pac HWY Cement Conc.
C004.4 Sidewalk 0 1240 SF $11.28 $13,987.20
0004.5 Pac HWY Cement Conc. 0 4 EA $1,677.50 $6,710.00
Curb Ramp
Pac HWY Detectable
C004.6 Warning Surface 0 72 SF $100.80 $7,257.60
(MMA/WSDOT QPL
Approved)
C004.7 Pac HWY Extruded Island 0 1 LS $2,912.00 $2,912.00
Curb
C004.8 Pac HWY Additional HMA 0 1 LS $13,869.83 $13,869.83
Removal
Total This Change $127,469.40
The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by zero (0)
Working Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not
amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑Yes®No
If"Yes"Will the Policies Be Extended? ❑Yes❑No
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications,and with
the understanding that all materials,workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT $3,890,299.10
PREVIOUS CHANGE ORDERS $ 91,682.75
THIS CHANGE ORDER $ 127,469.40
NEW CONTRACT AMOUNT $4,109,451.25
07— -[ f3
o - _ DATE
A�� �... 9� _ 8- s - 201 s
D REC OR'S SIGNATURE DATE
CHANGE ORDER AGREEMENT 5 12/17
I
Field Work Directive
FWD-014
ex e I t e c h
South 356th Street Improvements
Contract Name: {Pacific Hwy S to Enchanted Parkway S} PW: AG#17-043
Contractor SCI Infrastructure,LLC Exeltech#: 1715
Subject Lowes Driveway ADA Ramp Revisions Date: March 27,2018
All work,materials,and measurements to be in accordance with the provisions of the Contract for the type of
construction involved.
On 11/03/2017,an oral order was given to SCI to perform the work of removal and replacement of portions of the installed
driveway panels and concrete ramps at the Cowes driveway.
Scope: In October 2017,the Contractor finished constructing the driveway entrance and curb ramps in general accordance
with FWD 11—Lowes Driveway Modifications. After the driveway and concrete ramps were completed,it was realized that
portions of the driveway and concrete ramps did not meet ADA requirements.
The Contractor is directed to remove and replace portions of the previously installed concrete driveway panels and concrete
ramps in accordance with the attached Plan Sheet 378—Lowes Driveway Layout.
. Measurement and Payment: This work will be measured and paid for as follows:
• A Lump Sum price of$15,291.64 will be paid for under Bid Item Al—Unexpected Site Changes and shall be full
compensation for all additional
• Traffic Control will be measured and paid for under existing Bid Items.
This Field Work Directive will be converted into a Change Order and the following Bid Item will be established at a future
date:
• Lowes ADA Ramp Revisions
Attachments}:Revised plan sheet 37B of the contract plans.
Owner Approval:
By: 9//Zo/3
E tech Consulting—Signature Date
ark Warren
Proje Engineer �y
By: µtJ�,Y l 4) -J2O/
ity of Federal Way—Signature Date
Naveen Chandra
Project Manager
Contractor Acknowledgement/, .
/r ...'-'-e-1%;=1,1_7";-'
'/ `iBy: : a !. ,"4i/
/
Vi
ticture LLC—Signature Date
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE.
LABOR,EQUIPMENT,AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEMS{S}OR A
CHANGE ORDER SHALL BE DEVELOPED FOR A TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE
FIELD WORK DIRECIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS.
z
03
O. o
F 'a Co
o i
> i u,
J �u
3 0 -
W
a ;
o 9
rc
0
ff
0 0 x
C K
to N
co,E5 EId
a w a >-z
=god aoo� a �
v111
wit-" wo ¢ W 5: Wz W Q
w Ill CC
'S''' ! lig Q < ! a !LL a W 0-
ni
use
U a_ F. y �< ii �tl1J7`ilFV- t�+�
ill _ I � o gg , o Cn
�s \\ten Q m
co
o.., � Q
?I o '11111 '111111 2�
W W r
y z w
z
z CO
W 03
ai
J Eu..
1
ii
z
11,
0 m 0
I ' 0
D
1
Milli
I,
0
Lam `_ -'� -...,p 41 u, El a €
141,,, I .,'� 6c�&k''�10114 q-61 40-.
n� W 'a a s
r
.4. 0, HIM
k S2C 1 R
gh
< I l > Tr,
¢
\� a i y.
�� ¢� / \ II:
<
I ! HH
f q 1
F 3 0 OP
o f
= n6gEfi g=
ET, oa mo
g o
n _ //
Nd 9Z 10Z//Il 6Mp-NOISfId VII 03101-IN1d1NIZ90f1\6ui,ry'oy\sbuu'o'0\NOIS30\IS N195f S ZBOttVVM 1IV3o33\sc3 oad\-N
c .
City of Federal Way
356th Street Improvements
Lowes Driveway ADA Revision
Independent Estimate
Prepared By: RM 12/21/2017
Checked By: MMW 2/28/2018
SCI's Proposed Cost
Class Worker No. Hours Wage Rate Subtotal
Laborer 1 8 $ 69.07 $ 552.56
Foreman 1 8 $ 65.63 $ 525.04
Operator 2 8 $ 52.03 $ 832.48
Teamster 1 8 $ 58.29 $ 466.32
Subtotal $ 2,376.40
Total w/Markup @ 29% $ 3,065.56
Equipment No. Hours Cost Subtotal
Backhoe 1 8 $ 92.83 $ 742.64
Yanmar Mini 1 8 $ 36.77 $ 294.16
Tool Truck 1 8 $ 24.48 $ 195.84
Pickup 1 8 $ 23.43 $ 187.44
Dump Truck 1 8 $ 94.35 $ 754.80
Subtotal $ 2,174.88
Total w/Markup @ 21% $ 2,631.60
Materials/Rentals Qty Unit Cost Subtotal
Dump Fees 14 CY 12 $ 168.00
Subtotal $ 168.00
Total w/Markup @ 21% $ 203.28
Subcontractor Qty Unit Cost Subtotal
Tyee Invoice 1 LS $ 7,900.00 $ 7,900.00
Saawcut 1 LS $ 485.00 $ 485.00
Subtotal $ 8,385.00
Total w/Markup @ 12% $ 9,391.20
Totals
SCI $ 5,900.44
Sub $ 9,391.20
Total $ 15,291.64 SCI's Proposed Price
Contract Prices
Cement Conc traffic Curb and Gutter LF $ 16.00
Cement Conc Sidewalk SY $ 41.00
Cement Conc Curb Ramp Type 1 Each $ 1,050.00
Cement Conc Curb Ramp Type 4B Each $ 2,500.00
Cement Conc Driveway Entrance Type_ SY $ 54.00
Independent Estimate(Using Bid Items)
Sawcutting LF 45.5 $ 4.00 $ 182.00 WSDOT(Info only)
Removal LS 1 $ 6,000.00 $ 6,000.00 From FA Calcs
Curb Ramp Each 2 $ 2,500.00 $ 5,000.00 Unit Prices
Curb LF 35 $ 16.00 $ 560.00 Unit Prices
Sidewalk SY 32 $ 41.00 $ 1,312.00 Unit Prices
Driveway Entrance SY 10 $ 54.00 $ 540.00 Unit Prices
Total $ 13,412.00
Independent Estimate(Using WSDOT Low Bid Prices)
Substitute WSDOT Low Bid prices where available:
Removal LS 1 $ 6,000.00 $ 6,000.00
Curb Ramp Each 2 $ 2,750.00 $ 5,500.00 WSDOT Price
Curb LF 35 $ 47.00 $ 1,645.00 WSDOT Price
Sidewalk SY 32 $ 80.00 $ 2,560.00 WSDOT Price
Driveway Entrance SY 10 $ 78.00 $ 780.00 WSDOT Price
Total $ 16,485.00
Recommendation:
The Contractor's price for this work seems reasonable.
L '
Field Work Directive
�''� • FWD-015
e x e i t e c h
South 356th Street improvements
Contract Name: (Pacific Hwy S to Enchanted Parkway S) PW: AG#17-043
Contractor SCI infrastructure,LLC Exeitech#: 1715
Subject _ADA Ramps at Pacific Highway Date: April 4,2018
All work,materials,and measurements to be In accordance with the provisions of the Contract for the type of
construction Involved.
Scope: The Contractor is directed to perform the following work at the intersection of S 356et and Pacific Highway South
(See the attached sketch for each location):
Location 1
• install one(1)new Pedestrian Push Button and Post.
Location 2
• Remove and Replace Curb Ramp including Detectable Warning Surface.
• Install one(1)new Pedestrian Push Button and Post
Location 3
• Remove and replace landing of the existing Curb Ramp.
Location 4
• install two(2)new Pedestrian Push Button and Post.
• Remove and Replace three 3 Detectable Warning Surface(MMAJWSDOT QPL Approved)
Location 5
• Remove and Replace Curb Ramp including Detectable Warning Surface.
• install one(1)new Pedestrian Push Button and Post.
Location 6
• No Work to be done at this location.
Location 7
• install two(2)new Pedestrian Push Button and Post.
• Remove and Replace three(3)Detectable Warning Surface(MMA/WSDOT QPL Approved).
New Pedestrian Push Buttons and Posts shall be in accordance with WSDOT Standard Plan Sheets J-20.10 and J-20.26.
Measurement and Payment: This work will be measured and paid for as follows:
• Removal of Curb Ramps-A Lump Sum price of$23,841.13 will be paid for under Bid item Al—Unexpected Site
Changes and shall be full compensation for the removal of the existing curb ramps.
• New Pedestrian Push Buttons and Posts—A Lump Sum Price of$43,600 will be paid far under Bid Item Al—
Unexpected Site Changes and shall be full compensation for the installation of Seven(7)new Pedestrian Push
Buttons and Posts.
• New Curb Ramps and Detectable Warning Strips will be measured and paid for at the following Unit Prices
o Cement Conc.Traffic Curb and Gutter-$46.48 per linear foot(estimated amount-$1,998.43)
o Cement Conc.Sidewalk-$11.28 per square foot(estimated amount-$4,836.98)
o Cement Conc.Curb Ramp-$1,677.50 each(estimated amount-$3,355.00)
o Detectable Warning Surfaces(MMA/WSDOT QPL Approved)-$60.50 per square foot(estimated amount
-$2,904.00)
• Traffic Control will be measured and paid for under existing Bid items.
This Field Work Directive will be converted into a Change Order and the following Bid item will be established at a future
date:
• Removal of Curb Ramps
• New Pedestrian Push Button and Post
• Pac HWY Cement Conc.Traffic Curb and Gutter
• Pac HWY Cement Conc.Sidewalk
• Pac HWY Cement Conc.Curb Ramp
• Pac HWY Detectable Warning Surface(MMA/WSDOT QPL Approved)
Attachment(s):Location Sketch
Ci of Federal Way—S 356th St Improvements(AG# 17-043)
e x efte c h City
Field Work Directive-015
April 4,2018
Owner Approval:
By: q /24,43
ech Consulting—Signature Date
ark Warren
Prole Engineer I
By: A I 61r
ty of Federal Way G?. attiree
Naveen Chandra
Project Manager
Contractor Acknowled -- t:
SCI i structure,LLC—Signature Date
THIS FIELD WORK DIRECTIVE DOES NOT PROVIDE FOR EITHER A TIME EXTENSION OR A CHANGE IN THE CONTRACT PRICE.
LABOR,EQUIPMENT,AND/OR MATERIAL OUTLINED IN THIS FIELD WORK DIRECTIVE SHALL BE PAID BY BID ITEMS(S)OR A
CHANGE ORDER SHALL BE DEVELOPED FOR A TIME EXTENSION OR CONTRACT PRICE INCREASES. ANY PROTEST TO THE
FIELD WORK DIRECIVE SHALL FOLLOW 1-04.5 OF THE WSDOT STANDARD SPECIFICATIONS.
•
2
1. ' fiv:471.j;.44.6w..4 4"44.11:A j...1-U ' ,,?.. //:
" ir tir,... t; „4.„t�t " fICI 11). ' p ;7: t ':.'4, i';', . ' ii .5! 4 Ik`l 44 - . 41�
I Y � T31
rf .!, )517 .
t 4r vr' .,....
�J / � Vit.•. � ;$� � ..-.._-`� 1rdo \ �h _� l�\ I
_ r > F3.
. Al ,yie
1,1.. 1 iiiiifitz 1... 7:4, i , . -.
1,,.. 4.. , ,..
jj .
-,_-, _,,,,,i i., 1 4
• '4.0 1160 '
.T,P,; -'Ll-' iiii 4,..':;41; 4, ' it A ' AfArAba . - '
if -*TIT fir Fp, 1 ri . .. : .,.
.41:41 p' . A , . ., ., , . 00 ti
1 ior 4 riff lir zt. , 2;2
4f.
^gym i � yp1
_ -,. .-..'t , z. / 1 , i ,4 .
6,2
.iv Al
8�7
�� R`trnm
5IA
.
'.4r fr;ir r A 4;1.' litih A • r ' --•-• \
,„, . /
Nr
‘9-' -N '''i;;Iiir':-- r...:.:.:,:.,. :.:„ ,- ( , iiirAtior. 4•40:r. 440 . \ --.:
'''' „,... it.‘10*-4,;:-...,-------. • ., .., ....„, .7,
410,
oip,:r..\A
`� .�R \� 4y rfr te
"moi- Ir
7� -- ° b �' A
.' 2 1 p wry
/ .Qg .r . , i t •r "
,„ . . .;. . .cre.., LA!41:4....1. \f,„..,
Ir
Li . -, •,.., 2• •.....„,......../".''-'77- !...!-, , Fri A 7' Y )
G 7 e ra! Amb . .. I ., \ 4I `-) ,...r.le.
A aa .,,, ,,. . cL,,,_ . . . ...-7. .
. ss,.all,71"1""1":',72rta.,...:HAFIT,Ar./AFINIIIir N,A., . fir 11!16,: ifil , \I! . '"'"1,31:51:7: ..‘c
Z '''''''l ' , diji r ,
.,.?,/I ri4Lls\(17i 74:Ft::J.:. .\
/ ApPr 1
? 1!4JPIWI
rr (i
W ! 'J*AV ori
SR� � s a.
1iii . - 4' ,
y rs . • ,
1!t*
. �
4 f
CICS
7.37
�'}cr K 41 yg��pp .
Ilk
‘1.1_"'"'" Shy`.4 .., C,
+' 44 1 P.,.
i
•
�� + ' `:i•sif 4'0,4, $ }
•
' ,,_, tee+eye 1
,
•rrf• ice,
I .J. A r.
•I1 ry
4
�_.. _
4
........0:_....1wts ' ;;
00114
4
t
......,V...n.r."1:4,X.ree''r' i'V''...•;f•I'
. ;•
.-e.i,,*....•''-..7 i.s....r: ,. .*I. "c.4 .;,k.:,... .
. . ..:
..••,..t,...4:,.., •
1 . . •••.4'4.:4,;','. .. '.'
., .
. ''...4.;•••.•-•;' ;, .... •;.;., ""4..c","" • .4...
CNI • , -
• •
• ' •• ;; •••
•. • ; • Ar,.4.1', •',';•.i,-....•
. ' •‘,41',.c,,' .i.iiiii';';4,4;;:!.r.:,7,,,11!:',
, ,... ',•'•;;‘;'''''.7./Zitierth..**, 4,-,.;%'• -, .
•''' .••:;;•:1!.', 40. ' -' •.".*4 44:,•,•‘'..` '..,' '' k• 1:::,•:
'' •• ',,7: •7;:'.....4" - -•-.•-',$:'''''''''''"'• 4-,z'• p,
. ..,
c • .:,---botifeh.4,;?•7;:-Ili,"V"40i..;;"•
NI
• • .. •»,:-....'-*'. s*****,t4vo'','I
o „..4...‘..4,,,evoi.,,,44„;•:....,
• k_ •,:„.i.•,..,.... 1,4,,,,•;•„‘„,,,,;.„. .•„.....
......,.>,.,_.„. • w„,,..;3„..,,,,
i....... ...... „,......•..... ..•...„ .r,.,•74•..,•„..;„%.,...::„..".4•..-•••• ...^...-..,... .,•'^V A.''..,,:.
Iii .J •''..'',.''.,,,..'•.1110,%•4:'<t;'.;4-*••.,•,,,,,,,,,,,,;'-...: ,.
••''',, '',..,',4„.. .
••.....)".4 , . .
CO
. ••-,•:40 .,. 1.-•:•z-. ...7• ' ':
(..) .,,, ,•.,••,-;::•,..- •1,,,•-••;•44A$A,',;;;;$7;:s .
-.,-, -• ,•-• :",e•,.'„;‘,„:,‘4.!,•,(4-s...,.....,,,4-4 :.
,.....,...•:, •:,,,,• , :.... „...•,,•:,::::::),.. :,::,....k;-...c.:,
0 .,..--- -•.••:-•,, ,*,';',,,\,-,' S.-"-•""---. ..s, •.: .... .,,,„,•., •:,•.
4. .
,• .,:4 , ,, .44- . ,4,.,;.4,4 4..
,;...,,.. . •- ,,,,, „ •: ... .:,,,,---4.,44:, • .4,....,,,,.4.,., , ,4•N-•- .,,
"944-, • -A 4::. - -- i.......-..r4. ..z.7,,
'- . .iorizZ,--‘.,7*7:44 .:i7"--••'•g7'ZI ;17" •,::.7•:•'!;;4.„.•-, 77).-,,'• ,
, .^ .44 •*.;40,5`-''. ,,, '
,.,•:,,,,....,. ,,i,t. ,,, .,„ ., ....m .„., ,•,,';;;,7,7„. ..• ' ...e
,,,e •;0, .%,,,,A• i•- - ',--,,,,.......:. ,s •'44('
k
,f$'' •• . •' :
,4.. ,.
....„.* ..,..* . :
...,..... . ; E ...,,:,:*;*.- c;*".."Fkx,toit,e, ,,,AM 4.•",•'• ' .
't,,i,"„..,":::,,,,,.(1 ,,,.--,4„..'17,-..,•..- ::'.• .;Pc it*::".;•,*:— .:: ..'• ..,4* ,t,t44..•;z••*,
-'4'.'"'•;r4. :,*••••'• .... ..k.*V-1.,'...-.*.....;....• ..-.. '',*-.44-.-',.t.•,•
. ,,,,,,, .„-• - ........--•„ r.„. ..* •.• •,,,, •,,,4 -,,,t••• *-4,* ••••,..144.-, 4(.4YA't:',..'").'••
,- ... — • ".."A'A •‘,*- Ci - "4.;'' .,:>4‘.i.".: ir. • . --.414* 404,*7$5:.;?,•;;•4 •
_*-• 2
?Lir zaboi",41,...-7,,,,*,•. at •," '":'*itst,• *.•' ' ' " -,;.'•••,,.:'••.. *.'",,.Y ..:'•;.'4
..,.',"--',..ri-....„,,.,'C;:•,;,..-':, ...,
.,. .... -- .6., ii'n,,,,„'.,,......ibeg•
0
,„4
- ....1.- -,-*,...,• -.. , c.,) ., •-.., %.**,;*.$*,
, , '•,''',..', -•••,,• , •••
.1 - :7.,... . I'7 ''' Y,-- 4.
...,4,,,, u. ...;„...•....•,iss,*.4•0.,, • ' i*.."41'4.,••'-',41:.'.... ; •!.,
• -•'.Ci-'-',,;.. tel •"-b. "-• ' ';,:4,,,,,,,,,, . .44,*•' ,i...• ••,,,,,,.It• `1' 44 •
•-• .
kJ-
. • -„, . ..„ ,., -,.. ,••41,Z,*\'.,•:`':,...47."'".I. .-':" . ‹D 17-'
. CD
••V`
".....-„;5„.......--......--
- •• cc ' .i '......47,L3i •,,,,,.... .'•-`, I•4•w,"; -;*:.;,•,,,'I;* ,.";; ;7,
a•
',law: . • ..• - ... *;.",:4**.(,;',.`,K4"*...".,4.-'. .:31' E 2 .:
.:. .
...•
,,
. ••Cii:"•;•,',S.: ''''' -'''V''', •'.1.,1. a. t ,,,,:,.;
...... .. .
* ;
•
•*— 7--; "•''• ,7!4'•.4..•::•:.''• .../,>',,„'4`: ' It ' ,,..
..,-.
...
, . .
•---- - -.•-•-•.2;;;,:' ..'''.•:':,,t*-'4:.:. •-•'-,' . ••.''. ' ' '. . 1,4,
ki...
. .
,..%.-.-..
. .. ...•,:. . .......... ...._:.,....,.„_..?„. --, „•. _. ,......._ _ . .. ,....„: .4,,
1*lig..i. •,, s.....-,.", ..., • 4
„
... „ '
. .
. . ... ...
... .
•
-,,
, , .., •
,,,..........„.„.,.. ,Y4''
.,.• . ;•-_' . _ __ _ f;
• I' .
', .-...,,...... . ,
• . •-; . .
• i $,...t f. , .
‘
, -..„.. 1111
4.74.
. .'' .
e..; .
...-..„... ,,
.*:- 4!..it-':'..*.',.- • •••••--","„ . , , . ' .....„.„...
.,.„.„.„,....
. .
,, .•"i A''..,' .: ' •• - .,....
., ' • — ., '4., N ••-.'""...,:::
.. .
, .
•••• . i
. .,
i ,"•• • .:...r.-,:- , . . . .
. _
,' it . : ., .. •: ...-,,.....• . • ,
..---. ....
• ,,,,
• --- . , .• -';*;!*-,1 -• itilltii****..;
• ...,,,.. •
;
------ 1. ' H•'•1. ''"r- 4. ' .. • '- i
I .
....•
• • ...,, .
., 1. — ,4.-... '• 1."---.--c•'••• • , , s
i ,..;
A „
, .
.4..:
....i
1 , .• - , ,•,.:A.,: • A
*.. . ... .., . •,,,t
•'- • e .... . I-. .. . , .,j , ;•;•:,-7.-ia••1
- 1 . -
-
,, mt
• .. it i :..-:.
. , ;,„.
.7 ... . .
.• f •
•1.... *.
•• • ,.. , v'''''
•..,.., .
I ,:. . •,,, .
., 1 .. ,-- 1.7.....•:„',.,,,-••.f•. X
.,
.,.
•.
,,„• ,..,
aa * , '. •'''''*1 ! ..
•
,
t' - - • .• :" -1.: • .,. I
, .,.
i'.•74
...,•;:...,....,,- , , .,.:., ,. . .., ,..,...
'. Y4 ., ..•, . .
.,...s.
• ,•.-N
' '-)..•.
.." '• . I '',,%.'., \
,.•-• .. , •4 d.•
•;;.4
,.,.. -
'1 / - • '- ...- -
.. ,.
., . . • Ar4-'-- .• \ ,...,
4 .•
,..,.:
,..
.......
,..,...., .'' . ..
. , .4..
ir 11.4';.,..4",,,40-.1 ' •
. ..
'..,•:.'!.•
. • .n., * ,•,-:**.P.: "---- ...,...4'..
•., *
(.4!1',:,......,.;;.•.-.
• . , 0
' ..
•
, • t- . , ,
•
CO ,
.. ;
'''r a..at, '•,A......
0 a.
,... ,
.......
4-11
CO
0
0
_1
.. ,
",,.....•
f .
. . .
. .
a
1.1 ... ...
::',
CO C Ar,
'
s.. • •
r,,, 0.• E ,,,..,..
' • ce w
,
,,, •1 13,
t
',.
,• ? . i „..,
..:.. '. .. . .
. .
.,
, \T„
., . .„..„,
. -
, .....
..,,,,
. .,
. . ,
,..
... .,... ,
'''',,),,,,'
„ •
. .
':*4,,,,
:...,k,-,...,
•
. ,,, . .
_ ...
' ,.4*-•
.• t ,
,,,,i1,*4
-.."*,,S.,"."..
'',*;1,...T;S:14,-,
'''''''.1?.?I'f''''''''
1 .
•i4:1,e(r".";
t •:,..
../..'" #
#
' '"'::::,:1,
,la
'AI .,
,
.
' ••
1 . '..
„,,.
6:il' .... ,
,,,.,
4.'' . .
4 '...., .
..roaryyporasomoy.101.aropur: .,,,....
.....
I
.... , r. • i
. ......., . 4 ,
,1
"
I„. .$.•!N. 1 4
1 i
.,... *.lit..: -. - ''' ' 1 i '
• ...J. , i
0 •;:siNo. ..., ;tor.,
. i
.. i
,
,
„ ...0 MI
A 4 i
......01 . .
. . . f
I .
', ' 4' i '4,'-'e:r4... ' , rr•
r r
, •
I
,..
,
t.
, 4 .
k' ,,, i , , • . •
....
F
e 4
100. ."'"''
• ,
*
...
\ •• 1 ,
g • : .
' Z !
(
•
„.„,,,............-..smaii.01 t*
t : ' ', • „4
to-$' '.f .. • • • 4 1 • ( two. .
•
, •
1` ...$ $, :'. ,i :$•
, ...
-it ,...
v tt.
., ..
* f''
t 0.
l•, V,
1 . -
\
.
, %
,,,....,
%.
,, MI
. „
,......,,
I ,1
S
s • i '-
* f't
\ ...
S _
73.
ail' .....
$•d
• •
...
\ p
• ' t
t.)
%l, lk .
- (
, L
\ e0
.,.. . -,r I
-5.
,:iit..
$t
\ t re
_ _ ,
.....,.....
at-(1-Noich
4
-- t
.....”
i .-
...
1 r
%
,
..4
- ‘ -
,
_
4 4 -----1,
3' —
\ i '•
.. .......... ......... il ,..
. ' '.: 15, V
— • .,....
4
..-
..
, ,. .,
$ , •t
i 7$
,
.i.....
_-
-----
...
i 1 ,
?.... ,
tt.
.....
....$
•
1
.........
,r
t ti
7,,,•":47.,,,,` , $8\1, it
t 1 \
, , ,,,
ir,•' ...4
a
• r
/// k t� J
14:t.
`
•
,
..... a
o
O >
J �
� �
.; ,.:_
). . #3
/
5ep��• J '
.r
_.._... _ -.... 7:1,17"6"...:*—*
P
•
h•
ta.
EV
.1111.1161111.4014 Or ..ma�yy
•
•
�. 'h - ... D i ..'� a
.
y,
c:
r , i
g.
fir'..,,:'.'4 �'
•'*� _ • r* min r
t- yhk A
Y 111
}
�p r..a. `.y--Oik 1a i
\ Y
:. a . A
8 ., �y, •.. J .s w
:p� '4" y40 `! : . Fid
r ;" ` "
, •
�, .
1 f
C's ,
J , •
1i
•.......
I
„ .........
1.....a.c. A .,
.
(.) '
itik (3 t
d '
„......
it.
.j .
.... ,
.......,
ile .....". ..... .
-,,,
....,,,„ .,
*
..,
__
--
„ ,
—
-,„1-r-x.:"_-_-_-.,ak
akilit”
1 .
r- I
. ..
T1
.....
\ S
It'',,.„,•
......
.
.4 ' .,
C
,
,
,../
gg
-_ ..,...
,-
.=,.= •
,,•
' ' "-:,-.'' * • : -'=,-- I ,0*. t,,,p,.,-, ‘, ,,,, 0„
-- ...
. f .iiiiiiiiii'S ',''.•t, t
• 1*'''',h,41""'''‘' '
... .'":::—'?"'x,411411.„*.4%'•'''
, , 1
, •-rz :;1 i 1 1!..
— ,. •
. ,
•
-
,•.•40 . s ' , r
' -
, . ..-..-- .
cis)
, ., 2_,. • -
I• •=, -,,,, '',',4"- . vo: ,, , •,,',A,. ,*-t,
t
' ,
'it
SCI's Proposed cost to do the work
Remove and Replace Ped Poles, Ramps, and Truncated Domes
1A Labor: Rate/MH No. Hours/Day Days Subtotal
Foreman $ 69.07 1 8 4 $ 2,210.24
Operator $ 65.63 2 8 4 $ 4,200.32
Laborer $ 52.03 2 8 4 $ 3,329.92
Teamster $ 58.29 1 8 2 $ 932.64
Subtotal Labor: $ 10,673.12
Markup @ 29% $ 3,095.20
$ 13,768.32
1B Equipment Rate/MH No. Hours/Day Days Subtotal
Backhoe $ 92.83 1 8 4 $ 2,970.56
Yanmar Mini $ 36.77 1 8 4 $ 1,176.64
1 Ton Tool Truck#325-055 $ 24.48 1 8 4 $ 783.36
Foreman Pickup#335-128 $ 23.43 1 8 2 $ 374.88
Mack Solo $ 94.35 1 8 4 $ 3,019.20
300-079/415-056 Subtotal Equipment: $ 8,324.64
Markup @ 21% $ 1,748.17
$ 10,072.81
1C Subcontractors Quantity UM Cost/Unit Subtotal
AES 1 LS $ 53,649.00 1 $ 53,649.00
Highmark 1 LS $ 23,350.00 1 $ 23,350.00
Subtotal Subcontractor: $ 76,999.00
Markup @ 10% $ 7,699.90
$ 84,698.90
1C Materials Quantity UM Cost/Unit Subtotal
Dump Fees 20 CY $ 12.00 1 $ 240.00
HMA 5 TNS $ 65.00 1 $ 325.00
Bolts for Push Buttons 1 LS $ 1,500.00 1 $ 1,500.00
Subtotal Materials: $ 2,065.00
Markup @ 21% $ 433.65
$ 2,498.65
TOTAL Items 1A- 1D $ 111,038.69
TOTAL w/o Subs $ 26,339.79
ACI Proposed a lump sum of: $ 95,044.00
There was a math error in the origional proposal. Actual Lump $111,000.00
Sum should be:
AES - Proposed
Description of Work-Add six (6) new ped poles and relocate one (1) existing for Stations 1, 2, 4,
5, & 7; utilizing existing relocated cambel push buttons.
1A Labor: Rate/MH Hrs. Subtotal
Journeyman Electrician $ 89.86 84 $ 7,548.24
Groundsman $ 63.68 84 $ 5,349.12
Operator Foreman $ 84.19 36 $ 3,030.84
Ditch Digger $ 62.86 36 $ 2,262.96
Subtotal Labor: $ 18,191.16
Markup @ 29% $ 5,275.44
Marked Up Total $ 23,466.60
1B Equipment Rate/MH Hrs. Subtotal
Dump Truck $ 90.00 16 $ 1,440.00
Tool Truck $ 30.00 40 $ 1,200.00
Foreman Truck $ 25.00 36 $ 900.00
Cat Excavator 305E $ 50.00 16 $ 800.00
Subtotal Equipment: $ 4,340.00
Markup @ 21% $ 911.40
Marked Up Total $ 5,251.40
1B Materials Rate/MH UM Quantity Subtotal
2" Sched 40 conduit $ 1.75 LF 120 $ 210.00
2" 90 degree bends $ 7.00 EA 14 $ 98.00
2" couplings $ 1.78 EA 28 $ 49.84
WSDOT ped poles $ 561.00 EA 7 $ 3,927.00
J-bolt set Sta-7 relocate $ 125.00 EA 1 $ 125.00
Spoils CY $ 34.00 EA 12 $ 408.00
Imported 5/8 CY $ 22.00 EA 6 $ 132.00
Ped pole bases $ 185.00 EA 7 $ 1,295.00
2 Conductor IMSA cable $ 2.35 EA 800 $ 1,880.00
Asph Conc disposal $ 300.00 EA 1 $ 300.00
Sawcutting $ 3.25 EA 185 $ 601.25
Subtotal Materials: $ 9,026.09
Markup @ 21% $ 1,895.48
Marked Up Total $ 10,921.57
TOTAL $ 39,639.57
Highmark Concrete - Proposed
DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT
Cement Conc Traf C&G 125 LF $ 42.25 $ 5,281.25
Cement Conc. Sidewalk 375 SF $ 10.25 $ 3,843.75
Cement Conc. Curb Ramp 5 EA $ 1,525.00 $ 7,625.00
Truncated Domes 120 SF $ 55.00 $ 6,600.00
TOTAL $ 23,350.00
TOTAL FOR CHANGE WORK
SCI $ 26,339.79
AES $ 39,639.57
Highmark $ 23,350.00
Sub Markup @ 10% $ 6,298.96
Grand Total $ 95,628.31
Independent Estimate of cost to do the work
Remove and Replace Ped Poles, Ramps, and Truncated Domes
1A Labor: Rate/MH No. Hours/Day Days Subtotal
Foreman $ 69.07 1 8 4 $ 2,210.24
Operator $ 65.63 2 8 4 $ 4,200.32
Laborer $ 52.03 2 8 4 $ 3,329.92
Teamster $ 58.29 1 8 2 $ 932.64
Subtotal Labor: $ 10,673.12
Markup @ 29% $ 3,095.20
$ 13,768.32
1B Equipment Rate/MH No. Hours/Day Days Subtotal
Backhoe $ 36.77 1 8 4 $ 1,176.64
Yanmar Mini $ 32.08 1 8 4 $ 1,026.56
1 Ton Tool Truck#325-055 $ 24.48 1 8 4 $ 783.36
Foreman Pickup#335-128 $ 23.43 1 8 2 $ 374.88
Mack Solo $ 94.35 1 8 4 $ 3,019.20
300-079/415-056 Subtotal Equipment: $ 6,380.64
Markup @ 21% $ 1,339.93
$ 7,720.57
1C Subcontractors Quantity UM Cost/Unit Subtotal Markup(10%)
AES 1 LS $39,639.57 1 $ 39,639.57 $ 43,603.53
Highmark 1 LS $ 11,904.00 1 $ 11,904.00
Subtotal Subcontractor: $ 51,543.57
Markup @ 10% $ 5,154.36
$ 56,697.93
1C Materials Quantity UM Cost/Unit Subtotal
Dump Fees 20 CY $ 12.00 1 $ 240.00
HMA 5 TNS $ 65.00 1 $ 325.00
Bolts for Push Buttons 1 LS $ 1,500.00 1 $ 1,500.00
Subtotal Materials: $ 2,065.00
Markup @ 21% $ 433.65
$ 2,498.65
TOTAL Items 1 A- 1 D $ 80,685.48
TOTAL w/o Subs $ 23,987.55
Independent Estimate - AES
Description of Work -Add six(6) new ped poles and relocate one (1)existing for Stations 1, 2, 4,
5, & 7; utilizing existing relocated cambel push buttons.
1A Labor: Rate/MH Hrs. Subtotal
Journeyman Electrician $ 89.86 84 $ 7,548.24
Groundsman $ 63.68 84 $ 5,349.12
Operator Foreman $ 84.19 36 $ 3,030.84
Ditch Digger $ 62.86 36 $ 2,262.96
Subtotal Labor: $ 18,191.16
Markup @ 29% $ 5,275.44
Marked Up Total $ 23,466.60
1B Equipment Rate/MH Hrs. Subtotal
Dump Truck $ 90.00 36 $ 3,240.00
Tool Truck $ 30.00 10 $ 300.00
Foreman Truck $ 25.00 10 $ 250.00
Cat Excavator 305E $ 50.00 4 $ 200.00
Subtotal Equipment: $ 3,990.00
Markup @ 21% $ 837.90
Marked Up Total $ 4,827.90
1B Materials Rate/MH UM Quantity Subtotal
2" Sched 40 conduit $ 1.75 LF 120 $ 210.00
2" 90 degree bends $ 7.00 EA 14 $ 98.00
2" couplings $ 1.78 EA 28 $ 49.84
WSDOT ped poles $ 561.00 EA 6 $ 3,366.00
J-bolt set Sta-7 relocate $ 125.00 EA 1 $ 125.00
Spoils CY $ 34.00 EA 12 $ 408.00
Imported 5/8 CY $ 22.00 EA 6 $ 132.00
Ped pole bases $ 185.00 EA 7 $ 1,295.00
2 Conductor IMSA cable $ 2.35 EA 800 $ 1,880.00
Asph Conc disposal $ 300.00 EA 1 $ 300.00
Sawcutting $ 3.25 EA 185 $ 601.25
Subtotal Materials: $ 8,465.09
Markup @ 21% $ 1,777.67
Marked Up Total $ 10,242.76
TOTAL $ 38,537.26
Use $39,639.57
Independent Estimate - Highmark Concrete
DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT
Cement Conc Traf C&G 43 LF $ 42.25 $ 1,816.75
Cement Conc. Sidewalk 429 SF $ 10.25 $ 4,397.25
Cement Conc. Curb Ramp 2 EA $ 1,525.00 $ 3,050.00
Truncated Domes 48 SF $ 55.00 $ 2,640.00
TOTAL $ 11,904.00
It was agreed on 3/22/2018 with SCI to perform this work at the above Unit Costs. Not Lump Sum
TOTAL FOR CHANGE WORK
SCI $ 23,987.55
AES $ 39,639.57
Highmark $ 11,904.00
Sub Markup @ 10% $ 5,154.36
Grand Total $ 80,685.48
Calc'd By RM 2/15/2018
Checked By MJW 3/30/2018
$ 46.48 $ 1,998.43
$ 11.28 $ 4,836.98
$ 1,677.50 $ 3,355.00
$ 60.50 $ 2,904.00
RETURN TO: MERCEDES EXT: 2701
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS
ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:RUSH
G. TYPE OF DOCUMENT (CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
o PUBLIC WORKS CONTRACT ❑
o PROFESSIONAL SERVICE AGREEMENT ❑
o GOODS AND SERVICE AGREEMENT ❑
o REAL ESTATE DOCUMENT ❑
o ORDINANCE ❑
er CONTRACT AMENDMENT (AG#): 17-043 ❑
2" OTHER CHANGE ORDER # 3
SMALL OR LIMITED PUBLIC WORKS CONTRACT
MAINTENANCE AGREEMENT
HUMAN SERVICES / CDBG
SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
RESOLUTION
INTERLOCAL
i. PROJECT NAME: S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S)
NAME OF CONTRACTOR: SCI INFRASTRUCTURE, LLC
ADDRESS: 2825 s 154TH STREET, SEATTLE, WA98188
E-MAIL:MARK@ SC HNFRASTRUCTURE. COM
T ELEPHON E:206-242 -063 3
FAX: 206-242-0792
SIGNATURE NAME: MARK SCOCCOLO TITLE: MANAGER
EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE #02102515 BL, EXP. 12/31/17 ,� uBI #602094857 , EXP. 1/31/18
:. TERM: COMMENCEMFNT DATE: i, ,( L,/ COMPLETION DATE: UPON COMPLETION
al
TOTAL COMPENSATION: 9�/ 7a I y11•11.• DES ..f7iI G$Z R THE CHANGE ORDER #3 (INCLUDE EXPENSES AND SALES TAX, IF ANY,
(IF CALCULATED ON HOURLY LABOR CHARGE - __ _ IEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: 0 YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT:
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
o PURCHASING: PLEASE CHARGE To: 306-4400-157-595-30-650
0. DOCUMENT�/ CONTRACT REVIEW
S P(ROJECT MANAGER
,d DIVISION MANAGER
• DEPUTY DIRECTOR
IX DIRECTOR
o RISK MANAGEMENT (IF APPLICABLE)
IX LAW DEPT
INITIAL / DATE REVIEWED
NG/
1. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE:
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
� ) .
2. CONTRACT SIGNATURE ROUTING 7 \ n�
o SENT TO VENDOR/CONTRACTOR DATE SENT: (L\ \�j 1 1 -Cf DATE REC'D:
o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
o LAW DEPT
SIGNATORY'f vfOr IRECTOR)
CITY CLERK
NK ASSIGNED AG #
X SIGNED COPY RETURNED
o RETURN ONE ORIGINAL
I ITIAL / DATE SIGNED
DATE SENT:
i/3o//g 4 j-
;OMMENTS:
XECUTE" 2 " ORIGINALS
citeVc1 Pi. e lS s
�Sl.t.1 cothizsgeA
3/2017
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
29 ti
AG#: 17-033 03
PROJECT NUMBER
CHANGE ORDER NUMBER EFFECTIVE DATE
South 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S)
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
This Change Order No. 03 Covers the work changes summarized below:
SCI Infrastructure, LLC
CONTRACTOR
1. Storm Drain Quarry Spalls (Field Work Directive 02) and Wall 4 Quarry Spalls (Field Work
Directive 03)
Scope:
During the trench excavation for the Storm Drain in the vicinity of Station 207+00 LT to 208+00 LT,
Unsuitable Material was encountered at the bottom of the trench. In areas where the bottom of the trench
is determined to be "Unsuitable" by the Engineer, the Contractor shall excavate to a maximum depth of 5
feet below the pipe bedding and place Quarry Spalls. A Geotextile Fabric shall be placed between the
Quarry Spalls and the Pipe Bedding.
During the foundation excavation for Wall 4 in the vicinity of Wall Station 0+05 to 0+80, Unsuitable
Material was encountered at finished Wall Subgrade. In areas where the bottom of the excavation is
determined to be "Unsuitable" by the Engineer, the Contractor shall excavate to a maximum depth of 5
feet below the bottom of the Crushed Surfacing Base Course (CSBC) and place Quarry Spalls. A
Geotextile Fabric shall be placed between the Quarry Spalls and the CSBC.
Field Work Directive 02 - Oral Order given via email on May 1, 2017 and executed July 18, 2017. Field
Work Directive 03 - Oral Order given in the field July 10, 2017 and executed August 16, 2017.
Measurement and Payment:
New Bid Item C003.1 "Quarry Spalls for Trench and Wall Stabilization, including Geotextile," per Ton is
created.
Measurement and Payment for New Bid Item C003.1 will be paid for at a unit rate of $44.15 per Ton.
Time Statement:
No working days will be added to the contract due to this change.
2. Electrical at Pac HWY Intersection (Field Work Directive 04)
Scope:
This work is related to the signal at the S. 356th and Pacific Highway intersection within the S. 356th
Improvement project limits. The added scope is to replace an existing junction box with a new junction
box and installing conduits for illumination and fiber optic cables, which is required to complete the S.
356th Improvement Project.
The Contractor shall perform the following work, as shown on FWD 04 Sheet 314, at the northeast
intersection of Pacific Hwy S and S 356th Street:
AG#: 17-033 - South 356th Street Improvements
Change Order 03
• Replace the Existing Type- 1 Junction Box (JB) with a Type -8 JB (Location A).
• Install a new 4 inch Fiber Conduit from the new Type -8 JB, behind the existing sidewalk to an
existing Pull Box (Location B).
• Install a new 2 inch Illumination Conduit from the new Type -8 JB, behind the existing sidewalk
the an existing JB (Location C).
• Install 2 new, 2 inch Conduit Stubs at Location A.
• Remove and replace the existing sidewalk panel at Location A.
Field Work Directive 04 — Oral Order given June 14, 2017 during a Weekly Meeting and executed
September 20, 2017.
Measurement and Payment:
New Bid Item C003.2 "Electrical at Pac HWY Intersection," Lump Sum is created.
Measurement and Payment for New Bid Item C003.2 will be paid for at a lump sum price of $12,460.40.
Time Statement:
No working days will be added to the contract due to this change.
3. Remove Existing Wall (Field Work Directive 05)
Scope:
While excavating for the PSE intercept point (IP -1 pull vault PV 1), the Contractor encountered an existing
retaining wall in the vicinity of Station 219+00 RT. The existing retaining wall and footing was not shown
on the plans and is located between Stations 217+46 to 220+50 RT. The wall is in conflict with the
roadway grading and the Contractor is directed to remove and dispose of the wall and footing.
Field Work Directive 05 — Oral Order given June 15, 2017 with the response to RFI 9 and executed
October 27, 2017.
Measurement and Payment:
New Bid Item C003.3 "Removal and Disposal of the Existing Retaining Wall — Vic 219+00 RT," Lump
Sum is created.
Measurement and Payment for New Bid Item C003.3 will be paid for at a lump sum price of $4,176.57.
Time Statement:
It took two (2) days for the Contractor to perform the removal of the existing wall during which the
Roadway Grading was delayed. The Roadway Grading is a Critical Path Item. An additional two (2) days
will be added to the contract.
4. Replace 2" Conduits at Wall 2 (Field Work Directive 06)
Scope:
The Contractor is directed to replace the two existing 2" pre-empt conduits at Wall 2 from HWY 99 to the
existing opticom pre-emptive pole located at Station 206+50 RT. During construction the conduits were
encountered at a shallower depth than anticipated and need to be lowered in order to complete roadway
and sidewalk grading.
CHANGE ORDER AGREEMENT 2 12/17
AG#: 17-033 - South 356`h Street Improvements
Change Order 03
Field Work Directive 06 — Oral Order given in the field August 7, 2011 and executed October 27, 2017.
Measurement and Payment:
New Bid Item C003.4 "Replacement of 2" Pre-Empt Conduit at Wall 2," Lump Sum is created.
Measurement and Payment for New Bid Item C003.4 will be paid for at a lump sum price of $3,331.32.
Time Statement:
No working days will be added to the contract due to this change.
5. Regrading and Wall Work at Wall 1 (Field Work Directive 07)
Scope:
The designed top of wall grade for Wall 1 when constructed did not allow for the City to have access to
the top of the existing detention pond berm for maintenance. The Contractor is directed to add an
additional block layer to Wall 1 and regrade the slope to match the adjacent pond berm slopes.
Field Work Directive 07 — Oral Order given in the field July 7, 2017 and executed October 27, 2017.
Measurement and Payment:
New Bid Item C003.5 "Regrading and Wall Work at Wall 1," Lump Sum is created.
Measurement and Payment for New Bid Item C003.5 will be paid for at a lump sum price of $2,946.40.
Time Statement:
No working days will be added to the contract due to this change.
6. Lowe's Irrigation System Revisions (Field Work Directive 08)
Scope:
Due to the Lowe's driveway modifications existing irrigation lines at the east corner are in conflict with
the new design. The Contractor is directed to replace irrigation lines and install sleeves under the east and
west sidewalks and across the entrance as directed in the field by the Engineer.
Field Work Directive 08 — Oral Order given in the field August 28, 2017 and executed October 27, 2017.
Measurement and Payment:
New Bid Item C003.6 "Lowe's Irrigation System Revisions," Lump Sum is created.
Measurement and Payment for New Bid Item C003.6 will be paid for at a lump sum price of $2,425.84.
Time Statement:
No working days will be added to the contract due to this change.
CHANGE ORDER AGREEMENT 3 12/17
AG#: 17-033 - South 356th Street Improvements
Change Order 03
7. Anti -Graffiti Coating — Walls 1, 2, and 7 (Field Work Directive 09)
Scope:
The Contractor is directed to apply an Anti -Graffiti Coating to Walls 1, 2, 7, and the existing wall adjacent
to Wall 2 for an estimated wall area of 3,000 square feet. The Anti -Graffiti Coating shall be the same
product required for Wall 5 as noted in Special Provision Section 6-16.3(8) Concrete Fascia Panel.
Field Work Directive 09 — Oral Order given via email September 15, 2017 and executed November 07,
2017.
Measurement and Payment:
New Bid Item C003.7 "Anti -Graffiti Coating — Walls 1, 2, and 7," per Square Foot is created.
Measurement and Payment for New Bid Item C003.7 will be paid for at a unit rate of $3.45 per square
foot.
Time Statement:
No working days will be added to the contract due to this change.
8. 6 Ft Black Vinyl Coated Chain Link Fence (Field Work Directive 10)
Scope:
The Contractor is directed to replace the 4' Black Vinyl Coated Chain Link Fence around the new
detention pond and between Stations 208+62.88 RT and 216.60.06 RT with a 6' Black Vinyl Coated
Chain Link Fence. This work includes removing 150 LF of previously installed 4' fence fabric; removing
and reinstalling 300 LF of top rail and hardware; furnishing and welding a 2' extension piece onto each of
the installed 4' poles (34 Total Posts); painting the welded areas; and installing a 6' fence fabric.
In addition, the Contractor shall install a Single 6' Chain Link Gate (6') at approximate Station 209+95
RT, Double 12' Chain Link Gate (6') at approximate Station 210+90 RT and a Double 20' Chain Link
Gate (6') at approximate Station 208+60 RT. The Contractor shall remove and reinstall the Double 42'
Chain Link Gate at approximate Station 212+74 RT and the Single 21' Chain Link Gate at approximate
Station 216+75 RT.
Field Work Directive 10 — Oral Order given via email September 28, 2017 and executed November 16,
2017.
Measurement and Payment:
New Bid Item C003.8 "Pond Fence Modification," Lump Sum is created.
New Bid Item C003.9 "Chain Link Fence (6') Vinyl Coated," per Linear Foot is created.
New Bid Item C003.10 "Single 6' Chain Link Gate (6')," per each is created.
New Bid Item C003.11 "Double 12' Chain Link Gate (6')," per each is created.
New Bid Item C003.12 "Double 20' Chain Link Gate (6')," per each is created.
New Bid Item C003.13 "Driveway D-5 and D-7 Gate Relocation," Lump Sum is created.
CHANGE ORDER AGREEMENT 4 12/17
AG#: 17-033 - South 356`h Street Improvements
Change Order 03
Existing Bid Item A95 "Black Vinyl Coated Chain Link Fence.," per Linear Foot is reduced by 775 feet.
Existing Bid Item A97 "Double 20 Ft. Chain Link Gate," per Each is reduced by 1.
Existing Bid Item A98 "Single 6 Ft. Chain Link Gate," per Each is reduced by 1.
Measurement and Payment for New Bid Item C003.8 will be paid for at a lump sum price of $7,280.00.
Measurement and Payment for New Bid Item C003.9 will be paid for at a unit rate of $32.48 per linear
foot.
Measurement and Payment for New Bid Item C003.10 will be paid for at a unit rate of $896.00 per each.
Measurement and Payment for New Bid Item C003.11 will be paid for at a unit rate of $1,920.00 per
each.
Measurement and Payment for New Bid Item C003.12 will be paid for at a unit rate of $1,920.00 per
each.
Measurement and Payment for New Bid Item C003.13 will be paid for at a lump sum price of $2,464.00.
Measurement and Payment for Existing Bid Item A95 will be credited at a unit rate of -$22.50.
Measurement and Payment for Existing Bid Item A97 will be credited at a unit rate of -$1,300.00.
Measurement and Payment for Existing Bid Item A98 will be credited at a unit rate of -$600.00.
Time Statement:
No working days will be added to the contract due to this change.
9. Lowe's Driveway Modifications (Field Word Directive 11)
Scope:
The Contractor shall construct the Lowe's Driveway in accordance with the attached Plan Sheets 6, 35,
36, 37, 37A, and 49. This work includes the following:
• Additional Sawcuting
• Additional Concrete Removal
• Additional Grading
• Traffic Control
• High Early Strength Concrete for Pour #1
• A Valley Gutter between the 2 Curb Ramps
• 2 new Curb Ramps
• A new 18" Curb (Hand Formed)
• Additional Cement Concrete Pavement with Wire Mesh
• Potential Modifications to Wall 7
Field Work Directive 11 — Oral Order given via email July 27, 2017 and executed December 04, 2017.
CHANGE ORDER AGREEMENT 5 12/17
AG#: 17-033 - South 3566 Street Improvements
Change Order 03
Measurement and Payment:
Additional Sawcutting will be measured and paid for at the contract unit rate under Bid Item A21
"Sawcutting."
Traffic Control will be measured and paid for at the contract unit rate under Bid Item A 10 "Flaggers and
Spotters" and Bid Item A 11 "Other Traffic Control Labor," as needed.
Cement Conc. Pavement will be measured and paid for at the contract unit rate under Bid Item A41
"Cement Conc. Pavement."
The Concrete Apron to Valley Gutter will be measured and paid for at the contract unit rate under Bid
Item A91 "Cement Conc. Pavement Approach 3 -Day."
New Bid Item C003.14 "Lowes Curb Ramps," per each is created.
New Bid Item C003.15 "Valley Gutter," per Linear Foot is created.
New Bid Item C003.16 "18" Curb (Hand Formed)," per Linear Foot is created.
New Bid Item C003.17 "Lowes Modification Adjustment," Lump Sum is created.
Existing Bid Item A104 "Cement Conc. Single Direction Curb Ramp," per Each is reduced by 2.
Measurement and Payment for New Bid Item C003.14 will be paid for at a unit rate of $2,072.00 per
each.
Measurement and Payment for New Bid Item C003.15 will be paid for at a unit rate of $50.00 per linear
foot.
Measurement and Payment for New Bid Item C003.16 will be paid for at a unit rate of $25.00 per linear
foot.
Measurement and Payment for New Bid Item C003.17 will be paid for at a lump sum price of $13,461.16
and includes all costs associated with the additional concrete removal, additional grading, high early
strength concrete, wire mesh and reinforcing dowels.
Measurement and Payment for Existing Bid Item A104 will be credited at a unit rate of -$1,800.00.
Time Statement:
The Lowe's Driveway is a Critical Path Item and these modifications delay the completion of this work
element. The Contractor's request for an additional three (3) days is warranted and will be added to the
contract.
10. Concrete Leveling Pad Credit (RFI 11)
Scope:
The Contractor proposed by RFI 11 to eliminate the 6 inch concrete leveling pad for the Structural Earth
Walls (1, 3, 4, and 6). The EOR agreed that the concrete leveling pad was not required provided that the
Contractor was able to install the wall level using 6 inches for CSBC.
CHANGE ORDER AGREEMENT 6 12/17
AG#: 17-033 - South 356th Street Improvements
Change Order 03
Measurement and Payment:
New Bid Item C003.18 "Concrete Leveling Pad Credit," Lump Sum is created.
Measurement and Payment for New Bid Item C003.18 will be credited at a unit rate of -$7,500.00 Lump
Sum.
Time Statement:
No working days will be added to the contract due to this change.
11. Property Restoration
Scope:
When during the course of construction activities, damage has occurred to property or properties, the
Contractor shall rebuild, repair, restore and make good all damages to the affected area(s) to the original
condition or better as directed by the Engineer.
Measurement and Payment:
New Bid Item C003.19 "Property Restoration," Force Account is created with an estimated amount of
$10,000.00.
No specific unit of measurement will apply to the new Bid Item C003.19.
Time Statement:
No working days will be added to the contract due to this change.
12. Tree Substitution (RFI 18)
Scope:
RFI 18 allowed the substitution of Fraxinus Pennsylvanica `Patmore' 2.5" Cal for Acer Saccharum `Green
Mountain' 2.5" Cal and Fraxinus Pennsylvanica `Patmore' 3" Cal for Tilia Tomentosa `PNI 6051' 2.5"
Cal. This was a Contractor proposed change due to the local availability of trees.
Measurement and Payment:
New Bid Item C003.20 "Fraxinus Pennsylvanica `Patmore' 2.5" Cal," per Each is created.
New Bid Item C003.21 "Fraxinus Pennsylvanica `Patmore' 3" Cal," per Each is created.
Existing Bid Item A75 "PSIPE, Acer Saccharum `Green Mountain' / Green Mountain Maple, 2.5" Cal.,
12' 14' Ht.," per Each is reduced by 20.
Existing Bid Item A76 PSIPE, Tilia Tomentosa `PNI 601' / Green Mountain Linden, 2.5" Cal., 12'-14'
Ht.," per Each is reduced by 36.
Measurement and Payment for New Bid Items C003.20 and C003.21 will be paid for at a unit rate of
$460.00 per Each.
Measurement and Payment for Existing Bid Item A75 will be credited at a unit rate of -$460.00.
CHANGE ORDER AGREEMENT 7 12/17
AG#: 17-033 - South 356`h Street Improvements
Change Order 03
Measurement and Payment for Existing Bid Item A76 will be credited at a unit rate of -$460.00.
Time Statement:
No working days will be added to the contract due to this change.
13. Pavement Removal at Station 219+00 RT
Scope:
Between Station 217+80 RT and 220+60 RT, Typical Section C on Plan Sheet 5 requires that the existing
roadway be grinded/preleveled prior to placement of the final 2" overlay. In this area the prelevel required
is greater than the Widening Pavement Section. The Contractor shall sawcut, remove and dispose of the
existing HMA as directed in the field by the Engineer and replace with 6" of Crushed Surfacing Base
Course (CSBC) and 5" of HMA CL 1" PG 64-22.
Oral Order was given in the field by the on-site Inspector on August 16, 2017.
Measurement and Pavement:
Additional Sawcutting will be measured and paid for at the contract unit rate under Bid Item A21
"Sawcutting."
Additional HMA will be measured and paid for at the contract unit rate under Bid Item A36.
New Bid Item C003.22 "HMA Removal and Disposal — Station 219+00 RT," Lump Sum is created.
Measurement and Payment for New Bid Item C003.22 will be paid for at a lump sum price of $5,371.23.
Time Statement:
No working days will be added to the contract due to this change.
14. Ditch Modification Station 213+50 LT
Scope:
The location of the outfall of the 24" Stormdrain at Station 214+03.76, 52.00 LT is about 3 feet below and
directly adjacent to the edge of sidewalk. In order to eliminate the abrupt edge the Contractor shall extend
the 24" Stormdrain 8 feet beyond the edge of sidewalk. In order to provide positive flow between the new
outfall and existing ditch culvert under driveway D-4 (Station 212+72) the contractor shall regrade the
ditch and add Quarry Spalls.
Oral Order was given during the August 2, 2017 Weekly Meeting.
Measurement and Pavement:
Additional 24" Stormdrain will be measured and paid for at the contract unit rate under Bid Item A56.
New Bid Item C003.23 "Ditch Modification Station 213+50 LT," Lump Sum is created.
Measurement and Payment for New Bid Item C003.23 will be paid for at a lump sum price of $4,124.92.
CHANGE ORDER AGREEMENT 8 12/17
AG#: 17-033 - South 356th Street Improvements
Change Order 03
Time Statement:
No working days will be added to the contract due to this change.
15. Straight Arrow Sign on EB Direction Mast Arm
Scope:
The Contractor shall furnish a Straight Arrow Sign - R3 -5A (30"x36") for the EB Mast Arm at the
intersection of Pacific Highway and S 356th Street. This sign will be installed by others.
Oral Order given via email on October 12, 2017.
Measurement and Payment:
New Bid Item C003.24 "Straight Arrow Sign - R3 -5A," Lump Sum is created.
Measurement and Payment for New Bid Item C003.24 will be paid for at a lump sum price of $206.31.
Time Statement:
No working days will be added to the contract due to this change.
16. Existing Detection Loop Cable at Station 205+80 LT (RFI 19)
Scope:
Plan Sheets 99 and 100 require that the Contractor remove the existing 2CS cable from the existing
Vehicle Induction Loops back to the closest Junction Box at approximate Station 204+30 LT then reinstall
to the new Junction Box installed at approximate Station 205+80 LT. Due to potential damage to the
existing conduit the 2CS cable is not able to be removed. The Contractor is directed to abandoned the
existing 2CS wire and install new 2CS wire between the existing Junction Box at approximate Station
204+30 LT and the new Junction Box at approximate Station 205+80 LT.
Measurement and Payment:
New Bid Item C003.25 "New Detection Loop Cable STA 205+80 LT," Lump Sum is created.
Measurement and Payment for New Bid Item C003.25 will be paid for at a lump sum price of $812.50.
Time Statement:
No working days will be added to the contract due to this change.
17. Wall 5 — Top of Wall Swale
Scope:
Water flowing from the adjacent property above Wall 5 is eroding the backfill behind the wall and in areas
flowing over the top and down the face of the wall and onto the sidewalk. In order to redirect the water
the Contractor shall construct a Swale at the top of Wall 5 in accordance with the attached revised Plan
Sheets 41 and 42. This Swale will catch the water and redirect it to Storm Drain Structure 53 (Station
215+89 LT).
CHANGE ORDER AGREEMENT 9 12/17
AG#: 17-033 - South 356th Street Improvements
Change Order 03
Oral Order given via email November 1, 2017.
Measurement and Payment:
New Bid Item C003.26 "Wall 5 — Top of Wall Swale," Lump Sum is created.
Measurement and Payment for New Bid Item C003.26 will be paid for at a lump sum price of $1,472.63.
Time Statement:
No working days will be added to the contract due to this change.
18. Existing Bid Item Al "Unexpected Site Changes"
Scope:
Bid Item A 1 "Unexpected Site Changes," was used to compensate the Contractor for directed work prior
to this Change Order. This Change Order decreases the amount of Bid Item Al by $37,653.26 and
compensates the Contractor by the New Bid Items noted above.
Measurement and Payment:
Existing Bid Item Al "Unexpected Site Changes," Estimated.
Measurement and Payment for Existing Bid Item Al will be credited at a unit rate of -$37,653.26.
CHANGES TO THE BID SCHEDULE:
1. Schedule A — Add New Bid Item C003.1 "Quarry Spalls for Trench and Wall Stabilization," per Ton.
The new unit cost for this item is $44.15 per Ton. The quantity is 93.1 tons.
The total change for this item is an increase of $4,110.37
2. Schedule A — Add New Bid Item C003.2 "Electrical at Pac HWY Intersection," Lump Sum.
The new unit cost for this item is $12,460.40 Lump Sum. The quantity is 1.
The total change for this item is an increase of $12,460.00.
3. Schedule A — Add New Bid Item C003.3 "Removal and Disposal of the Existing Retaining Wall — Vic
219+00 RT," Lump Sum.
The new unit cost for this item is $4,176.57 Lump Sum. The quantity is 1.
The total change for this item is an increase of $4,176.57.
4. Schedule A — Add New Bid Item C003.4 "Replacement of 2" Pre-Empt Conduit at Wall 2," Lump Sum.
The new unit cost for this item is $3,331.32 Lump Sum. The quantity is 1.
The total change for this item is an increase of $3,331.32.
5. Schedule A — Add New Bid Item C003.5 "Regrading and Wall Work at Wall 1," Lump Sum.
The new unit cost for this item is $2,946.40 Lump Sum. The quantity is 1.
The total change for this item is an increase of $2,946.40.
6. Schedule A — Add New Bid Item C003.6 "Lowe's Irrigation System Revisions," Lump Sum.
The new unit cost for this item is $2,425.84 Lump Sum. The quantity is 1.
The total change for this item is an increase of $2,425.84.
7. Schedule A — Add New Bid Item C003.7 "Anti -Graffiti Coating — Walls 1, 2, and 7," per Square Foot.
The new unit cost for this item is $3.45 per square foot. The quantity is 3,000 SF.
CHANGE ORDER AGREEMENT 10 12/17
AG#: 17-033 - South 356`h Street Improvements
Change Order 03
The total change for this item is an increase of $10,350.00.
8. Schedule A — Add New Bid Item C003.8 "Pond Fence Modification," Lump Sum.
The new unit cost for this item is $7,280.00. The quantity is 1.
The total change for this item is an increase of $7,280.00.
Schedule A — Add New Bid Item C003.9 "Chain Link Fence (6') Vinyl Coated," per Linear Foot.
The new unit cost for this item is $32.48 per linear foot. The quantity is 775 LF.
The total change for this item is an increase of $25,172.00.
Schedule A — Existing Bid Item A95 "Black Vinyl Coated Chain Link Fence — 4 Ft.," per Linear Foot.
Change to current bid item is — 775 LF. The new estimated quantity of Bid Item A95 is 1,455 LF.
The total change amount for this item is a decrease of ($17,437.50).
Schedule A — Add New Bid Item C003.10 "Single 6' Chain Link Gate (6')," per Each.
The new unit cost for this item is $896.00 per each. The quantity is 1.
The total change for this item is an increase of $896.00.
Schedule A — Existing Bid Item A98 "Single 6 Ft. Chain Link Gate.," per Each.
Change to current bid item is — 1 EA. The new estimated quantity of Bid Item A98 is 0 EA.
The total change amount for this item is a decrease of ($600.00).
Schedule A — Add New Bid Item C003.11 "Double 12' Chain Link Gate (6')," per Each.
The new unit cost for this item is $1,920.00 per each. The quantity is 1.
The total change for this item is an increase of $1,920.00.
Schedule A — Add New Bid Item C003.12 "Double 20' Chain Link Gate (6')," per Each.
The new unit cost for this item is $1,920.00 per each. The quantity is 1.
The total change for this item is an increase of $1,920.00.
Schedule A — Existing Bid Item A97 "Double 20 Ft. Chain Link Gate.," per Each.
Change to current bid item is — 1 EA. The new estimated quantity of Bid Item A97 is 1 EA.
The total change amount for this item is a decrease of ($1,300.00).
Schedule A — Add New Bid Item C003.13 "Driveway D-5 and D-7 Gate Relocation," Lump Sum.
The new unit cost for this item is $2,464.00 lump sum. The quantity is 1.
The total change for this item is an increase of $2,464.00.
9. Schedule A — Add New Bid Item C003.14 "Lowes Curb Ramps," per Each.
The new unit cost for this item is $2,072.00 per each. The quantity is 2.
The total change for this item is an increase of $4,144.00.
Schedule A — Add New Bid Item C003.15 "Valley Gutter," per Linear Foot.
The new unit cost for this item is $50.00 per linear foot. The quantity is 50 LF.
The total change for this item is an increase of $2,500.00.
Schedule A — Add New Bid Item C003.16 "18" Curb (Hand Formed," per Linear Foot.
The new unit cost for this item is $25.00 per linear foot. The quantity is 23 LF.
The total change for this item is an increase of $575.00
Schedule A — Add New Bid Item C003.17 "Lowes Modification Adjustment," Lump Sum.
The new unit cost for this item is $13,461.16 lump sum. The quantity is 1.
The total change for this item is an increase of $13,461.16.
CHANGE ORDER AGREEMENT 11 12/17
AG#: 17-033 - South 356`h Street Improvements
Change Order 03
Schedule A - Existing Bid Item A104 "Cement Conc. Single Direction Curb Ramp," per Each.
Change to current bid item is - 2 Each. The new estimated quantity of Bid Item A104 is 0 Each.
The total change amount for this item is a decrease of ($3,600.00).
10. Schedule A - Add New Bid Item C003.18 "Concrete Leveling Pad Credit," Lump Sum.
The new unit cost for this item is $-7,500.00 per each. The quantity is 1.
The total change for this item is a decrease of ($7,500.00).
11. Schedule A - Add New Bid Item CO3.19 "Property Restoration," Force Account.
The measurement and payment for this new bid item is by Force Account. The estimated quantity is
$10,000.00.
The total change for this item is an increase of $10,000.00.
12. Schedule A - Add New Bid Item C003.20 "Fraxinus Pennsylvanica `Patmore' 2.5" Cal," per Each.
The new unit cost for this item is $460.00 per each. The quantity is 35.
The total change for this item is an increase of $16,100.00.
Schedule A - Add New Bid Item C003.21 "Fraxinus Pennsylvanica `Patmore' 3" Cal," per Each.
The new unit cost for this item is $460.00 per each. The quantity is 21.
The total change for this item is an increase of $9,660.00.
Schedule A - Existing Bid Item A75 "PSIPE, Acer Saccharum `Green Mountain' / Green Mountain
Maple, 2.5" Cal, 12'-14' Ht.," per Each.
Change to current bid item is - 20 Each. The new estimated quantity of Bid Item A75 is 0 Each.
The total change amount for this item is a decrease of ($9,200.00).
Schedule A - Existing Bid Item A76 "PSIPE, Tilia Tomentosa `PNI 6051' / Green Mountain Linden, 2.5"
Cal, 12'-14' Ht.," per Each.
Change to current bid item is - 36 Each. The new estimated quantity of Bid Item A76 is 0 Each.
The total change amount for this item is a decrease of ($16,560.00).
13. Schedule A - Add New Bid Item C003.22 "HMA Removal and Disposal - Station 219+00 RT," Lump
Sum.
The new unit cost for this item is $5,371.23 per each. The quantity is 1.
The total change amount for this item is an increase of $5, 371.23.
14. Schedule A - Add New Bid Item C003.23 "Ditch Modification Station 213+50 LT," Lump Sum.
The new unit cost for this item is $4,124.92 per each. The quantity is 1.
The total change amount for this item is an increase of $4,124.92.
15. Schedule A - Add New Bid Item C003.24 "Straight Arrow Sign - R3 -5A," Lump Sum.
The new unit cost for this item is $206.31 per each. The quantity is 1.
The total change amount for this item is an increase of $206.31.
16. Schedule A - Add New Bid Item C003.25 "New Detection Loop Cable STA 205+80 LT," Lump Sum.
The new unit cost for this item is $812.50 per each. The quantity is 1.
The total change amount for this item is an increase of $812.50.
17. Schedule A - Add New Bid Item C003.26 "Wall 5 - Top of Wall Swale," Lump Sum.
The new unit cost for this item is $1,472.63 per each. The quantity is 1.
The total change amount for this item is an increase of $1,472.63.
CHANGE ORDER AGREEMENT 12 12/17
AG#: 17-033 - South 356`h Street Improvements
Change Order 03
NET CHANGES TO THE BID SCHEDULE:
Bid Item
Description
Existing
Quantity
Change
Quantity
Unit
Unit Cost
Change Item
Total
C003.1
Quarry Spalls for Trench
Stabilization
0
93.1
TON
$44.15
4,110.37
C003.2
Electrical at Pac HWY
Intersection
0
1
LS
$12,460.00
$12,460.00
C003.3
Removal and Disposal of the
Existing Retaining Wall -
Vic 219+00 RT
0
1
LS
$4,176.57
$4,176.57
C003.4
Replacement of 2" Pre-Empt
Conduit at Wall 2
0
1
LS
$3,331.32
$3,331.32
C003.5
Regrading and Wall Work at
Wall 1
0
1
LS
$2,946.40
$2,946.40
C003.6
Lowe's Irrigation System
Revisions
0
1
LS
$2,425.84
$2,425.84
C003.7
Anti -Graffiti Coating
0
3,000
SF
$3.45
$10,350.00
C003.8
Pond Fence Modification
0
1
LS
$7,280.00
$7,280.00
C003.9
Chain Link Fence (6') Vinyl
Coated
0
775
LF
$32.48
$25,172.00
C003.10
Single 6' C(h6aij Link Gate
0
1
EA
$896.00
$896.00
C003.11
Double 12' C(6 jin Link Gate
0
1
EA
$1,920.00
$1,920.00
C003.12
Double 20' C(6 jin Link Gate
0
1
EA
$1,920.00
$1,920.00
C003.13
Driveway D-5 and D-7 Gate
Relocation
0
1
LS
$2,464.00
$2,464.00
C003.14
Lowes Curb Ramps
0
2
EA
$2,072.00
$4,144.00
C003.15
Valley Gutter
0
50
LF
$50.00
$2,500.00
C003.16
18" Curb (Hand Formed)
0
23
LF
$25.00
$575.00
C003.17
Lowes Modification
Adjustment
0
1
LS
$13,461.16
$13,461.16
C003.18
Concrete Leveling Pad
Credit
0
1
LS)
($7,500.00
($7,500.00)
C003.19
Property Restoration
0
10,000
Est
$10,000.00
$10,000.00
C003.20
Fraxinus Pennsylvanica
`Patmore', 2.5" Cal
0
35
EA
$460.00
$16,100.00
C003.21patmore',
Fraxinus Pennsylvanica
3" Cal
0
21
EA
$460.00
$9,660.00
C003.22
HMA Removal and Disposal
- Station 219+00 RT
0
1
LS
$5,371.23
$5,371.23
C003.23
Ditch Modification Station
213+50 LT
0
1
LS
$4,124.92
$4,124.92
C003.24
Straight Arrow Sign - R3-0
5A
1
LS
$206.31
$206.31
C003.25
New Detection Loop Cable
STA 205+80 LT
0
1
LS
$812.50
812.50
C003.26
Wall 5 -Top of Wall Swale
0
1
LS
$1,472.63
$1,472.63
A75
PSIPE, Acer Saccharum
`Green Mountain' / Green
Mountain Maple, 2.5" Cal.,
12'-14' Ht.
20
-20
EA
$460.00
($9,200.00)
A76
PSIPE, Tilia Tomentosa
PNI 601' / Green Mountain
Linden, 2.5" Cal, 12'-14'
Ht.
36
-36
EA
$460.00
($16,560.00)
CHANGE ORDER AGREEMENT
13
12/17
AG#: 17-033 - South 356th Street Improvements
Change Order 03
A95
Black Vinyl Coated Chain
Link Fence — 4 Ft.
2,230
-775
LF
$22.50
(17,437.50)
A97
Double 20 Ft. Chain Link
Gate (4')
2
-1
EA
$1,300.00
($1,300.00)
A98
Single 6 Ft. Chain Link Gate
1
-1
EA
$600.00
($600.00)
A104
Cement Conc. Single
Direction Curb Ramp
2
-2
EA
$,1800.00
($3,600.00)
Total This Change
$91,682.75
The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by five (5)
Working Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not
amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
❑ Yes CE] No
Yes No
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction.
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
DIRECTQR' S SIGNATURE
$ 3,890,299.10
$ 0.00
$ 91,682.75
$ 3,981,981.85
01 -7b -le
DATE
01 —2ek1$
DATE
CHANGE ORDER AGREEMENT 14 12/17
RETURN TO: SHAWNA
EXT: 2701
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS
ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:RU
G. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT ❑
❑ PROFESSIONAL SERVICE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT
❑ REAL ESTATE DOCUMENT
❑ ORDINANCE
❑ CONTRACT AMENDMENT (AG #): 17 -043
❑ OTHER CHANGE ORDER # 2
SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ MAINTENANCE AGREEMENT
❑ HUMAN SERVICES / CDBG
❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ RESOLUTION
❑ INTERLOCAL
PROJECT NAME: S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S)
I. NAME OF CONTRACTOR: SCI INFRASTRUCTURE, LLC
ADDRESS: 2825 S 154TH STREET, SEATTLE, WA 98188
E- MAIL: MARK@SC IINFRASTRUCTURE.COM
SIGNATURE NAME: MARK SCOCCOLO
TELEPHONE:206- 242 -0633
FAX: 206-242-0792
TITLE: MANAGER
EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE #02102515 BL, EXP. 12/31/17 uBI #602094857 , EXP. 1/31/18
•
1. TERM: COMMENCEMENT DATE: COMPLETION DATE: UPON COMPLETION
P.
TOTAL COMPENSATION: $3,890,299.10 INCLUDES $0.00 FOR THE CHANGE ORDER # 2 (INCLUDE EXPENSES AND SALES TAX, IF ANY
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT:
❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To: 306 - 4400 - 157 - 595 -30 -650
0. DOCUMENT / CONTRACT REVIEW
/PROJECT MANAGER
p• DIVISION MANAGER
Q/DEPUTY DIRECTOR
Al-DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
L.AW DEPT
1. COUNCIL APPROVAL (IF APPLICABLE)
INITIAL / DATE REVIEWED
is — A71
COMMITTEE APPROVAL DATE:
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
2. CONT CT SIGNATURE ROUTING C I
Fj
SENT TO VENDOR/CONTRACTOR DATE SENT::41 DATE RED: ✓'�� 4
�
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENS S, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
kLAW DEPT
i(SIGNATORY (MAYOR OR DIRECTOR)
5131 CITY CLERK
_ ASSIGNED AG #
N
`r■IIGNED COPY RETURNED
ii1CRETURN ONE ORIGINAL
;OMMENTS:
;XE UTE " 2 " ORIGINALS
INITIAL / DATE SIG ED
3/2017
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cilyoffederalway. com
CONSTRUCTION RETAINAGE ESCROW AGREEMENT
FOR
S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HWY S TO ENCHANTED PARKWAY S)
and
AG #17-043
TO: BANK OF THE WEST:
Rachel Thacker, VP Business Banking
Bank of the West
701 Pike Street #2250
Seattle, WA 98101
(206) 303 -7563 (telephone)
Federal Tax ID: 91 -208 7893
SCI INFRASTRUCTURE, LLC:
Mark Scoccolo
2825 S 154th Street
Seattle, WA 98188
(206) 242 -0633 (telephone)
(206) 242 -0792 (facsimile)
Mark(a7 sc i i n frastructure.com
CITY OF FEDERAL WAY:
Naveen Chandra
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -2729 (telephone)
(253) 835 -2709 (facsimile)
Naveen.chandra(alcityoffederalway.com
I. GENERAL. Pursuant to Chapter 60.28.011 of the Revised Code of Washington, relating to the retained
percentage of construction contractor payments, the undersigned, SCI Infrastructure, LLC, hereinafter referred to as the
Contractor, has directed the City of Federal Way, hereinafter referred to as the City, to deliver to you its warrants or checks
which shall be payable to the you and the contractor jointly. Such warrants or checks are to be held and disposed of by you
in accordance with the following instructions and upon the terms and conditions hereinafter set forth.
2. INSTRUCTIONS.
2.1 The City shall deliver to you from time to time checks or warrants payable jointly to you and the
Contractor. You are hereby authorized by the Contractor to endorse in the Contractor's name any such check or warrant so
that you may receive the proceeds thereof and invest the same. The power of endorsement hereby granted to you by the
Contractor shall be deemed a power couple with an interest and shall be irrevocable during the term of this escrow.
Although you may be a payee named in such warrants or checks as shall be delivered to you, your duties and
responsibilities which a depository bank would have pursuant to Article 4 of the Uniform Commercial Code of the State of
Washington for an item deposited with it for collection as of the date such check or warrant shall be delivered to you. The
proceeds from collections shall be used by you to purchase, as directed by the Contractor, bonds or other securities chosen
by the Contractor and approved by you, and the City. For the purpose of each such purchase, you may follow the last
written direction received by you from the Contractor, provided such direction otherwise conforms to the restrictions on
investments recited herein. Attached as Exhibit A is a list of such bonds or other securities approved by the City. No
further approval is necessary if any of these bonds or securities, except stocks, may be selected by the Contractor, subject
to express written approval of you and the City. Purchase of such bonds or other securities shall be in a form that shall
allow you alone to reconvert such bonds or other securities into money if you are required to do so by the City as provided
in this Escrow Agreement.
The investments selected by the Contractor, approved by the City, and purchased by you must mature on or prior to the
date set for the completion of the contract, including extensions thereof or thirty days following the final acceptance of said
improvement work.
CONSTRUCTION RETAINAGE ESCROW AGREEMENT 1 4/2017
CITY 4F
Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cityofederolway corn
2.2 When and as interest on the securities held by you pursuant to this agreement accrues and is paid, you shall
collect such interest and forward it to the Contractor at its address, designated below, unless with your written consent the
Contractor otherwise directs you in writing.
You are not authorized to deliver to the Contractor all or any part of the principal and/or securities held by you pursuant to
the agreement (or any monies derived from the sale of such warrants or checks) except in accordance with written
instructions from the City. The City shall inform you and keep you informed in writing of the name of the person or
persons with authority to give you such written instructions. Compliance with such instructions shall relieve you of any
further liability related thereto. The estimated completion date on the contract underlying this Escrow Agreement is
June 30, 2018. Upon request by you, the City shall advise you in writing of any change in the estimated completion date. If
the estimated completion date is changed, you are authorized to reinvest the monies held hereunder in accordance with the
new estimated completion date.
2.3 In the event the City orders you to do so in writing, and not withstanding any other provisions of this
agreement, you shall, within thirty-five (35) days of receipt of such order, reconvert into money the securities held by you
pursuant to this agreement and return such money together with any other monies, including accrued interest on such
securities, held by you hereunder, to the City.
2.4 The Contractor agrees to pay you as compensation for your services hereunder as follows:
Payment of all fees relating to this account shall be the sole responsibility of the Contractor and shall not be deducted from
any property placed with you pursuant to this agreement until and unless the City directs the release to the Contractor of
the securities and monies held hereunder, whereupon you shall be granted a first lien upon such property released and shall
be entitled to reimburse yourself from such property for the entire amount of your fees and any unanticipated amounts
which might be owing as provided for herein. In the event that you are made a party to any litigation with respect to the
property held by you hereunder, or in the event that the conditions of this escrow are not promptly fulfilled or that you are
required to render any services not provided for in these instructions, or that there is any assignment of the interests of this
escrow of any modifications hereof, you shall be entitled to reasonable compensation for such extraordinary services from
the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees occasioned by
such default, delay, controversy, or litigation.
2.5 Should you at any time and for any reason desire to be relieved of your obligations as escrow holder
hereunder, you shall give written notice to the City and Contractor. The City and Contractor shall, within twenty (20) days
of the receipt of such notice, jointly appoint a successor escrow holder and instruct you to deliver all securities and funds
held hereunder to said successor. If you are not notified of the appointment of the successor escrow holder within 20 days,
you may return the subject matter hereof to the City and upon so doing, you are absolved from all further charges and
obligations in connection with this escrow.
2.6 This agreement shall not be binding until executed by the Contractor and the City and accepted by you.
2.7 This instrument contains the entire agreement between you, the Contractor and the City, with respect to
this escrow and you are not a party to nor bound by any instrument or agreement other than this; you shall not be required
to take notice of any default or any other matter, nor be bound by nor be required to give notice or demand, nor required to
take any action whatsoever except as herein expressly provided; you shall not be liable for any loss or damage except that
caused by your own negligence or willful misconduct.
2.8 The foregoing provisions shall be binding upon the assigns, successors, personal representatives and heirs
of the parties hereto.
The Original Contract Value (including WSST) is $3,890,299.10, Three Million Eight Hundred Ninety Thousand Two
Hundred Ninety-Nine and 10 /100. The Original Retainage Value at 5.0 percent of above is $194,514.96, One Hundred
Ninety-Four Thousand Five Hundred Fourteen and 96/100. NOTE: These values are subject to change.
CONSTRUCTION RETAINAGE ESCROW AGREEMENT - 2 - 4/2017
c r'!r a F
.. Federal Way
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www. cityofederefway. com
2.9 The undersigned have read and hereby approve the instructions as given above governing the
administration of this escrow and do hereby execute this agreement on this day of Mai , 2017.
IN WITNESS, the Parties execute this Agreement below, effective the last date written below. V
CITY OF FEDE
11, ayor
5/7
DATE:
WAY: ATTEST:
BANK OF THE WEST:
By.
Printed Name:
Title: V I Ce
DATE: 51 111
STATE OF WASHINGTON
COUNTY OF 141,...1 ('
) ss.
h ie Courtney, CMC, Ci 1erk
APPROVED AS TO FORM:
J. Kyan Call, City Attorney
On this day personally appeared before meI, to me known to be the
Arzkvicg2ginapirx Bank of the West that executed the foregoing instrument, and acknowledged the said
instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and
on aath-steted- that- he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate = seal =of
said corporation.
GIVEN my hand and official seal this k."1 day of M 17
Notary's signature
Notary's printed name
`rotary Public
My -es •. at.'
JENNIFER LEA SCOCCOLO
Notary Public
State of Washington
My Commission Expires
May 24, 2021
in and for the State of Washington.
CONSTRUC"T"ION RETAINAGE ESCROW AGREEMENT - 3 - 4/2017
CITY OF
Federal Way
SCI INFRASTRUCTURE, LLC:
By:
Mark Scoccolo
Manager
DATE:
47 1;
STATE OF WASHINGTON )
/�- ss.
COUNTY OF ,-1 1•.) I )
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -8325
(253) 835 -7000
www ci(yoffecleralway. corn
On this day personally appeared before me Mark Scoccolo, to me known to be the Manager of SCI Infrastructure, LLC.
that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of
said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he was authorized to
execute said instrument.
GIVEN my hand and official seal this X9-1 -4 day of
Nota '4td ' ature
JENNIFER LEA SC 1nam e
Notar y Public
State of Washington
My Commission Expires
May 24, 2021
otary Public in . d for the State of Washington.
My commission expires cc Z 4- 7
CONSTRUCTION RETAINAGE ESCROW AGREEMENT - 4 -
4/2017
CITY OF
..� Federal Way
EXHIBIT "A"
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003 -6325
(253) 835 -7000
www cityoffederalway. com
List of Bonds or Securities that are approved by the City of Federal Way.
i. 1r e(16 b..earivi ClieeknJc
2.
3.
CONSTRUCTION RETAINAGE ESCROW AGREEMENT - 5 - 4/2017
AG #: 17 -043
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
2 Jur e
CHANGE ORDER NUMBER EFFECTIVE DATE
South 356th Street improvements (Pacific Highway S to Enchanted Parkway S) SCI Infrastructure, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order No.2 covers the work changes summarized below:
CONSTRUCTION RETAINAGE ESCROW AGREEMENT
Attached Construction Retainage Escrow Agreement is hereby made part of the
contract (AG # 17 -043) between the City of Federal Way and SCI Infrastructure,
LLC.
The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
[] Yes ® No
❑ Yes ❑ No
PRICE CHANGE LUMP SUM: INCREASE $0 DECREASE $0
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
NA
NA NA NA NA
TOTAL NET CONTRACT:
INCREASE $0 DECREASE$0
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction.
CHANGE ORDER AGREEMENT 1 4/17
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
DATE
MARW SALLOUM, P.E.,
DIRECT I R
PUBLIC WORKS DEPARTMENT
DATE
$3,890,299.10
$0.0
$0.0
$3,890,299.10
CHANGE ORDER AGREEMENT 2 4/17
RETURN TO: SHAWNA
EXT: 2701
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS
ORIGINATING STAFF PERSON: NAVEEN CHANDRA EXT: 2729 3. DATE REQ. BY:ASAP
G. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
❑ PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT
❑ REAL ESTATE DOCUMENT
❑ ORDINANCE
❑ CONTRACT AMENDMENT (AG #): 17 -043
❑ OTHER CHANGE ORDER # 1
❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ MAINTENANCE AGREEMENT
❑ HUMAN SERVICES / CDBG
❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ RESOLUTION
❑ INTERLOCAL
PROJECT NAME: S 356TH STREET IMPROVEMENTS PROJECT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S)
i. NAME OF CONTRACTOR: SCI INFRASTRUCTURE, LLC
ADDRESS: 2825 S 154TH STREET, SEATTLE, WA 98188
E -MAIL: MARK @SC IINFRASTRUCTURE.COM
SIGNATURE NAME: MARK SCOCCOLO
TELEPHONE:206- 242 -0633
FAX: 206 - 242 -0792
TITLE: MANAGER
EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE #02102515 BL, EXP. 12/31/17
TERM: COMMENCEMENT DATE: 3 / 9N 0 / 17
ALL OTHER
UBI #602094857 , EXP. 1/31/18
COMPLETION DATE: UPON COMPLETION SlaD I
TOTAL COMPENSATION: $3,890,299.10 INCLUDE $0.00 FOR THE CHANGE ORDER # 1 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE To:
30C, ���/j• I ��� F��'I�• 30 l��D
0. DOCUMENT / CONTRACT REVIEW
PROJECT MANAGER
DIVISION MANAGER
.(DEPUTY DIRECTOR
(YDIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
2]l
LAW DEPT
INITIAL / DATE REVIEWED
4 (31 t7
41310
'% RlIts
1. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE:
INITIAL / DATE APPROVED
COUNCIL APPROVAL DATE:
�(
2. CONTRACT SIGNATURE ROUTING J It I 4.
ENT TO VENDOR/CONTRACTOR DATE SENT: I( DATE REC'D:
❑ �nll/,I,
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES,IBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
❑ LAW DEPT
❑ SIGNATORY (MAYOR OR DIRECTOR)
❑ CITY CLERK
ASSIGNED AG #
GNED COPY RETURNED
RETURN ONE ORIGINAL
;OMMENTS.
;XECUTE 2" ORIGINALS
INI . AL / DATE SIGNED
DATE SENT: Di-Ai
"k\v4 v ovm800 w o(L gi
3/2017
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG #: 17 -043
PROJECT NUMBER
CHANGE ORDER NUMBER EFFECTIVE DATE
South 356'h Street Improvements (Pacific Highway S to Enchanted Parkway S) SCI Infrastructure, LLC
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order No.1 covers the work changes summarized below:
1. PROJECT RETAINAGE
Exhibit C (Contractor's Retainage Agreement) of the executed contract
AG 17 -043 is hereby deleted and replaced with the attached "Exhibit C -1."
The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar
Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
❑ Yes ® No
❑ Yes ❑ No
PRICE CHANGE LUMP SUM: INCREASE $0 DECREASE $0
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
NA
NA NA NA NA
TOTAL NET CONTRACT:
INCREASE $0 DECREASE$0
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with
the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of
the standard specifications, the contract plans, and the special provisions governing the types of construction.
CHANGE ORDER AGREEMENT 1 4/17
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
-try 7
CO CTOR'S SIGNATURE DATE
MARW N SALLOUM, P.E.,
DIRECTOR
PUBLIC WORKS DEPARTMENT
L.--, y /z, /1 1
DATE
$3,890,299.10
$0.0
$0.0
$3,890,299.10
CHANGE ORDER AGREEMENT 2 4/17
EXHIBIT C -1
CONTRACTOR'S RETAINAGE AGREEMENT
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Z53 -335 -7000
IDENTIFICATION AND DESCRIPTION
Project Title South 3560 Street Improvements (Pacific Hwy S to Enchanted parkway SI
Contractor 5c1 Infrastructure, LLC Representative Mark Sooccolo
aid No. RF8 # 17 -001 Date 2f21/17 Administering Department
City RepresentativWaVeef Chandra . PE Funding Source Otv of Federal Way
Project Authority
RETAINAGE FORMULA
In accordance with applicable State Statutes, the following provisions will be made for the disposition of the
retainage held for investment:
1. Ali investments selected below are subject to City approval.
2. Retainage under this agreement will be held in escrow by the genic of the West
(referred to herein as the sank), the terms of which are spedfied by separate escrow agreement.
The cost of the investment program and the risk thereof is to be borne entirety by the contractor.
3. The final disposition of the contract retainage will be made in accordance with applicable statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.010 I hereby notify the Qty of Federal Way of my instructions Xto invest ■ root to
invest the retainage withheld under the terms of this contract. If the investment option is selected, please
provide the following information:
Name of Rank, Mutual Fund, or Savings & Loan Association: Bulk of t
Address: 701 Pi}ce Street #2250, Seattle, WA 98101
Account a: 0 4 8 288 4 3 5 Contact Person: Rachel Thacker
Contractor: , : Date: Q 4 /9 3 /17
By: __ _ Tile: VP Business BanKing
Phone: 206 -303 -7563
91 -208 7893 Est- Completion Date: Dec. ec. 201T
SCI JOB 1704
Sid /Conrad Number
RFB 17 -001
CRY APPROVAL
Approval of Investment Program and Retainage Agreement
CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE
Contract No AG# 17-043
Project Title: Saute 356'r Streit Improvements (Pacific Hvwv S to Enchante4 Priory S1
1 hereby certify, as Contract Administrator for this Contract representing the Gty of Federal Way, that all work
required by the above cited contract was completed on and final acceptance by the
City was granted on
I also certify that no liens have been received within 30 days from the above date from any person, persons,
mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract.
Contract Administrator
Director of Administering Department
Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes
(Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment
Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.)
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 63
RFB # I7 -001
RFB Ver. 4 -16
January 2017
SCI JOB 1704
EXHIBIT C
CONTRACTOR'S RETAINAGE AGREEMENT
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
253- 835 -7040
IDENTIFICATION AND DESCRIPTION
Project Title
Contractor SCI Infrastructure, LL Representative _Mark Scoccolo
Bid No. RFB 17— 0 01 Date 2 / 21 / 1 lIdministering Department
City Representative Naveen Chandra, PE Funding Source city of Federal
Project Authority
m
Bid /Contract Number
RFB 17 -001
1 1 1 ' (4 . 111 1- I l
I It
1 11 •1 al"e
Way
RETAINAGE FORMULA
In accordance with applicable State Statutes, the following provisions will tie made for the disposition of the
retalnage held for investment:
1. All investments selected below are subject to CRy approval.
2. Retainage under this agreement will be held in escrow by the Bank of the West
(referred to herein as the Bank), the terms of which are specified by separate escrow agreement.
The cost of the investment program and the risk thereof is to be borne entirely by the contractor.
3. The final disposition of the contract retainage will be made in accordance with applicable statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions i3 to invests not to
invest the retainage withheld under the terms of this contract. If the investment option is selected, please
provide the following information:
Name of Bank, Mutual Fund, or Savings & Loan Association: Bank of the West
Address:7(1 Pike Street #2250, Seattle, WA 98101
is
Account # ;3 ((,4g Contact Person: Rachel Thacker
Contractor: , eras ucture LLC Date: 03/06/17
By: % �ff -1 Tide: Con raCE Manager /VP lousiness
Add Ads' 82 S 54t St Seattle Phone: 206- 303 -7563 Banking
0:91-208 7893 Est. Completion Date:
CITY APPROVAL
Approval of Investment Program and Retainage Agreement
Finance Director Date
CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE
Contract No. Project Title: South 3S6"' Street Improvernents (Pacific Hwy S to Enchanted Prkwy S)
I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that ail work
required by the above cited contract was completed on and final acceptance by the
City was granted on
I also certify that no liens have been received within 30 days from the above date from any person, persons,
mechanics, subcontractors or materlalman who o has performed any work or provided any material of subject contract.
Contract Administrator
Director of Administering Department
Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes
(Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment
Security, Unemployment Insurance Premiurrs (State of Washington Employment security Dept.)
City of Federal Way
South 356"` Street Improvements
(Pacltie Hwy S to Enchanted Parkway S)
Page 63
RFB ## 17 -001
RFB Ver 4 -16
Janumy 2017
Provided to Builders Exchange of WA, rnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
AC��O® CERTIFICATE OF LIABILITY INSURANCL w
DATE 3 /31 /DD/YYYY)
03/31 /2017
TyIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Parker, Smith & Feek, Inc.
2233 112th Avenue NE
Bellevue, WA 98004
CONTACT
NAME:
PHONE 425 - 709 -3600 FAX 425 - 709 -7460
N1E (A/c, No):
E -M
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A : Transportation Ins. Co.
LIABILITY
COMMERCIAL GENERAL LIABILITY
INSURED
SCI Infrastructure, LLC
2825 South 154th Street
Seattle, WA 98188
INSURER B: Valley Forge Insurance Company
4016281533
INSURER c : Continental Insurance Co.
4/1/2018
INSURER D : Indian Harbor Insurance Company
$ 1,000,000
INSURER E :
$ 500,000
INSURER F :
$ 15,000
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
(MM /DD/YYYY)
POLICY EXP
(MM /DD/YYYY)
LIMITS
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
X
4016281533
4/1/2017
4/1/2018
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES (Ea occurrence)
$ 500,000
MED EXP (Any one person)
$ 15,000
CLAIMS -MADE
X
OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP /OP AGG
$ 2,000,000
GEN'L
AGGREGATE
POLICY
X
LIMIT APPLIES
JECT PRO
X
PER
LOC
$
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
SCHEDULED
AUTOS
NON -OWNED
AUTOS
X
4016281516
4/1/2017
4/1/2018
EaaccIidentSINGLELIMIT
$ 1 000000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
C
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
X
5091288088
4/1/2017
4/1/2018
EACH OCCURRENCE
$ 4,000,000
AGGREGATE
$ 4,000,000
$
DED
X
RETENT ON $ 10,000
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR /PARTNER /EXECUTIVE
OFFICER /MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Y / N
N / A
4016281533
** Washington Stop Gap
4/1/2017
4/1/2018
1 WC STATU- I X I OTH
1 TORY LIMITS ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
D
Pollution Liability
X
PEC004562502
4/1/2017
4/1/2018
$5,000,000 Each Pollution
Condition /Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Project - South 356th St Improvements - Pacific Hwy S to Enchanted Parkway S - Project RFB 17 -001.
The City of Federal Way, and its officers, elected officals, employees, agents and volunteers and KPG, PS, and its officers, employees, agents and Exeltech
Consulting, Inc. are additional insured on the general liability,, automobile, excess liability and pollution liability policies per the attached endorsements /forms.
Coverage is primary and non - contributory on the general liability, automobile and excess liability policies per the attached endorsements /forms. Per project
aggregate applies on the general liability policy per the attached endorsements /forms.
CERTIFICATE HOLDER
CANCELLATION
ACORD 25 (2010/05)
© 1988 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of Federal Way
33325 8th Ave S
AUTHORIZED REPRESENTATIVE
Federal Way, WA 98003
I. -_` ----/.,
. (1 c71
ACORD 25 (2010/05)
© 1988 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
20020001060244319104716
CNA
CNA71527XX
(Ed. 10/12)
ADDITIONAL INSURED - PRIMARY AND NON- CONTRIBUTORY
It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows:
SCHEDULE
Name of Additional Insured Persons Or Organizations
Any person or organization, but only if you are
required by written contract or written agreement
to make that person or organization an additional
insured under this policy.
1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or
organization scheduled above is an insured under this policy.
2. The insurance afforded to the additional insured under this policy will apply on a primary and non - contributory basis if
you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident"
for which the additional insured seeks coverage under this policy.
All other terms and conditions of the Policy remain unchanged.
CNA71527XX (10/12)
Page 1 of 1
Insured Name:
Copyright CNA All Rights Reserved.
Policy No:
Endorsement No:
Effective Date:
CNA
Contractors' General Liability Extension Endorsement
This insurance does not apply to:
Expected or Intended Injury
Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion
does not apply to bodily injury or property damage resulting from the use of reasonable force to protect
persons or property.
11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT
A. For each construction project away from premises the Named Insured owns or rents, a separate
Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in
the Declarations, is the most the Insurer will pay for the sum of:
1. All damages under Coverage A, except damages because of bodily injury or property damage
included in the products - completed operations hazard; and
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that
construction project. Such payments shall not reduce the General Aggregate Limit shown in the
Declarations, nor the Construction Project General Aggregate Limit of any other construction project.
B. All:
1. Damages under Coverage B, regardless of the number of locations or construction projects involved;
2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing
operations at a single construction project, except damages because of bodily injury or property
damage included in the products - completed operations hazard; and
3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing
operations at a single construction project,
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for
Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate
Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can
be attributed solely to ongoing operations at a particular construction project.
D. When coverage for liability arising out of the products - completed operations hazard is provided, any
payments for damages because of bodily injury or property damage included in the products -
completed operations hazard will reduce the Products - Completed Operations Aggregate Limit shown in
the Declarations, regardless of the number of projects involved.
E. If a single construction project away from premises owned by or rented to the Insured has been abandoned
and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs,
specifications or timetables, the project will still be deemed to be the same construction project.
F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to
apply as stipulated.
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for
the Named Insured, will be treated in the same manner as though the action were in personam against the
Named Insured.
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident:
CNA74705XX (1 -15) Policy No: @ @ @ @ @ @ @ @ @@
Page 8 of 17 Endorsement No: @ @ @ @@
@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Effective Date: @ @ @ @ @ @ @ @ @@
Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products - Completed
Operations Coverage Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the
Named Insured is required by written contract to add as an additional insured on this coverage part,
including any such person or organization, if any, specifically set forth on the Schedule attachment to this
endorsement. However, such person or organization is an Insured only with respect to such person or
organization's liability for:
A. unless paragraph B. below applies,
1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the
acts or omissions by or on behalf of the Named Insured and in the performance of such Named
Insured's ongoing operations as specified in such written contract; or
2. bodily injury or property damage caused in whole or in part by your work and included in the
products - completed operations hazard, and only if
a. the written contract requires the Named Insured to provide the additional insured such coverage;
and
b. this coverage part provides such coverage.
B. bodily injury, property damage, or personal and advertising injury arising out of your work described in
such written contract, but only if:
1. this coverage part provides coverage for bodily injury or property damage included within the
products completed operations hazard; and
2. the written contract specifically requires the Named Insured to provide additional insured coverage
under the 11 -85 or 10 -01 edition of CG2010 or the 10 -01 edition of CG2037.
11. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
A. coverage broader than required by the written contract; or
B. a higher limit of insurance than required by the written contract.
III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,
including:
1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
2. supervisory, inspection, architectural or engineering activities; or
B. any premises or work for which the additional insured is specifically listed as an additional insured on
another endorsement attached to this coverage part.
IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY
CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available
to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance
CNA75079XX (1 -15) Policy No: @ @ @ @ @ @ @ @ @@
Page 1 of 2 Endorsement No: @ @ @ @@
@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Effective Date: @ @ @ @ @ @ @ @ @@
Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products - Completed
Operations Coverage Endorsement
is required by written contract to be primary and non - contributory, this insurance will be primary and non-
contributory relative solely to insurance on which the additional insured is a named insured.
V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL
GENERAL LIABILITY CONDITIONS is amended as follows:
The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the
addition of the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance
the additional insured has for any loss covered under this coverage part;
3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the
investigation, defense, or settlement of the claim; and
4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or
program applies to a loss that the Insurer covers under this coverage part. However, if the written
contract requires this insurance to be primary and non - contributory, this paragraph (4) does not apply
to insurance on which the additional insured is a named insured.
The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the
Insurer receives written notice of a claim from the additional insured.
VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended
to add the following definition:
Written contract means a written contract or written agreement that requires the Named Insured to make a
person or organization an additional insured on this coverage part, provided the contract or agreement:
A. is currently in effect or becomes effective during the term of this policy; and
B. was executed prior to:
1. the bodily injury or property damage; or
2. the offense that caused the personal and advertising injury
for which the additional insured seeks coverage.
Any coverage granted by this endorsement shall apply solely to the extent permissible by law.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA75079XX (1 -15) Policy No: @ @ @ @ @ @ @ @ @@
Page 2 of 2 Endorsement No: @ @ @ @@
@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@ Effective Date: @ @ @ @ @ @ @ @ @@
Insured Name: @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @ @@
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
ENDORSEMENT #011
This endorsement, effective 12:01 a.m., April 1, 2015 forms a part of Policy No. PEC0045625 issued to
SCI INFRASTRUCTURE, LLC by Indian Harbor Insurance Company.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED ENDORSEMENT — VICARIOUS LIABILITY —
JOB SITE, TRANSPORTATION AND NON -OWNED DISPOSAL SITE
This endorsement modifies insurance provided under the following:
PROFESSIONAL AND CONTRACTOR'S POLLUTION LEGAL LIABILITY POLICY
Section II. Definitions, I. INSURED, is amended to include the following:
With regard to coverage that may be afforded under Section I. Insuring Agreements, Coverage B.1. — JOB SITE -
Occurrence, Coverage B.4 — TRANSPORTATION and Coverage B.5 — NON -OWNED DISPOSAL SITE only, any
person or organization, other than a CLIENT, as required by a written contract signed by the NAMED INSURED,
but only for:
1. a POLLUTION CONDITION caused by CONTRACTING SERVICES; and
2. the vicarious liability of the person or organization that results from the performance of CONTRACTING
SERVICES,
provided that such written contract is signed by the NAMED INSURED prior to the commencement of the
POLLUTION CONDITION.
Section IV. Exclusions, K. Insured versus Insured does not apply to a CLAIM by any person or organization that
qualifies as an INSURED under this endorsement.
All other terms and conditions remain the same.
PCPoc209i 1012 Page 1 of 1
© 2012 X.L. America, Inc.
WALT 04/07/2015 © 2012 XL Insurance Company Limited.
All Rights Reserved. May not be copied without permission.
CNA
CNA Paramount Excess and Umbrella Liability
Policy
D. Coverage D - Key Employee Exclusions
With respect to Coverage D — Key Employee, this insurance does not apply to any actual or alleged:
1. Death or Disability
death or permanent disability of a key employee relating to, or arising out of:
a. nuclear reaction or radiation or radioactive contamination, however caused;
b. sickness or disease, including mental illness or mental injury;
c. pregnancy, childbirth, miscarriage or abortion;
d, suicide, attempted suicide or self inflicted bodily injury, while sane or insane;
e. the key employee's intoxication, impairment or otherwise being under the influence of alcohol or
controlled substances;
f. war, including undeclared or civil war;
g. warlike action by a military force, including action in hindering or defending against an actual or
expected attack, by any government, sovereign or other authority using military personnel or
other agents; or
h. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in
hindering or defending against any of these.
2. Other Expenses
a. expenses the Named Insured incurs which the Named Insured would not have incurred if the
Named Insured had used all reasonable means to:
i. find a permanent replacement for the key employee; and
ii. reduce or discontinue the key employee replacement expense;
as soon as possible after the Named Insured's permanent loss of the services of the key
employee caused by a covered accident.
b. additional expenses incurred due to the Named Insured's loss of the services of a permanent
replacement appointed or hired to replace a key employee, however caused. However, this
exclusion does not apply if the replacement employee is included in the definition as a key
employee and the Named Insured's loss of the services of the replacement employee is caused
by a covered accident.
IV. WHO IS AN INSURED
The following persons or organizations are Insureds.
A. With respect to Coverage A Excess Follow Form Liability, the Named Insured and any persons or
organizations included as an insured under the provisions of underlying insurance are Insureds, and then
only for the same coverage, except for limits of insurance, afforded under such underlying insurance.
B. With respect to the Coverage B - Umbrella Liability:
1. If the Named Insured is designated in the Declarations of this Policy as:
a. an individual, the Named Insured and the Named Insured's spouse are Insureds, but only with
respect to the conduct of a business of which the Named Insured is the sole owner.
b. a partnership or joint venture, the Named Insured is an Insured. The Named Insured's members,
the Named Insured's partners, and their spouses are also Insureds, but only with respect to the
conduct of the Named Insured's business.
Copyright CNA All Rights Reserved.
CNA
CNA Paramount Excess and Umbrella Liability
Policy
c. a limited liability company, the Named Insured is an Insured. The Named Insured's members are
also Insureds, but only with respect to the conduct of the Named Insured's business. The
Named Insured's managers are Insureds, but only with respect to their duties as the Named
Insured's managers.
d. an organization other than a partnership, joint venture or limited liability company, the Named
Insured is an Insured. The Named Insured's executive officers and directors are Insureds, but
only with respect to their duties as the Named Insured's officers or directors. The Named
Insured's stockholders are also Insureds, but only with respect to their liability as stockholders.
e. a trust, the Named Insured is an Insured. The Named Insured's trustees are also Insureds, but
only with respect to their duties as trustees.
2. Each of the following are also Insureds:
a. The Named Insured's volunteer workers but only while performing duties related to the conduct
of the Named Insured's business.
b. The Named Insured's employees, other than either the Named Insured's executive officers (if the
Named Insured is an organization other than a partnership, joint venture or limited liability
company) or the Named Insured's managers (if the Named Insured is a limited liability company),
but only for acts within the scope of their employment by the Named Insured or while
performing duties related to the conduct of the Named Insured's business.
However, none of these employees or volunteer workers are Insureds for:
i. bodily injury or personal and advertising injury:
(a) to the Named Insured, to the Named Insured's partners or members (if the Named
Insured is a partnership or joint venture), to the Named Insured's members (if the Named
Insured is a limited liability company), to a co- employee while in the course of his or her
employment or performing duties related to the conduct of the Named Insured's
business, or to the Named Insured's other volunteer workers while performing duties
related to the conduct of the Named Insured's business;
(b) to the spouse, child, parent, brother or sister of that co- employee or volunteer worker as
a consequence of paragraph (i)(a) above;
(c) for which there is any obligation to share damages with or repay someone else who
must pay damages because of the injury described in paragraph i. (a) or (b) above; or
Id) arising out of his or her providing or failing to provide professional health care services.
ii. property damage to property:
(a) owned, occupied or used by;
(b) rented to, in the care, custody or control of, or over which physical control is being
exercised for any purpose by;
the Named Insured, any of the Named Insured's employees, volunteer workers, any partner
or member (if the Named Insured is a partnership or joint venture), or any member (if the
Named Insured is a limited liability company).
C. With respect to the Coverage C - Crisis Event Management and the Coverage D - Key Employee, the
Named Insured is the Insured.
V. LIMITS OF INSURANCE
A. Multiple Insureds, claims, claimants
The limits of insurance shown in the Declarations of this Policy and the rules below fix the most the
° Copyright CNA All Rights Reserved.
CNA
CNA Paramount Excess and Umbrella Liability
Policy
iv. will cooperate with the Insurer in the investigation or settlement of the claim or defense
against the suit;
v. will assist the insurer, upon its request, in the enforcement of any right against any person
or organization which may be liable to the Insured because of injury or damage to which this
insurance may also apply; and
vi. will not voluntarily make a payment, except at its own cost, assume any obligation, or incur
any expense, other than for first aid, without the Insurer's prior consent.
3. Cooperation
With respect to both Coverage A - Excess Follow Form Liability and Coverage B — Umbrella Liability,
the Named Insured will cooperate with the Insurer in addressing all claims required to be reported to
the Insurer in accordance with this paragraph O. Notice of Claims /Crisis Management Event /Covered
Accident, and refuse, except solely at its own cost, to voluntarily, without the Insurer's approval,
make any payment, admit liability, assume any obligation or incur any expense related thereto.
P. Notices
Any notices required to be given by an Insured shall be submitted in writing to the Insurer at the
address set forth in the Declarations of this Policy.
Q. Other Insurance
If the Insured is entitled to be indemnified or otherwise insured in whole or in part for any damages or
defense costs by any valid and collectible other insurance for which the Insured otherwise would have
been indemnified or otherwise insured in whole or in part by this Policy, the limits of insurance specified
in the Declarations of this Policy shall apply in excess of, and shall not contribute to a claim, incident or
such event covered by such other insurance.
With respect to Coverage A — Excess Follow Form Liability only, if:
a. the Named Insured has agreed in writing in a contract or agreement with a person or entity that
this insurance would be primary and would not seek contribution from any other insurance
available;
b. Underlying Insurance includes that person or entity as an additional insured; and
c. Underlying Insurance provides coverage on a primary and noncontributory basis as respects that
person or entity;
then this insurance is primary to and will not seek contribution from any insurance policy where that
person or entity is a named insured.
R. Premium
All premium charges under this Policy will be computed according to the Insurer's rules and rating plans
that apply at the inception of the current policy period. Premium charges may be paid to the Insurer or
its authorized representative.
S. In Rem Actions
A quasi in rem action against any vessel owned or operated by or for a Named Insured, or chartered by
or for a Named Insured, will be treated in the same manner as though the action were in personam
against the Named Insured.
T. Separation of Insureds
Except with respect to the limits of insurance, and any rights or duties specifically assigned in this
Policy to the First Named Insured, this insurance applies:
Copyright CNA All Rights Reserved.
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
RESTATEMENT OF MANAGER'S AUTHORITY TO BIND COMPANY
The undersigned, being all of the Members of SCI infrastructure, LLC, a Washington limited liability
company (the "Company ") hereby restate and reaffirm the following:
1. The Company is managed by a Manager as provided for in RCW 25.15.150 and in the Company
Operating Agreement dated January 29, 2001.
2. Mark Scoccolo is the duly elected Manager of the Company.
3. The Manager is authorized to execute instruments and documents, including without limitation,
checks, drafts, notes and other negotiable instruments, mortgages or deeds of trust, security
agreements, financing statements, operating agreements of other limited liability company, and
all other instruments or documents as necessary, in the opinion of the Manager, to do the
business of the Company.
4. The authority to sign contracts, purchase orders, vender agreements, subcontracts and all
agreements of similar nature are vested in the Manager without the need for further approval
by the Members.
The undersigned, being all the Members of the Company do hereby ratify this Restatement of
Manager's Authority to Bind Company on this `1tiay of April, 2015.
Scoccolo Construction, Inc.
Member
v-
By:
Its
146419.1 / 022973.00001
Mountain Pacific Construction, Inc.
Member
By:
Its
A We are experiencing higher- than - normal call volumes and business filings. We appreciate your
patience as we do our best to service every customer as quickly as possible.
SCI INFRASTRUCTURE, LLC
UBI Number 602094857
Category LLC
Active /Inactive Active
State Of Incorporation WA
WA Filing Date 01/29/2001
Expiration Date 01/31/2018
Inactive Date
Duration Perpetual
Agent Name
Address
City
State
ZIP
Address
City
State
Zip
MARK SCOCC0L0
2825 S 154TH ST
SEATAC
WA
981880000
GosD:gPersons(aderned inRCW2395. 105(12)l /aprykcwagoviRCv/supde( aspecite=23.%10sl)
Title Name Address
Governor SCOCCOLO CONSTRUCTION, INC. ,
Governor MOUNTAIN PACIFIC CONTRACTORS.,
4A■-Federal Way
CITY OF
WASHINGTON
CONTACT US
INSIDE CITY HALL
SERVICES DOING BUSINESS
e- Permits HOME
ID
Terms Et Conditions02 102515 000 01
BL
PUBLIC
INFORMATI ¢:
Locate a Business
Permits Information
Number Pre.
Reference File
Name
2825 S 154TH
Issued Permits
Desc.
Applicant
Business Owner
Contractor Search Mailing Address
REGISTERED
USERS
Apply for Permit
View My Permits
Request Inspection
New Registration
Business
Registration
Street
Org. Name
5 C I INFRASTRUCTURE
5 C I INFRASTRUCTURE
5 C I INFRASTRUCTURE
Info. Desc.
Business Ownership Type
S.I.C. Code
Number of Full -Time Employees in City
Business Phone Number
Number of Part -Time Employees in City
Date Business To Start in FW
Update RegistratioriLlC- BUSINESS LIC. (1530)
LIC -BUS. LICENSE RENEWAL (1532)
LIC -BUS. LICENSE RENEWAL (1532)
LIC -BUS. LICENSE RENEWAL (1532)
LIC- BUSINESS LIC. (1530)
Login
Process Description
Renewal Notice
Fee Desc.
Status
Closed
Non - Resident
Business
Street
Type
ST
Retail
Services
OUR COMMUNITY
SCI
INFRASTRUCTURE
PROPERTY DETAILS
Suite Suite
Type Number
Dir
PEOPLE DETAILS
Address
2825 5 154TH ST
2825 S 154TH ST
2825 S 154TH ST
BUSINESS INFO
HOW D
Application Issue Date
Date
Open Mar 27, 2013
City State Zip
SEATTLE WA 98188
City
SEATTLE
SEATTLE
SEATTLE
Limited Liability
1600 - Contractors- Heavy Construction
0
2062420633
6
Mar 27, 2013
PERMIT /LICENSE FEE(S)
PROCESSES AND NOTES
Schedule Date
Mar 27. 2013
Start Date
Mar 27, 2013
Back
End Date
Mar 27, 2013
State
WA
WA
WA
Value
Zip
98188
98188
98188
Fee Amount
Mar 27, Dec
2013
Legal Desc
Phone#
(206)242 -0633 e
(206)242 -0633 e
(206)242 -0633 e
$75.00
$50.00
$50.00
$50.00
550.00
Assigned Staff
Jeri -Lynn Clark (253- 835 -2526)
Balan
Q ® [l 131 Home I Print 1 Emal4 1 Contact Us 1 Employee Resources 1 Copyright Notices 1 Accessibility 1 Sitemap 1 Translate KB Or—, OPIII
33325 8th Ave. South, Federal Way, WA 98003, 253- 835 -7000 1 Powered by CivicPlus
(. EXT: ' -1 RETURN TO: l J/e-p a
tr-4 1-161
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS
2. ORIGINATING STAFF PERSON: NAVEEN CHANDRA ExT: 2729 3. DATE REQ. BY:8/24/2016
4. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G. RFB, RFP, RFQ)
•PUBLIC WORKS CONTRACT ❑
❑ PROFESSIONAL SERVICE AGREEMENT ❑
❑ GOODS AND SERVICE AGREEMENT
❑ REAL ESTATE DOCUMENT
❑ ORDINANCE
❑ CONTRACT AMENDMENT (AG #):
❑ OTHER
SMALL OR LIMITED PUBLIC WORKS CONTRACT
MAINTENANCE AGREEMENT
HUMAN SERVICES / CDBG
SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
RESOLUTION
INTERLOCAL
5. PROJECT NAME: SOUTH 356TH STREET IMPROVEMENT (PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S) PROJECT
6. NAME OF CONTRACTOR: ylitc-a . �" �
w' l /
ADDRESS: 245/ '",% S( t W S Se 1�'1 e w4- o \$
E -MAIL: ma
/1i- NAME: 1mIL� ✓1i- Scnd..cc.)Lv
TELEPHONE: 2g/) 'ZN'Z -C e 3
FAX:
TITLE: rY1ll1�(1l40L4''
7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL
OTHER REFERENCED EXHIBITS PROOF OF AUTHORITY TO SIGN )4 REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS
CFW LICENSE # D2.. t025l5 BL, EXP. 12/31/17 UBI #(DOZ 7'1'{ 57 , EXP. 1 It /i
8. TERM: COMMENCEMENT DATE:
(� {� COMPLETION DATE: bray, crf('eJ)O /
9. TOTAL COMPENSATION: $ J9 E 1O� .el� , (0 J
(INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $
PURCHASING: PLEASE CHARGE To: 306 - 4400 - 157 - 595 -30
INITIAL / AT
10. DOCUMENT / CONTRACT REVIEW
PROJECT MANAGER
KIDIVISION MANAGER
6/DEPUTY DIRECTOR
IRECTOR
RISK MANAGEMENT (IF APPLICABLE)
AW DEPT
11. COUNCIL APPROVAL (IF APPLICABLE)
INI E REVIEWED
COMMITTEE APPROVAL DATE:
12. CONTRACT SIGNATURE ROUTING
XSENT TO VENDOR/CONTRACTOR DATE SENT:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
INt}4L / DATE SIGNED
LAW DEPT
SIGNATOR'd AYOR O DIRECTOR)
ITY CLERK
ASSIGNED AG #
❑ SIGNED COPY RETURNED
RETURN 61fEORIGINALS
Comm N1 .. ,
ceA-
?
1 0 • I a/. �I IPA i .,A iL k Il..�. '
a k 1. r /. A�i
* P f Inca -P1 4r.0 V-t, Vk
1/15
AG#
DATE SENT:
'h 1
PAID BY: ❑ CONTRACTOR ❑ CITY
conrr2nc,T
INITIAL / DATE APPROVED
G - lb --( 1
z -1 "(7
COUNCIL APPROVAL DATE: / 1117
DATE REC'D: ./ C�� I
RESTATEMENT OF MANAGER'S AUTHORITY TO BIND COMPANY
The undersigned, being all of the Members of SCI Infrastructure, LLC, a Washington limited liability
company (the "Company ") hereby restate and reaffirm the following:
1. The Company is managed by a Manager as provided for in RCW 25.15.150 and in the Company
Operating Agreement dated January 29, 2001.
2. Mark Scoccolo is the duty elected Manager of the Company.
3. The Manager is authorized to execute instruments and documents, including without limitation,
checks, drafts, notes and other negotiable instruments, mortgages or deeds of trust, security
agreements, financing statements, operating agreements of other limited liability company, and
all other instruments or documents as necessary, in the opinion of the Manager, to do the
business of the Company.
4. The authority to sign contracts, purchase orders, vender agreements, subcontracts and all
agreements of similar nature are vested in the Manager without the need for further approval
by the Members.
The undersigned, being all the Members of the Company do hereby ratify this Restatement of
Manager's Authority to Bind Company on this `lay of April, 2015.
Scoccolo Construction, Inc.
Mountain Pacific Construction, Inc.
Member Member
By:
Its
146419.1 / 022973.00001
/ n"
By: '—G
Its
0 Our offices will be closed Monday, February 20th in observance of President's Day.
SCI INFRASTRUCTURE, LLC.
U81 Number 602099857
Category LLC
Active /Inactive Active
State Of Incorporation WA
WA Filing Date 01/29/2001
Expiration Date 01/31/2018
Inactive Date
Duration Perpetual
Registered Agent Information
Agent Name MARK SCOCCOLO
Address 2825 5 15470 5T
City SEATAC
State WA
ZIP 981880000
Special Address Information
Address
City
State
Zip
Govenirlg Persons (as defined in RCW23.95.105(12)(htlpl/ app. leg. vra. gw/KW /supdefalicasix?ate=J395.105))
Title Name Address
Governor SCOCCOLO CONSTRUCTION, INC..
Governor MOUNTAIN PACIFIC CONTRACTORS. ,
CSDC eNtraprise - City of Federal Way's Online Services
CITY OF
Federal Way
WASHINGTON
Page 1 of 1
:v T1ON
PARK
e- Permits HOME
■ Terms ft Conditions
•
■
■
■
■
■
PUBLIC
INFORMATION
Locate a Business
Permits Information
Issued Permits
Contractor Search
REGISTERED
USERS
Apply for Permit
View My Permits
Request Inspection
New Registration
Update Registration
Login
INSIDE CITY HALL
ID
02 102515 000 01
BL
Reference File
Name
Number Pre.
2825 S 154TH
Desc.
Applicant
Business Owner
Mailing Address
SERVICES DOING BUSINESS OUR COMMUNITY
Description
Business
Registration
Street
Org. Name
5 C I INFRASTRUCTURE
S C I INFRASTRUCTURE
5 C I INFRASTRUCTURE
Info. Desc.
Business Ownership Type
S.I.C. Code
Number of Full -Time Employees in City
Business Phone Number
Number of Part-Time Employees in City
Date Business To Start in FW
LIC- BUSINESS LIC. (1530)
LIC -BUS. LICENSE RENEWAL (1532)
LIC -BUS. LICENSE RENEWAL (1532)
LIC -BUS. LICENSE RENEWAL (1532)
LIC - BUSINESS LIC. (1530)
Process Description
Renewal Notice
Fee Desc.
Status
Closed
PERMIT /BUSINESS DETAILS
Sub Type Work Type Name Status
Non - Resident Retail SCI
Business Services INFRASTRUCTURE
Street
Type
ST
Application
Date
Open Mar 27, 2013
PROPERTY DETAILS
Suite Suite City State Zip
Type Number
PEOPLE DETAILS
Address
2825 S 154TH ST
2825 5 154TH ST
2825 S 154TH ST
BUSINESS INFO
SEATTLE WA 98188
City
SEATTLE
SEATTLE
SEATTLE
Limited Liability
1600 - Contractors- Heavy Construction
0
2062420633
6
Mar 27, 2013
PERMIT /LICENSE FEE(S)
PROCESSES AND NOTES
Schedule Date Start Date
End Date
State Zip
WA 98188
WA 98188
WA 98188
Value
Fee Amount
Online Permitting
Issue Date Expiration
ate
Mar 27, Dec 31, 2017
2013
Legal Desc
Phone#
(206)242 -0633 e
(206)242 -0633 e
(206)242 -0633 e
575.00
550.00
550.00
550.00
$50.00
Assigned Staff
Mar 27, 2013 Mar 27, 2013 Mar 27, 2013 Jeri-Lynn Clark (253- 835 -2526)
Back
Balance
50.00
50.00
50.00
50.00
50.00
# of
Attempts
0
Powered by CSDC's AMANDA
Q NUM Home 1 Print ( Email 1 Contact Us 1 Employee Resources I Copyright Notices 1 Accessibility 1 Sitemap I Translate p3 Iry -
33325 801 Ave, South, Federal Way, WA 98003.253- 835 - 7000 ? Powered by CivicPlus
https: / /epermits. cityoffederalway .com /PublicPortal /FederalWayDev /public /public_folder ... 2/17/2017
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Conformed Bid Document
RFB # 17-001
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, WA 98003
January 2017
SOUTH 356th STREET IMPROVEMENTS
(PACIFIC HWY S TO ENCHANTED PARKWAY S)
RFB NO. 17 -001
Addendum No. 1
January 5, 2017
ATTENTION: All Bidders and Planholders
You are hereby notified that in Addendum No. 1, the Bid and Contract Documents are amended
as follows:
A. REQUEST FOR BIDS:
1. Last paragraph under Description of Work has been modified as follows:
All bid proposals shall be in accordance with the Instructions to bidders and all other
contract documents. Any questions concerning the description of the work contained
in the contract documents must be directed to Naveen Chandra, P.E., Street Systems
Project Engineer, by facsimile at (253) 835 -2709, or by letter addressed to Naveen
Chandra, P.E., Street Systems Project Engineer prior to bid opening date.
B. BID OPENING
The bid opening date bas not changed.
All bidders are required to acknowledge receipt of this addendum on page 22 of the
Bid Form. Failure to do so may cause rejection of the bid.
CITY OF FEDERAL WAY
'Y A7
UJ
Naveen Chandra, PE
Street Systems Project Engineer
1 of 1
City of Federal Way
South 356`x' Street improvements (Pacific Hwy S to Enchanted Parkway S)
Addendum No. 1
January 5, 2017
•
•
•
South 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S
RFB 17 -001
Addendum No. 2
January 19, 2017
ATTENTION: All Bidders and Planholders
You are hereby notified that in Addendum No. 2, the Bid and Contract Documents are
amended as follows:
A. SECTION 1: INSTRUCTIONS TO BIDDERS
1. Section 1 -16 Bid Documents, Page 10 — DELETE subsection I and REPLACE
with the following:
1. Proposal for Incorporating Recycled Materials into the Project
J. Contractor's Certificate of Registration
K. Contractor's State Identification Numbers
B. ATTACHMENT C -BID SCHEDULE
1. DELETE Bid Schedule B pages 28 and 29 and REPLACE with the attached
pages 28 and 29. A summary of revisions to the bid schedule based on
original bid item numbers is included below:
C. SPECIAL PROVISIONS
1. Section 1- 07.5(4) Air Quality, Page 39 - DELETE this section and REPLACE
with the following:
1- 07.5(4) Air Quality
( * * * * * *)
Supplement the first paragraph of this subsection with the following:
The local air pollution authority for work in the vicinity of, and the
removing, handling, processing, hauling and disposing of, ACM and AC
pipe is the Puget Sound Clean Air Agency. The agency responsible for
worker and public safety relative to work with asbestos in, and in the
vicinity of, the work area is the State of Washington Department of Labor
and Industries.
2. Section 1 -07.6 Permits and Licenses, Page 40 - DELETE the sub section
titled `Asbestos Handling and Disposal' from this section and REPLACE with
the following:
City of Federal Way
S 356`' Street Improvements
1 of 7
Addendum No. 2
January 19, 2017
Asbestos Handling and Disposal
The Contractor shall coordinate with the Contracting Agency in completing
the applications and preparing plans as applicable for, and shall be
responsible to secure and comply with the provisions of, the following:
Puget Sound Clean Air Agency:
Asbestos / Demolition Notification for Contractors and Property
Owners
The Contractor is advised that the provisions of Regulation
Ill, Part 4(d) of the Puget Sound Clean Air Agency are not
applicable to this project. All asbestos containing or
contaminated materials designated for removal as shown on
the Plans, specified in these Special Provisions, or
generated by the Contractor's operations shall be removed
from the work area, and hauled to and disposed at a waste
disposal site in the State of Washington authorized to
receive such waste.
State of Washington Department of Labor and Industries:
Notice of Asbestos Abatement Project
Sample notification forms, and supplemental agency- furnished information
are included in Appendix 1. The Contractor shall be responsible to review,
amend as necessary, complete, and submit the notification forms. Within
three (3) working days of submitting the notifications, the Contractor shall
provide a copy of each such notification for the Engineer's review, and
shall be responsible to make such corrections as may be requested by the
Engineer, and to resubmit the corrected notification(s) within the
prescribed advance time frame as provided by the jurisdictional agency.
Under no circumstances shall the notifications be submitted under the
emergency notification provisions for the associated work identified to be
performed within these contract documents. All costs to prepare and
submit the notifications, and subsequent costs to coordinate with the
jurisdictional agencies in accordance with the respective agency
requirements, shall be included in the applicable Bid items for the Work
involved.
3. Section 2 -02.3 Construction Requirements, Page 73 - ADD the following
paragraph to the sub section titled `Asbestos Cement Pipe Removal, Handling
and Disposal':
This contract provides for the removal of all AC water main within the
project limits. Should the Contractor elect to sequence work such that it is
necessary to excavate beneath existing AC pipe prior to the main
replacement being completed, the Contractor shall be responsible to
adequately support and protect the AC water main from damage at no
2 of 7
City of Federal Way Addendum No. 2
S 356th Street Improvements January 19, 2017
•
•
•
•
•
additional cost. This may include structural support blocking, repair band
clamps, temporary pipe replacement and /or CDF backfill under the pipe to
allow continued function of the existing water main until the replacement
water main is in service. No excavation shall occur beneath AC water
mains unless support and protection provisions have been approved by
the Engineer. Providing support and protection provisions to protect the
AC water main from damage during excavation shall be considered
incidental to the work and no additional payment will be made.
4. Section 2- 02.3(5) Removing Existing Water Facilities, Page 77 - ADD the
following to the 4th paragraph in this section:
The unit contract price for `Removing Existing Hydrant Assembly' shall
include removal of associated guide posts / bollards when present and no
additional payment will be made.
5. Section 2- 02.3(5) Removing Existing Water Facilities, Page 77 - DELETE the
9th paragraph of this section and REPLACE with the following:
Trench excavation for the removal of water facilities (water mains, hydrant
assemblies, valves, services, etc.) shall not be measured for payment, but
shall be included in the unit contract price for the removal. Where
excavations for removal of water facilities exceed 4 feet in depth, all
required shoring shall be included in the lump sum contract price for
`Trench Safety Systems' in accordance with Section 7- 09.3(7)D.
6. Section 2- 02.3(5) Removing Existing Water Facilities, Page 77 - DELETE the
11th paragraph of this section and REPLACE with the following:
Following satisfactory removal of the water facilities, and water facility
decommissioning as applicable, the vacant trench or excavation shall be
backfilled with gravel base for trench backfill. Trench backfill shall be
placed, compacted in accordance with Method C compaction as provided
in Section 2 03,3(14)C, and graded to provide a firm, smooth and uniform
surface for placement of subsequent surfacing materials to finish grade.
Native excavated material shall be removed, hauled, and disposed at a
permitted site. Excavation, haul and disposal of native material shall be
included in the unit contract price per linear foot for Remove _ Water
Main. Backfill shall be measured and paid per cubic yard at the unit
contract price for Gravel Base for Trench Backfill.
7. Section 2 -09.4 Measurement, Page 84 - ADD the following:
"Structure Excavation Class B incl. Haul for Schedule 8" shall be
measured per the neat line cubic yard to the limits described in Section 7-
09.3(7). If the Contract includes a pay item for grading to remove
City of Federal Way
S 356th Street Improvements
3 of 7
Addendum No. 2
January 19, 2017
materials, the upper limit will be the neat lines of the grading section
shown in the Plans.
8. Section 2 -09.5 Payment, Page 85 - ADD the following:
"Shoring or Extra Excavation Class B for Water Main ", per linear foot of
trench excavated to a depth of 4 feet or more in accordance with the
description for Shoring or Extra Excavation Class B in Section 2 -09.4.
The unit contract price per linear foot shall be full pay for all excavation,
backfill, compaction, and other work required when extra excavation is
used in lieu of constructing shoring. If select backfill material is required for
backfilling within the limits of the structure excavation, it shall also be
required as backfill material for the extra excavation at the Contractor's
expense. This bid item is applicable to water main and hydrant assembly
installation only. Trench protection for removal of water facilities, service
line installation, manhole adjustments, and other work in Schedule B shall
be included in the lump sum price for `Trench Safety System' in
accordance with Section 7 -09.
9. Section 7- 09.3(7) Trench Excavation, page 125 — DELETE the first sentence
of the first paragraph and REPLACE with the following:
Excavation for water mains shall be measured and paid as `Structure
Excavation CI B incl Haul for Schedule B' in accordance with Section 2 -09.
Excavation for water services and removal of water facilities will not be
measured for payment, but shall be included in the applicable unit price
item contained in the proposal.
10. Section 7- 09.3(7)D, page 127 — ADD the following new section:
7- 09.3(7)D Trench Safety Systems
Add the following new subsection:
The work described in this section shall be specifically for removal of
water facilities and installation of service lines. Shoring or Extra
Excavation CI B for Water Mains shall be measured and paid per square
foot in accordance with Section 2 -09.
The Contractor shall provide all materials, labor, and equipment necessary
to shore trenches to protect the Work, and existing improvements and
natural features not designated for removal, and to provide safe working
conditions in the trench. The Contractor may elect to use any combination
of shoring and overbreak, tunneling, boring, sliding trench shield, or other
method of accomplishing the 'Work consistent with applicable local, State,
or Federal safety codes.
4 of 7
City of Federal Way Addendum No. 2
S 356`h Street Improvements January 19, 2017
•
•
•
•
•
If workers enter any trench four (4) feet or more in depth that does not
meet the open pit requirements of Section 2- 09.3(3)B, the excavation shall
be shored as provided in Section 2- 09.3(4). The Contractor alone shall be
responsible for worker safety, and the Contracting Agency assumes no
responsibility.
Upon completing the Work, the Contractor shall remove all shoring unless
the Plans or the Engineer direct otherwise.
Shoring to be removed, or moveable trench shields or boxes, shall be
located at least two and one -half (2Y2) pipe diameters away from metal or
thermoplastic pipe if the bottom of the shoring, shield, or box extends
below the top of the pipe, unless a satisfactory means of reconsolidating
the bedding or side support material disturbed by shoring removal can be
demonstrated.
Damages resulting from improper shoring or failure to shore shall be the
sole responsibility of the Contractor.
The furnishing by the Contracting Agency of resident project
representation and inspection shall not make the Contracting Agency
responsible for the enforcement of such laws, rules, regulations, or
procedures, nor shall such make the Contracting Agency responsible for
construction means, methods, techniques, sequences, procedures, or for
the Contractor's failure to properly perform the Work necessary for proper
trench excavation safety.
11.Section 7- 09.3(8) Removal and Replacement of Unsuitable Materials, page
127 — DELETE this section and REPLACE with the following:
7- 09.3(8) Removal and Replacement of Unsuitable Materials
Replace the first two paragraphs in this section to read:
When so directed by the Engineer, excavation shall be extended below
the structure or pipeline grades to permit the placing of foundation gravel.
Whenever in excavating a trench for water mains the bottom of the trench
exposes peat, soft clay, quicksand, or other unsuitable foundation
material, such material shall be removed to the depth directed by the
Engineer and backfilled with foundation material. When determined by the
Engineer that such unsuitable foundation material has been encountered
and the Contractor has removed said material to the depth as directed by
the Engineer, The Contractor shall furnish and place a layer of quarry
City of Federal Way
S 356' Street Improvements
5 of 7
Addendum No. 2
January 19, 2017
spalls followed by a nominal three inch deep layer of CSBC, or a layer of
CSBC as directed by the Engineer.
12. Section 7- 09.3(9) Bedding the Pipe, page 128 — DELETE the 2 "d paragraph of
this section and REPLACE with the following:
Gravel backfill for pipe zone bedding shall be used for pipe zone backfill
and shall be placed in uniform lifts on each side of and above the pipe as
shown on the Plans, and shall be compacted to 90 percent of maximum
density.
13. Section 7 -09.5 Payment, page 154 — DELETE the 6th paragraph of this
section and REPLACE with the following:
Trench Safety System will not be measured for payment. A separate bid
Proposal item is included for shoring and extra excavation. The bid
Proposal item for trench safety system shall apply to all shoring or
equivalent trench stabilization and worker protection methods and
materials required for work in Schedule B and not included under the bid
Proposal item for Shoring or Extra Excavation CI B for Water Main as
described in Section 2 -09.
14. Section 7 -09.5 Payment, page 154 — ADD the following:
"Trench Safety System," lump sum.
The lump sum Contract price for "Trench Safety System" shall be full
payment for all costs for the Work as specified in this Section.
"Shoring or Extra Excavation CI B for Water Main" shall be in accordance
with Section 2 -09.
15. Section 7 -14.5 Payment, page 169 — ADD the following:
For this Contract, `Structure Excavation CI B Incl. Haul for Schedule B' and
`Gravel Base for Trench Backfill' and `Shoring or Extra Excavation CI B for
Water Main' associated with Hydrant Assembly installation shall be
measured and paid separately under the bid items provided in the
Proposal.
16. Section 7 -15.5 Payment, page 175 — ADD the following:
For this Contract, `Structure Excavation CI B incl. Haul for Schedule B' and
`Gravel Base for Trench Backfill' and `Trench Safety System' associated
With SC! V/C.G Col III U iU(I and L'U. LUnn►et- Supply Line installation shall be
6 of 7
City of Federal Way Addendum No. 2
S 356th Street Improvements January 19, 2017
•
•
•
•
measured and paid separately under the bid items provided in the
Proposal.
D. PLANS
1. COVER SHEET — DELETE sheet 1 of 111 and REPLACE with the attached
revised sheet 1 of 111.
2. SITE PREPARATION & TESC PLAN — DELETE sheet 23 of 111 and
REPLACE with the attached revised sheet 23 of 111.
3. DRAINAGE PLAN — DELETE sheet 42 of 111 and REPLACE with the
attached revised sheet 42 of 111.
4. WATER & SEWER PLAN & PROFILE — DELETE the following eleven (11)
sheets and REPLACE with the revised sheets attached:
• 51 through 61 of 111
5. JOINT UTILITY TRENCH PLANS — DELETE the following two (2) sheets and
REPLACE with the revised sheets attached:
• 109 and 110of111
6. FRANCHISE UTILITY PLANS — ADD attached Puget Sound Energy sheets
1 -7 and Comcast sheets 1 -3 at the end of the plan set (after Joint Utility plan
sheet 111).
E. BID OPENING
The bid opening date has not changed.
All bidders are required to acknowledge receipt of this addendum on page 22 of
the Bid Form. Failure to do so may cause rejection of the bid.
CITY /OAF FEDERAL WAY
l r'
Desiree Winkler, P.E.
Street Systems Manager
7 of 7
City of Federal Way Addendum No. 2
S 356th Street Improvements January 19, 2017
•
•
Attachment C
BID SCHEDULE
CITY OF FEDERAL WAY
S 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S
SCHEDULE B - LAKEHAVEN WATER AND SEWER
All unit prices in Bid Schedule B shall not include applicable sales tax.
ITEM
NO..
SPEC
SECTION
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
B1
1 -10
Flaggers and Spotters
HRS
320
B2
2 -02
Removal of Structures and Obstructions, Schedule B
LS
1
B3
2 -02
Remove AC Water Main
LF
1,030
B4
2 -02
Remove Ductile Iron /Cast Iron Water Main
LF
140
B5
2 -02
Remove Existing Gate Valve
EA
6
B6
2 -02
Remove Existing Hydrant Assembly
EA
2
B7
2 -02
Remove Existing Water Service Connection
EA
4
B8
2 -09
Structure Excavation Class B Incl. Haul for Schedule B
CY
910
B9
2 -09
Shoring or Extra Excavation Cl. B for Water Main
SF
6,610
B10
5 -04
Temporary Pavement
TN
40
B11
7 -09
Ductile Iron Pipe for Water Main 8 In. Diam.
LF
1,350
B12
7 -09
Additional Cast Iron Fittings
LB
1,000
B13
7 -09
Connect to Existing Water Main 8 In. Diam.
EA
5
B14
7 -09
Removal and Replacement of Unsuitable Foundation
Material
CY
70
B15
7 -09
Gravel Base For Trench Backfill
CY
850
B16
7 -09
Concrete for Thrust Blocking
CY
10
B17
7 -09
Trench Safety System
LS
1
B18
7 -10
Construction Sequencing and Temporary Water Service
LS
1
B19
7 -12
Gate Valve, 8 In.
EA
10
B20
7 -14
Hydrant Assembly, 6 In.
EA
4
B21
7 -15
Service Connection 5/8 x 3/4 In. Setter (2 In. Service Pipe)
EA
1
B22
7 -15
Service Connection 1 In. Setter (2 In. Service Pipe)
EA
2
B23
7 -15
Service Connection 2 in. Setter (2 In. Service Pipe)
EA
1
B24
7 -15
Customer Supply Line
LF
10
B25
8 -01
Seeding, Fertilizing and Mulching
SY
200
City of Federal Way
South 356th Street Improvements
28
RFB # 17 -001
January, 2017
SCHEDULE B - LAKEHAVEN WATER AND SEWER
All unit prices in Bid Schedule B shall not include applicable sales tax.
ITEM
NO.
SPEC
SECTION
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
B26
8 -02
Topsoil Type A
CY
15
B27
8 -31
Resolution of Utility Conflict
EST
1
$ 5,000.00
$ 5,000.00
B28
8 -31
Potholing
EST
1
$ 3,000.00
$ 3,000.00
B29
8 -35
Adjust Existing Sewer Manhole to Grade
EA
2
B30
8 -35
Reconstruct Manhole
EA
3
B31
1 -04
Unexpected Site Changes
EST
1
$ 5,000.00
$ 5,000.00
BID SCHEDULE B SUBTOTAL $
SALES TAX (9.5 %) $
TOTAL SCHEDULE B $
City of Federal Way RFB # 17 -001
South 356th Street Improvements 29 January, 2017
•
•
1
visa
c
MC O
co ,
a
%. a) co
a) CD
w
0
LL L tts
>+ v Et2
V �
CL LL
•
MPROVEMENTS
SOUTH 356th STREET
>-
ce
0
W
H
z
•ct
0
z
W
0
u_
c.5
0
JANUARY 2017
RFB NO. 17 -001
SCHEDULE OF DRAWINGS
If-- Z
�
0 0
N S 3AV ISlS ' p _ Oe pQ
0.
y U
P
N F-
1 \►� iA
MEI
PUGET SOUND
0
0
.IMH O13IOVd
S 3AV Hlbl
>S 3AV IS
' ▪ F -
1 /
MS 1d H\ Z
Po
MS 3M 1S lZ J_,i
CV 0
= �� i 2c")
d 0 / –
o- //'/Q(/
Q
RD
J
1
oi
I-
Q J
~ W
W 0
Z - N °b
0 < J
0 W ▪ 17-
Z 0 = N (1)
N d 3 4 N I- W
N 3 az W 0
OO O N H �J-I ¢ O =0 0� 4
CJ < 0
5 UJ Z °� Q J Z LL m Q�� J J J
d r N N J
> O
m 0 4 J J o 0 `J` r o- Q a w di z o a= LL,,--"7( a z
Q N Q, Hr¢z03wQ. ONW 3.b a,_ JU rUj)0- ZZO0
W Z W 0 3¢ d d> d Q F- Z r Z d OO.. N W W 0 0 F N-
F NaS >- WU' 1.. W>'r O00 0 Z d Q J Q Q O O<<<< N Ni--'
Z cc 9XU QZrOa.�oNmZ�wa�33C00000��aZ�1-
0Lu 0CC�k- `- 0000CC1 -0 << CC CC �� <a� -I_ =o0
ct U J _ W 0Cc W d'�JO V)033 F --300 _ _ J J _ _ NC.J
o0
0 IA
z =:41"))
O N
O
Ce
J100 uj
U
z
ow
0
m �
U
r-- o
O ;9) M O M Loa' t.- r":-.1 t D co" '- 0 t` O O•-
= - NN7 . rD ^ c-J 0' N ,-� CO 0 CO N rn W W ���000
N .- ,- CC ^'
•
VICINITY MAP
•
0
0
D
0
0
O
GENERAL NOTES
Hm WW" =NLi 0 0 UM N 2
Goa' a' ZU ^ N O ul
L)ce F150 m X7ad' yz o_ w
C7 Q a 2 W W W m I z U
aZ� ogl z °7d,�5 a 0
_N w U N D W a >cz OO ?wmZ w m Po cn Z 5vi
Z E aUF 'i! m g.21 N n M NF
ppaaQ Wa = z 0.
z w Pa
N6 F W �Z a J w(� Nw c7 3 Z
G1no .?ciA6a �a aid' _ F o w �O
5 wz u m
w
. x. . N k c o
c o f
z I
1-0 � za
1-0. F =m > >
Inn � ~ I is Uv;56 Na < � off - Z I Li, 1 /
U �NOWW K � „. 64 3
<a„ Om.n .
C7 1 I
W 1 I
ci r6 v, M co r; W of J I 1
u
GRIND & OVERLAY UMITS
bZ 133HS 00 +OZZ VIS 3NIl H01VW
REMOVE CEMENT CONC. SIDEWALK AND /OR PAVEMENT
REMOVE ASPHALT PAVEMENT
CATCH BASIN INSERT PER WSDOT STD PLAN 1- 40.20.00.
CONSTRUCTION NOTES
4i
a: Na.
4 m
o z
o
o m o6
0: e
w \ ID F a a
CI
z 41 < g
<I 8 <
< o m N F
= 0 o z w f
fi O < I-
co o
1°.I G�i a o iii N
41 W c= K m 5.
2 m < 3 0 I Ma
Q 2: w F z d 0 0 w Q a
LA a CC O a Z IX a a w<
0000000000
SITE PREPARATION & TESC PLAN
STA 216 +00 TO STA 220 +00
LL
0
CITY OF FEDERAL WAY
0
u
S 356TH ST IMPROVEMENTS
1-
z
W
G 2
D
O
O
0=21
3
0 , R
gMAal
a
ZZ 133HS 00 +91Z VIS 3NI1 H31VW
a
m
0
O
Q
CL
rc
a
w
QO
z
Z
NGINEERING MANAGER
8
6
PROJECT ENGINEER
0
•
•
Vld LZ:£ LIOZ /6l /t 6MP.O dSZ80 £l \laoJluoo \s6wMoJp \NOIS30 \ls ylgg£ s Z80£l Vom papa \S103r08d \:N
•
GENERAL NOTES
> 0
3 m < •
Nz M0
<
tl o O U
a�
N O
U W w Fm
m < FM
a E 0d
m O N Z Z
<
O 6Ra
N a2 WO
co co
6a
R * F N
0 = N O O L
K W Z
NVi a <
<1- O cr cr a O
ao < °S
CCM 0 O > N 6 < g.
J
o
6
m�
U
� W
O
<
Cl)
U
O
Z
� V co
WZ
[7
0 6 Z
N.-6
cr
0 U <
F
Ow,
W
Z
0 3
O
m0
Z
3
<
< d' 0
N
O o
zo
zZZQ
m N
2 }
U3
O
affi
B
0
CD U O
C-7 z
�aZoZ
W C.DQ
O
O
J �
w
d
w
�Z
6
0
CCF
N
w
U
< co
tid
W
0 N
a6
0a
H
N 0
3< N
�
O
OZ
C
oQ
a
‹T
N co
ZE g
O
wE0
< > 1
w
Zw0
C m Vti
N
0
Z
w
Co W Of J
CONC INLET OR CATCH BASIN TYPE 1
CATCH BASIN TYPE 2
STORMWATER MEDIA FILTER (SIZE VARIES)
MODULAR WETLAND SYSTEM (SIZE VARIES)
•
1
STORM PIPE WITH DIRECTION OF FLOW
REMOVE EXISTING STORM DRAIN PIPE
M
X
U
STORM DRAIN STRUCTURE NUMBER
t 133HS 00 +OZZ VIS 3NI1 H31V1
CONSTRUCTION NOTES
U
i
2
CC
co
O
a
U)
W
N
5
J
Q
Zo
�<
o N
O
V
CO
a
Lti 133HS 00 +9LZ V1S 3NI1 H01VIN
0
DRAINAGE PLAN
STA 216 +0C TO STA 22C -00
LL a)
4
1-
z
0
Otagg
oVgi
A
F a " -0
w"R z -.IE
�1
8
A
0
a
Q
O
5
0
8
a
Q
2
Z
•
•
VYV ZS :IL LIOZ /6L /L 6MP' NldW211SZ80 £L \ 13oJ1uo0\s6uIMoJQ \NOIS3O \Is 4399£ s Z80£ND* 1oaapa \S1O3PONd \:�
•
GENERAL SEWER NOTES
GENERAL WATER NOTES (CONT.)
GENERAL WATER NOTES
aU w2
Am r ¢ Z
0 03 M 2 n Q a
J OWN
Z �J a�QO Ni-•
m2 mpp<2 Wp
m ° ° Ya
� ocg6 aaw
m• m • m"mzm
a°= 6mN
op o 3� UZ ffi
N
Z W r WN° p .0- m a Q
O a s o
W O a
m Z o C°j J O m 6 Z
EE ao#ov ��N
L.y{ 2 Z W m
z6gc z (.1-70A1-- a
mw z
O a W m ▪ a 0
w J N S p 7
m SO2
a W J Z_ Z H r
m• � M3x °NC1 aaw
H o z Z Z F ri (N/ ] p
i W `yo It
N >w N o 2 ac UZ O
Q< <° iii M co a F-¢ 2
Q - V J Q J
• aV
I"]
WATER LEGEND
• p O
wbp
> o m m Z
Cal J - N a F 2
Z 1"F L 1 1 FT •
W>4 O° W Q w r F H m0 w
m U C4 W O F = z p F 0
Qsm w = 2 < W F p
ca-6-26 �S ZpZ Z Qwwd a 2 0 • 7 C) W
W( NCB � 1-ZN m oZ Z� W �Z� Sj
JioaW� CV U ‹ti— g° wz W ZWa <��
W3�� • x� Zc�r�_`' <oxo
CD
'Ng m�z rn
SxWW2 Ny mzaox W oa < ZFZ�Z v"S m 8' m
O 7 S° N 0 0 u0 Z C.)‹
m a a 5 °¢ o N a z o a z
60aZa am3Z��iSM mop¢ awZwo w� < zu.
wm L� cx5 WL�,� o o a mo
r W i-C�C� > O a X \xN a0 Z C7p ;:-,,L-, w= m m m d
3 Fz w °J z °z P5 W Z a O m z a Z .;1' w µ-
o =O Ua6 �- N a
aZOQoa �Z`� zKa °� a w oo° qoq
ITIS goo wwa ^¢ F- 6 W2^ ° {p
• wwb��Ly�aU aKwm WW Z�y mNO aN� Z� UFa- -0 s
• ~ Vzmul'�aa' ~N WS ~� 6 SNNtOZ °LF a ZNF
p ��mCSao a �U`J O b'F Nmw`J` I - o�c $0+a'
Z Q° d Z a EE p_ Z? o b! W Z N a N a U Q a
v 000�3�ao - ao�� >� maU oZw3 W� 8 °zo c'W Z >N x
[
P0-4<m0 = aQ OZ m 0 Z_= ‹ .5. MM 8 ›,:c.) Bj z a�. Z ace B
g p a U O d 2 m b �Np Z U O° W o Z ° a U z = r o¢
s3 �41�wa maaF_ `5 Zm�' c3 3a Ng ~o
o °U L °° rUN U t�'� oma_b �? ° w6p w
CL< 00
O W ^• 38�QZN ¢ Fa�w Wz� • i j vi 0 F- a 0 CC m
oz woMima�amm u�woaam 9�1- ` <a� =�= o' x a w°aw
z° NO ° °�� J W J N W a WZ m Ndp m L � � CL N mZ Cr
0� Ira 6� o0aa o� b'6Ha oiPm r- Ua 6d CO xi-
,Z, <62xmw wwo cQa i`'dwwz oY� N .._�� ce ,, k' o6 0-
o< Q 4 jSm�O Z Z� m ZQW ZU CD
O V I W U 6? ° Y N Z> < a w w O
rf, W W J W Q W io
G? U -n Oa awapm w¢F Z !!Lac K'om W
m10 O° _<L1 i13 UJ w= d' °O O d'�b� ZZZ it a ci_ . >- I a> �°-2 -, F Zwma Z C7 �'Z w aZ aZ
ao zWaz�mof -'z owabrW �a° E.�Ja w z Ew `50° � mc�j
• a m- NO6z >Z awm w.-,-.w . 1-U ° 0mN Y la-c, w
< S�mzO�a°m iz� w >�`°n l+OIU � m3�i o w ° �m o wN :<
W m0N0- LUTLN0 -� WZ Op xd ZNZ ZF °WUp Z 8 �Z'� OZ �� -= OJ CD
W m 2 W W W O QQY' ° �Zy yO W w w L °�� a w W° O j W N O a Z U U g w
W a d S r F- m0 mJ w N Z. JFJl m ZZ f O 0, w.' V F N
co W N U m Z x H o_ W U O fl d Z ° f O W W=
C 7 Z= C 7 ¢ N N W N Z J N Z d m
w 0,6Z F a LL���,,�� z 3 S� who V e zo = ili 2 CC 2W m mJ WZ N ZViW W
w d wam d aw Z 8� m {�� m�Y mg N Y $m ¢ N M 6 U
W He'-U ¢N
L., I- <am <YCOicew7 m m o¢ Z< Nv I m<w o
oLTSa3 -apN �mUZW °r m >�c x_lan.a a m ;�i a3 ?N ° >° 0
� ^- N N N
m
WO N 1- J a a O Q
_ m°0°206
Z
m Z UO
0 o U Q
N VI
0 9� am w 0- °z " W 9 amnow
Nb owao� a�-
6� oozwpbz�
ZZ RI
U Q- H° z °a (Jj m FN
U a a o =
co z 3 va
m U r a F o cem m a w
ob oaaoo oa >
aQ CalCCPW
2
..°<
a V N U 6 W w a m ^ M
a 3CDa F z� Si E <5
ce
o1- }M<(,) <m °a
• U 6¢ W 2
d p Z
(W
O . p° N Q w
N Z W W O a 0
a m a > o 4 a O o Z Na O N
d CIg Q V"
= U O Q Q r 2 N mQ W U Q O p W Q Z
O° 2 a 2 P < w
a j o F Z Qz7
F o� F U = ¢ > N < < N 0 Z = m L 01-2M °W Z
O a , Z 2pC.
am U C7 -i
¢ Z 6 FU=p wp O OU
cn
O U ZO >/m N a m F= m = Z oZ ;,. m W - a a z
F Z M O � a 6 F W X Z W O
Ma cLWwNWw Z O �{ w F
VI m a°° w O a F O N N 0Q �
zf- Z Q F37 6 9 m°
-) WWUZ
u
4 -- LTJ Q -ric 5 a
Jp6 ww.>`'Z U N
am c) a��N'J5 °0 >vxiw
CV
N1
«- o z
ac w m l Q W
F Z w m 0M
La CL CC ce
}}. o Q
w . b ^ m
rZFFy Ln�.
>OWU'~. Nu
ri m ° W ¢
ce 40 N < ZN n�J
QZQ O 1 N U
O Z O
c„,
O O Y z m d p
m- �z
Z Z =µUµF�O
W
r-r40
,.80„,,
za °ow
zoaTu�a
O�LL �wjN'
N d w (yj Q •° a
o ,-30_ C"
F b O
Z O W _
mm N ~ N
zm�
a w po w o- m O
Z ° ~ U
FdzZbwy
0u) Z bw Q m
Z m i U w
FSo°aml+i
>7Z5.10°-412
W U ¢ - m a O
Z
8 °
Q N Z Z m
� V
:!!!):1!! N
OW. aww
gN >azo=F
0$a�CCog
obr.ao �
ii.F-'tit,J°-1-2-m-1:Ec:-0---5-w pU _ °z
vm U b W wc ° F m
a w-
a �� Nw
zLX 00�
JmJ Q 3 U a> mJ
J ES Z K Q° W
a 7zpzN
N Om U ; O� Z
sQ,o:oOJ
W a�i'mrl.
8,1-8L2,68! 0 < t
Z <p i F
m m 5 w Z
xm <m0 < ~ M
U r W
C c.... ON
N pz m i W Q r Q
F.:5,-vg
65<m= UmLJjam U
< a ,.:,- wmz m
o O Z C,
"a�51ra��aL
0
m,„,,.,.. ' -
,Jw��pwmQ,
>1 °aIma °a
N
°
CL
-J
25.EST1MATED STATIC WATER MAIN PRESSURE: La PSI MAX (AT APPROX. STA 212 +30, RT) 2
j PSI MIN (AT APPROX. STA 223+37, LT)
U Li Z m Z I. w w I--• m 0
Z ��= Nm 2 p W N 0 �' 6UW, VJZ WI-
3 r
6 O �"zp 6 Q I �,j a�j COQ 1 MOp �m YQ7 VQ
d 25 F- W N F7 °NFZ °iVFF2 ~ mm �-< °� °F m
�p� �° o�a oN w�a %L!) 63� `N�`o3a z3=FS w;� =a 5/10 mc�W
=U ZLU Qz OLn U p6> Nr�' O LWj V)mZ Z(Tia WZ a z �Qam <7 aWy g moc>� w�o�� o °°mZC]wmF ma O m U C� 1-w t<0E- mq Wd W Z z OgZmCVIZ Y
Nmd 3z a Z 6 e ik'o �W °8 176::
ry mk'wF� NzUk"wW'amC-,
ZZ �a�VVIII O S+-�a O �z ww4i = o i'n cl- N��L3. Cmu, u"i Sm ZZQ NW SO U N �O �IoI�O? Q mo mZmOm =03 N cnw
C_>�� �a `-zFa� a oo z ~N��W 3�- �LS�apdO' PHC mow OK co
I-- '° LX.� a Z o ° m 2 ° j. E > (n �. a ~ m°W w W F a NZ Q ° Zwzm a z Q m 0: W2 ZFN N Zp6Qw • CC
y 0 U• \ W N d. W Z
=4‹
i° Q Q w Z U U
W p w O � m� al"' O N a a t� Z p m ?Li 0 < 2� a W N F �
J ZZ = lla�.�
?F- Q Y-5< OW 2 Uab W 20F wc.�OF QVi! U m� °O Uz Si
0.7z
w wY U m3°ZQ N CZCZ -'J� °� 6 °° ¢ U W N mm x¢ Q gow
7 N N I F p Q N_ • O O w N° b m>C 5 (� 2 q = Z OU dUm i`d29Q Q NnQ wwK wWKU m pN'J 6 UO
a a w Z = a F ,.. Q Z ZO z m r Z O L=i N O w m m 6 [9 ° Y S O W r71 d �a W O
Y Z U w W W F O m O F I I a W m �..lal a N Q
rUSa J W O W CTJ m d U [L 2° d Z 0 _J II,A Z O v N N= N N Z
CL
ZwJZ �Q ° m a =UO m •�•= H 'F•° ~ '�O 7 W ^ W NZ me . a
_ W m Yw ® L~.1 `_ N , V` LiJ cJ' Zyam 2yaj ¢U C-i ,��,v z�`t`�� o��° v
N r F ° Z U K N ° C- J- I S: p S! :: - �' W l i W a x N U Z m
U ��- a UVl z5 W wm wm Om� ZU I z65 O
wWZ = a 2 zI+� Y¢CL �•J-ZF U m -w wo F
�W ohm N w 6 w5 S�ig Zz8r, §8r,-, 0 �a� wF��¢Fa Q�
<ZQ W6°.° ='rC <Q = Mw ��WN p0CXL�,1 CttC��III� Zp� Wf�N '� Z_ 7mZO yN_C= NN
e Z Z w U Q F ¢° N w Z? , a N a S a m 2 2 Z? %? ¢ F Q o f 6 w
z,-, mi- -¢ �II I wQ =� z= o
mow
sooz xam ®� =i o ai < °N a° ���aa !!!P!!74_
am
mmp - yOw wL3 ° Zc3QO� °3po z3pld awoN Nm J Q Z Z LZf. z W E.2.1 Z 0LU 0. xxaFmr N CD 1� M-.' QOPiI=M Op_= aO 3 3 Na2m ZO= �z
aysQ�o :JUJU,
Mal... �F� = v8 .w6°L.� 2UdaZ C'cai�Z u'wW °oO 6 °omZQ 3JJ =o Z
IIyy,,II C7 F U U O Z tNn Z m F O O 6 L�,�
o
ZOU mQ mam[L' N Z X S Qm m W <FwZ <F W Z 6F= =a Z W {U Uy� Z� Z UQU
9 a N Q x a < v W z O O m m w m r W a °z 2 Z m F m - a` W O �' m N° wW
}mp Q W ZZQ W y
aWW6 =NV) NY�Z UzJ p ? r�adg O-adO QCCX°7° 6z >�7OmOm OZ]C
U Y U N W m W J w x F _<,,_,=,( Q p N >-‘40a==.‹ p O
+�-� 2 a Q Ly = N S j a y ij a CWJ 1=
o`.'Sz a�a zom� 3 6N 3� se .c <�i aU QS°�°� §¢U# --w Z3 z °w 66. m gam Zg� °Ya° oZ 16 Owgo ow < °NN MOM F6a_ffis0 oN�smLZ�L 2Wb�'
CA m z 1- 2 z o m U W F ° m �_ 6 Z WOW Y ¢ d N ° o a co a 3 O w U twi 1 2 2 0 W U l aJ.
m W m a 0 ¢ J 3 w C 7 CWA m w a-0 a m 6 V l a d N 2 5 0- ce
w6 >o ado UcNwcm. 1E5 <6 N:a oW C w: =v)U
, 0 a , 3xz m0E-a I 3 a a 0 . •
O
N
t0 n o3 ai
J
UJ
y
O 0
▪ z
▪ w
z N
Q
3 3
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
I-
z
W
0
wte
O A
1
as
T
m
a)
O
Q.
Q
2
w
i
2
PROJECT ENGINEER
a
G
8
N
•
•
Wd OE :1 LIOZ /6l /l NW' 1013O1VMZOO £l \looJluo3 \s &uumoJO \NOIS30 \ls 4195£ s Z80£l \LDM \S1O3f021d \:N
•
,"'.g CENTER BOLT & BAR, WITH DUAL CAM
LOCKING STYLE VALVE BOX LID
WATER TRENCH SECTION CONSTRUCTION NOTES: r� (0)) (BINGHAM & TAYLOR 15LBFSPL, OR
0 1 APPROVED EQUAL) FLUSH WITH GRADE
EXISTING
GROUND FINISH GRADE 1. SURFACE RESTORATION, AS SHOWN ON THE PLANS. 2 SECTION A -A a
SURFACE © 1 2. PAVEMENT AND SIDEWALK RESTORATION AS SPECIFIED, PER ROADWAY SECTIONS SHEET 4 & 5. PLAN VIEW
WWI 07 TRENCH RII� I ® DRIVEWAY RESTORATION PER DRIVEWAY DETAILS, SHEET 75. RESTORATION PER ROADWAY
BACKFlLL n°
a _= 'r; „n, 3. SEE SECTION 7- 09.3(7), AND WATER TRENCH SECTION (THIS SHEET) FOR MEASUREMENT OF I TYPICAL SECTIONS, SHEETS 4-5.
WATER MAIN == ry=a- "d=lir� "ilf e
= _ar'1!�_ -`_; _,- ��= C. NEAT LINE TRENCH WIDTH.
E'� ' ?) FINISHED GRADE i,N /io /i %;, ir -,Y> ' ' *Vv
O6 PIPE ZONE BACKFILL } -' " =` 4. UNSUITABLE FOUNDATION MATERIAL - SEE STD SPEC. SECTION 7- 09.1(1)B AND SPECIAL 6" MIN
:� =`�'�&t-It PROVISION SECTION 7- 09.3(8) (ASPHALT PAVEMENT)
•I;e: -;. °�” .�N. w W 9" MAX HIGH- FUINGE STYLE TOP SECTION
05 PIPE ZONE BEDDING }.'•?�i;.y. a°
�,. ,.:, ao d 5. GRAVEL BACKFlLL FOR PIPE ZONE BEDDING, COMPACTED TO 95% MAX. DENSITY. 2 (BINGHAM &TAYLOR OOPS SECTION
OR
SEE SPECIAL PROVISION SECTION 7- 09.3(9) AND STD SPEC. SECTION 9- 03.12(3). DEPTH FROM FINISHED �, APPROVED EQUAL)
o _ SURFACE TO TOP OF �I
04 FOUNDATIO 6. GRAVEL BACKFlLL FOR PIPE ZONE BEDDING, COMPACTED TO 90% MAX. DENSITY. BASE SECTION, OR
SEE SPECIAL PROVISION SECTION 7- 09.3(10), AND STD SPEC. SECTION 9- 03.12(3). BASE EXTENSION POLYTAPE BETWEEN TOP
AND BASE SECTIONS
RIGID PIPE WATER MAIN (UNPAVED AREA) 7. "GRAVEL BASE FOR TRENCH BACKFlLL" COMPACTED TO 95% MAX DENSITY IN ROADWAYS,
DRIVEWAYS, SIDEWALKS, AND UNPAVED AREAS. SEE STD SPEC. SECTION 9- 03.12(3).
8. 3 -INCH DEPTH TOPSOIL TYPE A WITH SEEDING, FERTILIZING, AND MULCHING INCLUDING TACKIFlER „ VALVE BOX BASE SECTION
S
(3' MIN. WIDTH) (TYp)
RESTORATION 1' MIN. TO SMOOTH GRADED AND PREPARED TOPSOIL POLYETHYLENE PAD (2" THICK) -- WITH EXTENSION SECTIONS AS REQUIRED
9. COMPACT AGGREGATE COURSES PER ROADWAY SECTIONS, SHEETS 4 -5.
0
© © 10. 3.5 -FT. MIN. COVER UNLESS OTHERWISE NOTED IN THE PLANS/PROFILES, AND EXCEPT
SIDEWALK HMA SAWCUT cm) AT TRANSITIONS / CONNECTIONS TO EXISTING WATER MAIN. me*
AREA AREA 4 SEAL JOINT (TYP) OF 11. EXCAVATE BELL HOLES TO PROVIDE CONTINUOUS SUPPORT UNDER PIPE. I
■MII% FINISH GRADE EXIST PAVEMENT NOTES:
EXISTING HMA GENERAL TRENCH SECTION NOTES: 1.) ALL PARTS SHALL BE CAST OR DUCTILE IRON
1115110441=-
,ym g_;= uy -;i EXISTING AGGREGATE BASE (IF ANY) AND COATED WITH ASPHALTIC VARNISH
07 TRENCH BACKFILL ..11 . ...T 1 e • EXCAVATION MORE THAN 4-FT. DEEP SHALL COMPLY WITH WAC 296 -55, PART N.
r "-F' NATIVE MATERIAL SUBGRADE
tiffs a.,- W.,• --, nLi
WATER MAIN I �„
ra =�a!'��= `r�� =i • RECYCLED CONCRETE AGGREGATE MAY BE INCORPORATED INTO PIPE ZONE BEDDING OR TRENCH BACKFILL 2. VALVE BOX & TOP SECTION SHALL
._ 1.7.41 •-.:t BINGHAM & TAYLOR.
OPIPE ZONE BACKFlLL �t� ""-Z��14 � W w ON SCHEDULE B WORK, HOWEVER, OTHER TYPES OF RECYCLED MATERIAL IDENTIFIED IN SECTION 9 -03.21
t =eie., - ME a 0 OF THE STANDARD SPECIFICATIONS MAY NOT BE USED. WATER GATE VALVE BOX
05 PIPE ZONE BEDDING . „ z o • • UPPER LIMITS OF TRENCH EXCAVATION MEASUREMENT SHALL BE TO EXISTING GROUND OR NTS
it «. •. „•.-I
IS EXCAVATION BH NE E EXISTING GROUND SURFACE
OFOUNDAiION
O L DWA W
PRISM.
NEAT -LINE
TRENCH WIDTH PIPF IIINNFCTI(lN N(7TFS.
tri
NZ
FW
•
15
a
I-
3 . z
M
O
N Ce M Z
Z
N 05 0 OI O
O Oj ? m Z_
FA FZ cn < Z Q O
= Y
m o i F
pN •p� O Fww
< N < N o Wl' y N
3 Q 3 U N
< vi c3
CL < z �_ 3
LL� N
pp2 Z v O
JJ poW< 3 co
ce
W 8 0 J> I
CO I
m I M
a
z ^
U
Id W
ON F ON F m =
< d iii
WW W a a 0
Z a LLJJ
p � NO O a Z
(9,
W N W N < p <
O
O W W W
C) a' Y N 27S
m U m V m 0 e,_
� N
o
6
< I
CO 0)
0
w a
>
K co o r
N 0 3
? zz go
oZ e 3 w
w N
am o_ zwZ_
w z i
. w n
N o „
d = � Q
< Or p CO g U
3 z m z
( W < N 41
Z K a Or
< ce d F w a Lo
0 ZZ a
6 CL
N W W m OZ
CC
W Z W < >
} z< Z U
w N F xX K C)
O 1+-1 j W W O
o a
1 o W -' < W I-
W U N Z as
W Y u' K O N O 0
W W p �y = W 1 d'
3 UZZ m Q 0 D _ H
Z p D J O O Wm a F V--
Z U Q Z (j c-).(000
=
.0 .. w N' o LL,
F < wW
W m g N
O Z
xOx W Z W d m S U
W 0 0= N N d • ••
D.I. LONG PATTERN SI FFVE COUPLING (MJ)
GATE VALVE
PER PLAN
2' LOCATION
' I!I� ■
:MU II.
Ii-I • NEW DUCTILE
EXISTING DUCTILE IRON PIPE
IRON PIPE
CONNECT NEW DI INSTALL DI SPACER
PIPE TO EXISTING (WEDDING BAND OR DUTCHMAN)
USING RESTRAINED WHEN CONNECTING DI TO DI
MECHANICAL JOINT
TYPICAL CONNECTION TO EXISTING DI WATER MAIN DETAIL
NTS
a- •
d
z
0
U
Liu
V)
U
z
w
re
c
W
t`
Q
C-
O
a
V)
z
W
I
z
2
re
W
e
N
LL
O
0
LIJ
z
J
CO
W
V)
V)
z_
re
W
>-
re
Q
0
a
w
z
LL
O
GENERAL WATER DETAILS
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
r
z
W
0
a
r a
C
0
w
a
❑
ENGINEERING MANAGER
0
w
U
O
Z
0
w
N
7
z
tZI
pO
w
z
n
•
Wd Od l LIOZ /60- 6MP 101301VMZ80Cl \1Di uoG \s6u!MOJO \NOIS30 \Ts 4195c. s Z80£l \tom 'DAP \S1O3road \:)1
•
z
J
a
EXISTING MANHOLE
SNY1d 33S
'3ONVH0 3aYNO
F-
1HO13H
9NIa 3aYiIO
a
CA
gF
4 U ¢ r
K N U Q
is nw�
.5 yO.dLi
N
Z d N
1.0 LAJ
m�3"�=Q
o
a 0 W= W' 0
rQuz(Z _
0
Z
GRADE (ADJUSTMENT) RINGS, AND RISERS SHALL BE SET IN 3 NON- SHRINK GROUT, PLASTER SMOOTH INSIDE AND OUT.
FINAL COVER DIRECTION SHALL MATCH THE EXISTING COVER DIRECTION.
PRECAST GRADE RINGS AND RISERS MUST BE CAST `MTh GROOVE TO ALLOW FIELD INSTALLATION OF SAFETY STEP.
SEE PLANS FOR EX GRADE RING HEIGHT, EXISTING RIM ELEVATION AND FINAL RIM ELEVATION.
cV rM 4
5. INSTALL LOCKING FRAME & COVERS TO BE FURNISHED BY LAKEHAVEN WATER & SEWER DISTRICT.
C
N O
N
00
Ti) 0
m W
wa
J
ZU b
O 6
Z >-
a�
U)
w
mw
Iz
N N
ce
N
K
¢ g
a_d
O.0
m 41
a
L m
O � W
CL 3E a
5
Y
6
� J
ri Q
Z
0
ce U
c ce
m I-
cc z 0
o U
5° re
EuE
g J
o� O
m N Q
• c
FFFFFF <---- W
o
W =
m a W
Z C/)
>-
a re
c
N z
We_
o°
as
d
tG
N
n
IV
W3
a
O
0
0Z
yy
Y U
n EO
OW
yQQ<
0
°
U
Y
CD a:
0
W N
Z � Eg
GENERAL WATER DETAILS
(/)
2
J w
w ^�
w
LL
LL —
LL ~
O(
1,c,))
H
z
w
GI 2
U
0
O
m
w
P§ r6i c
00
a)
0
Q
Q
2
3
A
PROJECT ENGINEER
0
I
0
a
C
N
0
•
•
Vic] OZ :I LIOZ /6l /t 6MP101301VMZBO £l \1oaJluoo \s6wMOJ0 \NOIS30 \ls 4195£ s Z80£1\IIDM 'awe \s103ro d \:j
•
GENERAL NOTES
SEE SHEET 51.
O O
1
i
)■NECTIONS
METER SIZE
OFFSET
I-
u8i
1
56.95' LT
48.50' LT
z
0
M
M O
2
6
,s..0..
O
H
V%
A
N
N
4
N
S
w�-
/ 292104 -9049
PARCEL / 292104 -9049
O'
L
335 335
11M -d
i
i-
6•££r
wore
6'a
Gin
ids
aOC
rat
WATER & SEWER PLAN & PROFILE
STA 212 +50 TO STA 216 +00
0
KPG PROJECT No. 13082
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
5
O�
V U.
I—
z
o2
m
U
0
4
SNVid S ViJAO
031 3AQN139
831VM 0W „9 1SIX3
{
a
111 1331.1
a
NI
33S
co
0§
as
a�a o
6
U
S 6
O;
v01
£'61Z
o 1 coo
•
•
Wd lZ l LIOZ /6l /l 6Mp' LO211VMZ80 £1\13DJ1uo3 \s6wMoi0 \N0IS30 \ls y}gg£ s Z80£l \ADM loiapa \S133P0NJd\ I
•
GENERAL NOTES
SEE SHEET 51.
a.WWZZZZ E }z
F-w00 < y�NZ 0
VI w C-7 U Z P z O 0 3 •
N 0 O < Z Z
V = S UO = J O N
a , z
�.3w y
m
w ki ; aN
41
wwy0J
Z 26 Z
<CO >I-Igg ij 3F
O
p -Ea O �ZU = <O
WS W a' z C.7 a
Vi
= 00
,
CY
J(~= a? O
E 12
M ~ _ = 8 U o .a 00-5 FN
=ac> W< W
sg SCJ .� Z88 =gam gQ
ryO W uiw d a <- < <�
Z
N 706 NCOOU w O6<
ZNU
F- F- ?a J w JM JU2
co
W
I—
O
CONSTRUCTION
O O O
99 133HS 5L +611 VIS 3N11 H31VY1
L
30
O N
Z
F U
ce
o
CL
UJ CL
w F
N N N
b5 133HS 00+911 V.S 3NIl H31VN
CO
N N
0n
a
WATER LEGEND
N
z
i
REMOVE WATER LINE
X
X
X
>C
>C
X
X
X
X
X
X
X
JC
SERVICE CONNECTIONS
N
N
LU
w
N
Ce
6
Id—
N
CD
t
N
CO
2
N
PARCEL 1 292104-9036
PARCEL / 292104 -9002
0
N
9L$Z
L'o5i.._
WATER & SEWER PLAN & PROFILE
STA 216 +00 TO STA 219 +75
U-
0
0
1-
z
ca 2
0
I
a
LT 2
Wa
W
0 D
8
O S O
0
N
a
z
Z
N
•
•
Wd ZZ:1 LIOZ /6l /I 6MP1o21VMZ80 £l \1aoJ1uo0 \s6u!MoJo \N9Is3a \1s 4195£ s Z80£1\XoM 'warm \S1O3rOdd \:I
•
GENERAL NOTES
SEE SHEET 51.
CONSTRUCTION NOTES
& SEWER DISTRICT.
CC
AND CONNECTION DEPTH
XL" Z
CD
/ §§
/ k§
-'
CD 0\
§ a
▪ °h
VI
® ®
WATER LEGEND
zuj
2/
°
;
WATER & SEWER PLAN & PROFILE
STA 219 +75 TO STA 224 -00
CO
KPG PROJECT No.
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
k
R\
\k
m0
k
)
CO
0
ca.
§
(
z
k
§§
§
§
)
k
§
\
(
§
k
�
•
k =aL2AW6 # £9O o m6m ,S\ 1119g,Z80£1,\A-iwa \520 \4
•
WATER FITTING DETAILS
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
LL
0
•
•
Wd FZ :l LIOZ /6111. 6MP'LO
CO
W
a)
0
0.
0.
N
z
O
5
a
z
w
LL$
z
z
Qa
m
❑w
3o
❑ y
a�
m
o�
PROJECT MANAGER
w
U
301VMZ80Fl \looaluo0 \s6gmoia \NOIS30 \1s 1.119SF s Z80cl \LoM Iolapa \S103rOad \:1
GENERAL NOTES
WATER LEGEND
WATER FITTING DETAILS
LL
0
0
r
z
W
G 2
m �
0
A
J p
S
❑ N
O �
Q
Z
O
W0
W
CD
0)
O
L
Q.
Q
ENGINEERING MANAGER
PROJECT MANAGER
Q
O
N
MIN
K
O
Z
•
•
YVd £Z l LIOZ /6t /l 6MP' 1013Q1VMd80�1 \1oo�luo3 \s6uiMOJQ \N91S3Q \ls 4195£ s ZgQ£1 \ADM oJapa \S1D3PQad\ I
•
GENERAL NOTES
RI SHEET 51.
CONSTRUCTION NOTES
---r- -,--•-*-.....-.—.------ - - –
S 21CROSSING UTILITY CROSSING. PROVIDE 1' MIN VERTICAL CLEARANCE EXCEPT AS
TA 3 CO
MAY BE SHOWN (TYP). INSTALL HIGH DENSITY POLYETHYLENE FOAM
0 PAD WITH A MIN DENSITY OF 9 PCF, WHERE SEPARATION BETWEEN
UllUTIES IS LESS THAN C. POTHOLE (EX. UTILITIES ONLY) TO
240 . 240
_ 0 . 'Al DI.' 1 . A
,
!
LOWE'S WATER E-W CONNECTIOI
1 c..).
1
i ink' i
ri
230 LOWE'S WATER N-S CONNECTION
1 1 X
_ 230 265 265
DOSING GROUNO
7 142' RESTRAINED
AT WATERIAA1N a JOINT LENGTH 260 ._______..... •APPROX. ----•-,-----•-----------------; --AP--
1 ,
220 I +
_I:IMPOSED !ROWEL ! i 220 i AT WATERMAN-4i- .; ; ,
E.6 AT..WAIERWJN EO•AT-WATERMAIN't -1
30'..RESTRAINED• Acta 260_ 1 260
FIRE HYDRAWITII-' - :_- I
EXIST le RCP --.AT.WATERMAINA I •
1 LENGTH .1. I
213+02.90, 88.53' L1 ler
1 • 1 • •APPROL• R.
,N... p I. . .1.2 .DU?. 1 .255 I Tr'SD -- .- ; 255 i ,, . E AT WATERMAN t ;
• -1- --- ED .t v. 1 ------if..iiiiiroTaiiiitakiii. - i z.c., - , _ _ _ :
210 I 1 ; .
— - --i 210.
, ___ - ''' " -14r-CTh : , --------! I ,,- - - - ! ....STA.219+77.74. .76.69' LT 255 '-' . - - I 255
: CL.52 I
8" 90' ROLLED BEND , EXIST-C.-SS r r-
1..,..- p
— I
i • 8!-Dt • TO .DE CONNECTION
Er DIP TO r DIP CONNECTION 1 .1rxe TEE ' EXIST • 12 SD '''' I
C.D .
213+05.02, 95.39' LT FO CONC DUCT I STA .212+891k 40V .1.1 nan
.? ..°......--.1 _I ----....3: 11 25!--VER.T.J3END-4-------.Y--.. EXIST 12 1. 44. STA 220+2377 73.20' LT
15" TALL TOP LOF.S" DI -WATERUNE-MP). ! : ; t STA.-219+78.56,..75.53' IT
200 i i 200 EW WATERMAN 1 . Jo0 ----- - • - - ;
••----••-•-•-i----•-•---------••-E0-4400-PIPE--ALia4MENT-(P143).---\ I --7-FG-410t4a-PIPT-----4- EE PROFILE, SHEET'56-
NEW WATERMAIN 250 .1..4 . , 250
, ALIGNIENT .fryp) 1 FIRE. HYDRANT TEE . ..... .' ...... ...... ...97.11.2_5!..VERT..BEND
-,1 STA 212458.16, 35.98' RT OXIST Tr- SIT
SEE PROFILE, SHEET St. ---
o ..1.0 „,,I STA. 219+87.52,..62.80.. LT I : r.4.5, ROLLED VERT BEND
di h: 1,,,: ril,,..ori .--1, c•ii
245 . i I_ 245
CV!
trx8" TEE 1 2
,--41 ni N o.1 I ir,i CM t's11 174
. •
. - I-------------------- - - --- . -7■PPROVIcrlinr-01F-C1:3?-- : STA 22071.08,24753.76' LT
190 ! ! i 190 ...),A . 219+88.36, 43.00' LT i ' I
• . •
EXIST C SS I INSTALL. Er ' LONG. SUIVE. COUPLING 8" x8" TEE -- '-••••- - ..-.-- ---- :
•-•• .-----
55—Rts9127i8ED—,10-841
PROFILE
i SEE"orrAL-SHEEr 52 219+92.75, 54.88' LT
LOOKING SOUTHEAST 240 i 1 240 LENGTH
:''xr'-fEE INSTALL 8" LONG SLEEVE COUPLING
SEE PROFILE DETAIL, THIS SHEET SEE LOWE'S E–W CONNECTION
STA 219+9275, 54.88' LT
PROFILE, THIS SHEET SEE DETAIL, SHEET 52
PROFILE PROFILE
C C 11.25' VERT BEND LOWES CONNECTION – E/W
LOWES CONNETION – N/S 220+07.21, 64.54' LT LOOKING NORTH
LOOKING WEST
SEE PROFILE DETAIL THIS SHEET SEE PROFILE DETAIL THIS SHEET
1-8"xe TEE (FLAJ)
1-61-OATE-VAL-E-(ax1k)-(E)-
1-HYDRANT ASSEMBLY (E)
CONNECT TO EXISTING 8" DIP WITH MJ
-INSTALL 8- LONG SLEEVE COUPUNG A OF ROLLED 45' VERT BEND (MJxMJ)
SEE DETAIL, SHEET 52
1-e 45' ROLLED VERT BEND (MJx1L1)
1-8"x8" TEE (FUEL) ROLL 45' BEND TO MEET PROFILE
3-e GATE VALVE (FLxFL) (N,E,S) 1-THRUST BLOCK __--
__ __ __ __ -1£31." 212.51 HORZ ) ( ,S)
t°R•ZT BENID ((k4MAJxn-FL) (NE)
,
_so --cx. r DIP
1-8"x8" TEE (FLxFL)
._ EX tr• - - - - _ . _ _ _ _ _ INSTALL 8" LONG SLEEVE COUPUNG --1... pc 523---
1-e GATE VALVE (FLxMJ) (W) - - ...... -13:DIP-
Dp - Ji.s . SEE DETAIL, SHEET 52 1-8" GATE VALVE (FLxFL) (E)
Dr 52 8- a —2--""••• 3-11141.11/11-E'••■ vi .,,,,..............____ w --]H ) 2-8" 11.25' HORZ. BEND (RAJ) (NE) .
1-8 11.25' VERT BEND (MJxMJ)
DIP ■•■......■■•■• GT 1-8" 225' HORZ. BEND (FLAJ) (E)
1-e 90' ROLLED HORZ BEND (MJxMJ) 1-8"xr TEE (FLAW) 1 -8"x8" TEE (FLxFL) INSTALL 8° LONG SLEEVE COUPUNG
ROLL 90' BEND TO MEET PRORLE 1-8" 11.25' HORZ BEND (FLxFL) (N) CONNECT TO EXISTING B" DIP WITH I 2-8" GATE VALVE (FLxMJ) (N,E) SEE DETAIL, SHEET 52
1-THRUST BLOCK
1-8" 22.5' HORZ BEND (FLIL) (N) _ _QFir 11.25' VERT BEND (MJxMJ) 1-8' 45' HORZ. BEND (FLAJ) (W)
CONNECT MJ OF 90' BEND TO EX. 8" • . 1-THRUST BLOCK NOTE: RESTRAIN All JOINTS/FIT11NGS
. .
DIP IN CONFIGURATION
1-8" BUND FLANGE (FL) (S)
J
1-HYDRANT ASSEMBLY (W)
- - - - - - ------ 111 lit \ %j"-i-8 8' DIP
VERT BEND (MJxMJ) LOWES E-W CONNECTION PROFILE DETAIL
NOTE: RESTRAIN ALL 2 0- 1-THRUST BLOCK LOOKING NORTH
JOINTS/FITTINGS IN CONFIGURATION 1-8"x8" TEE (FLxFL) NTS
2-Er GATE VALVE (FLxMJ) (N,E) 1-8" 11.25' VERT BEND (MJxMJ)
1-e 11.25' HORZ. BEND (FLxMJ) (Vi)
1-THRUST BLOCK WATER LEGEND
STA 212+75 PROFILE DETAIL
LOOKING SOUTHEAST NOTE: RESTRAIN ALL JOINTS/FITTINGS 04 GATE VALVE ■••■•■■ W i•■•• WATER MAIN
NTS IN CONFIGURATION
ill( LONG SLEEVE COUPLER REMOVE WATER UNE
xxxxxxxxxxxxxxxxxxx
i--i 11 Y4' BEND (PLAN VIEW)
LOWES N-S CONNECTION PROFILE DETAIL I-y 22 )1' BEND RESTRAINED JOINT
LOOKING NEST
45' BEND IIMMI.111.11.11.11" UNITS (PRORLE MEW)
NTS I_Li TEE SAWCUT
ii. REDUCER
C; •
ii FLANGE JOINT (FL)
C RESTRAINED MECHANICAL JOINT (RJ, km
--"--..■
NO. DATE BY APPR. REVISIONS Approved By 13082WATDETOtchn 0.03E Do&
It.roCi.
4 1/17 SOD Ni) ADDENDUM #2 FILENAME
SOD 12/16 i T.,, Interdiscnary Design BID A CITY OF CITY OF FEDERAL WAY WATER PLAN & PROFILE
— ENGINEERING MANAGER DATE DESIGNED BY DATE
31 Hid Ave 2502 Jefferson Ave Federal Way ADDITIONAL WATER PROFILES
SOD 12/16 LI/ ' . fi
PROJECT MANAGER DATE DRAWN BY DATE 0,,,,. Q.,. Sule 483 Twoma. WA 98402
-r, . DOCUMENT S 356TH ST IMPROVEMENTS
NJD 12/16 Seattle, WA 98121 (2.53) 6F-0720
'wics.,,,,, o'oc's' lej
PROJECT ENGINEER DATE CHECKED BY DATE •■ (206)2881640 onv.kpg.com KPG PROJECT No. 13082 I SHT 59 OF 111
•
•
Wd bZ,l LIOZ /6I /L 6MP1013011VMZB0 £L \laoiluo0 \s &uiMOJO \NOlS30 \ls 419S£ s Z80£L \XoM papa \S103f0ad \:)I
TEMPORARY WATER BYPASS CONSTRUCTION NOTES
CONNECT 2 -INCH BYPASS UNE TO EXISTING METER.
CONNECT 2 -INCH SERVICE UNE TO EX. WATER SERVICE UNE
TEMPORARY WATER BYPASS GENERAL NOTES
, IF NECESSARY,
r 3 K. Z w m �d a NC
Q wm
0
god- 38Z =
Mu
CL
z CIO z z Qax
30 -, Z m Q N o F m 0
w5u0 MI-
66wo wL-bzaHz x �
F m N (no
QwSO_ WaQ 060 N2'�,7
a� FD
cezvy, www
Q°FW Jj o oL»
L D
U l-- H%
Z5�� �3
CC3 �cO KK Q6KO3 W N
CF L
Z mW g0Zm WiZe CCM
N.v U8 j dW
M 5
F z QQ 3 a X °a M m X W
w, o m o =NHZA! mHuJi w
o�oa� Nwoo3 ads
��a�,,II <LTj ZZN m JFZ; z ��
6/,i N 0 8 N 22,6g6 Z 1� N O
z mz wxNl#1F WQ b
� I �° wa zNF I zlX� =z CL
a< U z w ce o O F N a
o m ao3 onz�a,mm <t$n
°_ a9a�`c5 wwmc)xQ6w E3 e5
Q N O Y ~ N O W U d N 3
Z O d O m� m z S m O� O N> 0
om
F(n ,a H° E ¢ z g w z* a o- m d0
UO 8 U ..„.N 0 N O m O a Q Y
LW °aWMw ZO koZsQ Npk.
�' W es== z -�a ?aJUW .
z a_ 00 = w w� ', N Q F < .,<
wF .ZOVi Nm °a w0 3c)NLa
oS
con F� W� o� I La I C)UU Q\�
THE BYPASS PIPE SHALL BE PRESSURE TESTED AND DISINFECTED PER SPECIFICATIONS.
v; r od
0 0
z
o l .N
0
�ma
M
0a
UNW3
OZ
$}10
6"
CC
w ‹ 0
3z
*vi
0�<
o p-
p X
6
LU
N U
cjz
<5m
o
Z ZN U n
O O
3Fw„f
N
NRNT
•
N
TEMPORARY WATER BYPASS LEGEND
l9 133HS 00 +61Z V1S 3NI1 H31VVI
EXISTING WATER UNE
PROPOSED WATER UNE SEE SHEETS 51 -59
WATER PLAN & PROFILE
TEMPORARY WATER BYPASS
0
CD
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
I
z
w
n
U
0
LIEnZL.
f d ez ff
PM
c
U g a
_0, A.
1
W
I +61t d1S 3N H01tlW
113314S SIHl 00 �
gw
h
OCCC
:4
a
v
0
U
T
0)
0
O
Q.
PROJECT MANAGER
w
z
w
0
Wd SZ l LIOZ /6l /l bmp' SSVdadiymdtN31Z80 £t \laoi }w0 \soupauci \N01S30 \ }s 4194£ s Z90£t \�toM aapal \S133r021d \:'I
•
LI�
DBM CONSTRUCTION CO
MURPHY DONALD B CONTRACTORS \1
STAGE 1
u.
1
I
•
PROPOSED WATER UNE SEE SHEETS 51 -59
WATER PLAN & PROFILE
TEMPORARY WATER BYPASS
0
CD
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
I
z
w
n
U
0
LIEnZL.
f d ez ff
PM
c
U g a
_0, A.
1
W
I +61t d1S 3N H01tlW
113314S SIHl 00 �
gw
h
OCCC
:4
a
v
0
U
T
0)
0
O
Q.
PROJECT MANAGER
w
z
w
0
Wd SZ l LIOZ /6l /l bmp' SSVdadiymdtN31Z80 £t \laoi }w0 \soupauci \N01S30 \ }s 4194£ s Z90£t \�toM aapal \S133r021d \:'I
•
TEMPORARY WATER BYPASS GENERAL NOTES
TEMPORARY WATER BYPASS CONSTRUCTION NOTES
CONNECT TEMPORARY BYPASS PIPE TO EX. FIRE HYDRANT.
TEMPORARY WATER BYPASS LEGEND
A
133HS SIH1 Vw 3N11 WWI
i
EXISTING WATER LINE
II
3
F
( / G
0 \ \
LOWS / ''(�� / / c�'1+
STAGE 1A ' \ STAGE 3A LOW'S HOME CENTERS / / _
tn
3 / /
\� \ STAGE 3A
DBM CO 'UCTION CO / MURPHDTRACTOR\ 4'2' / ,4/ T 1 T r T ('1 / 0
_ 'jam/
A o MIP' GE 1B ©' \ ► STAGE 2C e-r.
r
n a. •■•Ipii2piy. v.--- .
2LWAPTIEM am
�I-�f4"�"E7�- l�-"�-�F1"f"��f� 1� �ff" �4-4- �f-{-14fT+4"�-f�-�Ml'rrr'�I ' Z °,
STAGE 2A k 213 22' c4
w I STAGE 1C ' 220+00 221 +00 Q
> r
z
S 356TH ST. STAGE 2A
J
,
._.— ._._.— .— ._.— .— .— ._. —. I
— _.-11ARk16APA- TS
EXPRESS TOWING PARK 16
GRAHAM REAL VENTURES LLC PLAN
y
-4-
1 iiiii
1
14'
O
CO
NI
16TH AVE S
8
V7 -
N
i
WATER PLAN & PROFILE
TEMPORARY WATER BYPASS
U-
0
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
r
z
W
2
Ed on
0
C V73 hrpl
04gMBE.I
4221:1
W pp
u N
p�p
N
ao
63
0
U
O
Q
iZ
C
w
z
C
U
w
0
C
z
0
N
S
R
fL
4
z
2
Wd SZ :I LIOZ /6I /1 6MP'SSVdA8211VMd1131Z60£I \poi) \s5wMOJG \ NOISY] \}s y}ggc s Zg0£Mom ID' pa \S103f021d\
•
GENERAL NOTES
N
0
Z
0
68
Q w
o°
W
co
N
Z
om
00
N Z
6z VI
A. CONTRACTOR SHALL EXCAVATE JOINT TRENCH
B. CONTRACTOR SHALL FURNISH AND PLACE BEDDING MATERIAL
N U =
o rzw o
N m N H 3 F Y
L66 X F_0 Q� TR 1= OU X O p (Qj aWa
Z N Nd' Z R8 W< 2 W W C7 < < CC CD •
�anW °z =0 °z�Q NOU�OZ va zo ' c. -CC Z
°sQ xo o Q, Z == Qaa
0 pZZ= N O p ? W W� N Z V W O< U vi W C9 O
CC
CC LLI
-F- UNm 20 z O~ d O�K�N Ca U'QOFd �OpQZ
fW�/ 7 W y Z zNZ Q W d a wZ Z O 100 F a O Z Q W Zw ? U
��Fa6 �UZ CO W oUO 4ow Z= ,c I.° N zQ
W OJ V f F o o W=
hPG i 0 Q W= N Z U 00 m Z in F w�U['F -F ZZO�
<g F Og �cc cc W <Q ��j 20 xU u I.o.. i Vj V
3so�QN Q < E 2525 25& oP5Z `ts<S1F c�gE5 �X
� k`'�5a boa a 1-Q �¢� °z��zz 6N �c~ico�n-
Q Qza aQ o azF ��Q�9c -8 az°—°� atilty ?o
W T U p2o Q z =U' Q N 0 ce 0 QN0 0 O zrO=
C.) ao 6!� F'SZ om OOU OFOF0 awrn�t Nww�w Om UP CD
cia<Q�C)6U 0> W(.) L0Q FFLJ D?6 ��CC0Z C53 Fl
Olt 1331-IS 00 +OZZ VlS 3■I1 H01VV
O_
N
W
O
z
Q U
0
CO
o z
I- O
Z U
a=_
6
0
w
cn
�z
FOR JOINT UTILITY TRENCH TYPICAL SECTION SEE SHEET 111.
z
w
w
w^ ,
CONSTRUCTION NOTES
JOINT UTILTY TRENCH
APOLE TO REMAIN.
SERVICE CONVERSION UNE
PSE JUNCTION BOX
e
BY OTHERS AFTER CONVERSION IS COMPLETED.
DUITS; FOR SIZE,
PSE TRANSFORMER
*
PSE HANDHOLE
PSE SNITCH VAULT
PSE PULL VAULT
COMCAST VAULT
COMCAST PEDESTAL
JOINT UTILITY TRENCH PLAN
STA 215 +50 TO STA 220 -00
0
U,
KPG PROJECT No.
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
z
LL
/252
0
05,
y
90L 133HS 09 +SLZ VlS 3NI1 H31YIN
a)
O
Q
Q
0
0
Z
O)
PROJECT MANAGER
•
•
Wd £l £ LIOZ /61/1- 6M131f 1rZ80 £1.\130)luo0 \s6wnwo \N91S30\ls 4195£ s Z80£1\ADM ID)epa \s103road \:1
•
GENERAL NOTES
w_
Ice
zN
=0
f
T W
ow
w_
F =
Wm
H
wo
O m
o8
z=
od
oz
61 1
A. CONTRACTOR SHALL EXCAVATE JOINT TRENCH.
CONTRACTOR SHALL FURNISH AND PLACE BEDDING MATERIAL
m
o r N0 z z
W �" z W F vv, m ZO vn F-- 3 F J
FO Pi
<„,„ VN 3 a O� Ua'z
Az • iki S'C' 0- �-w xmWW oaf$
a. 0z W Z < mQ apU W 0��TT55 (naz0 O W
pa =O K in p� 0 W=
(z'6- �rJU W �Q' G O P W wU W
Z = N VI G Z LL
W • O W W NZU W S Ulai W CO �UOM< U �Zd OZ
Z W UNW KO Z d�- 0 W,, V) C.'J Za J?� O OOQ�Q�j
ce 205,2z
054VI C�O �F �O NaoOj zU,8F= <zz z
�W Fa'g �cFi = mF a0 ° O � dz m Ix, N X <zy
a ?d' ZZci fnz a C '--
o u,0 a gW �Qp 3 �Z Fp � f� ZZ
w • {WyO i 8,, �lgWy Vxi g6� .�I. U qW D a ZZ VV)i Z Uz FF
2 g Z8= W Kjaj m Z i=aU W w z a zK co W F 1,1 RU-' Z mtrg.
'-'60 W W 6 ce � JaJ S� a� W yO. xNx O w u< m -" = K W O Li
" UNL W <�q¢ U6ZO W p'pQ Vl �4' W
°W�� °oa oZ a Z '-'Kci-MI-ez �N � N�
0,0 p5 s0 m0> -0 p5 'c N p .c F6FZ 6Wce Ogga Z0Z "3:
cia oSS0 8 >F LJO uJm zF��waSg6 Fx X0,02, 6P�a 5 P
d
a.
cn
cn
m
6o
Z F
Q U
m
H Z
00
Z
rz
Z
alb O
5o
Z
FL-
z
DM
FOR JOINT UTIUTY TRENCH TYPICAL SECTION SEE SHEET 111.
CONSTRUCTION NOTES
PSE JUNCTION BOX
a
PSE TRANSFORMER
0
PSE HANDHOLE
PSE SWITCH VAULT
PSE PULL VAULT
COMCAST VAULT
COMCAST PEDESTAL
JOINT UTILITY TRENCH PLAN
STA 220 +00 TO STA 223 +50
LL
0
CITY OF FEDERAL WAY
S 356TH ST IMPROVEMENTS
§
$
as
03
a
0
U
CO
a,
0
0
2
2
a
a
ADDENDUM 12
>i
a
z
2
8
Of
Z �
•
•
Yid £l £ LIOZ /6l /I 6Mp1lfZ90 £l \1ooiluo0 \s6u!MwU \NOIS30 \ls 4195£ s l90£I \XDM loiapa \S133f021d \:)I
•
0
z
W
0
W
J
C
� W
O 0)
c
w Z
W > ( W F
K p
W O R Z p
V K z OW O Z
w z
m 0.z
r I-
O
O 7 7 7 o W O C7 (�
0) 0 > Z
§§%'§ Z Z H W w 8 O 0 O LL N rii ¢
(=9 ¢ W 62 Q o 0
d 0- 0 0 0 O 0 o H w 0- w w
a] 6 O W C7 O O O W W C7 W (9 O Z Z O m? C7 J}
Z 0) z Z Z Z 0 0 Z D Z O Z z Z Z V F 2
X_yX N Nx 3 N N N N 0 0 N 0 0_0) 0 x 0) fA U C N Z 2_
W W W z w w w w a a w 0 w m Z W o O >,L Op U10
o N
C W N
• C $ m O d «
U C 0
O N y
N N Ill 1O ;Ain
O ' E§ 2 a a a w W N k • °C• oE@ o E 102 8.-. y rodcmi
> o N N a m
a) ro v E auy � @ � � O O d N > O
m 2 �.- = 0.S E 2 N 2; 0 =- � E-0 N
r m 3 o • c - o • O. o m > m e m 8£
o0A-0A E --000 .m_8 0NaU'E0o
a; m y 2' m U C C C m
a a E � t 9 m � -o' o
m y m C a C O N N w m J m 'a N@
£ o 2 m- m o - E o o w 22 o
L O-= 0, C O >@ N ] m. 8-.E.2
V
'y N € o -b' EL-T03.41 c m 4,-02;25:
£ N um£ N E 0. n a£ L
°rno =c m�t «Q , SrEaadom
g0212?
JaT
pc
N @ m 2 -F' n 0) o E m °o o- C 3 o 00 d, roN O C y N E °n o rE= 0. C p o, • N b m O N£ fo N t 2v 0. 0 v v a� > 2m€ w U N a a ` On m O m« d b 0 L n > b O O N 1n _
0 > m• @ C a-2« O m YY g U m
w i. myy�aY;o>7 =y
3o£
c` -2= 0 w E c E0 c .0 c 0 W« @
m
4]5;,A p .g- 9 6 m 0' 0 00' . m 0.-' ''--T' .,
▪ U Cb Ob Ob 20) N' 2W, 82° ,1=_
C « C C N U O o N W U C W N N N m
8 w n:11- Hai
n � _ �� ro m a rnm
Q CO N=a3a 8o 5 0)1 -81 5�o
PSE GENERAL SPECIFICATIONS
m
d
0
o Q
7 b
a o Ta-
n o
co to y 0
Li,
0 E
II_ • a 0)0)
3 lli W
'CO 0) 4 m
°O, y °R
N m
d O
O d @ £ O
o a
E 26 >,
N O L t N
.0 6
I. 2 @ O
a C e N O
.6 O m
N U €; 4
D 76 ' - Q'
a m A 0. 0
C
2 N r ,
b
a b °-? h
m 0 >' m 3
a `mm >d
b N '0 O tll ro
0))N 0.0 E 0 0 d
0) 2 EsN ,(3.2-1-`-.1 m
m
e-
O - 0.8 0.
o a b 8
ES- L a C a b m
y ▪ n N= _ 0) G N
Y r N m N a@
O > N co E b
30) -x Daum, 2
Qm 2i n(r80 0.
Pre - Construction
RESPONSIBILITIES OF THE CITY
- The city and their contractor shall attend a pre - construction meeting specifically for
installation of bare duct and vault system.
- PSE will provide to the city contractor with construction plans for the installation of PSE
duct and vault system.
- All installations shall conform to specifications contained in this document and all relevant
PSE standards.
Notify customers of all outages 48 hours in advance.
s & Documents
m
C
0)
s
101096119
-a ; , •
0
01
IV
CC
S
S�
Ir Owner / Developer Contact Info
CRY OF FEDERAL WAY
33325 8TH AVE S
FEDERAL WAY. WA 98003
ATM NAVEEN CHANDRA 253 -835 -27299
oW,y,,,.tl
A U
K
O
O o
cl
r 5840403E5 I
L _ 594109725
❑ Indioab cone FUSE SIZE on A,-OVA 8 VERIFY p
❑ DeRROns raged on Me As-0WI rd their reason.
❑ I candy Rtm Rm wk pettommed meets PSE's stand
and Bat aR Rums requnems¢ ate met
Foreman's Scrotum
11208772
(PROJECT PHASE '
11111
O»
YI
•
F iy
Vi mpp�
QQ' 05 o t m
b
y � « j l
. N - Un
t N 'On
v N o ' 0)m arnz
. OowC
H oQ
Ai o v On c m C N o y y N 0 G
wwm C O M wm M w U a w O N . O W ro C
0- o oaa 8 t75 momma
w-wm c • m o 00 m m > w o E'C « o
N --- m E 0 m i ° N flag O E y C -
@
.o a,@ m O 3 n 2C0) 8 0. e o
E0m - o° Oam 0x0 �nTN
r w y
O 0) N Y O = C C b U 7 N
vAs, t d _
o F N O e E✓ i V E a a • c , 282F N« C 0-
m a a > bm
» t0 m a Ea N 2 ro- nw c ~
@ U o4 • a 78'-§ £"
ro E n o m> n v 0. ,,,0:13
3 ✓
" w i' yoN
m°'001- EE0t 0, E cm
u N« a 082 5w as °£ cEO).E cm'Ec3> >>
0. m > a 4,£E Ev ° > • _ • a� o r or 0 n)0. •mD a am >c mE @ a .O« m m m m oNOEBL =�� a 0. N C=
L,9 « O
Vg-5 N
> . m > N j f° O O . Oa N ('' 'cN � �' .� E C C « . U £ -85-20
ono aE-s>wyomOEt8 @ 'LIOo`a 4T ca
c m Zm . 0. E m ao 5 - f° v > . o nc
d
No0 >oco %=o 3O ;om C mga O N W m mQ aC
m N 1' O C a .w N O« ,t N O
5N5 ENNN NNC'a A3y 224-a22 5_ U tl g
aPaa;-a `w ro $= 0 m 0w N ac- ° F- U H c o Q a > c U Q � c E Q E y 0. y F- N :F- F- o c -
. . . s.
E
m
a
O m
0 • N
C U
0 o
a c0
82 m
a
1542
m
0) m
c m
- m
a^ N
2 y
a .
0
a
w • r
N
`o
3
O m
O N
0 00
N a
-8 ro v
d
E 2
d m
0 0
w .
C �
O m
E
i=
ec
0
A
A
U
w
9
c
ro
Lm
G
£ o
37?
C
022
. 00.
g28
Sw C
2Q N
U N
E2,2,
.E N
« O
3 �0
_
:f74
N
O O
N
U
T N b
E /9 o
C r
-3m o.
22858 c= 8
0 «0 0)b u6 N @
m N m O y M( O
a m m 000)0 a'oro
a) V y o OJ 0 2 «
o£ >b'61r0 ON N
Eo o- 0 fu >p con a
C.5. m0) ^ m N n43
80an- m'°n5o2'
u N m m
.0'._../ 2 N p a m N
.2. -0 mwy8
F-- 8{L- E¢troa ax' c
mU
> .N. (=j
8
5 C ro =
m a) a) ,� '0.3'
a C N C
m V y 0 0)
CI O W N N E
a E' 0' 2 ,o
C m C 1 c
0 Q. a m € o
U
F5 ° = N 0..E
O @ @ £ 9
N a _0 m , 3 m
>• a m 0 « @
cn
N c N
0 o E a Cr ro
N C "O G' U« N U
C ro 2 C C C c
Cl, o G E
E � 0( 0� 8 CU m
m y @
J 00 V N 1n O O` 0,
08) N > £ Y e .E
O 8 O N i' S U E
C c U U£ a
0 o y .1-7; m
O N « �° m d
t
o m N
co 5, a n 0)n 8 4C-4
0) =
2 n N ) m> 'j
co L , g
00 v N N m o m
c E c m c E 0a; o
N� 2 A ro m o .o !,c c
w 0)g W v m 13
a ama 0)o
'
m m. « U0 b J d « 0. L @ 3 > = N m
C
I r 0.00 0.a ��
U ,
, ,
O) N 7 U b
m3
a) m
o E • LT,
L N
c > °
0 a
N
2t 28
m m > m T 22
C $ @ N C O
UU t6
E0
z2
060)50 a, b 0 O
C t t> C N n 7
9rn8@ roo
N 0) `) N C C dC .0)C N-
r
-c0.Nm C =w0
ro- p£ 0) U V
j; C N,C eL.43
1`>°vEmm 2 c£in •
0-0 d 0.w
.5^0.1": 0)D 8 °-' °a
o `OraCSo£ 0)00`'
.c 'o 00. o c c c Y a
3�'c. -0.'L'« v. =
=3rEoo3 maw
c c = 0) s c E
0
z`m'S0m3.5'3La0
N V 0) c CN � 2 9 0 7 O
U
2 O U O d« ' r !O N b 0
2 0 5 E'° W 02 '°
_ Oj O �' j O
ova,�c5aW °0)c
O O N A
` E
C "N'f0 @ C.� U
oint Facilities
Coordinate with Communication Companies for transfers.
OVERHEAD CONSTRUCTION
Poles & Structures
C
a
N
C
>
F
U
2
S
Sy
O
ssz
0
N
2 OM
_
25 Sil
g
I)
0
U)
0
a
8
au0
0)
0)
y3U
.-§
�5it 6
V
0
3
0
0)
0)
$=
3
o
150.
o
0)
a
1558
7 U
bN
0 o d 0. m c 08 -0 v o'
o y = o c
40) c c N 8� m 0 0 ,c
,� =E c w m 0= 0 ) AI
o f`0) «N w 0) C N @ 88 O N moo.
m E 0) o U)U ' m Y v °° E w o
0 p E v 0. 9 w o 0 0) o O o 2 m
0)E 00) 0.v mm Y� 0 0' amc
M C V @ m N= O O t0 'O 2 a)
o f 0) E Y= .E'w c Z. o c
0@ j .X C E d p Y> 0 .O 41
ti co ra
Lrin S @ 14 « W =.0
O N l0
> N C O O C
000. am 'an 1>'0€ 3c+ C wy2
m a' 0 m w= n w w 0
0 'o co.: 0) 3 a m o o t m m o o
w ,0 'C 3 0c N a) N U 8 U y 5 0- N
m m c m a w b o
(1.2 >16 N E N F 2 0 U c
« m ma « «uwi m C a 8 ° E- 5 88
0' d &.g-,3.8 30. i,E a E • a `b 2'9
0) 3 N N 0 la N 0, U @ O
-2 N ' E E 0.pp
P m C y N w C O C N P,',1 p m O N m U
Yj d- n O V% U n C a) w
8 • C b= 2 m
m am Ica' o 4, c$ C 8«o a
s.25 y 1=/1 �O O m 2 F.=-4. =3' N C W O- N
�> @8og,3c mm <3TA o =a�c
o= �m� `o0) �`'_ moo' - O�c E.
> 0= m � 10. 51 E N y e a) 0 o a' > m vo
m a N a E m
fw/) G N D C G� 1j to C a N N 2-_.,..T.
,...-.-87),T, ( a do °_ cy - o °onayc
y X Y C C O C m b O U O« m lO b N N a J a 2]
c O'o0)0) ro o> E c 0)n --
_m0-- Or.mo Oa ->mc5 0))�p$v =ter m-
J�'C =00- C0' >a)N NUO7CNmNL
5.2528 n�F- 2 m m a, m w E ' 1:0:40:::3'
0) 0'-o w O1 �• j N E O C m OO O U> oaa o,O'Z 8 oUm ma m > Qn<lo~ o _oQ
, . . 0 , ,
0 3
2 2
g 0 8.
N - T
• O • E
N
✓ 0 ''k)2 o
O 23 U
N N Y
2 p O g N
2,
02 0
O = U 0
r L ....§ C
O U 3 y 3
N • Y N (0 b =
o 2 N
C 0) 17,
O a N y N N
C • O a N
N1N =
b a O a m y C O3
n m
t-Y a a C m
O
0 N L N � C
m . N b 4
- - o On N m d
- ° c
cu
m 0. c N 3
6. 0E .0m 0L m U fa o
@ .
N N U v 0) 0 N .c'
C @ y 00 U la ),-).._°).f
0) O 0) N L C a C N V
m =5°o v F
a -v.= m
0,m 0 m
y m N N• a 0) C _m 'm
@ 0) 5 y � N
ap E ¢o CN 5 i F-
cod preservative.
ro C.2
b 0) Cl ,S° 2
O a N O m N
E m N m
0 N m 3 , c> 3
C C O 0
a 2 O C
o 2m= m E c0
•
0 ? O . m
@ 8 N 0) p U 0
0)0 v Z 8 or12?aU
• b' N
c£ m a$ U 0) 0 m
UD C O 2:i
O O N _
13 £ o
Z, 0 a' °'§ F? a m
0) U O 01 O 0) 00 0
'c 0c to
0rnt 1 a cm C3 C> 12-
I
' a'
3 O 0' _m
0)r .52-70 y d O N
m v 3 m
01-0 8-7-66, o E y n E
5:2 C .N "2;02
W O • a N «Q E C' p (n u
O 3 8Q Z
= a i
2. 47, >O EV
N N O p v a
C y G > 4 a
O ">
E° m N 11 5 o` ff c
o F-rnH D @w wa3 ct o
U
- All neutral connections to be made with solid compression connectors. Connect all pole
grounds to common neutral.
- Use Load - interrupter cutouts (with arc shields) on all primary overheads and underground
taps with fused protection above 40T.
- Install Wildlife Protectors on all transformers.
5/up
L 400 4795£ 47 ^oS 6/1960)0) \GCVO
\'(uy� 7ulapad uorslanuoo 6L 4oS 4790) 47005 61196010) \4L 4oS \47oog swua0 \GCV3\do)gsa5 \1apu5\sias0
EROSION & SEDIMENT CONTROL REQUIREMENTS
EROSION & SEDIMENT CONTROL SHALL BE PER PSE STANDARD PRACTICE
0150 3200 TECHNIQUES FOR TEMPORARY EROSION & SEDIMENT CONTROL
& ANY ADDITIONAL LOCAL JURISDICTION REQUIREMENTS.
(LOCAL JURISDICTIONS MAY HAVE ADDITIONAL REQUIREMENTS INCLUDING
NOTES DETAILING WHERE EROSION OR SEDIMENT CONTROL STRUCTURES
ARE TO BE INSTALLED, CROSS SECTION DETAILS OF THE TYPICAL EROSION
STRUCTURES, & SPECIAL REQUIREMENTS FOR WORK IN SENSITIVE AREAS.)
PZl - 9109 ')Z ,00N
101096119
0
a�
8
0
O
C,
W
4!e
0
❑
S
8
11 11
H
E
1I hAVE$ 53AY,w
I
3
F,
a
EE a
S d
8
i
g
U
t.
1'
i
❑
ec
8
z
r V
3
'x
J ..1
Qs �'
5 14V t ?
w
0
N
a
J
W
Z
bSP'bL 80S 1.09gr 47^oS 611960101 \OOVL
\.(oM laapod uo!sJanuoo *L yoS 4799£ 47noS 611960101 \bL 4oS \wooe sluueO \ppy0 \dopisap\iapu6 \sJesO \ l:Zl — 9105 '£Z ^oN
W
r
C
ASBUILT INFORMATION
Foreman - Complete
Iii
Install Primary Bushings
0
im
n
mm
Type & Size
Equipment
In Vault
25KVA 120/240 MP TRF
Matid: 6247000
INSTALL (3) SECONDARY CONNECTOR LUGS:
6-HOLE - 5/8" ADAPTER MID 4842001
CONN TRF 515 STUD MID 4842000
It
4
361X42 -X38"
Unietn6 HH
MINU1SR (RADIAL) OR 1SL (LOOP)
PER STD 6045.1010
Approximate
Station &
Offset From
VII Center
WIRE REM
Wire Sire & Type
N
1-N
7X
�\ ^L73
"lam\ M'p
SITE SPECIFIC NOTES
OVAL TABLE
Total Feet 440 (397 AAC I
Total Feet 440 (4/0 ACSR NE
Total Feet 140 (1 /0 OH 1
WIRE REM
Wire Sire & Type
Loa
From
re
U.
2
h
1
O
TEMP TRANSFERS
POLE RETIREMENT TABLE
0
gay
S
O
Y3SVd 3S 3NI1HOIWJ
N
O
OU
-3o
c�v Q
NZ /NQ
a
I
I
/
101096119
w
C �
ta U
0
6
425-448 -8596 I 4/7/16
s
8
rc
w
A
0
3
Ci
0
8
Ci
1
0
U
0a
I
U n
0
N
i
Ci
N
E
a
F ? �
o a
W
U
M W
4A.N
❑ Z
N
-f'
lU
N
6Mp'4L 4aS 4195£ 41^oS 611960101 \auto
\XDM lwepeo uolsienuoa yL 40S 4195£ 41^°S 611960101 \bL 415 \41oog sluuea \pato \do)HseQ \Jepu6 \Siam
PZl - 910Z '£Z ^0N
z
0
la
K E
Oo
LL
= CC
m
'if
. LL
4
_c
E- "
c
�i E
,oS
Install Primary Bushings
O.r
N
mJi7.
1
.
.p 'a
as,
FW
J -Box below grade
wl (3) 4 pos bus
Mabd: 7625900
37.5kVA 120/240 MP TRF
Matid: 6247050
INSTALL (3) SECONDARY CONNECTOR LUGS:
6-HOLE - 5/8" ADAPTER MID 4842001
CONN TRF 5/8" STUD MID 4842000
Install (3) 750 Splices
Matid: SPL750 PER STD 60412000
4 tS�
4'8"X7'X5' Vault
ad 2-3' Sq Anti-Skid doors
JBOX3AS PER STD 6055.1030
36"X42"X38"
UnistM HH
MINU1SR PER STD 6045.1010
5'10"X11'4'7(5'0" VAULT
W/3:3' Sq A S Doors
SVD5AS (PER STD 6051.2000)
gi
z
EI8
g.
n .
n kli
1-5E
R O C
.12
a 05
8 -
m h
'8
y
�
N.
ac•
F
N K
.“--,
N
rIn
§
Y
a
_LASE NMd ONIlSIX3 4
'Ft -
SITE NOTES
-+ — -iF -t— - +— "iif--F — —t-
Ct
.1110 1.12012 0■LLSIX3
J
a
r-
2
SITE NOTES
SECONDARY HH TABLE
6
N
Vault Size 8 Cover
WIRE REMOVAL TABLE
101096119
1
E
8
3
d
fn
I
U
I
a
LL
8
8
9
CABLE REMOVAL SCHEDULE
1
2 RUNS OF 350 UG TPX
m
O
4
8
ig
n
8
PI
8
LL
S
C
$T
�
2
g
S
CO
V
2
K
c3
9
aV
m
PC
V
s
n p
O
CO
gi
� 3
U
n
z 3
JOINT FACILITIES A
EW ro �
ra-
j d
A
4
m
MATCH LINE SEE PAGE 5
_O
0
U
0
P
U
0
w
U
ti
Service Notes
TO BE CUTOVER
E
Z
N
ID NUMBER
c
o > m
a 1m
vp
O
a.
Meter Number
A015272552
0
0
0
Meter Location
NAME AND ADDRESS
1215 S 356TH ST
POLE RETIREMENT TABLE
0
0
8
8
UU
8
S
ron
0
0
310697- 183189
6
8
TRANSFORMER REMOVAL
Foreman to redline the following information
//
M •
/ -
>>
N\
// 0
4
N
//
1'
N
.f W
£30Vd33S 3NI1HOIYIN
• •
fin.n rnr• innrn rnnne er rnen rnr \nnvn ,fiicnn \.fnn In.nnu runic• moan, A., rr," unnrr, rn nnr dunce el \i, it -sr\innnn cri irro. i\ \ \
101096119
g
o
8 W
T.
t
a �
W U
N
W
a
Dannla Booth I 425 - 417.9188 I 4/7/18
0
8
U
Ems+
n
i
w
U
a
U
2
0
we
a
U
C
O
W`§
ASBUILT INFORMATION
Foreman - Complete
SPLICE NEW CABLES ONTO EXISTING AOAEH303,
BOAEH304, COAEH305.
MAINTAIN EXISTING CABLE NUMBERS
r
I
750 MCM -- _
C
C � 9 l
c Z z 1
A � U O
F-
1/0 SOL CONCENTRIC NEUTRAL
11
PASE
Install Primary Bushings
o=. N$Q
2 f2 !Il m
v
ii
M
')
N
Type 8 Size
Equipment
In Vault
EXISTING
EXISTING
EXISTING
Inatat (3) 750 SplIces
MaBd: SPL750 PER STD 8041.2000
RETURN PM SWITCH TO PSE
SW SUB4SW
2 Sw 2 Fu 15kV
INSTALL (1) TARP (Matid: 9997955)
EXISTING
',. EXISTING
EXISTING
0
8'87.8'8"X8'10' VAULT
W/SW Reds 8 Anti-Skid
SUBV22S (PER STD 8058.2000)
E ;
z
ill
91
l
n�
`10,
$1m
i.,§
40
QNg 5
zz
N
2
yN
W
X
0
W
0 N
W
gi
N
$
Y>==
N
gP
SITE NOTES
w
1
I
Total Feet 405 (750 MCM) ACTUAL Removed
Total Feet 815 (1/0 JKT) ACTUAL Removed
r
I
750 MCM -- _
750 MCM
1/0 SOL CONCENTRIC NEUTRAL II
1/0 SOL CONCENTRIC NEUTRAL
11
PASE
I EGP705, 708, 707
AEH303, 304, 305
EGP708, 709, 710
I EGP714, 715, 718
6Mp'4L 4aS tiMS 611960101 \GCVO \COM 'papal UOJJGAUOO *L 4PS 4194£ LOOS 6!!960101 \4L 40S \47 °°9 s! UUeO \00VO\dO1'POO \iapu6 \aias0 \., Z :L - 910E '6Z ON
Yo,
O?
(91-203) £049X
Z
F
•
I
W
O
X
Z
•
W
Z
y ▪ P
W N
CONDUIT ONE -LINE DIAGRAM
SCALE: NONE
E 1
E a
o OF Q $
o 0
N
W W W Q Q W g § bb m
x _ x
a co O a on
x x x
• • • • m
• • / < \ /o a \m /o
V V V V
WAY 1 2
mIn m1�
3 4
\d
(91 -LION) £099X \�f
r
z
O
C
X
_ -40
1 47
X
m -m
H H H F
y U U U
W 6 O U
NNm
%CC
OnI
3w ww
416,96
Z Q W U
ON
ZN N R.
y OOL)
X 8 8
W U
Q m U
L7 NN el
(41.01 W
'COOS
W Q W U
0
n
ZNNN
41 41 41
W Q S B
310 N<v
Z = = N
W
Q � U
cn
t
:.i
6MP'bL 'PS 4790£ 47o0S 611960101 \00
SWITCH DIAGRAM
101096119
LN
L.L
0
0
W
z
J
W
z
0
W
J
U
Q
0)
W
MJ
LW
I-
0
z
0
yU
W
W
- J
m
U
>-
cc
CQ
N_G
LL
a
TOTALS
PRIMARY CABLE
c
O
fg
J
W§
<
FP
§F
3m
V w
i
6 Fa
o
n o
m X
F0F Y
°
Q
t
O
Z
U
BENDS
PRIMARY CABLE
§
T.
i
N
P v
V
v- N N
`o°
. v
J
s
0,
0 P N
i
O
3
F
J
N
Q
g
E
8
G
1
LL
Actual Amount Installed (Conduit 8 Cable)
MAINTAIN EXISTING CABLE NUMBERS
N.O AT J03 (EXISTING)
PRIMARY CABLE
§
T.
i
E
3
i
N
s
2
°n
U
F2 N
N
W W
= ''
W W
Q
h N
W
of vS
W W
`E 'A
O W
W
A
I
m
H N
W W
A
= N
Q W
W
N �`$�'
a -"
W W
W
W W
R
a W
W W
§
W
' R
21
A
w
Q
3 N
QQQQ
Q
,q .9.
Q
CONDUIT
a J D B
8 n
O
J
R
m
Q
BENDS
N
N
O
N
N
N N
W N
N
JG CC
N
m
m
.Oy- m
C
LIr
.,!..3 M
N
m ,
,, N
M
V7
N Q
gN
N
N
N N
N ,-
,- N
NN
NVV C
N .
.
N V
V N
N V
P
LOCATION
Oa
a
y y
_
°a°
2;
>° a
11 ?,
g a.i
O'>
LL
..
a>
a
;
W a) d
0 0
0 0
0 0
0 5 5
-, 66
SECONDARY CABLE & CONDUIT TABLE
U2w
ASBUILT INFORMATION
Actual Amount Installed (Conduit S Cable)
m
N
6
P
E tc
c
2
S
a
6
z g
NO
y
P
0
LL
!sa0 \X0M 7o!apad uolva^uo) FL 'PS 4795£ 4NoS 611960101 \bL 4oS \47oo8 s! uuao \ooy0 \do7„sa0 \Japu5\sresfudZ£I7 - 9701 '6Z ^oN
J
S
0)
0
c0
x
co
co
0
0
tL
1-
z
w
w
D
0
cc
z
O
w
2
-yH
0
0
0 •
I-1
0
h A9
-J
w
0
z
O
U
0
404
b
E
W
**7
m $
0
•
A
•
•
•
J
101096119
J
F-
w
0
z
0
U
X
W
0
z
w
cc
z
w
2
X
0 N
I1 0
U) >
z -
O
F—
w F—
Q U Q
ao
zH
0
eat
W
U U_N
U g
0 E
z
O
2
0 W
F-
U w
w
z
0
0
ce
0 N
z =
O
U Q
'W'^^
V/
w
Eg" _
E L! a
'-9 a'a 10 W
me m
To 0
02 z
ciam23 (7
z
NOT TO SCALE
t °
w U
i
0
0
0
425 -417 -9188 1 4/7/18
0
a
1
8
0
u
>t
0
csia °u_
0
gg
o a
3
M
2 b
7 N
� m
U
LL
0
0
2w'
w
m i
wao
S O a
w
0
0
0
z
in
0 0
e
6
0 0
I
i•
z
f
iN
i a0 b
,4
I I 11 v
I I
FIELD SIDE (PREFERRED)
CURB OR EDGE OF PAVEMENT
J
1--
w
0
w
2
w
J
O
-J
0
n.
co
J
Q
y
I.J..
0
w
a
co
Y
�
°z
F-
z
w
a
w
w
a
CL
O
w
U
z
6
J
U
2
L
NOT TO SCALE
NOT TO SCALE
6,4'4L 4oS 4390< 9)ooS 61196010! \OOVO
<• IO,apad uois.anuoo 4L 4OS 4794£ tams 611•60101 \ *L 4DS \47oog sw12220 \oa j\do7Hsa0V2opu6 \vosn \:
Zl - 910Z '£Z 30N
NOT TO SCALE
c4
O
c=e*
3"a 33S 9NI1H3IVIN
101096119
rig
fa
111
oc
gq11=
Hot
Coo
Ei si$ mss
.91 Li f
mt-
( Si
b
S I
11 Is
i al
rl i •"l
v
6MP 9G 405 4?9SC 41no5 611960!01 \OOYJ 1/6!sa0 \'oM I'.mpy uv!s+anuo: pt OS 4196[ 47noS 611960101 \Woos s! wa0 \00✓J \000fsaO\iapu6 \s,as0\.0 u+of0:01 - 910? '90 unr
45.P iq 4.5 4195f ganoS St ,96010, \QQ utloseo\Aom toJapaj uowanuos 4iggr yinOS g960,0, \woe .!...0\00,3\pepts.avap,■6\....sny3 - 9O5 .90 flf
1
•
•
•
•
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway 5)
RR; # 17 -001
Bids Accepted Until 10:00 a.m., Thursday, January 26, 2017
Bids Opened 10:10 a.m., Thursday, January 26, 2017
AT:
City of Federal Way
City Council Chambers in Federal Way City Hall
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
KPG
3131 Elliot Avenue Suite 400
Seattle, WA 98121
The above mentioned Bid Contract Documents and Specifications have been
reviewed and approved for advertisement. Such review includes ail contract
documents, - cations, a ;;, associated with the project.
Checked by:
Approved by:
Systems Manager
TABLE OF CONTENTS
• PAGE
PUBLIC NOTICE — REQUEST FOR BIDS 1
BIDDER'S CHECKLIST 3
SECTION 1: INSTRUCTIONS TO BIDDERS 5
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 13
NO BID RESPONSE FORM (Attachment A) 19
BID FORM (Attachment B) 21
BID SCHEDULE (Attachment C) 23
BID SIGNATURE PAGE (Attachment D) 33
BID BOND FORM (Attachment E) 35
SUBCONTRACTOR LIST (Attachment F) 37
• COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 39
CONTRACTOR'S COMPLIANCE STATEMENT AND PROPOSAL FOR INCORPORATING
RECYCLED MATERIALS INTO THE PROJECT (Attachment H) 41
•
PUBLIC WORKS CONTRACT (Attachment I) 43
(with Exhibits A -H and Appendices as attached)
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Exhibit H
Notice of Completion
Contract Change Order Agreement
Contractor's Retainage Agreement
Retainage Bond to the City of Federal Way
Notice to Labor Unions of Other Employment Organizations
Nondiscrimination in Employment
Certificate(s) of Insurance Form
Performance /Payment Bond
Title VI Assurances
AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES
SPECIAL PROVISIONS BLUE PAGES
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page i
RFB # 17 -001
RFB Ver. 4 -16
January 2017
TABLE OF CONTENTS (Cont'd)
PAGE
PREVAILING WAGES AND BENEFIT CODE KEY (Appendix A) PINK PAGES
CONSTRUCTION STORM WATER GENERAL PERMIT (Appendix B) WHITE PAGES
WSDOT STANDARD PLANS (Appendix C) WHITE PAGES
FEDERAL WAY STANDARD DETAILS (Appendix D) WHITE PAGES
LAKEHAVEN UTILITY DISTRICT WATERLINE STANDARDS (Appendix E)WHITE PAGES
GEOTECHNICAL BORING LOGS (Appendix F) YELLOW PAGES
ASBESTOS HANDLING DOCUMENTATION(Appendix G) WHITE PAGES
TEMPORARY WATER BYPASS AND STAGING PLANS (Appendix H) BLUE PAGES
PUGET SOUND ENERGY CONSTRUCTION STANDARDS (Appendix I) WHITE PAGES
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page ii
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
CITY OF FEDERAL WAY
REQUEST FOR BIDS
South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S)
RFB # 17 -001
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids
through Thursday, January 26, 2017, until 10:00 a.m., at the Purchasing Office, City Hall,
33325 8th Avenue South, Federal Way, Washington 98003 -6325. Proposals received after 10:00
a.m. on said date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 10:10 a.m. on Thursday, January 26, 2017, at
the City Council Chambers in Federal Way City Hall, 33325 8th Avenue South, Federal Way,
Washington, for this RFB.
All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid
Bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the
successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within
the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of
Federal Way.
DESCRIPTION OF WORK:
This project shall consist of:
The improvement of South 356th Street from Pacific Highway South to Enchanted Parkway
South including construction of new asphalt concrete pavement, curb, gutter, sidewalk and
planters, drainage & water improvements, retaining walls, utility undergrounding, traffic signal
modifications, illumination, landscaping, and other work.
The Contractor shall complete all work within 150 working days.
The bidder is urged to check the plans and contract provisions carefully.
(Revised by Addendum #1) All bid proposals shall be in accordance with the Instructions to
Bidders and all other contract documents.. Any questions concerning the description of the
work contained in the contract documents must be directed to Naveen Chandra, P.E., Street
Systems Project Engineer, by facsimile at (253) 835 -2709, or by letter addressed to Naveen
Chandra, P.E., Street Systems Project Engineer prior to bid opening date.
BID DOCUMENTS:
Free -of- charge access to project bid documents (plans, specifications, addenda, and Bidders
List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and
clicking on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room
provides Bidders with fully usable online documents with the ability to: download, view, print,
order full /partial plan sets from numerous reprographic sources, and a free online digitizer /take-
off tool. It is recommended that Bidders "Register" in order to receive automatic e -mail
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 1
RFB # 17 -001
RFB Ver. 4 -16
January 2017
off tool. It is recommended that Bidders "Register" in order to receive automatic e-mail
notification of future addenda and to place themselves on the "Self- Registered Bidders List."
Bidders that do not register will not be automatically notified of addenda and will need to
periodically check the on -line plan for addenda issued on this project. Contact Builders
Exchange of Washington at (425) 258 -1303 should you require assistance with access or
registration.
An informational copy of plans, specifications, and addenda are also available for viewing only
at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way,
Washington.
The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C.
2000d to 2000d -4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the
Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of
Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively
ensure that in any contract entered into pursuant to this advertisement, disadvantaged business
enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color,
national origin, or sex in consideration for an award. The City encourages minority and women -
owned firms to submit bids consistent with the City's policy to insure that such firms are
afforded the maximum practicable opportunity to compete for and obtain public contracts.
The Contractor will be required to comply with all local, State, and Federal laws and regulations
pertaining to equal employment opportunities.
The City anticipates awarding this project to the successful bidder and intends to give Notice to
Proceed as soon as the Contract and all required associated documents are executed in full.
However, regardless of the date of award, or Notice to Proceed, the Contractor must complete
all work under this project within the specified working days.
RESERVATION OF RIGHTS:
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set
forth in the bid documents. No bidder may withdraw his bid after the hour set for the opening
thereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the 5th day of January, 2017.
Dates of Publication:
Daily Journal of Commerce: January 5, 2017
January 12, 2017
Federal Way Mirror:
January 6, 2017
January 13, 2017
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 2
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full
as required and submitted as part of the bid. Failure to comply shall result in rejection of any
bid not so complying.
Bid Form (Attachment B)
The Bid Form shall be completed and fully executed, including filling in the total bid
amount.
Bid Schedule (Attachment C)
The unit prices shall be set forth in the space provided.
Bid Signature Page (Attachment D)
The Bid Signature Page shall be filled in and fully executed by the bidder.
Bid Bond Form (Attachment E)
This form is to be executed by the bidder and the surety company unless a certified
check is submitted with the bid. The amount of this bond or certified check shall not be
less than five percent (5 %) of the total bid amount and shall be shown in both words
and figures.
t%r Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may /may not apply)
I2 Combined Affidavit and Certification Form (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
1� Contractor's Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the
bidder.
Proposal for Incorporating Recycled Materials into the Project
The bidder shall propose the total percent of construction aggregate and concrete
materials to be incorporated into the project that are recycled materials. This form shall
be filled in and fully executed by the bidder.
IVf Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
I/ Contractor's State Identification Numbers
The bidder shall provide a copy of Contractor's current state unified business identifier
number and, as applicable, an employment security department number and state
excise tax registration number.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 3
RFB # 17 -001
RFB e'er. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
SUCCESSFUL BIDDER'S CHECKLIST
The following documents are to be executed and delivered to the City within ten (10) calendar
days after the Bid is awarded:
Public Works Contract (Attachment I)
The successful bidder will fully execute and deliver to the City the South 356th Street
Improvements (Pacific Hwy S to Enchanted Parkway 5) Public Works Contract
("Contract ") from these Bid Documents.
Contractor's Retainage Agreement or Retainage Bond (Exhibit C or D)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Agreement or Retainage Bond.
Notice to Labor Unions or Other Employment Organizations
Nondiscrimination in Employment (Exhibit E)
If this applies, the successful bidder will sign and post copies of this Notice in
conspicuous places available to employees or applicant for employment.
Certificate of Insurance (Exhibit F)
• The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
•
Performance /Payment Bond (Exhibit G)
The successful bidder will provide a fully executed Performance /Payment Bond as
appropriate.
Business License
The successful bidder will provide a copy of a current Business License with the City of
Federal Way.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 4
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
SECTION 1: INSTRUCTIONS TO BIDDERS
1 -1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 10:00 a.m. local time on Thursday, January 26, 2017,
to the Purchasing Office of the City of Federal Way (the "City"), located on the second
floor of City Hall, 33325 Eighth Avenue S, Federal Way, Washington, 98003, and will be
publicly opened and read aloud in the City Council Chambers in Federal Way City Hall on
Thursday, January 26, 2017, at 10:10 a.m. local time.
The City's Purchasing Coordinator must receive the sealed bid before the time and date
specified in order to be considered. Telex or facsimile bids will not be accepted. The
bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of
fault. Late bids will be returned unopened.
If, after reviewing this document the bidder chooses not to submit a bid, the bidder may
complete and return the "No Bid Response Form" provided as Attachment "A" by the
date and time indicated above.
1 -2 Bid Form
Bids shall be made on the "Bid Form" (Attachment "B ") issued by the City as part of
these contract documents, without reservation or amendment. Bids must be typewritten
or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and
any requested information shall be placed in a sealed envelope. On the outside of the
envelope, place the bid name, bid number and the time bids are due.
1 -3 Bid Signature
All bids shall give the total bid price and shall be signed in ink by the bidder or their
authorized representative, with the address. If the bid is made by an individual, the
name, signature, and address must be shown. If the bid is made by a firm or
partnership, the name and address of the firm or partnership and the signature of at
least one of the general partners must be shown. If the bid is made by a corporation,
the bid shall show the title of the person authorized to sign on behalf of the corporation,
his or her title and the address. The City reserves the right to request documentation
showing the authority of the individual signing the bid to execute contracts on behalf of
anyone, or any entity, other than himself /herself. Refusal to provide such information
upon request may cause the bid to be rejected as nonresponsive.
1 -4 Bid Withdrawal Due to Error
Bids may not be withdrawn due to a claim of error in a bid unless written notice of such
claim and supporting evidence for such claim including cost breakdown sheets are
delivered to the City within forty-eight (48) hours prior to the opening of bids.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 5
RFB # 17 -001
RFB Ver. 4 -16
January 2017
1 -5 Modification of Bid
A modification of a bid already received will be considered only if the modification is
received prior to the time announced for bid opening. All modifications shall be made in
writing, executed, and submitted in the same form and manner as the original bid.
1 -6 Examination of Bid and Contract Documents — Bidder Responsibilities
The submission of a bid shall constitute an acknowledgment upon which the City may
rely that the bidder has thoroughly examined and is familiar with the bid and contract
documents and has reviewed and inspected all applicable federal, state and local
statutes, regulations, ordinances and resolutions dealing with or related to the
equipment and /or services to be provided herein. The failure or neglect of a bidder to
examine such documents, statutes, regulations, ordinances or resolutions shall in no
way relieve the bidder from any obligations with respect to the bidder's bid or the
contract documents. No claim for additional compensation will be allowed which is based
upon a lack of knowledge of any contract documents, statutes, regulations, ordinances
or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders
shall become familiar with and verify any environmental factors, which may impact
current or future prices for this requirement.
1 -7 Interpretation of Bid and Contract Documents
No oral interpretations will be made to any bidder as to the meaning of the bid or
contract documents and no oral communications will be binding upon the City. Requests
for an interpretation shall be made by facsimile, or by mail, and delivered to the
Purchasing Coordinator of the City at the address indicated in Section 1 -1, at least ten
(10) days before the date announced for opening the bids. Any interpretation deemed
necessary by the City will be in the form of an addendum to the bid documents and
when issued will be sent as promptly as is practical to all parties to whom the bid
documents have been issued. All such addenda shall become part of the bid.
1 -8 Addenda
Each bid shall include acknowledgment of receipt and review of all addenda issued
during the bidding period on the Bid Form.
1 -9 Bid Price
The bid price shall include everything necessary for the completion of the contract
including, but not limited to, furnishing all materials, equipment, tools, freight charges,
facilities and all management, superintendence, labor and service, except as may be
provided otherwise in the contract documents. All Washington State sales tax and
all other government taxes, assessments and charges shall be included in the
various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening. In the event of a discrepancy between a unit price and
an extended amount and /or the total price, the unit price will govern and the extended
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 6
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
amount and /or total price will be corrected accordingly; however, downward correction
of a bid, which would displace the apparent low bidder, will only be permitted if the
error made and the intended bid price can be determined solely from the bid
documents.
1 -10 Postponement of Bid Opening
The City reserves the right to postpone the date and time for the opening of bids by
announcing such postponement at any time prior to the date and time announced in
these documents.
1 -11 Rejection of Bids
A. The City reserves the right to reject any bid for any reason including, but not limited
to, the following: any bid which is incomplete, obscure, irregular or lacking necessary
detail and specificity; any bid which omits a price on any one or more items on the
Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of
the City; any bid accompanied by insufficient or irregular bid bond; any bid from
bidders who (in the sole judgment of the City) lack the qualifications and /or
responsibility necessary to perform the work after considering the elements in
Section 1 -14.B; any bid for which a bidder fails or neglects to complete and submit
any qualifications information within the time specified by the City and as may be
otherwise required herein; and, any bid submitted by a bidder who is not registered
or licensed as may be required by the laws of the State of Washington.
B. The city further reserves the right to reject any portion of any bid and /or to reject all
bids. In consideration for the City's review and evaluation of its bid, the bidder
waives and releases any claims against the City arising from any rejection of any or
all bids.
1 -12 Alterations to Documents Prohibited
Any addition, limitation or provision attached to the bid may render it informal or
nonresponsive and cause its rejection. Alteration by erasure or interlineations must be
explained or noted in the bid form over the signature of the bidder. No oral, telegraphic
or telephonic bids or modifications will be considered.
1 -13 Disqualification of Bidder
If, in the opinion of the City, there is reason to believe that collusion exists among
bidders, none of the bids of the participants in such collusion will be considered. All
bidders are required to submit the Affidavit of Non - Collusion (Attachment G) with their
bids.
1 -14 Evaluation of Bids
It is the intent of City to award a contract to the lowest responsive bid by a responsible
bidder as evaluated by the City. The bidder may be required by the City to submit
documentation demonstrating compliance with the criteria.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 7
RFB # 17 -001
RFB Ver. 4 -16
January 2017
A. Responsiveness — The bidder must complete all required forms and bid documents
and provide all required and requested information. Refusal to provide such
information may cause the bid to be rejected. The City will consider all the material
submitted by the bidder to determine whether the bid is in compliance with the bid
terms and documents and responsive to the requested work.
B. Responsibility — The City will consider all the material submitted by the bidder, and
other evidence it may obtain including information from previous project owners, to
determine whether the bidder is responsible. The bidder must meet the following
bidder responsibility criteria and supplemental bidder responsibility criteria to be
considered a responsible bidder:
•
1. Mandatory Bidder Responsibility Criteria
a. Have a current certificate of registration as a contractor in compliance
with Chapter 18.27 RCW, which must have been in effect at the time of
bid submittal;
b. Have a current Washington Unified Business Identifier (UBI) number;
c. If applicable:
i. Have Industrial Insurance (workers' compensation) coverage for the
bidder's employees working in Washington, as required in Title 51
RCW;
ii. Have a Washington Employment Security Department number, as
required in Title 50 RCW;
iii. Have a Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW; •
d. Not be disqualified from bidding on any public works contract under
RCW 39.06.010 or 39.12.065(3).
2. Supplemental Bidder Responsibility Criteria
a. The bidder shall not have a record of excessive claims filed against the
retainage, payment, or performance bonds for public works projects
during the previous three years, that demonstrate a lack of effective
management by the bidder of making timely and appropriate payments to
its subcontractors, suppliers, and workers, unless there are extenuating
circumstances acceptable to the City.
b. The bidder shall have a reasonable history of successfully completed
projects of a similar size and scope as required by the contract
documents for this project. The City will evaluate whether the projects
were "successfully completed" and of a "similar size and scope."
c. The bidder shall have evidence that it is able to begin and complete the
work, and complete it in a timely fashion.
3. As evidence that the bidder meets the supplemental bidder responsibility criteria
in paragraph (B)(2) above, the apparent low bidder must submit the following
documentation to the City within 48 hours of the bid opening. The City reserves
the right to request such documentation from other bidders also. Refusal to
provide such information upon request may cause the bid to be rejected.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 8
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
a. The bidder shall submit a list of the public works projects completed
within the previous three years and include for each project the following
information; the owner and contact information for the owner; a list of
claims filed against the retainage, payment, or performance bond for any
of the projects listed; a written explanation of the circumstances
surrounding each claim and the ultimate resolution of the claim.
b. The bidder shall submit a list of projects of similar size and scope to this
project and include information about each project, including the
following: the owner and contact information for the owner; the awarded
contract amount; the final contract amount; a description of the scope of
the project and how the project is similar to this project; the bidder's
assessment of its performance of each project. The information should
include any information regarding performance in the following areas;
quality control; safety record; timeliness of performance; use of skilled
personnel; management of subcontractors; availability of and use of
appropriate equipment; compliance with contract documents;
management of submittals process, change orders, and close -out.
c. The bidder shall furnish acceptable evidence of the bidder's current ability
to perform, such as firm commitments by subcontractors, equipment,
supplies and facilities, and the bidder's ability to obtain the necessary
personnel.
4. If the City determines the bidder does not meet the bidder responsibility criteria
in paragraph (B)(2) above and is therefore not a responsible bidder, the City
shall notify the bidder in writing with the reasons for its determination. If the
bidder disagrees with this determination, it may appeal the determination within
24 hours of receipt of the City's determination by presenting additional
information to the City and meeting the requirements of section 1- 20(B). The
City will consider the additional information before issuing its final determination.
If the final determination affirms that the bidder is not responsible, the City will
not execute a contract with any other bidder until two business days after the
bidder determined to be not responsible has received the final determination.
C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form.
The acceptance of a bid will be evidenced by a Notice of Award. No other act of the
City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice
of Award, the bidder whose bid is accepted, shall furnish the required performance
bond, certificate of insurance, execute the contract and perform all other acts
required by the bid and contract documents as conditions precedent to formation of
the contract.
1 -15 Procedures When Only One Bid is Received
In the event only a single responsive bid is received, the City reserves the right to
conduct a price and /or cost analysis of such bid. The sole bidder shall provide such
information, data and other documentation as deemed necessary by the City for such
analysis. The City reserves the right to reject such bid.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 9
RFB # 17 -001
RFB Ver. 4 -16
January 2017
1 -16 Bid Documents
Bidders are required to submit with the bid package the following:
A. AttachmentA — No Bid Response Form, if applicable.
B. Attachment B— Bid Form.
C. Attachment C— Bid Schedule.
D. Attachment D— Bid Signature Page.
E. Attachment E— Bid Bond Form.
F. Attachment F— Subcontractor List. (May Not Apply)
G. Attachment 6— Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
I. Proposal for Incorporat /ng Recycled Materials into Project (Revised by Addendum #2)
J. Contractor's Certificate of Registration (Revised by Addendum #2)
K. Contractor's State Identification Numbers (Revised by Addendum #2)
1 -17 Conflicts of Interest and Noncompetitive Practices
By submitting a bid, the Contractor agrees as follows:
A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest,
that it shall not acquire any interest which conflicts in any manner or degree with the
work, services, equipment or materials required to be performed and /or provided
under this contract and that it shall not employ any person or agent having any such
interests. In the event that the Contractor or its agents, employees or representatives
hereafter acquires such a conflict of interest, it shall immediately disclose such
interest to the City and take action immediately to eliminate the conflict or to
withdraw from this contract, as the City may require.
B. Contingent Fees and Gratuities
1. That no person or selling agency except bona fide employees or designated
agents or representatives of the Contractor have been employed or retained to
solicit or secure this contract with an agreement or understanding that a
commission, percentage, brokerage, or contingent fee would be paid; and
2. That no gratuities in the form of entertainment, gifts or otherwise, were offered
or given by the Contractor or any of its agents, employees or representatives, to
any official, member or employee of the City or other governmental agency with
a view toward securing this contract or securing favorable treatment with respect
to the awarding or amending, or the making of any determination with respect to
the performance of this contract.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 10
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
1 -18 Bid Security
No bid will be considered unless accompanied by either a cashier's or certified check in
an amount equal to five percent (5 %) of the Total Bid Price as indicated on Attachment
B, "Bid Form," or a bid bond in the form of Attachment E or a letter of credit for a like
amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and
liquidated damages in case the bidder fails, neglects or refuses to enter into a contract
for the faithful performance of said work (including the providing of any evidence of
insurance and /or performance bond required herein), in the event the contract is
awarded to them, within ten (10) days after the award is made. If a bid bond is
submitted in lieu of a check, it shall be executed by a corporate surety authorized to
transact business in the State of Washington and in the form prescribed in Attachment
E, "Bid Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be
issued as an irrevocable documentary letter of credit drawn on a banking institution
licensed to do business in the State of Washington. The letter of credit shall include
instruction and provisions prescribed in Attachment E, "Bid Bond." Any questions as to
the qualification of the banking institution or instruction shall be submitted to the City at
least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of
credit shall be attached to the bid form.
The City further reserves the right to hold all bids (and the accompanying bid security)
from the date of the bid opening until the contract and any performance /payment bond
are executed, provided that such period does not exceed ninety (90) days, and each bid
shall remain effective during that period.
1 -19 Performance /Payment Bond
The bidder to whom the City has awarded this Contract will remove the
Performance /Payment Bond (Exhibit G) attached to the Public Works Contract and
deliver it to the City fully executed by the bidder and a surety company in the amount of
one hundred percent (100 %) of the contract price as security for the faithful
performance of the work including the payment of all persons furnishing materials and
performing labor on the work and all payments arising from the performance of the
work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must
be executed by a duly licensed surety company, which is registered with the Washington
State Insurance Commissioner, and the surety's name shall appear in the current
Authorized Insurance Company List in the State of Washington, published by the Office
of the Insurance Commissioner. The scope of the Performance /Payment Bond (Exhibit
G) shall in no way affect or alter the liabilities of the Contractor to the City under Section
8 "Indemnification" of the Public Works Contract.
The City may require the surety company to appear and qualify itself upon the bond. If,
at any time, the City determines in its sole judgment that the surety company is
insufficient, the City may require the Contractor to furnish additional surety in form and
arrangement satisfactory to the City and in an amount not exceeding that originally
required. The Contractor shall submit a performance bond complying with the
requirements of this paragraph within ten (10) days after the award is made. Payments
will not be made on the Contract until sufficient surety as required is furnished.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 11
RFB # 17 -001
RFB Ver. 4 -16
January 2017
1 -20 Bid Dispute
A. Any actual or prospective bidder, including sub - contractors and suppliers showing a
substantial economic interest in this contract who is aggrieved in connection with the
solicitation or award of this contract, may protest to the City in accordance with the
procedures set forth herein. Protests based on the specifications or other terms in the
contract documents, which are apparent prior to the date established for submittal of
bids, shall be submitted not later than ten (10) calendar days prior to said date, or
shall be deemed waived. All other protests shall be accepted only from actual bidders
and shall be submitted within five (5) calendar days after the aggrieved person knows
or should have known of the facts and circumstances upon which the protest is
based; provided, however, that in no event shall a protest be considered if all bids
are rejected or after the award of this contract.
B. In order to be considered, a protest shall be in writing and shall include: (1) the
name and address of the aggrieved person; (2) the RFB number and contract title
under which the protest is submitted; (3) a detailed description of the specific
grounds for protest and any supporting documentation; and (4) the specific ruling or
relief requested. The written protest shall be addressed to:
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, Washington 98003
Attention: Bid Protest — S 356th Street Improvements (Pacific Hwy S to
Enchanted Parkway S)
C. Upon receipt of a written protest, the City will promptly consider the protest. The
City may give notice of the protest and its basis to other persons, including bidders
involved in or affected by the protest; such other persons may be given an
opportunity to submit their views and relevant information. If the protest is not
resolved by mutual agreement of the aggrieved person and the City, the City will
promptly issue a decision in writing stating the reasons for the action taken and
informing the aggrieved person of his or her right to appeal the decision to the
Mayor or his or her designee. A copy of the decision shall be mailed (by certified
mail, return receipt requested) or otherwise promptly furnished to the aggrieved
person and any other interested parties who requested a copy of the decision. The
decision will be considered final and conclusive unless appealed within five (5)
calendar days after receipt of the decision to the Mayor or his or her designee. If the
decision is appealed, then the subsequent determination of the Mayor or his or her
designee shall issue within five (5) days of the Mayor's receipt of the appeal and
shall be final and conclusive.
D. Failure to comply with these protest procedures will render a protest untimely or
inadequate and shall result in rejection thereof by the City.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 12
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
41) 2 -1 Administration
•
This contract will be between the City and the Contractor who will be responsible for
delivering all equipment and performing all work and services described herein. The City
is not party to defining the division of work between the Contractor and the Contractor's
subcontractors, if any, and the specifications have not been written with this intent.
The Contractor represents that it has or will obtain all personnel and equipment required
to perform the services hereunder. Such personnel shall not be employees of the City.
The Contractor's performance under this contract will be monitored and reviewed by
Naveen Chandra, P.E., Street Systems Project Engineer. Questions by the Contractor
regarding interpretation of the terms, provisions and requirements of this contract shall
be addressed to Naveen Chandra, P.E., Street Systems Project Engineer, for response.
2 -2 Proof of Compliance with Contract
In order that the City may determine whether the Contractor has complied with the
requirements of the contract documents, the Contractor shall, at any time when
requested, submit to the City properly authenticated documents or other satisfactory
proofs as to the Contractor's compliance with such requirements.
2 -3 Contract Documents and Precedence
The documents embodying the legally binding obligations between the City and the
Contractor for completion of the work consist of the following: The City's Request for
Bid, Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, S 356th Street
Improvements (Pacific Hwy S to Enchanted Parkway S) Contract, which include without
limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders,
General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond,
Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of
Completion of Public Works Contract attached as Exhibit A, Contract Change Order
Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit
C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions
or Other Employment Organizations Nondiscrimination in Employment attached as
Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance /
Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as
Exhibit H, 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal
Construction, Amendments to the Standard Specifications, contract Special Provisions,
current Prevailing Wage Rates attached as Appendix A, Construction Storm Water
General Permit attached as Appendix B, WSDOT Standard Plans attached as Appendix C,
Federal Way Standard Details attached as Appendix D, Lakehaven Utility District Water
Line Standards attached as Appendix E, Geotechnical Boring Logs attached as Appendix
F, Asbestos Handling Documentation attached as Exhibit G, Temporary Water Bypass
and Staging Plans attached as Appendix H, Puget Sound Energy Construction Standards
attached as Exhibit I, and all other Appendices attached hereto and incorporated by this
reference, (collectively the "Contract Documents "). The contract documents are
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 13
RFB # 17 -001
RFB Ver. 4 -16
January 2017
intended to be complementary so that what is required by any one of them shall be as
binding as if called for by all of them. In the event of any conflicting provisions or
requirements within the several parts of the contract documents, the City will issue an
interpretation regarding the controlling provision, which interpretation shall be binding.
2 -4 Charges to Contractor
Charges which are the obligation of the Contractor under the terms of the contract shall
be paid by the Contractor to the City on demand and may be deducted by the City from
any money due or to become due to the Contractor under the contract and may be
recovered by the City from the Contractor or its surety.
2 -5 Change Orders
The City may, at any time, without notice to the sureties, by written order designated or
indicated to be a change order, make any change in the specifications within the scope
of this contract. Oral orders will not be binding on the City unless confirmed in writing by
the City. Except as provided herein, no order, statement, or conduct of the City will be
treated as a change hereunder or will entitle the Contractor to an equitable adjustment.
If any change hereunder causes an increase or decrease in the Contractor's cost of, or
time required for, the performance or any part of the work under this contract, an
equitable adjustment will be made and the contract modified in writing accordingly.
However, no claim will be allowed for any costs incurred more than five (5) days before
the Contractor gives written notice as required.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it
shall, within five (5) days after receipt of a written change order form from the City or
after giving the City the written notice required above, as the case may be, submit to
the City a written statement setting forth the general nature and monetary extent of
such claim; provided the City, in its sole discretion, may extend such five (5) day
submittal period upon request by the Contractor. The Contractor shall supply such
supporting documents and analysis for the claims as the City may require to determine if
the claims and costs have merit.
No claim by the Contractor for an equitable adjustment hereunder will be allowed if
asserted after final payment under this contract.
2 -6 Work and Materials Omitted
The Contractor shall, when directed in writing by the City, omit work, services and
materials to be furnished under the contract and the value of the omitted work and
materials will be deducted from the contract price and the delivery schedule will be
reviewed if appropriate. The value of the omitted work, services and materials will be a
lump sum or unit price, as mutually agreed upon in writing by the Contractor and the
City. If the parties cannot agree on an appropriate deduction, the City reserves the right
to issue a unilateral change order adjusting the price and the delivery schedule.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 14
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
2 -7 Washington State Sales Tax
The Contractor shall make payment directly to the State for all applicable Washington
State sales taxes and all other governmental taxes, assessments and charges.
2 -8 Shipping Charges
All prices shall include freight. Requests for additional compensation for freight charges
will be rejected by the City.
2 -9 Warranty
All materials and equipment sold and labor performed under this contract are warranted
by the Contractor to be free from defects in materials or workmanship for a period of at
least one (1) year from date of delivery and installation; provided, however, that this
warranty may extend beyond this time period pursuant to any attached warranties. If
the merchandise sold or work performed hereunder is defective on account of
workmanship or materials, the Contractor agrees to replace the merchandise or, at the
City's sole option, repair the defective merchandise. All defects in work or materials shall
be promptly corrected.
2 -10 No Waiver of Warranties and Contract Rights
Conducting of tests and inspections, review of specifications or plans, payment for
goods or services, or acceptance by the City does not constitute a waiver, modification
or exclusion of any express or implied warranty or any right under this contract or in
law.
2 -11 Legal Relations
The Contractor shall comply with all of the City's resolutions and regulations applicable
under this contract and with any local, state or federal law or regulation applicable to
the materials, equipment or service provided under this contract. Neither the Contractor
nor the City shall assign any interest, obligation or benefit under or in this contract or
transfer any interest in the same, whether by assignment or novation, without prior
written consent of the other party. This contract shall be binding upon and inure to the
benefit of the successors of the parties.
2 -12 Applicable Law and Forum
Except as hereinafter specifically provided, this contract shall be governed by and
construed according to the laws of the State of Washington including, but not limited to,
the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be
brought in King County Superior Court, which shall have sole and exclusive jurisdiction
and venue.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 15
RFB # 17 -001
RFB Ver. 4 -16
January 2017
2 -13 Hazardous Chemical Communication
In order to comply with WAC 296 -62 -054, Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products
containing any toxic products that may be harmful to the end user. The MSDS Sheet is
to accompany the toxic product(s) to the specified delivery sites.
Include the following information in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
2 -14 Delivery and Liquidated Damages
Time is of the essence of the contract and each and all of its provisions in which
performance is a factor. The Contractor will be held to strict compliance with the
prescribed date(s) set forth in these contract documents. For each and every day that
delivery is delayed beyond the specific date(s), damage will be sustained by the City.
Because of the difficulty in computing the actual damages and disadvantages to the
City, and as a reasonable forecast of actual damages which the City will suffer by the
delay in delivery, the parties agree that for each such delay the Contractor will pay the
City liquidated damages (and not as a penalty) in accordance with Section 1.3 of
Attachment I, Public Works Contract, to compensate for any damages caused by such
delay. The City may deduct from any payment owing to the Contractor, any liquidated
damages, which may be incurred by the Contractor pursuant to this paragraph.
2 -15 Force Majeure
The Contractor's or City's failure to perform any of its obligations under this contract
shall be excused if due to causes beyond the control and without the fault or negligence
of the Contractor or City, respectively, including, but not restricted to, acts of God, acts
of public enemy, acts of any government, fire, floods, epidemics, and strikes.
2 -16 Patents, Copyrights and Rights in Data
Any patentable result or material suitable for copyright arising out of this contract shall
be owned by and made available to the City for public use, unless the City shall, in a
specific case where it is legally permissible, determine that it is in the public interest that
it not be so owned or available.
The Contractor agrees that the ownership of any plans, drawings, designs,
specifications, computer programs, technical reports, operating manuals, calculations,
notes and other work submitted or which is specified to be delivered under this contract,
whether or not complete (referred to in this subsection as "Subject Data "), shall be
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 16
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
vested in the City or such other local, state or federal agency, if any, as may be
provided by separate contract with the City.
All such Subject Data furnished by the Contractor pursuant to this contract, other than
documents exclusively for internal use by the City, shall carry such notations on the
front cover or a title page (or in such case of maps, in the same block) as may be
requested by the City. The Contractor shall also place their endorsement on all Subject
Data furnished by them. All such identification details shall be subject to approval by the
City prior to printing.
The Contractor shall ensure that substantially the foregoing paragraphs are included in
each subcontract for the work on the project.
2 -17 Patents and Royalties
The costs involved in license fees, royalties or in defending claims for any patented
invention, article, process or method that may be used in or connected with the work
under this contract or with the use of complete work by the City, shall be paid by the
Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend,
indemnify and hold the City, together with its officers and employees, harmless against
any and all demands made for such fees, royalties or claims brought or made by the
holder of any invention or patent. Before final payment is made on the account of this
contract, the Contractor shall, if requested by the City, furnish acceptable proof of a
proper release of the City, its officers, agents and employees from all such fees or
claims.
Should the Contractor, its agent, servants or employees, or any of them be enjoined
from furnishing or using any invention, article, material, computer programs or
equipment supplied or required to be supplied or used under the contract, the
Contractor shall promptly substitute other articles, materials, computer programs or
equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value,
and satisfactory in all respects to the City.
2 -18 Disagreements, Disputes, Claims, and Appeals
If any disagreements occur with anything required in a change order, another written
order, or an oral order from the Project Engineer, including any direction, instruction,
interpretation, or determination by the Project Engineer, the Contractor shall follow the
procedures outlined in Standard Specification Sections 1 -04.5 and 1- 09.11, which are
incorporated by this reference.
By failing to follow the procedures of Sections 1 -04.5 and 1- 09.11, the Contractor
completely waives any claims for protested Work.
Any claims or causes of action shall be brought only in the Superior Court for King
County, Washington.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 17
RFB # 17 -001
RFB Ver. 4 -16
January 2017
2 -19 Recycled Products
The Contractor shall use recycled paper for proposals and for any printed or photocopied
material created pursuant to a contract with the City whenever practicable and use both
sides of paper sheets for reports submitted to the City whenever practicable.
In the event this RFB covers the sale of product to the City that is capable of containing
recycled materials, Contractor is hereby advised that the City intends to procure
products with recycled content, pursuant to the recycled content notice delivered with
these bid documents. Contractor shall certify the percentage of recycled content and
products sold to the City, including a percentage of post- consumer waste that is in the
product. This certification is required to be in the form of a label on the product or a
statement by the Contractor attached to the bid documents. The certification on multi -
component or multi - material products shall verify the percentage and type of post -
consumer waste and recycled content by volume contained in the major constituents of
the product. The Contractor agrees to grant the City, as a procuring agency, permission
to verify the certification of recycled content by review of the bidder's or manufacturer's
records as a condition of any bid award, in the event of a bidder's protest, or other
challenge to the bid accepted.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 18
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
Attachment A
NO BID RESPONSE FORM
When submitting a "No Bid ", mail this completed form to City of Federal Way, Public Works
Department, 33325 Eighth Avenue South, Federal Way, WA 98003. Be sure the form is in a
sealed envelope with the bid number and bid title indicated on the outside of the envelope.
The form must be received by the date and time specified for the bid opening as indicated in
Section 1 -1. Failure to return this form if not submitting a formal bid, may result in your firm
being removed from the City's master bidder's mailing list.
Bid Number: RFB No. 17 -001
Bid Title: S 356th Street Improvements (Pacific Hwy S to Enchanted
Parkway S)
u Cannot comply with specifications.
❑ Cannot meet delivery requirement.
❑ Do not regularly manufacture or sell the type of commodity involved.
u Other (please specify).
Explanation of reason(s) checked:
Check one of the following:
❑ WE DO
❑ WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
Address: Phone:
Signature
Name (Type or Print)
Date
Title
City of Federal Way
South 356`x' Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 19
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 20
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
•
•
•
Attachment B
BID FORM
CITY OF FEDERAL WAY
S 356T" STREET IMPROVEMENTS
(PACIFIC HWY S TO ENCHANTED PARKWAY S)
SCI INFRASTRUCTURE, LLC
Bidder: Date: ' ti 1
ITEM
BID AMOUNT
A) Schedule A Roadway Improvements
$ 361 S63 , 2.
$ 2, 0 5, B —
$ ZB, /c / "-
$ 313/90/ '
B) Schedule B Lakehaven Water and Sewer
Washington State Sales Tax
TOTAL SCHEDULE B
C) Schedule C Puget Sound Energy Undergrounding
$ Z9/ 9 /3
D) Schedule D Comcast Undergrounding
$ 7/ 921 8f
TOTAL BID AMOUNT
(including Washington State sales tax, all other
government taxes, assessments and charges)
$ p? A4q iv
■� i
To City Council Members
• City of Federal Way
33325 Eighth Ave South
Federal Way, Washington 98003
•
Pursuant to and in compliance with your advertisement for bids for construction of S 356th
Street Improvements (Pacific Hwy S to Enchanted Parkway 5), and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents as the
premises and conditions affecting the delivery, supply and maintenance of S 356t`' Street
Improvements (Pacific Hwy S to Enchanted Parkway S), and hereby proposes to furnish all
labor, materials and perform all work as required in strict accordance with the contract
documents, for the above - referenced amount, inclusive of Washington State sales tax and
all other government taxes, assessments and charges as required by law.
The required bid security consisting of a certified check, bid bond, or cashier's check in an
amount of not less than five percent (5 %) of the total amount bid is attached hereto, which it is
agreed shall be collected and retained by the City as liquidated damages in the event this bid is
accepted by the City within forty-five (45) calendar days after the day of the bid opening and
the undersigned fails to execute the S 356th Street Improvements (Pacific Hwy S to Enchanted
Parkway S) Public Works Contract and to provide the required certificate of insurance to the
City, under the conditions thereof, within ten (10) calendar days after the Notice of Award;
otherwise said Bid Security will be returned to the undersigned.
Bond or Certified Check Q ON 9 Dollars($ 5� D )
The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive.
The City may correct obvious mathematical errors.
City of Federal Way
South 356`x' Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 21
RFB ft 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or
minor irregularities in the bidding, and determine which bid or bidder meets the criteria set
forth in the bid documents.
Receipt of the following Addendums is hereby acknowledged:
Addendum No. 1 Date Issued: 0 (-0 9 --11
Addendum No. 2- Date Issued: 0 1-19 --1, 7
Addendum No. Date Issued:
�� ( c�MPnr�Y I INFRASTRUCTURE, LLC
/,�giL1—
Corporation/ Firm Name
De %te Two))
hl � �Kgl�1Y C,CttiParr�
SCI
Nit-4 y'4JA
Bidder's State License No. Signature
602 x-O, +--557
Bidder's State Tax No. Title
('itv of Federal Way
South 356`h Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 22
RFB '-' 17 -001
RFB e'er 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
Attachment C
BID SCHEDULE
CITY OF FEDERAL WAY
S 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S
SCHEDULE A - ROADWAY IMPROVEMENTS
All unit prices in Bid Schedule A shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
Al
Unexpected Site Changes
EST
1
$ 25 000.00
$ 25.000 00
A2
Construction Surveying
LS
1
3giOAD-
3B,Dflo-
A3
As -Built Survey and Record Drawings
LS
1
/2,1)0.0-
12/ ODli r
A4
SPCC Plan
LS
1
850-
950
A5
Type B Progress Schedule (Min. Bid $5,000)
LS
1
L,500 -
6,540
A6
Mobilization
LS
1
; /5..
2J1 $ 000 —
A7
Field Office Building
LS
1
34, PO—
34- I WO .-
A8
Traffic Control Supervisor
LS
1
64 00
4,6 MO '-"
A9
Off -Duty Uniformed Police Officer
EST
1
$ 5.000 00
$ 5.000 00
A10
Flaggers and Spotters
HR
3,600
SZ
/ g 7 2 00
A11
Other Traffic Control Labor
HR
2.400
52--
/ 2¢ gal �'
Al 2
Other Temporary Traffic Control
LS
1
2.5, DO-
25- OOP--
Al 3
Construction Signs Class A
SF
200
2 -.'''.
YON '—
A14
Sequential Arrow Sign
HR
1,200
2, 5"d-
3,000
A15
Portable Changeable Message Sign
HR
7.200
4- -
28,$06 —
A16
Business Access Sign
EA
6
46d -
2� 4-1Q —'
A17
Clearing and Grubbing
LS
1
444 AMA--
414 l(/
A18
Timber Processing
LS
1
750 —
l
? 506
A19
Roadside Cleanup
EST
1
$ 5 000.00
$ 5 000 00
A20
Removal of Structures and Obstructions, Schedule A
LS
1
h2/ pa
ZZ YUO �--
A21
Sawcuttng
SF
4,200
/ %�
/1 /7-D
A22
Remove Existing Catch Basin
EA
8
446 —
3, 20 P
A23
Remove Exsting Storm Sewer Pipe
LL
440
/ S�
g 5j Bo —
A24
Remove Fence
LF
820
31 r
3, e-15-
A25
Gravel Borrow Incl. Haul
TN
7,200
/9 --
/ 36. .r
8Q0
City of Federal Way
South 356th Street Improvements
23
RFB # 17 -001
January . 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
SCHEDULE A - ROADWAY IMPROVEMENTS
All unit prices in Bid Schedule A shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
A26
Gravel Borrow for Trench Backfill Incl. Haul
TN
1.810
/4' --
Z8 . 96O —
A27
Roadway Excavation Incl Haul
CY
2500
25=
42! Sat
A28
Unsuitable Foundation Excavation Incl. Haul
CY
560
Z.2
1202O--
A29
Structure Excavation Class B Ind Haul for Undergrounding of
Overhead Utilities
CY
1 060
36 5l
38/6 /O ''
A30
Structure Excavation Class B Inca Haul for Structural Earth Walls
CY
1,300
25"--
3Z, 5aD --
A31
Shoring or Extra Excavation Class B
SF
19,200
— - SD
// &DO --
A32
Shoring or Extra Excavation for Structural Earth Walls
LS
1
cal 000—
50 1 000
A33
Controlled Density Fill
CY
50
120 —
Cpt O0t '—
A34
Crushed Surfacing Base Course
TON
3,510
/19.--
65 /60 "—
A35
Temporary Pavement
TON
200
ZD —
4, 000—
A36
HMA Cl. 1/2" PG 64 -22
TON
3,080
67—
206, 3 6o --
A37
HMA for Preleveling Cl. 1/2" PG 64 -22
TON
235
7z—
/4, 92O —
A38
HMA Cl. 1" PG 64 -22
TON
1,950
47 75-
/ 32/ //252
A39
Commercial HMA PG 64-22
TON
140
1 Z5
1 7 5-60 —
A40
Planing Bituminous Pavement
SY
4,890
2��
1/, 73k —
A41
Cement Conc. Pavement
CY
80
QO —
4 B/ otm --
A42
Structural Earth Wall
SF
7.160
2 —
17/, 8O
A43
Modular Block Wall
SF
830
24- —
it', 924
A44
Backfill for Structural Earth Wall Incl Haul
CY
2,260
25--
54, Sov
A45
Shaft - 30 Inch Diameter
LF
415
'75--
3 Iii, 2.5
A46
Furnishing Soldier Pile - W14x48 Wide Flange Beams
LF
465
.g-----
/// `Z 5 -
A47
Timber Lagging
SF
870
2 4. ---'
2.Z (.2 —
A48
Prefabricated Drainage Mat
SY
50
/ 5
.-7 co •--
A49
Concrete Fascia Panel
SF
870
'SQ s
7 g/ 3 9 r
A50
Removing Soldier Pile Shaft Obstructions
EST
1
$ 10.000.00
$ 10 000.00
A51
Reconnect Existing Misc. Drainage
EST
1
$ 5 000.00
$ 5.000 00
A52
Dram Pipe, 6 ;n. Dom.
LI
1C0
9 0 t
3 DOO --'
1
A53
Ductile Iron Storm Sewer Pipe 12 In. Diam.
LF
250
45---
//2 40 --
A54
Class IV Rent Conc. Storm Sewer Pipe 12 In Diam
LF
1 575
50 —
7 9 .
City of Federal Way
South 356th Street Improvements
24
RFB # 17 -001
January . 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
SCHEDULE A - ROADWAY IMPROVEMENTS
All unit prices in Bid Schedule A shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
A55
Class IV Reinf Conc Storm Sewer Pipe 18 In Diam.
LF
485
'75--
3 L13 7
A56
Class IV Reinf Conc Storm Sewer Pipe 24 In Diam
LF
25
(I D —
2 75o —
i
A57
Catch Basin Type 1
EA
17
/ 2 2.5.---
/
2 D, B74 —
A58
Catch Basin Type 1L
EA
6
/ 3 2 S
7 950 '-'
A59
Catch Basin Type 2, 48 In. Diam
EA
13
2.3-50 ^
333/ 50
A60
Catch Basin Type 2, 60 In Diam. with Flow Restnctor
EA
1
6.17 CO --
f. 11 St' '--'
A61
Adjust Existing Storm Drainage Structure
EA
13
45-49 .--
59 56
A62
Connection to Existing Drainage Structure
EA
6
500 —
3, 0 D
A63
Install Solid Cover on Existing Structure
EA
3
90 —
C
2, 6Sa
A64
Reconstruct Drainage Structure
EA
2
2, 41 DV—
4, t1)6' *-
A65
Relocate Existing Stormwater Treatment Vault
EA
1
!D Dm--
/13 j AO 69 --
A66
Stormwater Detention Pond
LS
1
Way to 00 --
74 coo -
A67
Catch Basin Insert for Oil Control
EA
1
2 5D ^
27 0
A68
Stormwater Media Filter
EA
4
/ 9 7 1 _
#7 /1 .06
A69
Modular Wetland System Linear 4 X 13
EA
1
i 4/ 2.7 `j -
4,2 ^'
A70
Modular Wetland System Linear 4 X 17
EA
1
10 J DDQ
/
,b >' ODD-
A71
Erosion Control and Water Pollution Prevention
LS
1
2.-c4000'-
2.4160
A72
Seeding, Fertilizing and Mulching
SY
2.200
/• 2
2, 75D ''
A73
Topsoil Type A
CY
485
33 5b
! Li 2'17 Sp-
A74
Bark Mulch
CY
55
4� 52-
2947
A75
PSIPE. Acer Saccharum'Green Mountain' / Green Mountain
Maple, 2 1/2" Cal , 12' -14' Ht.
EA
20
�G� --
/ 2 DO'
A76
PSIPE, Tilia Tomentosa 'PNI 6051' / Green Mountain Linden, 2
1/2" Cal , 12' -14' Ht.
EA
36
444 ^�
5.60
A77
PSIPE, Fraxinus latifolia / Oregon Ash. 5 Gal Cont.
EA
18
4!D --
7 3 Ss D -
A78
PSIPE, Acer circunatum / Vine Maple. 5 Gal Cont.
EA
21
2>5 –
�
5j 27 .^
A79
PSIPE. Pseudotsuga menziesii / Douglas fir, 5 Gal Cont.
EA
21
Z 3
4. 85
A80
PSIPE, Symphoricarpus albus / Snowberry, 1 Gal Cont.
EA
235
8 25-
/ g 3$ 71-
A31
PSIPE, Iris tenax / Oregon Iris, 1 Gal. Cont.
EA
430
g 2S
3 5'47 SD
A82
PSIPE. Deschampsia cespitosa / Tufted Hair Grass. 1 Gal. Cont.
EA
980
9 22
9o45- ''.-
A83
Sod Installation
SY
1 605
5-
(2/ got
City of Federal Way
South 356th Street Improvements
25
RFB # 17 -001
January , 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
SCHEDULE A - ROADWAY IMPROVEMENTS
All unit prices in Bid Schedule A shall include applicable sales tax.
ITEM A
ITEM DESCRIPTION U
UNIT Q
APPROX. U
UNIT PRICE A
AMOUNT
A84 W
Water Quality Grass Seed Mix S
SY 8
830 3
3/- 2
2 5-73 -
A85 A
Automatic Irrigation System Complete L
LS 1
1 6
6. 2, 00 e — 6
6 Z1 0D 6
A86 L
Lakehaven Utility District Connection Fee E
EST 1
1 $
$ 11,000 00 $
$ 11 000.00
A87 I
Integral Curb S
SF 2
240 4
4 — /
//j 5Z0 —
A88 E
Extruded Curb. Type 6 L
LF 4
40 2
2 5--- /
// OM "—
A89 C
Cement Conc Traffic Curb and Gutter L
LF 3
3,770 /
/ 2. 1S" 4
44 936
A90 R
Reinforced Cement Conc. Traffic Curb & Gutter L
LF 1
170 2
2 8 - T
Tj 76 —
A91 C
Cement Conc Pavement Approach 3 -Day S
SY 9
910 6
60 — 5
5-4, 600
A92 R
Reinforced Cement Conc. Industrial Pavement Approach, 3 -Day S
SY 2
250 9
90 - 2
22., Soo —
A93 R
Raised Pavement Markers. Type 2 H
HUN 4
4 4
44° ' 1
1, 74J—
A94 B
Beam Guardrail Type 1 L
LF 2
210 4
46- /
/ 2 t b
A95 B
Black Vinyl Coated Chain Link Fence - 4 Ft. L
LF 2
2.230 2
22. 0 6
611 (7 S-
A96 R
Retrofit Black Vinyl Coated Chain Link Fence Top Rail L
LF 6
680 g
g - S
SLQ —
A97 D
Double 20 Ft Chain Link Gate E
EA 2
2 /
/ 7 - 2
2' L 0o
A98 S
Single 6 Ft. Chain Link Gate E
EA 1
1 &
&Da'
A99 R
Remove and Reset Chain Link Fence L
LF 4
420 3
3 D — /
/ 2, 4 e' ^-
A100 R
Remove and Reset Chain Link Gate E
EA 1
1 K
KS. (
(SS''.—.
A101 A
Adjust Monument Case and Cover E
EA 4
4 5
5-00- Z
ZI 00C '
A102 T
Thickened Edge Sidewalk L
LF 1
1.170 4
49 - s
s7, 13o —
A103 C
Cement Conc Sidewalk S
SY 3
3,000 Z
Z,58r 7
77 550 —
A104 C
Cement Conc Single Direction Curb Ramp E
EA 2
2 /
/860 ' 3
3 `t a —
A105 Q
Quarry Spalls C
CY 3
3 /
/ 00 �- %
%�QD
A106 R
Relocate Mailbox E
EA 1
1 t
tj'j) -- 1
1 SD "—
A107 I
Illumination System, Complete L
LS 1
1 /
/ 2 S Olt — /
/2. 0, --�
A108 T
Traffic Signal System Modifications at S 356th St & Pacific L
LS 1
1 /
/ 3 ova- /
/3,0•90 —
A109 I
Interconnect System, Complete L
LS 1
1 2
221 oDo- 2
22, D00•
A110 M
Modification of Existing Private Luminaire CondudNViring E
EST 1
1 S
S 5,000.00 S
S 5,000 00
A111 P
Permanent Signing L
LS 1
1 4
4 no-- -
-df, Soo —
A112 P
Plastic Stop Line Type A L
LF 1
13
Z - 4
41b-
City of Federal Way
South 356th Street Improvements
26
RFB # 17 -001
January . 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
SCHEDULE A - ROADWAY IMPROVEMENTS
All unit prices in Bid Schedule A shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
A113
Profiled Plastic Line Type D
LF
16.600
/ CO
2 1, 57po —
A114
Profiled Plastic Wide Line Type D
LF
500
4•1 ZS
3 2S'—
1
A115
Profiled Plastic Dotted Wide Line Type D
LF
140
te• Z)
S 75_
A116
Paint Bicycle Lane Symbol Type A
EA
9
Uhl —
7 Zb
A117
Plastic Traffic Arrow Type A
EA
15
/ 30 ---
!9 5-4 d
/
A118
Temporary Paint Stripe
LF
12,000
-- . 2 5.---
3/ i 3 --
A119
Resolution of Utility Conflicts
EST
1
$ 20.000 00
$ 20 000 00
A120
Potholing
EST
1
$ 10 000.00
$ 10.000 00
A121
Pitrun Sand
CY
250
-3 j --
gtod —
J
A122
Excavation for Retraining PSE Conduit
EST
1
$ 5.000 00
$ 5.000 00
TOTAL SCHEDULE A
(bid items include sales tax)
,,� // c"--7. .3 - ,Z (—
$ 316/ c,
City of Federal Way RFB # 17 -001
South 356th Street Improvements 27 January. 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
Attachment C
BID SCHEDULE
CITY OF FEDERAL WAY
S 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S
SCHEDULE B - LAKEHAVEN WATER AND SEWER
All unit prices in Bid Schedule B shall not include applicable sales tax.
ITEM
NO.
SPEC
SECTION
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
B1
1 -10
Flaggers and Spotters
HRS
320
51--
/ d, 440--
B2
2 -02
Removal of Structures and Obstructions, Schedule B
LS
1
Mt 000 —
/ 0, Doe —
B3
2 -02
Remove AC Water Main
LF
1,030
35--
34 050 —
B4
2 -02
Remove Ductile Iron /Cast Iron Water Main
LF
140
2 0 --
2.600 "
B5
2 -02
Remove Existing Gate Valve
EA
6
460 -
2-, 4-O6-
136
2 -02
Remove Existing Hydrant Assembly
EA
2
300—
COO —
B7
2 -02
Remove Existing Water Service Connection
EA
4
3 OO -
1, 2 DQ
B8
2 -09
Structure Excavation Class B Incl. Haul for Schedule B
CY
910
16 -
/ OP —
B9
2 -09
Shoring or Extra Excavation Cl. B for Water Main
SF
6,610
/• 50
9, 9 /5-
1310
5 -04
Temporary Pavement
TN
40
30 -
!I 2DO —
B11
7 -09
Ductile Iron Pipe for Water Main 8 In. Diam.
LF
1,350
SZ• 50
7b, $75-
B12
7 -09
Additional Cast Iron Fittings
LB
1,000
375'
3i 750 -
B13
7 -09
Connect to Existing Water Main 8 In. Diam.
EA
5
19 SD —
9 750 —
B14
7 -09
Removal and Replacement of Unsuitable Foundation
Material
CY
70
4g -
31 360
B15
7 -09
Gravel Base For Trench Backfill
CY
850
30 -
25, 560
B16
7 -09
Concrete for Thrust Blocking
CY
10
l 5 0-
% 5O0 --
B17
7 -09
Trench Safety System
LS
1
4 DQ1 -
¢ DDO --
B18
7 -10
Construction Sequencing and Temporary Water Service
LS
1
/ _/ 5d0 -
14 .5 D —
B19
7 -12
Gate Valve, 8 In.
EA
10
/, es-D—
l f) 560
B20
7 -14
Hydrant Assembly, 6 In.
EA
4
412-75"--
/ 7 I DO
B21
7 -15
Service Connection 5/8 x 3/4 In. Setter (2 In Service Pipe)
EA
1
2,400-
2,4-0P-
B22
7 -15
Service Connection 1 In. Setter (2 In. Service Pipe)
EA
2
3 l D0 "
6 , 200 —
B23
7 -15
Service Connection 2 In. Setter (2 In. Service Pipe)
`
EA
1
3, OOP-
3, Oat
B24
7 -15
Customer Supply Line
LF
10
7• —
700 —
B25
8 -01
Seeding, Fertilizing and Mulching
SY
200
/ • 25-
256 -
City of Federal Way
South 356th Street Improvements
28
RFB # 17 -001
January, 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
All unit prices in Bid Schedule B shall not include applicable sales tax.
ITEM
NO.
SPEC
SECTION
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
B26
8 -02
Topsoil Type A
CY
15
5-0 "
7S0 --
B27
8 -31
Resolution of Utility Conflict
EST
1
$ 5,000.00
$ 5,000.00
828
8 -31
Potholing
EST
1
$ 3,000.00
$ 3,000.00
B29
8 -35
Adjust Existing Sewer Manhole to Grade
EA
2
429Q—
000
B30
8 -35
Reconstruct Manhole
EA
3
1500-
4)-541) --
B31
1 -04
Unexpected Site Changes
EST
1
J
$ 5,000.00
$ 5,000.00
•
•
•
SCHEDULE B - LAKEHAVEN WATER AND SEWER
BID SCHEDULE B SUBTOTAL $
cgs too
2 /G1
SALES TAX (9.5%) $
TOTAL SCHEDULE B $
3231901-
City of Federal Way RFB # 17 -001
South 356th Street Improvements 29 January, 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
Attachment C
BID SCHEDULE
CITY OF FEDERAL WAY
S 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S
SCHEDULE C - PUGET SOUND ENERGY UNDERGROUNDING
All unit prices in Bid Schedule C shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
01
Install Conduit 2 In.
LF
420
3 i-
� /141'1.
C2
Install Conduit
0
if72-
..
//�/64—
C4
Install PSE Junction :.
7C-
C5
1� Soa
C6
Install PSE ..
bST--
,3V-
36d--
Unexpected Site Changes
0000
$ 5 000 00
TOTAL SCHEDULE C
(bid items include sales tax)
n�
$ `J) i / 3
City of Federal Way RFB # 17 -001
South 356th Street Improvements 30 January, 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
Attachment C
BID SCHEDULE
CITY OF FEDERAL WAY
S 356th Street Improvements
Pacific Hwy S to Enchanted Parkway S
SCHEDULE D - COMCAST UNDERGROUNDING
All unit prices in Bid Schedule D shall include applicable sales tax.
ITEM
NO.
ITEM DESCRIPTION
UNIT
APPROX.
QUANTITY
UNIT PRICE
DOLLARS CENTS
AMOUNT
DOLLARS CENTS
01
Install Conduit 2 In.
LF
263
7, r
)/ r ii
D2
Install Conduit 4In.
LF
1357
G S
. '' g
D3
Install Vault SGLB 2436
EA
1
9 75
97r-
D4
Unexpected Site Changes
EST
1
S 2 500 00
$ 2 500 00
TOTAL SCHEDULED
(bid items include sales tax)
q 921 $f
$
City of Federal Way RFB # 17 -001
South 356th Street Improvements 31 January, 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal
•
•
•
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 32
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
Attachment D
BID SIGNATURE PAGE
Date: D1 --1 "7
The undersigned bidder hereby proposes and agrees to deliver the equipment and /or
services pursuant to the South 356`h Street Improvements (Pacific Hwy 5 to Enchanted Parkway
S) and comply with all other terms and conditions of the contract and bid documents of RFB No.
17 -001.
No bidder may withdraw his /her bid for a period of ninety (90) days after the day of bid
opening.
The required bid security consisting of a certified check, bid bond, or cashier's check in
an amount of not less than five percent (5 %) of the total amount will be delivered to the City.
The undersigned individual represents and warrants that he or she is dully authorized to
execute the bid and all bid documents on behalf of any partnership, joint venture or
corporation.
t4110-1? L117 compirwf SCI INFRASTRUCTURE, LLC
Corporation /Pa1ti.CIsl lip/Ii IJiv;dudl- Company
• (Delete Two)
By:
•
(Signature)
( Printed Name)
Its: M M l A J fci'W
(Title)
Z£ZS S S-7
(Address)
z -aC -3
(Telephone Number)
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 33
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
•
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 34
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
Attachment E
BID BOND FORM
Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond
in the amount of $ , which amount is not less than five percent (5 %) of the
total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, SCI Infrastructure, LLC
as Principal, and North American Specialty Insurance Company , as Surety, are held
and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of
Five Percent of Total Bid Amount and 00 /100 dollars ($ 5% of Total bid Amt. ), for the payment of which the
Principal and the Surety bond themselves, their heirs and executors, administrators, successors
and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the
Principal for:
South 356th Street Improvements (Pacific Hwy South to Enchanted Parkway 5)
According to the terms of the proposal or bid made by the Principal therefore, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with the
terms of said proposal or bid and award and shall give bond for the faithful performance
thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of
failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full
force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and
liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED THIS 26th DAY OF January , 20 17
SCI Infrast uc , LLC
Principal
merican Specialty Insurance company
...cC,
�jurfty Joanne Reinkensmeyer, Attorney -in -Fact , / e;'•. -; . i
C,
0 ",I, M2
Date: , 20_. ° - rn
Received return of deposit in the sum of $
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Rnchanted Parkway S)
Page 35
RFB # 17 -001
RFB Ver 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE, A. CRAKER,
KAREN J. SMITH and JOANNE REINKENSMEYER
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9`s of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
By
Steven P. Anderson, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
Michael A. itto, Senior Vice President of Washing�International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 1st day of May , 2015
State of Illinois
County of Cook
ss:
North American Specialty Insurance Company
Washington International Insurance Company
On this 1st day of May , 2015 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC. STATE OF ILLINOIS
MY COMMISSION EXPIRES 12/04/2017
M. Kenny, Notary Public
I, Jeffrey Goldberg • the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
r •
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this' "� day of L�� (�' : *CA� • J t1J; c-s
Jeffrey Goldberg, Vice President & AssistantSe0t taryR6 +•.
Washington International Insurance Company & Nfit y6• Alne"44 Specialty curance Company
/ 1.
•
•
•
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 36
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and
air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in
Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non-
responsive and therefore void.
Subcontractors that are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in
Chapter 19.28 RCW, must be named below, or name the bidder for the work.
The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that
hires other subcontractors, has a current certificate of registration in compliance with chapter
18.27 RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial
Insurance (workers' compensation) coverage for the subcontractor's employees working in
Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security
Department number, as required in Title 50 RCW, if applicable; has a Washington Department
of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has
an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator
contractor license, if required by Chapter 70.87 RCW.
The following listed bid items (listed in numerical sequence) for this project have been proposed
for subcontracting to subcontractors as indicated.
SUBCONTRACTOR
NAME
ITEM NUMBERS
ESTIMATED AMOUNT
WMBE QUALIFIED?
(Y /N)
4?-1- V Ac- C,
N-` P-
pt vrw� t
'�j t % — '$
O boa ---•
kt
1
lD-1 -- %k O
/ et; 000 -
kl.4
4ifnix,t/ Y/c.i.,
(; S'F ri-ss
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 37
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
•
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 38
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
Attachment G
City of Federal Way
COMBINED AFFIDAVIT AND CERTIFICATION FORM
Non - Collusion, Anti - Trust, Prevailing Wage (Non - Federal Aid),
Debarment, Eligibility, and Certification of Lawful Employment
NON - COLLUSION AFFIDAVIT
Being first duly sworn, deposes and says, that he /she is the identical person who submitted the
foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in
the interest or on behalf of any person not therein named, and further, that the deponent has
not directly induced or solicited any other Bidder on the foregoing work equipment to put in a
sham bid, or any other person or corporation to refrain from bidding, and that deponent has
not in any manner sought by collusion to secure to himself /herself or to any other person any
advantage over other Bidder or Bidders; and
NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING
THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT)
To report bid rigging activities call: 1- 800 - 424 -9071
The U.S. Department of Transportation (USDOT) operates the above toll -free hotline Monday
through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the hotline to report such
activities. The hotline is part of USDOTs continuing effort to identify and investigate highway
construction contract fraud and abuse and is operated under the direction of the USDOT
Inspector General. All information will be treated confidentially and caller anonymity will be
respected; and
CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER
Vendor and purchaser recognize that in actual economic practice, overcharges resulting from
anti -trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby
assigns to purchaser any and all claims for such overcharges as to goods and materials
purchased in connection with this order or contract, except as to overcharges resulting from
anti -trust violations commencing after the date of the bid, quotation, or other event establishing
the price under this order or contract. In addition, vendor warrants and represents that each of
his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to
the aforementioned exception; and
PREVAILING WAGE AFFADAVIT
I, the undersigned, having duly sworn, deposed say and certify that in connection with the
performance of the work of this project, will pay each classification of laborer, workperson, or
mechanic employed in the performance of such work, not less than the prevailing rate of wage
or not less than the minimum rate of wage as specified in the principal contract; that I have
City of Federal Way
South 356'h Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 39
RFB # 17 -001
RFB e'er. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
• read the above and forgoing statement and certificate, know the contents thereof and the
substance as set forth therein, is true to my knowledge and belief; and
DEBARMENT AFFIDAVIT
I certify that, except as noted below, the firm, association or corporation or any person in a
controlling capacity associated therewith or any position involving the administration of federal
funds; is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or
determined ineligible by any federal agency within the past three (3) years; does not have a
proposed debarment pending; and has not been indicted, convicted, or had a civil judgment
rendered against said person, firm, association or corporation by a court of competent
jurisdiction in any matter involving fraud or official misconduct within the past three (3) years.
AFFIDAVIT OF ELIGIBILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of
Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b),
RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further
certifies that it has not been determined, within the last one year, to have committed any
combination of two of the following violations or infractions within a five -year period: (1)
Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under
chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The contractor hereby certifies that it has complied with all provisions of the Immigration and
Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all
employees, including subcontractor employees, are lawfully permitted to perform work in the
United States as provided in this agreement with the City of Federal Way.
FOR: Non - Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage
Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment.
South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S)
INFRASTRUCTURE, LLB'
Name idder'sfirm
Signature of Authorized Representative of Bidder
Subscribed and sworn to before me
Tr`f . -
�%0`�� J EN ''1,
49,c /1.,
ati• 'C0M
Zi!tl)V
.a2 —.�n
-•1 c O . •y'.
(printed /typed name of notary)
Notary Public in and for the State of Washington
My commission expires: OT —7-413
City of Federal Way
South 356'1' Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 40
RFB 17 -001
RFB e'er 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
Attachment H
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
Date: 01-1-6 —I1
This statement relates to a proposal contract with the City of Federal Way named
SOUTH 356T" STREET IMPROVEMENTS
(PACIFIC HWY S TO ENCHANTED PARKWAY S)
I am the undersigned bidder or prospective contractor. I represent that:
I have, n have not, participated in a previous contract or subcontract subject to the
President's Executive Order #11246 (regarding equal employment opportunity) or a preceding
similar Executive Order.
By:
Its:
'''"?ASTRUCTURE, =,
Name of Bidder
Signature
M
Zc3 - S 1S474 Sf
S 9
Address
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 41
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
APWA -WA Division 1 Committee rev. 1/8/2016
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9- 03.21(1)E, Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: ecz. percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of award. unless two or
more lowest responsive Bid totals are exactly equal. in which case proposed recycling
percentages will be used as a tie - breaker, per the APWA GSP in Section 1 -03.1 of the Special
Provisions. Regard less. the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project. in accordance with the APWA GSP in Section
1 -06.6 of the Special Provisions.
Bidder:
Signature of Authorized Official:
Date:
INFRASTRUCTURE, fib.`.
p (- 2(d —i7
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Department of Labor and Industries
PO Box 44450
Olympia, WA 98504 -4450
S C I INFRASTRUCTURE LLC
2825 SOUTH 154TH STREET
SEATAC WA 981882034
52
S C 1 INFRASTRUCTURE LLC
Reg CC SCCiNL *993JA
TUBI: 602- 094 -857
Registered as provided by Law as
Construction Contractor
(CC01) - GENERAL
Effective Date_ 1 /2001
Expiration Date- 4/3/2018 RECEIVED
AN0821116
00000010 - 10-062900- E00000175
Employment Security Department
WASHINGTON STATE
Tax Rate Notice
6290
SCI INFRASTRUCTURE LLC
2825 SOUTH 154TH ST
SEATAC, WA 98188 -2034
ESD number: 000 - 148451 -00 -0
UBI number: 602 -094 -857
Mailing date: December 12, 2016
If you want us to review your
tax rate, the law says you must
send us a request in writing by
January 11, 2017.
Your tax rate for 2017 will be 5.72 %.
Your new tax rate is the same as last year.
Your tax rate is a regular taxable employer experience rate calculation.
You pay tax on an
employee's wages
only up to the
2017 taxable
wage base:
845,000
Unemployment Insurance (UI) tax rate based on experience
UI social cost rate
UI Trust Fund solvency surcharge
UI limit deduction (This deduction reduces your rate to the maximum rate.)
Subtotal of unemployment insurance rate
Employment Administrative Fund (EAF)
Total of the above tax rates
5.40%
0.30%
0.00%
0.00%
5.70%
0.02%
5.72%
Your tax rate for 2017 is based on the following benefit charges and taxable wages.
Experience Year
07/01/15 - 06/30/16
07/01/14 - 06/30/15
07/01/13 - 06/30/14
07/01/12 - 06/30/13
Benefit Charges*
$288,509.41
$223,274.09
$188,685.80
$136,124.92
Taxable Wages **
$3,759,467.84
$3,458,358.11
$3,355,396.11
$2,748,956.08
Total $836,594.22 $13,322,178.14 = 0.062797
Benefit Charges divided by Taxable Wages equals Benefit Ratio
Based on your benefit ratio, you were assigned rate class 40.
*Benefit charges are your share of unemployment benefits that we paid to your former employees.
* *Taxable wages are the total amount of your employees' wages on which you paid taxes.
Please contact us if we can assist you. To learn more about how your tax rate is determined, please visit
esd.wa.gov/ta x- rates.
For tax rate questions and corrections:
Employment Security Department
Experience Rating Unit
P.O. Box 9046
Olympia, WA 98507 -9046
360 -902 -9670 360 - 902 -9202 fax
ID 1028 (12/31/09) EMS 174 Tax rate notice
For account questions:
Employment Security Department
AMC Olympia (Seattle)
PO Box 9046
Olympia, WA 98507 -9046
855- 829 -9243 800 - 794 -7657 fax
=ks
ez
STATE OF
WASHINGTON
SCI INFRASTRUCTURE, L.L.C.
2825 S 154TH ST
SEATAC, WA 98188
LEGAL ENTITY REGISTRATION
Domestic Limited Liability Company
Renewed by Authority of Secretary of State
By accepting this document the recipient certifies that information
provided on the annual report was complete, true, and accurate
to the best of his or her knowledge, and that the company
will stay in compliance with all applicable Washington State
regulations.
Office of the Secretary of State
Corporations Division
Unified Business ID #: 602094857
Expiration: Jan -31 -2018
cretary of State
UBI NO.
602094857
EXPIRATION
Jan -31 -2018
SCI INFRASTRUCTURE, L.L.C.
C/O MARK SCOCCOLO
2825 S 154TH ST
SEATAC WA 98188
Please tear off this section and keep it with your records.
Note: This is not a Washington business license. The expiration date
indicates when you will need to renew your corporation, limited
liability company or Massachusetts trust in Washington State.
Please read the information printed on the back side of this
document. For Business license information go to business.wa.govJBLS
or 1- 800 - 451 -7985.
•
•
Attachment 1
PUBLIC WORKS CONTRACT
FOR
SOUTH 356TH STREET IMPROVEMENTS
(PACIFIC HWY S TO ENCHANTED PARKWAY S)
THIS PUBLIC WORKS CONTRACT ( "Contract ") is dated effective this 2 Mkday of
, 2017 and is made by and between the City of Federal Way, a Washington
municipal corporation ( "City or Owner "), and SCI Infrastructure, LLC a Washington limited
liability company ( "Contractor ").
A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete the South 356th Street Improvements (Pacific
Hwy S to Enchanted Parkway S) project in Federal Way, located at Federal Way, Washington
( "Property'); and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ( "Parties ") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
1.1 Description of Work. Contractor shall perform all work and furnish all tools,
materials, supplies, equipment, labor and other items incidental thereto necessary for the
construction and completion of the work, more particularly described as the South 356th Street
Improvements (Pacific Hwy S to Enchanted Parkway S) project, including without limitation:
new asphalt concrete pavement, curb, gutter, sidewalk and planters, drainage improvements,
retaining walls, utility undergrounding, traffic signal modifications, illumination, landscaping and
other work, ( "Work "), in accordance with and as described in the Contract Documents, which
include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to
Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond,
Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of
Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement
attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond
to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment
Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of
Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as
Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2016 WSDOT / APWA Standard
Specifications for Road, Bridge and Municipal Construction, Amendments to the Standard
Specifications, contract Special Provisions, current Prevailing Wage Rates attached as Appendix
A, Construction Storm Water General Permit attached as Appendix B, WSDOT Standard Plans
attached as Appendix C, Federal Way Standard Details attached as Appendix D, Lakehaven
Utility District Water Line Standards attached as Appendix E, Geotechnical Boring Logs attached
as Appendix F, Asbestos Handling Documentation attached as Exhibit G, Temporary Water
Bypass and Staging Plans attached as Appendix H, Puget Sound Energy Construction Standards
attached as Exhibit I, and all other Appendices attached hereto and incorporated by this
reference, (collectively the "Contract Documents "), which Work shall be completed to the City's
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 43
RFB # 17 -001
RFB Ver. 4 -16
January 2017
satisfaction, within the time period prescribed by the City and pursuant to the direction of the
City Manager or his or her designee.
1.2 Completion Date. The Work shall be commenced within ten (10) days of receipt
by the Contractor of the City's Notice to Proceed. The Work shall be completed within 150
working days. In the event the Work is not substantially completed within the time specified,
Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula
included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City
has accepted the Work and delivered a written Notice of Completion of Public Works Contract in
the form attached hereto as Exhibit "A ".
1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience
the public and cost taxpayers undue sums of money, adding time needed for administration,
inspection, and supervision. It is impractical for the City to calculate the actual cost of delays.
Accordingly, the Contractor agrees to pay liquidated damages calculated on the following
formula for its failure to complete this Contract on time:
(1) To pay (according to the following formula) liquidated damages for each working
day beyond the number of working days established for completion, and
(2) To authorize the City to deduct these liquidated damages from any money due or
coming due to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD = 0.15C
T
Where: LD = Liquidated damages per working day (rounded to
the nearest dollar).
C = Original Contract amount.
T = Original time for completion.
When the Work is completed to the extent that the City has full and unrestricted use
and benefit of the facilities, both from an operational and safety standpoint, the City may
determine the Work is complete. Liquidated damages will not be assessed for any days for
which an extension of time is granted. No deduction or payment of liquidated damages will, in
any degree, release the Contractor from further obligations and liabilities to complete this entire
Contract.
1.4 Performance Standard. Contractor shall perform the Work in a manner consistent
with accepted practices for other properly licensed contractors.
1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all
applicable federal, state and City laws, including but not limited to all City ordinances,
resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain
all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense.
1.6 Change Orders. The City may, at any time, without notice to sureties, order changes
within the scope of the Work. Contractor agrees to fully perform any such alterations or
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 44
RFB # 17 -001
RFB Ver. 4 -16
January 2017
additions to the Work. All such change orders shall be in the form of the Contract Change Order
Agreement attached hereto as Exhibit "B," which shall be signed by both the Contractor and the
City, shall specifically state the change of the Work, the completion date for such changed
Work, and any increase or decrease in the compensation to be paid to Contractor as a result of
such change in the Work. Oral change orders shall not be binding upon the City unless
confirmed in writing by the City. If any change hereunder causes an increases or decrease in
the Contractor's cost of, or time required for, the performance or any part of the Work under
this Contract, an equitable adjustment will be made and the Contract modified in writing
accordingly.
If the Contractor intends to assert a claim for an equitable adjustment hereunder, it
shall, within five (5) days after receipt of a written change order from the City or after giving
the written notice required above, as the case may be, submit to the City a written statement
setting forth the general nature and monetary extent of such claim; provided the City, in its sole
discretion, may extend such five (5) day submittal period upon request by the Contractor. The
Contractor shall supply such supporting documents and analysis for the claims as the City may
require to determine if the claims and costs have merit. No claim will be allowed for any costs
incurred more than five (5) days before the Contractor gives written notice as required. No
claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after
final payment under this Contract.
1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the
City, omit work, services and materials to be furnished under the Contract and the value of the
omitted work and materials will be deducted from the Total Compensation and the delivery
schedule will be reviewed if appropriate. The value of the omitted work, services and materials
will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the
City. If the parties cannot agree on an appropriate deduction, the City reserves the right to
issue a unilateral change order adjusting the price and the delivery schedule.
1.8 Utility Location. Contractor is responsible for locating any underground utilities
affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW,
as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW,
including utilization of the "one call" locator system before commencing any excavation
activities.
1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction
materials including without limitation, sand, dirt, gravel, asphalt, excavated materials,
construction debris, etc., to protect said materials from air exposure and to minimize emission
of airborne particles to the ambient air environment within the City of Federal Way.
2. TERM
This Contract shall commence on the effective date of this Contract and continue until
the completion of the Work, which shall be no later than 150 working days to complete, and the
expiration of all warranties contained in the Contract Documents ( "Term ").
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 45
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
3. WARRANTY
3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the
Work, and is appropriately accredited and licensed by all applicable agencies and governmental
entities, including but not limited to being registered to do business in the City of Federal Way
by obtaining a City of Federal Way business registration. Contractor represents that it has
visited the site and is familiar with all of the plans and specifications in connection with the
completion of the Work.
3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all
Work which the City deems to have defects in workmanship and material discovered within one
(1) year after the City's final acceptance of the Work as more fully set forth in the General
Conditions of the Contract. This warranty shall survive termination of this Contract. Conducting
of tests and inspections, review of specifications or plans, payment for goods or services, or
acceptance by the City does not constitute waiver, modification or exclusion of any express or
implied warranty or any right under this Contract or law.
4. COMPENSATION
4.1 Total Compensation. In consideration of the Contractor performing the Work,
the City agrees to pay the Contractor an amount not to exceed Three Million Eight- Hundred
Ninety Thousand Two - Hundred Ninety -Nine and 10/100 Dollars ($3,890,299.10), which amount
shall constitute full and complete payment by the City ( "Total Compensation ").
4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the
payment of any taxes imposed by any lawful jurisdiction as a result of the performance and
payment of this Contract.
4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for
any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall
be withheld until such time as Contractor modifies or repairs the Work so that the Work is
acceptable to the City.
4.4 Method of Payment. The basis of payment will be the actual quantities of work
performed according to the contract and as specified for payment. Payments will be made for
work and labor performed and materials furnished under the contract according to the price in
the proposal unless otherwise provided. Partial payments will be made once each month, based
on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform
any obligation under this Contract may be adequate reason for the City to withhold payments
until the obligation is performed.
Upon completion of all work and after final inspection, the amount due the Contractor
under the contract will be paid based upon the final estimate made by the Engineer and signed
by the Contractor.
Payment to the Contractor for partial estimates, final estimates, and retained
percentages shall be subject to controlling laws.
4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total
Compensation shall be retained by the City to assure payment of Contractor's state sales tax as
City of Federal Way
South 356`h Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 46
RFB # 17 -001
RFB Ver. 4 -16
January 2017
well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract,
Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement
attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D."
No payments shall be made by the City from the retained percentage fund ("Fund ") nor shall
the City release any retained percentage escrow account to any person, until the City has
received from the Department of Revenue a certificate that all taxes, increases, and penalties
due from the Contractor and all taxes due and to become due with respect to the Contract have
been paid in full or that they are, in the Department's opinion, readily collectible without
recourse to the State's lien on the retained percentage. Upon non - payment by the general
contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant
to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within
forty-five (45) days of the completion of the Work and in the manner provided in RCW
39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall
release and pay in full the money held in the Fund, unless the City becomes aware of
outstanding claims made against this Fund.
5. EQUAL OPPORTUNITY EMPLOYER
In all Contractor services, programs or activities, and all Contractor hiring and
employment made possible by or resulting from this Contract, there shall be no discrimination
by Contractor or by Contractor's employees, agents, subcontractors or representatives against
any person because of sex, age (except minimum age and retirement provisions), race, color,
creed, national origin, marital status or the presence of any disability, including sensory, mental
or physical handicaps, unless based upon a bona fide occupational qualification in relationship
to hiring and employment, advertising, layoff or termination, rates of pay or other forms of
compensation, and selection for training, including apprenticeship. Contractor shall comply with,
and shall not violate any of the terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of
1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR
Part 26, or any other applicable federal, state, or local law or regulation regarding non-
discrimination. Any material violation of this provision shall be grounds for termination of this
Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for
further City agreements. If this project involves federal funds including USDOT funds
administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H.
6. INDEPENDENT CONTRACTOR /CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be
an independent contractor and that the City shall be neither liable nor obligated to pay
Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social
security or other tax which may arise as an incident of employment. The Contractor shall pay all
income and other taxes due. Industrial or any other insurance that is purchased for the benefit
of the City, regardless of whether such may provide a secondary or incidental benefit to the
Contractor, shall not be deemed to convert this Agreement to an employment contract. It is
recognized that Contractor may or will be performing professional services during the Term for
other parties; provided, however, that such performance of other services shall not conflict with
or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any
such conflicts of interest in favor of the City.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 47
RFB # 17 -001
RFB Ver. 4 -16
January 2017
6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual,
the contractor agrees to notify the City and complete any required form if the Contractor retired
under a State of Washington retirement system and agrees to indemnify any losses the City
may sustain through the Contractor's failure to do so.
7. CITY'S RIGHT TO TERMINATE CONTRACT
7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may
be terminated without cause upon oral or written notice delivered to Contractor from the City.
Upon termination, all supplies, materials, labor and /or equipment furnished prior to such date
shall, at the City's option, become its property. In the event Contractor is not in breach of any
of the provisions of this Contract, Contractor will be paid for any portion of the Work which has
been completed to the City's satisfaction, calculated by the percentage amount that portion of
the Work completed and accepted by the City bears to the Total Compensation.
7.2 Termination For Cause. The City may immediately terminate this Contract, take
possession of the Property and all materials thereon and finish the Work by whatever methods
it may deem expedient, upon the occurrence of any one or more of the following events:
(1) If the Contractor should be adjudged a bankrupt.
(2) If the Contractor should make a general assignment for the benefit of its
creditors.
(3) If a receiver should be appointed on the account of insolvency of Contractor.
(4) If Contractor should persistently or repeatedly refuse or fail to supply a
sufficient number of properly skilled workmen or proper materials for completion
of the Work.
(5) If the Contractor should fail to complete the Work within the time specified in
this Contract.
(6) If the Contractor should fail to complete the Work in compliance with the
plans and specifications, to the City's satisfaction.
(7) If the Contractor should fail to make prompt payment to subcontractors or
for material labor.
(8) If Contractor should persistently disregard laws, ordinances or regulations of
federal, state, or municipal agencies or subdivisions thereof.
(9) If Contractor should persistently disregard instructions of the Mayor or his or
her representative.
(10) If Contractor shall be in breach or violation of any term or provision of this
Contract, or
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 48
RFB # 17 -001
RFB Ver. 4 -16
January 2017
(11) If the Work is not being performed pursuant to RCW 49.28.050 or
49.28.060.
7.3 Result of Termination. In the event that this Contract is terminated for cause by the
City, the City may do any or all of the following:
(1) Stop payments. The City shall cease any further payments to Contractor and
Contractor shall be obligated to repay any payments it received under this
contract.
(2) Complete Work. The City may, but in no event is the City obligated to,
complete the Work, which Work may be completed by the City's agents,
employees or representatives or the City may retain independent persons or
entities to complete the Work. Upon demand, Contractor agrees to pay to the
City all of its costs and expenses in completing such Work.
(3) Take Possession. The City may take possession of the Property and any
equipment and materials on the Property and may sale the same, the proceeds
of which shall be paid to the City for its damages.
(4) Remedies Not Exclusive. No remedy or election under this Contract shall be
deemed an election by the City but shall be cumulative and in addition to all
other remedies available to the City at law, in equity or by statute.
8. INDEMNIFICATION
8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold
the City, its elected officials, officers, employees, agents, and volunteers harmless from any and
all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by
any and all persons or entities, including, without limitation, their respective agents, licensees,
or representatives, arising from, resulting from, or connected with this Contract to the extent
caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders,
agents, employees, or by the Contractor's breach of this Contract. Contractor waives any
immunity that may be granted to it under the Washington State Industrial Insurance Act, Title
51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the
amount of damages, compensation or benefits payable to or by any third party under workers'
compensation acts, disability benefit acts or any other benefits acts or programs.
8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor,
its officers, directors, shareholders, partners, employees, and agents harmless from any and all
claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any
and all persons or entities, including without limitation, their respective agents, licenses, or
representatives, arising from, resulting from or connected with this Contract to the extent solely
caused by the negligent acts, errors, or omissions of the City, its employees or agents.
8.3 Survival. The provisions of this Section shall survive the expiration or termination of
this Contract with respect to any event occurring prior to such expiration or termination.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 49
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
9. INSURANCE
9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following
insurance, in such forms and with such carriers who have a rating which is satisfactory to the
City:
(1) Workers' compensation and employer's liability insurance in amounts
sufficient pursuant to the laws of the State of Washington;
(2) Commercial general liability insurance with combined single limits of liability
not less than $5,000,000 for bodily injury, including personal injury or death,
products liability and property damage.
(3) Automobile liability insurance with combined single limits of liability not less
than $2,000,000 for bodily injury, including personal injury or death and property
damage.
(4) If any structures are involved in the Contract, the Contractor shall maintain
an All Builder's Risk form at all times in an amount no less than the value of the
structure until final acceptance of the project by the City.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following
provisions:
(1) The City, its officers, officials, employees, volunteers and agents shall each
be named as additional insured.
(2) Coverage may not be terminated or reduced in limits except after thirty (30)
days prior written notice by certified mail, return receipt requested, to the City.
(3) Coverage shall be primary insurance as respects the City, its officials,
employees and volunteers. Any insurance or self- insurance maintained by the
City, its officials, employees or volunteers shall be in excess of Contractor's
insurance.
(4) Coverage shall apply to each insured separately against whom claim is made
or suit is brought.
(5) Coverage shall be written on an "occurrence" form as opposed to a "claims
made" or "claims paid" form.
9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing
the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form
attached hereto as Exhibit "F," which certificate must be executed by a person authorized by
the insurer to bind coverage on its behalf. The City reserves the right to require complete
certified copies of all required insurance policies, at any time.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 50
RFB # 17 -001
RFB Ver. 4 -16
January 2017
9.4 Subcontractors. Contractors shall include all subcontractors as additional insured
under its policies or shall furnish separate certificates for each subcontractor. All coverage for
subcontractors shall be subject to all of the requirements stated herein.
9.5 Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions
must be disclosed by Contractor and approved in writing by the City. At the option of the City,
Contractor shall either reduce or eliminate such deductibles or self- insured retentions or procure
a bond guaranteeing payment for any amounts not covered by the insurance by reason of such
deductibles or self- insured retentions.
9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous
materials work is performed, Contractor shall review coverage with the City's Risk Manager and
provide scope and limits of coverage that are appropriate for the scope of Work and are
satisfactory to the City. Contractor shall not commence any Work until its coverage has been
approved by the Risk Manager.
9.7 Termination. The Contractor's failure to provide the insurance coverage required by
this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor
and the City may then award this Contract to the next lower bidder.
10. PERFORMANCE /PAYMENT BOND
Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor
of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this
reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of
the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of
this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors
and material persons. Contractor's obligations under this Contract shall not be limited to the
dollar amount of the bond.
11. SAFETY
Contractor shall take all necessary precautions for the safety of employees on the work
site and shall comply with all applicable provisions of federal, state and municipal safety and
health laws and codes, including without limitation, all OSHA /WISHA requirements, Safety and
Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health
Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62
WAC). Contractor shall erect and properly maintain, at all times, all necessary guards,
barricades, signals and other safeguards at all unsafe places at or near the Work for the
protection of its employees and the public, safe passageways at all road crossings, crosswalks,
street intersections, post danger signs warning against any known or unusual hazards and do
all other things necessary to prevent accident or loss of any kind. Contractor shall protect from
danger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other
property that is likely to become displaced or damaged by the execution of the Work. The
Contractor shall, at its own expense, secure and maintain a safe storage place for its materials
and equipment and is solely responsible for the same.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 51
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
12. PREVAILING WAGES
12.1 Wages of Employees. This contract is subject to the minimum wage requirements
of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid
projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and
fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed,
the rates match those identified by the U.S. Department of Labor's "Decision Number" shown in
Appendix B.
The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12
RCW, Chapter 296 -127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay
minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates
and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits
may be paid.
When the project is subject to both State and Federal hourly minimum rates for wages
and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall
not pay less than the higher rate unless the state rates are specifically preempted by Federal
law.
The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that
falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in
Chapter 296 -127 -010 WAC, complies with all the requirements of Chapter 39.12 RCW.
12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter
39.12 RCW, and as required in this Contract do not apply to:
(1) Sole owners and their spouses;
(2) Any partner who owns at least 30% of a partnership;
(3) The President, Vice President and Treasurer of a corporation if each one owns at
least 30% of the corporation.
12.3 Reporting Requirements. On forms provided by the Industrial Statistician of State
L &I, the Contractor shall submit to the Engineer the following for itself and for each firm
covered under Chapter 39.12 RCW that provided work and materials of the contract:
(1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form
number F700- 029 -000. The City will make no payment under this contract for the work
performed until this statement has been approved by State L&I and a certified copy of
the approved form has been submitted to the City.
(2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number
F700- 007 -000. The City will not release to the contractor any funds retained under
Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have
been approved by State L&I and a certified copy of all the approved forms have been
submitted to the City.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 52
RFB # 17 -001
RFB Ver. 4 -16
January 2017
The Contractor shall be responsible for requesting these forms from the State L&I and
for paying any approval fees required by State L&I.
Certified payrolls are required to be submitted by the Contractor to the City, for the
Contractor and all subcontractors or lower tier subcontractors.
12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be resolved by the City and the
Contractor, the matter shall be referred for arbitration to the Director of the Department of
Labor and Industries of the State of Washington and the decision therein shall be final and
conclusive and binding on all parties involved in the dispute.
13. FAILURE TO PAY SUBCONTRACTORS
In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay
for any materials, or fail to pay any insurance premiums, the City may terminate this Contract
and /or the City may withhold from the money which may be due the Contractor an amount
necessary for the payment of such subcontractors, laborers, materials or premiums.
14. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs,
design specifications, records, files, computer disks, magnetic media, all finished or unfinished
documents or material which may be produced or modified by Contractor while performing the
Work shall become the property of the City and shall be delivered to the City at its request.
15. CONFIDENTIALITY
Any records, reports, information, data or other documents or materials given to or
prepared or assembled by the Contractor under this Contract will be kept as confidential and
shall not be made available to any individual or organization by the Contractor without prior
written approval of the City.
16. BOOKS AND RECORDS
The Contractor agrees to maintain books, records, and documents which sufficiently and
properly reflect all direct and indirect costs related to the performance of this Contract and such
accounting procedures and practices as may be deemed necessary by the City to assure proper
accounting of all funds paid pursuant to this Contract. These records shall be subject at all
reasonable times to inspection, review or audit by the City, its authorized representative, the
State Auditor, or other governmental officials authorized by law to monitor this Contract.
17. CLEAN UP
At any time ordered by the City and immediately after completion of the Work, the
Contractor shall, at its own expense, clean up and remove all refuse and unused materials of
any kind resulting from the Work. In the event the Contractor fails to perform the necessary
clean up, the City may, but in no event is it obligated to, perform the necessary clean up and
City of Federal Way
South 3566 Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 53
RFB # 17 -001
RFB Ver. 4 -16
January 2017
the costs thereof shall be immediately paid by the Contractor to the City and /or the City may
deduct its costs from any remaining payments due to the Contractor.
18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY:
18.1 Contractor Verification. The Contractor verifies that it has a certificate of
registration with the State of Washington; has a current state unified business identifier
number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or
39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an
employment security department number as required in Title 50 RCW, if applicable; has a state
excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid
electrical contractor license as required by Chapter 19.28 RCW, if applicable; and possesses an
elevator contractor license as required by Chapter 70.87 RCW, if applicable.
18.2 Subcontractor Contracts. The Contractor shall include the language of this
section in each of its first tier subcontracts, and shall require each of its subcontractors to
include the same language of this section in each of their subcontracts, adjusting only as
necessary the terms used for the contracting parties. Upon request of the Owner, the
Contractor shall promptly provide documentation to the Owner demonstrating that the
subcontractor meets the subcontractor responsibility criteria below. The requirements of this
section apply to all subcontractors regardless of tier.
18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor
shall verify that each of its first tier subcontractors meets the following bidder responsibility
criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which
must have been in effect at the time of subcontract bid submittal; Have a current Washington
Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers'
compensation) coverage for the subcontractor's employees working in Washington, as required
in Title 51 RCW, if applicable; A Washington Employment Security Department number, as
required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax
registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if
required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by
Chapter 70.87 RCW.
19. GENERAL PROVISIONS
19.1 Entire Contract. The Contract Documents contain all of the agreements of the
Parties with respect to any matter covered or mentioned in this Contract and no prior
agreements or understandings pertaining to any such matters shall be effective for any
purpose.
19.2 Modification. No provisions of this Contract, including this provision, may be
amended or added to except by agreement in writing signed by the Parties or their respective
successors in interest.
19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void
or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other
provisions shall remain in full force and effect.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 54
RFB # 17 -001
RFB Ver. 4-16
January 2017
19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or
all of its obligations and rights hereunder without the prior written consent of the City. In the
event the City consents to any such assignment or transfer, such consent shall in no way
release the Contractor from any of its obligations or liabilities under this Contract.
19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be
binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns.
19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance
of any terms in this Contract, and the Contractor or City places the enforcement of the Contract
or any part thereof, or the collection of any monies due, or to become due hereunder, or
recovery of possession of any belongings, in the hands of an attorney, or file suit upon the
same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any
dispute related to this Contract shall be King County, Washington.
19.7 No Waiver. Failure of the City to declare any breach or default immediately upon
occurrence thereof, or delay in taking any action in connection with, shall not waive such
breach or default. Failure of the City to declare one breach or default does not act as a waiver
of the City's right to declare another breach or default.
19.8 Governing Law. This Contract shall be made in and shall be governed by and
interpreted in accordance with the laws of the State of Washington.
19.9 Authority. Each individual executing this Contract on behalf of the City and
Contractor represents and warrants that such individuals are duly authorized to execute and
deliver this Contract on behalf of the Contractor or City.
19.10 Notices. Any notices required to be given by the City to Contractor or by the
Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any
notices may be delivered personally to the addressee of the notice or may be deposited in the
United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the
United States mail shall be deemed received three (3) days after the date of mailing.
19.11 Captions. The respective captions of the Sections of this Contract are inserted for
convenience of reference only and shall not be deemed to modify or otherwise affect in any
respect any of the provisions of this Contract.
19.12 Performance. Time is of the essence of this Contract and each and all of its
provisions in which performance is a factor. Adherence to completion dates is essential to the
Contractor's performance of this Contract.
19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-
54, as amended, occurs as a result of the formation and /or performance of this Contract, this
Contract may be rendered null and void, at the City's option.
19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions
of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation
of the controlling document, which interpretation shall be final and binding.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 55
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
DATED the day and year set forth above.
ATTEST:
°ALL L
erk, Stephanie Cou ney, CMC
APPROVED AS TO FORM:
/A1
City Attorney
i
STATE OF WASHINGTON )
) ss.
COUNTY OF 1-11'-1 (1( )
Fer ell, Mayor
3325 8th Avenue South
Federal Way, WA 98003 -6325
SCI Infrastructure, LLC
Mirk Scoccolo, Manager
2825 S 154th Street
Seattle, WA 98188
(206) 242-0633
On this day personally appeared before me Mark Scoccolo, to me known to be the Manager of
SCI Infrastructure, LLC that executed the foregoing instrument, and acknowledged the said
instrument to be the free and voluntary act and deed of said limited liability company, for the
uses and purposes therein mentioned, and on oath stated that he was authorized to execute
said instrument.
7rt
GIVEN my hand and official seal this �S day of 12--J/ 12 1' , 2017
``��kilmoil Notary's signature �, .:! =.
`��.` JENN��!c,� Notary's printed name -< 17'
..),>.....' �..coMM•:c'':
� ^T1 : v, G Z • co
atp c :0
i otary Public in and for the State o
— Washington.
My commission expires OS ' 2 4 -1,7
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 56
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 57
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 58
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
Date:
EXHIBIT A
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
❑ Original
❑ Revised #
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's UBI Number:
Name & Mailing Address of Agency
Number:
ep
0
Assigned to:
Date Assigned:
Notice is hereby given relative to the comnleteon of contract or nroiect described below
Project Name
Contract Number
Job Order Contracting
❑ Yes • No
Description of Work Done /Include Jobsite Address(es)
Federally funded transportation project?
❑ No (if yes, provide Contract Bond Statement below)
1 Yes
Contractor's Name
E -mail Address
Affidavit ID*
Contractor Address
Te
ephone #
If Retainage is not withheld,
please select one of the following and List Surety's Name & >iond Number.
❑ Contract/Payment bond (valid for federally funded transportation projects)
• Retainage Bond
Name: ond Number:
B
Date Contract Awarded
Date Work Commenced
Date Wor Completed
Date Work Accepted
Were Subcontracters used on this project? If so, please complete Addendum A. ❑Yes ❑ No
Affidavit ID* - No L &I release will be granted until all affidavits are listed.
Contract Amount
Additions (+ )
Reductions (- )
Sub -Total
Sales Tax Rate
(If various rates apply, please send a breakdown)
Sales Tax Amount
$ 0.00
TOTAL $ 0 00
Liquidated Damages $
Amount Disbursed $
Amount Retained $
NOTE: These two totals must be equal
TOTAL $
0.00
Comments:
Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract.
NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates.
Submitting Form: Please submit the completed form by email to all three agencies below.
Contact Name:
Email Address:
Department of Revenue
CPublic Works Section
(360) 704-5650
PWC@dor.wa.gov
REV 31 0020e (10/26/15) F215 -038 -000 10 -2014
Washington stark °apartment of
Labor & Industries
Contract Release
(855) 545 -8163, option # 4
ContractRelease@LNI. WA.GOV
Title:
Phone Number:
Employment Security
Department
Registration, Inquiry,
Standards & Coordination
Unit
(360) 902-9450
publicworks@esd.wa.gov
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 59
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Addendum A: Please List all Subcontractors and Sub -tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L &I release will be eranted until all affidavits are listed.
Subcontractor's Name:
UBI Number: (Required)
Affidavit ID*
For tax assistance or to request this document in an alternate format, please call 1- 800 - 647 -7706. Teletype (TTY) users may use the
Washington Relay Service by calling 711.
REV 31 0020e Addendum (10/26/ 15) F215- 038 -000 10 -2014
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 60
RFB # 17 -001
RFB Ver. 4 -16
January 2017
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
PROJECT CHANGE ORDER
NUMBER NUMBER
EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
The time provided for completion in the Contract is Unchanged 1 1 Increased 1 I Decreased
by Calendar Days. This Document shall become an Amendment to the Contract and all
provisions of the Contract not amended herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage?
If "Yes" Will the Policies Be Extended?
11
11
Yes
Yes
No
No
PRICE CHANGE
LUMP SUM: INCREASE $ DECREASE $
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT:
INCREASE $ DECREASE $
STATEM ENT:
Payment for the above work will be in accordance with applicable portions of the standard
specifications, and with the understanding that all materials, workmanship and measurements
shall be in accordance with the provisions of the standard specifications, the contract plans, and
the special provisions governing the types of construction.
CONTRACTOR'S DEPT. DIRECTOR /MANAGER DATE
SIGNATURE SIGNATURE
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 61
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
DEPARTMENT RECAP TO DATE: *Adjustments:
ORIGINAL CONTRACT AMOUNT $
PREVIOUS CHANGE ORDERS $
THIS CHANGE ORDER $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY
PAY THIS ADJUSTED AMOUNT
INCREASED $
DECREASED $
DEPARTMENT DIRECTOR'S SIGNATURE
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 62
RFB # 17 -001
RFB Ver. 4 -16
January 2017
EXHIBIT C
CONTRACTOR'S RETAINAGE AGREEMENT
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
253 - 835 -7000
Bid /Contract Number
RFB 17 -001
IDENTIFICATION AND DESCRIPTION
Project Title South 356th Street Improvements (Pacific Hwy S to Enchanted Parkway S)
Contractor SCI Infrastructure, LLC Representative Mark Scoccolo
Bid No. RFB # 17 -001 Date 2/21/17 Administering Department
City Representative Funding Source City of Federal Way
Project Authority
RETAINAGE FORMULA
In accordance with applicable State Statutes, the following provisions will be made for the disposition of the
retainage held for investment:
1. All investments selected below are subject to City approval.
2. Retainage under this agreement will be held in escrow by the Bank of the West
(referred to herein as the Bank), the terms of which are specified by separate escrow agreement.
The cost of the investment program and the risk thereof is to be borne entirely by the contractor.
3. The final disposition of the contract retainage will be made in accordance with applicable statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest /not to
invest the retainage withheld under the terms of this contract. If the investment option is selected, please
provide the following information:
Name of Bank, Mutual Fund, or Savings & Loan Association:
Address:
Account #: Contact Person:
Contractor: Date:
By: Title:
Address: Phone:
Fed ID #: Est. Completion Date:
CITY APPROVAL
Approval of Investment Program and Retainage Agreement
Finance Director Date
CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE
Contract No. Project Title: South 356th Street Improvements (Pacific Hwy S to Enchanted Prkwy 5)
I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work
required by the above cited contract was completed on and final acceptance by the
City was granted on
I also certify that no liens have been received within 30 days from the above date from any person, persons,
mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract.
Contract Administrator
Director of Administering Department
Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes
(Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment
Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.)
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 63
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 64
RFB # 17 -001
RFB Ver. 4 -16
January 2017
EXHIBIT D
RETAINAGE BOND TO CITY OF FEDERAL WAY
SOUTH 356TH STREET IMPROVEMENTS
(PACIFIC HIGHWAY S TO ENCHANTED PARKWAY S)
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, SCI Infrastructure, LLC, as principal
( "Principal "), and , a Corporation organized and existing under the laws of
the State of , as a surety Corporation, and qualified under the laws of the State of Washington
to become surety upon bonds of Contractors with Municipal Corporations, as surety ( "Surety"), are jointly and
severally held and firmly bonded to the City of Federal Way ( "City") in the penal sum of: One Hundred Ninety-Four
Thousand Five Hundred Fourteen and 96/100 Dollars ($194,514.96) for the payment of which sum we bind ourselves
and our successors, heirs, administrators or personal representatives, as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the
Principal, providing for the South 356th Street Improvements (Pacific Highway S to Enchanted Parkway S) Project,
which contract is incorporated herein by this reference ( "Contract "), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the
Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a
trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who
shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person
or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the
respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing
labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so
reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time
provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided
thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or
any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned
upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and
priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work
therein provided for in the manner and within the time set forth, for the amount of Three Million Eight Hundred
Ninety Thousand Two Hundred Ninety-Nine and 10 /100 Dollars ($3,890,299.10); and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within
the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and
shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the
Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay
to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this
contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and
effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications
accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any
change, extension of time, alterations or additions to the terms of the Contract or to the Work.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 65
RFB # 17 -001
RFB Ver. 4-16
January 2017
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the
Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the
Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such
increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without consent of
the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of
the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within
a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default,
including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or
in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent,
if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has
elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount
equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon
completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without
interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the
City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete
participation in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of
default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the
mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share
in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union
Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the
mediation.
The parties have executed this instrument under their separate seals this day of
20 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its
undersigned representatives pursuant to authority of its governing body.
CORPORATE SEAL:
CORPORATE SEAL:
PRINCIPAL
By:
Mark Scoccolo, Manager
2825 S 154th St
Seattle, WA 98188
SURETY
By:
Attorney -in -Fact
(Attach Power of Attorney)
Title:
Address:
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 66
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that , who signed the said bond on behalf of the Principal, was
of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of
its governing body.
Secretary of Assistant Secretary
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the
within bond; that , who signed the said bond on behalf of the Surety, was
of the said Corporation; that I know his or her signature thereto is genuine,
and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by
authority of its governing body.
Secretary of Assistant Secretary
APPROVED AS TO FORM:
Mark Orthmann, Acting City Attorney
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 67
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 68
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
EXHIBIT E
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: ALL EMPLOYEES
AND TO: Carpenters of Western Washington; Laborers Local 440; Operating Engineers
Local 302/612; Teamsters Local 174
(Name of Union or Organization)
The undersigned currently holds contract(s) with City of Federal Way involving funds or credit
of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding
such contract(s).
You are advised that, under the provisions of the above contract(s) or subcontract(s) and in
accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the
undersigned is obliged not to discriminate against any employee or applicant of employment
because of race, color, creed or national origin. This obligation not to discriminate in
employment includes, but is not limited to, the following:
EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION
RECRUITMENT AND ADVERTISING
RATES OF PAY OR OTHER FORMS OF COMPENSATION
• SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION
•
This notice is furnished to you pursuant to the provisions of the above contract(s) or
subcontractor(s) and Executive Order 11246.
Copies of this Notice will be posted by the undersigned in conspicuous places available to
employees or applicants for employment.
Complaints may be submitted to:
Naveen Chandra, P.E.
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
SCI Infrastructure, LLC
(Contractor or subcontractor)
2/28/2017
Date
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 69
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 70
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
EXHIBIT F
CERTIFICATE OF INSURANCE
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 71
RFB # 17 -001
RFB Ver. 4 -16
January 2017
Exhibit F
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD/YYYY)
02/24/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
OLEPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
PORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Parker, Smith & Feek, Inc.
2233 112th Avenue NE
Bellevue, WA 98004
INSURED
SCI Infrastructure, LLC
2825 South 154th Street
Seattle, WA 98188
CONTACT
NAME:
PHONE
(A/C. No. Ext
E -MAIL
ADDRESS:
.425- 709 -3600
AX No):425- 709 -7460
(A/C.
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Transportation Ins. Co.
INSURER B : National Fire Ins. Hartford
INSURER C : Continental Casualty Company
INSURER D :
INSURER E :
Indian Harbor Insurance Company
INSURER F
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD POLICY NUMBER
POLICY EFF
(MM /DD /YYYY)
POLICY EXP
(MM /DD/YYYY)
LIMITS
A
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
X
04016281533
4/1/2016
4/1/2017
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES (Ea occurrence)
$ 500,000
MED EXP (Any one person)
$ 15,000
CLAIMS -MADE
X
OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP /OP AGG
$ 2,000,000
GE
'L AGGREGATE
POLICY
X
LIMIT APPLIES
TCOT-
X
PER:
LOC
$
AUTOMOBILE
X
—
_
LIABILITY
ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
SCHEDULED
AUTOS
NON -OWNED
AUTOS
X
C4016281516
4/1/2016
4/1/2017
COMBINED SINGLE LIMIT
(Ea accident)
1,000,000
$
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
$
C
_ J
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
X
C5091288088
4/1/2016
4/1/2017
EACH OCCURRENCE
$ 4,000,000
AGGREGATE
$ 4,000,000
$
DED
X
RETENT ON $ 10,000
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER /EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
Y/N
N / A
04016281533
�� Washington Stop Gap
4/1 /2016
4/1 /2017
WC STATU-
TORY LIMITS
X
OTH-
ER
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
1 000,0 00
$ ,
D
Pollution Liability
x
PEC004562501
4/1/2016
4/1/2017
$5,000,000 Each Pollution
Condition /Aggregate
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
Project - South 356th St Improvements - Pacific Hwy S to Enchanted Parkway S - Project RFB 17 -001.
The City of Federal Way, and its officers, elected officals, employees, agents and volunteers and KPG, PS, and its officers, employees, agents and Exeltech
Consulting, Inc. are additional insureds on the general liability, automobile, excess liability and pollution (Liability policies per the attached endorsements/forms.
(See Attached Description)
CERTIFICATE HOLDER
CANCELLATION
City of Federal Way
33325 8th Ave S
Federal Way, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2010/05)
© 1988 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
DESCRIPTIONS (Continued from Page 1 )
Coverage is primary and non - contributory on the general liability, automobile and excess liability policies per the attached endorsement /form.
Per project aggregate applies on the General Liability per the attached endorsement/forms.
•
•
•
POLICY NUMBER: 04016281516 COMMERCIAL AUTO
CA 20 48 10 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided
in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: SCI Infrastructure, LLC
Endorsement Effective Date: 04/01/2016
SCHEDULE
Name Of Person(s) Or Organization(s):
ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE
INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT
ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR AGTS OR OMISSIONS OF A PERSON OR
ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured provision
contained in Paragraph A.1. of Section II — Covered
CA20481013
Autos Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section 1 — Covered Autos Coverages of the Auto
Dealers Coverage Form.
Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1
•
•
•
CNA
CNA71527XX
(Ed. 10/12)
ADDITIONAL INSURED - PRIMARY AND NON - CONTRIBUTORY
It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows:
SCHEDULE
Name of Additional Insured Persons Or Organizations
Any person or organization, but only if you are required by written contract or written
agreement to make that person or organization an additional insured under this policy.
1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person
or organization scheduled above is an insured under this policy.
2. The insurance afforded to the additional insured under this policy will apply on a primary and non - contributory
basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the
"accident" for which the additional insured seeks coverage under this policy.
All other terms and conditions of the Policy remain unchanged.
CNA71527XX (10/12)
Page 1 of 1
Insured Name: SCI Infrastructure, LLC
Copyright CNA All Rights Reserved.
Policy No: C4016281516
Endorsement No:
Effective Date: 04/01/2016
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products - Completed
Operations Coverage Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
It is understood and agreed as follows:
I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the
Named Insured is required by written contract to add as an additional insured on this coverage part, including
any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement.
However, such person or organization is an Insured only with respect to such person or organization's liability
for:
A. unless paragraph B. below applies,
1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the
acts or omissions by or on behalf of the Named Insured and in the performance of such Named
Insured's ongoing operations as specified in such written contract; or
2. bodily injury or property damage caused in whole or in part by your work and included in the
products - completed operations hazard, and only if
a. the written contract requires the Named Insured to provide the additional insured such coverage;
and
b. this coverage part provides such coverage.
B. bodily injury, property damage, or personal and advertising injury arising out of your work described in
such written contract, but only if:
1. this coverage part provides coverage for bodily injury or property damage included within the
products completed operations hazard; and
2. the written contract specifically requires the Named Insured to provide additional insured coverage
under the 11 -85 or 10 -01 edition of CG2010 or the 10 -01 edition of CG2037.
II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not
provide such additional insured with:
A. coverage broader than required by the written contract; or
B. a higher limit of insurance than required by the written contract.
III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property
damage, or personal and advertising injury arising out of:
A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services,
including:
1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
2. supervisory, inspection, architectural or engineering activities; or
B. any premises or work for which the additional insured is specifically listed as an additional insured on another
endorsement attached to this coverage part.
IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY
CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available
to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance
CNA75079XX (1 -15)
Page 1 of 2
Policy No: C4016281533
Endorsement No:
Effective Date: 04/01/2016
Insured Name: SCI INFRASTRUCTURE, LLC
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
CNA
Blanket Additional Insured - Owners, Lessees or
Contractors - with Products - Completed
Operations Coverage Endorsement
is required by written contract to be primary and non - contributory, this insurance will be primary and non-
contributory relative solely to insurance on which the additional insured is a named insured.
V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended as follows:
The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the
addition of the following:
Any additional insured pursuant to this endorsement will as soon as practicable:
1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim;
2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance
the additional insured has for any loss covered under this coverage part;
3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the
investigation, defense, or settlement of the claim; and
4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or
program applies to a Toss that the Insurer covers under this coverage part. However, if the written
contract requires this insurance to be primary and non - contributory, this paragraph (4) does not apply to
insurance on which the additional insured is a named insured.
The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer
receives written notice of a claim from the additional insured.
VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended
to add the following definition:
Written contract means a written contract or written agreement that requires the Named Insured to make a
person or organization an additional insured on this coverage part, provided the contract or agreement:
A. is currently in effect or becomes effective during the term of this policy; and
B. was executed prior to:
1. the bodily injury or property damage; or
2. the offense that caused the personal and advertising injury
for which the additional insured seeks coverage.
Any coverage granted by this endorsement shall apply solely to the extent permissible by law.
All other terms and conditions of the Policy remain unchanged.
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA75079XX (1 -15)
Page 2 of 2
Policy No: C4016281533
Endorsement No:
Effective Date: 04/01/2016
Insured Name: SCI INFRASTRUCTURE, LLC
Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission.
ENDORSEMENT #011
• This endorsement, effective 12:01 a.m., April 1, 2015 forms a part of Policy No. PEC0045625 issued to
SCI INFRASTRUCTURE, LLC by Indian Harbor Insurance Company.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED ENDORSEMENT — VICARIOUS LIABILITY —
JOB SITE, TRANSPORTATION AND NON -OWNED DISPOSAL SITE
This endorsement modifies insurance provided under the following:
PROFESSIONAL AND CONTRACTOR'S POLLUTION LEGAL LIABILITY POLICY
Section II. Definitions, I. INSURED, is amended to include the following:
With regard to coverage that may be afforded under Section I. Insuring Agreements, Coverage B.1. — JOB SITE -
Occurrence, Coverage B.4 — TRANSPORTATION and Coverage B.5 — NON -OWNED DISPOSAL SITE only, any
person or organization, other than a CLIENT, as required by a written contract signed by the NAMED INSURED,
but only for:
1. a POLLUTION CONDITION caused by CONTRACTING SERVICES; and
2. the vicarious liability of the person or organization that results from the performance of CONTRACTING
SERVICES,
provided that such written contract is signed by the NAMED INSURED prior to the commencement of the
• POLLUTION CONDITION.
Section IV. Exclusions, K. Insured versus Insured does not apply to a CLAIM by any person or organization that
qualifies as an INSURED under this endorsement.
•
All other terms and conditions remain the same.
PCPoc209i 1012 Page 1 of 1
© 2012 X.L. America, Inc.
WALT 04/07/2015 © 2012 XL Insurance Company Limited.
All Rights Reserved. May not be copied without permission.
20020004340241362436636
MEE
MIN
s
s-
No
person or organization is an insured with
respect to the conduct of any current or past
limited liability company that is not shown as a
Named Insured in the Declarations.
e. A corporation or organization, other than
partnerships, joint ventures or limited liability
companies, that you form, acquire or gain control
of during the policy period, but only with respect to
"bodily injury," "property damage" or "personal and
advertising injury" taking place after you form,
acquire or gain control of such corporation or
organization.
2. Insured means the Named Insured and:
a. Your "volunteer workers" only while performing
duties related to the conduct of your business, or
your employees, other than your executive officers
and directors (if you are an organization other than
a partnership, joint venture or limited liability
company) or your members (if you are a limited
liability company ) but only for acts within the
scope of their employment by you or while
performing duties related to the conduct or your
business. However, none of these employees or
"volunteer workers" is an insured for:
(1) "Bodily injury" or "personal and advertising
injury":
(a) To you; to your partners or members (if
you are a partnership or joint venture) to
your members (if you are a limited liability
company) or to a co- employee while in
the course of his or her employment or
performing duties related to the conduct
of your business, or to your other
"volunteer workers" while performing
duties related to the conduct of your
business;
(b) To the spouse, child, parent, brother or
sister of that co- employee or "volunteer
worker" as a consequence of Paragraph
(1)(a) above;
(c) For which there is any obligation to share
damages with or repay someone else
who must pay damages because of the
injury described in Paragraphs (1)(a) or
(b) above; or
(d) Arising out of his or her providing or
failing to provide professional health care
services.
(2) "Property damage" to property:
(a) Owned, occupied or used by;
(b) Rented to, in the care, custody or control
or, or over which physical control is being
exercised for any purpose by
G 15057 -C
(Ed. 06/05)
G- 15057 -C
(Ed. 06/05)
you, any of your employees, "volunteer
workers" any partner or member (if you are a
partnership or joint venture) or any member (if
you are a limited liability company).
b. A person or organization for whom you are
required, by virtue of a written contract entered
into prior to the "bodily injury," "property damage"
or "personal and advertising injury" occurring or
being committed, to provide the insurance that is
afforded by this policy. This insurance applies only
with respect to operations by you or on your behalf
or to facilities you own or use, but only to the
extent of the limits of insurance required by such
contract, not to exceed the limits of insurance in
this policy.
c. Any other persons or organizations included as an
insured under the provisions of the "scheduled
underlying insurance" shown in the Declarations
of this policy and then only for the same coverage,
except for limits of insurance, afforded under such
"scheduled underlying insurance."
However, If a blanket additional insured
endorsement is attached to the general liability
"scheduled underlying insurance" pursuant to a
written or oral contract or agreement between you
and another person or organization (called
additional insured), this insurance is excess over
such insurance provided to the additional insured
subject to the following conditions:
(1) If the limits specified in the written contract or
agreement are less than the limits provided by
the "scheduled underlying insurance," then no
coverage is provided to the additional insured
under this policy.
(2) If the limits specified in the written contract or
agreement are greater than the limits provided
by the "scheduled underlying insurance," then
this insurance is excess over the insurance
provided by the "scheduled underlying
insurance." The limits of insurance for the
additional insured are the lesser of:
(i) The limits specified in the written contract;
or
(ii) The limits of the "scheduled underlying
insurance" plus the limits of this policy.
SECTION 01— LIMITS OF INSURANCE
1. The Limits of Insurance shown in the Declarations and
the rules below fix the most we will pay regardless of
the number of:
a.
b.
c.
Insureds;
Claims made or "suits" brought;
Persons or organizations making claims or
bringing "suits."
Page 7 of 17
•
•
•
CNA
G- 300429 -A
(Ed. 11/07)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CHANGES - OTHER INSURANCE
This endorsement modifies insurance provided under the following:
COMMERCIAL UMBRELLA PLUS COVERAGE PART
Solely with respect to the coverage afforded under this
insurance to any person or organization which qualifies
as an additional insured pursuant to paragraph 2. b. or
c. of SECTION II — WHO IS AN INSURED, the Other
Insurance Condition of SECTION IV — CONDITIONS
is deleted and replaced with the following:
4. Other Insurance
This insurance is excess over any other
insurance available to the additional insured
G- 300429 -A
(Ed. 11/07)
whether primary, excess, contingent or on any
other basis except that this insurance shall be
either primary to, or primary to and
noncontributing with, such other insurance if so
required by written contract or agreement with
the additional insured. This condition does not
apply to insurance purchased specifically to
apply in excess of this insurance.
Page 1 of 1
•
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 72
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
Bond No. 2250131
EXHIBIT G
CITY OF FEDERAL WAY
PERFORMANCE /PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
North American Specialty Insurance Company
We, the undersigned SCI Infrastructure, LLC, ( "Principal ") and the
undersigned corporation organized and existing under the laws of the State of New Hampshire
and legally doing business in the State of Washington as a surety ('Surety"), are held and firmly bonded
unto the City of Federal Way, a Washington municipal corporation ( "City") in the penal sum of _Three
Million Eight Hundred Ninety Two Hundred Ninety-Nine Dollars and 10/100 ($3,890,299.10) for the
payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns,
jointly and severally.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances,
regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
The Principal has entered into an Agreement with the City dated 20 11 for South 356`h
Street Improvement (Pacific Highway S to Enchanted Parkway S).
NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under
the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and
all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying
on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from
any loss or damage occasioned to any person or property by reason of any carelessness or negligence on
the part of the Principal, or any subcontractor in the performance of said work, and shall Indemnify and
hold the City harmless from any damage or expense by reason of failure of performance as specified in
the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in
the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or
the specifications accompanying the same shall in any way affect its obligation on this bond, and it does
hereby waive notice of any change, extension of time, alterations or additions to the terms of the
Agreement or to the Work.
The Surety hereby agrees that modifications and changes may be made in terms and provisions of the
Agreement without notice to Surety, and any such modifications or changes increasing the total amount
to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond
in a like amount, such increase, however, not to exceed twenty-five percent (25 %) of the original
amount of this bond without the consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms
of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the
default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City
to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's
evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default,
the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then
fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a)
to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually
incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the
City of Federal Way
South 356th Street [mprovements
(Pacific Hwy S to Enchanted Parkway S)
Page 73
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest,
any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed
the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first
complete participation in mediation, described in the below paragraph, prior to any interplead action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration
of default by the Principal, the Parties agree to participate in at least four hours of mediation in
accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The
Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by
the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327.
The Surety shall not interplead prior to completion of the mediation.
DATED this 24th day of February , 2017
CORPORATE SEAL OF PRINCIPAL: PRINCIPAL
SCI Infrastructure, LLC
By:
Its:
STATE OF WASHINGTON )
)ss.
COUNTY OF k-t N )
Mark Scoccolo
Manager
2825 S 154th Street
Seattle, WA 98188
(206) 242 -0633
On this day personally appeared before me Mark Scoccolo, to me known to be
Infrastructure, LLC that executed the foregoing instrument, and acknowledged the
the free and voluntary act and deed of said limited liability company, for the uses
mentioned, and on oath stated that he was authorized to execute said instrument.
GIVEN my hand and official seal this /--(-' day of
Notary's signature
Notary's printed name
Notary Public in and
My commission e -res
the Manager of SCI
said instrument to be
and purposes therein
r the State of Washington.
OC-7-4-11
City of Federal Way
South 356`h Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 74
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
By:
APPROVED AS TO FORM:
11/4
City Attorney
roe AT,,, Lail
North AmREerican Specialty Insurance Company
UTY
2zthL/L16t)
Attorney L(n -Fact
(Attach Power of Attorney)
Julie A. Craker
(Name of Person Executing Bond)
c/o Hentschell & Associates, Inc.
1436 S. Union Avenue
Tacoma, WA 98405
(Address)
(253) 272 -1151
(Phone)
City of Federal Way
South 356'x' Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 75
RFB # 17 -001
RFB Ver. 4 -16
January 2017
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
THOMAS P. HENTSCHELL, BRADLEY A. ROBERTS, JULIE, A. CRAKER,
KAREN J. SMITH and JOANNE REINKENSMEYER
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President. any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
QIc1l TYit
tclY SEAL 11=
= a .& 1973 n'
By L- 1 —. --
SIt, en P. Anderson, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
By
Michael A. Ito, Senior Vice President of ashington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 1st day of May , 2015
State of Illinois
County of Cook
ss:
North American Specialty Insurance Company
Washington International Insurance Company
On this 1st day of May , 2015 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OR AAL SEAL
M KENNY
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 1210412017
,
M. Kenny, Notary Public
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and yam},, n
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of gq i n� North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force an$ tli ct. if
my Companies sjL) tf �P6 Q :i0 7 ::•:
IN WITNESS WHEREOF, I have set m hand and affixed the seals of the Com anies thi y of ro r '
f — LC o,a h
Jeffrey Goldberg, Vice President & Assistant Slitaa-fy of
Washington International Insurance Company & North Am6.60 • • tylWffice 'Company
•
•
•
THIS PAGE IS INTENTIONALLY LEFT BLANK
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 76
RFB # 17 -001
RFB Ver. 4 -16
January 2017
EXHIBIT H
TITLE VI ASSURANCES
During the performance of this contract, the contractor /consultant, for itself, its assignees and
successors in interest (hereinafter referred to as the "contractor ") agrees as follows:
1. Compliance with Regulations
The contractor shall comply with the Regulations relative to non - discrimination in
federally assisted programs of United States Department of Transportation (USDOT), Title 49,
Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a part of
this contract.
2. Non - discrimination
The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, sex, or national origin in the selection and retention
of sub - contractors, including procurement of materials and leases of equipment. The contractor
shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5
of the Regulations, including employment practices when the contract covers a program set
forth in Appendix B of the Regulations.
3. Solicitations for Sub - contracts, Including Procurement of Materials and
• Equipment
In all solicitations either by competitive bidding or negotiations made by the contractor
for work to be performed under a sub - contract, including procurement of materials or leases of
equipment, each potential sub - contractor or supplier shall be notified by the contractor of the
contractor's obligations under this contract and the Regulations relative to non - discrimination on
the grounds of race, color, sex, or national origin.
4. Information and Reports
The contractor shall provide all information and reports required by the Regulations or
directives issued pursuant thereto, and shall permit access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the contracting agency or the
appropriate federal agency to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information, the contractor shall so
certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to
obtain the information.
5. Sanctions for Non - compliance
In the event of the contractor's non - compliance with the non - discrimination provisions of
this contract, the contracting agency shall impose such contract sanctions as it or the USDOT
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 77
RFB # 17 -001
RFB Ver. 4 -16
January 2017
may determine to be appropriate, including, but not limited to: Withholding of payments to the
contractor under the contract until the contractor complies, and /or; Cancellation, termination, or
suspension of the contract, in whole or in part.
6. Incorporation of Provisions
The contractor shall include the provisions of paragraphs (1) through (5) in every sub-
contract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with
respect to any sub - contractor or procurement as the contracting agency or USDOT may direct
as a means of enforcing such provisions including sanctions for non - compliance. Provided,
however, that in the event a contractor becomes involved in, or is threatened with, litigation
with a sub - contractor or supplier as a result of such direction, the contractor may request
WSDOT enter into such litigation to protect the interests of the state and, in addition, the
contractor may request the USDOT enter into such litigation to protect the interests of the
United States.
City of Federal Way
South 356th Street Improvements
(Pacific Hwy S to Enchanted Parkway S)
Page 78
RFB # 17 -001
RFB Ver. 4 -16
January 2017
•
•
•
AMENDMENTS TO THE
STANDARD SPECIFICATIONS
INTRO.AP1
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 2016
Standard Specifications for Road, Bridge, and Municipal Construction.
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational
purposes, the date following each Amendment title indicates the implementation date of the
Amendment or the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
1- 01.AP1
Section 1 -01, Definitions and Terms
August 1, 2016
1 -01.3 Definitions
The following new term and definition is inserted after the eighth paragraph:
Cold Weather Protection Period — A period of time 7 days from the day of concrete
placement or the duration of the cure period, whichever s longer.
1- 02.AP1
Section 1 -02, Bid Procedures and Conditions
April 4, 2016
1- 02.4(1) General
The first sentence of the last paragraph is revised to read:
Any prospective Bidder desiring an explanation or interpretation of the Bid Documents,
shall request the explanation or interpretation in writing by close of business on the
Thursday preceding the bid opening to allow a written reply to reach all prospective
Bidders before the submission of their Bids.
1 -02.9 Delivery of Proposal
The last sentence of the third paragraph is revised to read:
The Contracting Agency will not open or consider any Proposal when the Proposal or Bid
deposit is received after the time specified for receipt of Proposals or received in a location
other than that specified for receipt of Proposals unless an emergency or unanticipated
event interrupts normal work processes of the Contracting Agency so that Proposals
cannot be received.
The following new paragraph is inserted before the last paragraph:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
If an emergency or unanticipated event interrupts normal work processes of the
Contracting Agency so that Proposals cannot be received at the office designated for
receipt of bids as specified in Section 1 -02.12 the time specified for receipt of the Proposal
41)
will be deemed to be extended to the same time of day specified in the solicitation on the
first work day on which the normal work processes of the Contracting Agency resume.
1 -02.12 Public Opening of Proposals
This section is supplemented with the following new paragraph:
If an emergency or unanticipated event interrupts normal work processes of the
Contracting Agency so that Proposals cannot be opened at the time indicated in the call
for Bids the time specified for opening of Proposals will be deemed to be extended to the
same time of day on the first work day on which the normal work processes of the
Contracting Agency resume.
1- 04.AP1
Section 1 -04, Scope of the Work
January 3, 2017
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
The following new paragraph is inserted before the second to last paragraph:
Whenever reference is made in these Specifications or the Special Provisions to codes,
rules, specifications, and standards, the reference shad be construed to mean the code,
rule, specificatioi, or standard that is in effect on the Bid advertisement date, unless
otherwise stated or as required by law.
1 -04.3 Reference Information
This section is supplemented with the following new sentence:
If a document that is provided as reference information contains material also included as
a part of the Contract, that portion of the document shall be considered a part of the
Contract and not as Reference Information.
1- 06.AP1
Section 1 -06, Control of Material
January 4, 2016
This section is supplemented with the following new section and subsections:
1 -06.6 Recycled Materials
The Contractor shall make their best effort to utilize recycled materials in the construction
of the project; the use of recycled concrete aggregate as specified in Section 1- 06.6(1)A is
a requirement of the Contract.
The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working
Drawing within 30 calendar days after the Contract is executed. The plan shall provide the
Contractor's anticipated usage of recycled materials for meeting the requirements of these
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
Specifications. The quantity of recycled materials will be provided in tons and as a
percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table on
Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not
include Work that requires the use of a material that is included in the requirements for
using materials the Contractor may state in their plan that no recycled materials are
proposed for use.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section 9-
03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material
and aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT Form 350 -075 Recycled Materials Reporting.
1- 06.6(1) Recycling of Aggregate and Concrete Materials
1- 06.6(1)A General
The minimum quantity of recycled concrete aggregate shall be 25 percent of the total
quantity of aggregate that is incorporated into the Contract for those items listed in Section
9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material that
allow the use of recycled concrete aggregate. The percentage of recycled material
incorporated into the project for meeting the required percentage will be calculated in tons
based on the quantity of recycled concrete used on the entire Contract and not as
individual items.
If the Contractor's total cost for Work with recycled concrete aggregate is greater than
without the Contractor may choose to not use recycled concrete aggregate. When the
Contractor does not meet the minimum requirement of 25 percent recycled concrete
aggregate for the Contract due to costs or any other reason the following shall be
submitted:
1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized on
the Contract. The cost estimate shall include the following:
a. The estimated costs for the Work for each material with 25 percent recycled
concrete aggregate. The cost estimate shall include for each material a
copy of the price quote from the supplier with the lowest total cost for the
Work.
b. The estimated costs for the Work for each material without recycled concrete
aggregate.
The Contractor's cost estimates shall be submitted as an attachment to the Recycled
Materials Reporting form.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
1- 07.AP1
Section 1 -07, Legal Relations and Responsibilities to the Public
January 3, 2017
1 -07.1 Laws to be Observed
In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting
Agency ".
1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax
The last three sentences of the first paragraph are deleted and replaced with the following new
sentence:
The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or
rental of tools, machinery, equipment, or consumable supplies not integrated into the
project, in the unit bid prices.
1- 07.3(1) Forest Fire Prevention
This section is supplemented with the following new subsections:
1- 07.3(1)A Fire Prevention Control and Countermeasures Plan
The Contractor shall prepare and implement a project- specific fire prevention, control, and
countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall
submit a Type 2 Working Drawing no later than the date of the preconstruction
conference.
1- 07.3(1)A1 FPCC Plan Implementation Requirements
The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor
shall update the FPCC Plan throughout project construction so that the plan reflects
actual site conditions and practices. The Contractor shall update the FPCC Plan at
least annually and maintain a copy of the updated FPCC Plan that is available for
inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire
Precaution Level (IFPL) shall be discussed at the weekly project safety meetings.
1- 07.3(1)A2 FPCC Plan Element Requirements
The FPCC Plan shall include the following:
1. The names, titles, and contact information for the personnel responsible for
implementing and updating the plan.
2. The names and telephone numbers of the Federal, State, and local agencies
the Contractor shall notify in the event of a fire.
3. All potential fire causing activities such as welding, cutting of metal, blasting,
fueling operations, etc.
4. The location of fire extinguishers, water, shovels, and other firefighting
equipment.
5. The response procedures the Contractor shall follow in the event of a fire.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Most of Washington State is covered under the IFPL system which, by law, is
managed by the Department of Natural Resources (DNR). It is the Contractor's
responsibility to be familiar with the DNR requirements and to verify whether or not
IFPL applies to the specific project.
If the Contractor wishes to continue a work activity that is prohibited under an
industrial fire precaution level, the Contractor shall obtain a waiver from the DNR and
provide a copy to the Engineer prior to continuation of work on the project.
If the IFPL requirements prohibit the Contractor from performing Work the Contractor
may be eligible for an unworkable day in accordance with Section 1 -08.5.
The Contractor shall comply with the requirements of these provisions at no additional
cost to the Contracting Agency.
1 -07.8 High - Visibility Apparel
The last paragraph is revised to read:
High - visibility garments shall be labeled as, and in a condition compliant with the
ANSI /ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer
recommendations.
1- 07.8(1) Traffic Control Personnel
In this section, references to "ANSI /ISEA 107 - 2004" are revised to read "ANSI /ISEA 107 ".
1- 07.8(2) Non - Traffic Control Personnel
In this section, the reference to "ANSI /ISEA 107 - 2004" is revised to read "ANSI /ISEA 107 ".
1- 07.9(2) Posting Notices
Items 1 and 2 are revised to read:
1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment
Opportunity IS THE LAW published by US Department of Labor. Post for projects
with federal -aid funding.
2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal
Highway Administration (FHWA). Post for projects with federal -aid funding.
Items 5, 6 and 7 are revised to read:
5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The
Family And Medical Leave Act published by US Department of Labor. Post on all
projects.
6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US
Department of Labor. Post on all projects.
7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by
Washington State Department of Labor and Industries. Post on all projects.
Items 9 and 10 are revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
9. F700- 074 -909 (revised 06/13) — Your Rights as a Worker in Washington State by
Washington State Department of Labor and Industries (L &I). Post on all projects.
10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington
State Employment Security Department. Post on all projects.
1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan
The second sentence of the first paragraph is deleted.
The first sentence of the second paragraph is revised to read:
The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and
other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11.
Item number four of the fourth paragraph (up until the colon) is revised to read:
4. Potential Spill Sources — Describe each of the following for all potentially hazardous
materials brought or generated on -site, including but not limited to materials used for
equipment operation, refueling, maintenance, or cleaning:
The first sentence of item 7e of the fourth paragraph is revised to read:
BMP methods and locations where they are used to prevent discharges to ground or water
during mixing and transfer of hazardous materials and fuel.
The last paragraph is deleted.
1- 08.AP1
Section 1 -08, Prosecution and Progress
January 3, 2017
1 -08.1 Subcontracting
The second sentence of the second to last paragraph is revised to read:
Whenever the Contractor withholds payment to a Subcontractor for any reason including
disputed amounts, the Contractor shall provide notice within 10 calendar days to the
Subcontractor with a copy to the Contracting Agency identifying the reason for the
withholding and a clear description of what the Subcontractor must do to have the
withholding released.
The fourth sentence of the second to last paragraph is revised to read:
The Monthly Payment Summary shall include all Subcontractors that performed work that
was paid on the progress estimate by the Contracting Agency.
1- 08.1(1) Prompt Payment, Subcontract Completion and Return of
Retainage Withheld
In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ".
The last sentence in item number 11 of the first paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
The Contractor may also require any documentation from the Subcontractor that is
required by the subcontract or by the Contract between the Contractor and Contracting
Agency or by law such as affidavits of wages paid, and material acceptance certifications
to the extent that they relate to the Subcontractor's Work.
Item number 12 of the first paragraph is revised to read:
12. If the Contractor fails to comply with the requirements of the Specification and the
Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will
be subject to the actions described in No. 7 listed above. The Subcontractor may also
seek recovery against the Contractor under applicable prompt pay statutes in addition
to any other remedies provided for by the subcontract or by law.
1 -08.5 Time for Completion
In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ".
1- 09.AP1
Section 1 -09, Measurement and Payment
April 4, 2016
1 -09.6 Force Account
The second sentence of item number 4 is revised to read:
A "specialized service" is a work operation that is not typically done by worker
classifications as defined by the Washington State Department of Labor and Industries
and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and
municipal construction.
1- 10.AP1
Section 1 -10, Temporary Traffic Control
January 3, 2017
1- 10.1(2) Description
The first paragraph is revised to read:
The Contractor shall provide flaggers and all other personnel required for labor for traffic
control activities that are not otherwise specified as being furnished by the Contracting
Agency.
In the third paragraph, "Project Engineer" is revised to read "Engineer ".
The following new paragraph is inserted after the third paragraph:
The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times
except when Work requires closures. Ramps shall not be closed on consecutive
interchanges at the same time, unless approved by the Engineer. Lanes and ramps shall
be closed for the minimum time required to complete the Work. When paving hot mix
asphalt the Contractor may apply water to the pavement to shorten the time required
before reopening to traffic.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
1- 10.3(2)C Lane Closure Setup /Takedown
The following new paragraph is inserted before the last paragraph:
Channelization devices shall not be moved by traffic control personnel across an open
lane of traffic. If an existing setup or staging of traffic control devices require crossing an 41)
open lane of traffic, the traffic control devices shall be taken down completely and then set
up in the new configuration.
2- 03.AP2
Section 2 -03, Roadway Excavation and Embankment
August 1, 2016
2- 03.3(7)C Contractor - Provided Disposal Site
The second paragraph is revised to read:
The Contractor shall acquire all permits and approvals required for the use of the disposal
sites before any waste is hauled off the project. The Contractor shall submit a Type 1
Working Drawing consisting of copies of the permits and approvals for any disposal sites
to be used. The cost of any such permits and approvals shall be included in the Bid prices
for other Work.
The third paragraph is deleted.
2- 06.AP2
Section 2 -06, Subgrade Preparation
January 3, 2017
2- 06.3(2) Subgrade for Pavement
The second sentence in the first paragraph is revised to read:
The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of
maximum density as determined by the compaction control tests for granular materials.
3- 04.AP3
Section 3 -04, Acceptance of Aggregate
January 3, 2017
3 -04.5 Payment
In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised to
read "$15.00 ".
4- 04.AP4
Section 4 -04, Ballast and Crush Surfacing
January 3, 2017
4- 04.3(5) Shaping and Compaction
The first sentence is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
Immediately following spreading and final shaping, each layer of surfacing shall be
compacted to at least 95 percent of maximum density determined by the requirements of
Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed.
5- 01.AP5
Section 5 -01, Cement Concrete Pavement Rehabilitation
January 3, 2017
In this section, "portland cement" is revised to read "cement ".
5 -01.2 Materials
In the first paragraph, the following item is inserted after the item "Joint Sealants ":
Closed Cell Foam Backer Rod 9- 04.2(3)A
5- 01.3(1)A Concrete Mix Designs
This section, including title, is revised to read:
5- 01.3(1)A Mix Designs
The Contractor shall use either concrete patching materials or cement concrete for the
rehabilitation of cement concrete pavement. Concrete patching materials shall be used for
spall repair and dowel bar retrofitting and cement concrete shall be used for concrete
panel replacement.
5- 01.3(1)A1 Concrete Patching Materials
Item number 1 is revised to read:
1. Materials — The prepackaged concrete patching material and the aggregate extender
shall conform to Section 9 -20.
5- 01.3(1)A2 Portland Cement Concrete
This section, including title, is revised to read:
5- 01.3(1)A2 Cement Concrete for Panel Replacement
Cement concrete for panel replacement shall meet the requirements of Sections 5- 05.3(1)
and 5- 05.3(2) and be air entrained with a design air content of 5.5 percent. Cement
concrete for panel replacement may use rapid hardening hydraulic cement meeting the
requirements of Section 9- 01.2(2). Rapid hardening hydraulic cement will be considered a
cementitious material for the purpose of calculating the water /cementitious materials ratio
and the minimum cementitious materials requirement.
5- 01.3(1)B Equipment
This section's title is revised to read:
Equipment for Panel Replacement
5- 01.3(2)B Portland Cement Concrete
This section's title is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Cement Concrete for Panel Replacement
This section is supplemented with the following new subsection:
5- 01.3(2)81 Conformance to Mix Design
Acceptance of cement concrete pavement for panel replacement shall be in accordance
with Section 5- 01.3(2)B. The cement, coarse, and fine aggregate weights shall be within
the tolerances of the mix design in accordance with Section 5- 05.3(1).
5- 01.3(2)B1 Rejection of Concrete
This section is renumbered as follows:
5- 01.3(2)82 Rejection of Concrete
5- 01.3(4) Replace Portland Cement Concrete Panel
This section's title is revised to read:
Replace Cement Concrete Panel
5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints
This section's title is revised to read:
Sealing Existing Longitudinal and Transverse Joint
The first paragraph is revised to read:
The Contractor shall clean and seal existing longitudinal and transverse joints where
shown in the Plans or as marked by the Engineer.
The first sentence of the second paragraph is revised to read:
Old sealant and incompressible material shall be completely removed from the joint to the
depth of the new reservoir with a diamond blade saw in accordance with the detail shown
in the Standard Plans.
The fifth paragraph is revised to read:
Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed
air. If shown in the Plans, a backer rod shall be placed at the base of the sawn reservoir.
The joints shall be completely dry before the sealing installation may begin. Immediately
following the air blowing and backer rod placement, if required, the sealant material shall
be installed in conformance to manufacturer's recommendations and in accordance
with Section 5- 05.3(8)B.
5- 01.3(9) Portland Cement Concrete Pavement Grinding
This section's title is revised to read:
Cement Concrete Pavement Grinding
5- 01.3(11) Concrete Slurry and Grinding Residue
The last sentence of the first paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface,
into any drainage structure, water of the state, or wetlands.
The following new sentence is inserted at the end of the second paragraph:
The Contractor shall submit copies of all disposal tickets to the Engineer within 5 calendar
days.
5 -01.4 Measurement
The fourth paragraph is revised to read:
Sealing existing longitudinal and transverse joint will be measured by the linear foot,
measured along the line of the completed joint.
5 -01.5 Payment
The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph
following Bid item are revised to read:
"Sealing Existing Longitudinal and Transverse Joint ", per linear foot.
The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse
Joint ", shall be full payment for all costs to complete the Work as specified, including
removing incompressible material, preparing and sealing existing transverse and
longitudinal joints where existing transverse and longitudinal joints are cleaned and for all
incidentals required to complete the Work as specified.
5- 02.AP5
Section 5 -02, Bituminous Surface Treatment
April 4, 2016
5- 02.3(2) Preparation of Roadway Surface
This section is supplemented with the following new subsection:
5- 02.3(2)E Crack Sealing
Where shown in the Plans, seal cracks and joints in the pavement in accordance with
Section 5- 04.3(4)A1 and the following:
1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
5- 04.AP5
Section 5 -04, Hot Mix Asphalt
January 3, 2017
This section (and all subsections) is revised to read:
This Section 5 -04 is written in a style which, unless otherwise indicated, shall be
interpreted as direction to the Contractor.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
5 -04.1 Description
This Work consists of providing and placing one or more layers of plant -mixed hot mix
asphalt (HMA) on a prepared foundation or base, in accordance with these Specifications
and the lines, grades, thicknesses, and typical cross - sections shown in the Plans. The
manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with
these Specifications.
HMA shall be composed of asphalt binder and mineral materials as required, and may
include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed in
the proportions specified to provide a homogeneous, stable, and workable mix.
5 -04.2 Materials
Provide materials as specified in these sections:
Asphalt Binder 9- 02.1(4)
Cationic Emulsified Asphalt 9- 02.1(6)
Anti - Stripping Additive 9 -02.4
Warm Mix Asphalt Additive 9 -02.5
Aggregates 9 -03.8
Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B
Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B
Mineral Filler 9- 03.8(5)
Recycled Material 9 -03.21
Joint Sealants 9 -04.2
Closed Cell Foam Backer Rod 9- 04.2(3)A
5- 04.2(1) How to Get an HMA Mix Design on the QPL
Comply with each of the following:
• Develop the mix design in accordance with WSDOT SOP 732.
• Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6).
• Develop a mix design no more than 6 months prior to submitting it for QPL
evaluation.
• Submit mix designs to the WSDOT State Materials Laboratory in Tumwater,
including WSDOT Form 350 -042.
• Include representative samples of the materials that are to be used in the
HMA production as part of the mix design submittal.
• Identify the brand, type, and percentage of anti - stripping additive in the mix
design submittal.
• Include with the mix design submittal a certification from the asphalt binder
supplier that the anti - stripping additive is compatible with the crude source
and the formulation of asphalt binder proposed for use in the mix design.
• Do not include warm mix asphalt (WMA) additives when developing a mix
design or submitting a mix design for QPL evaluation. The use of warm mix
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
asphalt (WMA) additives is not part of the process for obtaining approval for
listing a mix design on the QPL. Refer to Section 5- 04.2(2)B.
The Contracting Agency's basis for approving, testing, and evaluating HMA mix
designs for approval on the QPL is dependent on the contractual basis for acceptance
of the HMA mixture, as shown in Table 1.
Table 1
Basis for Contracting Agency Evaluation of HMA Mix Designs for
Approval on the QPL
Contractual Basis
for Acceptance of
HMA Mixture (see
Section 5- 04.3(9))
Basis for Contracting
Agency Approval of
Mix Design for
Placement on QPL
Contracting Agency
Materials Testing for
Evaluation of the Mix
Design
Statistical Evaluation
WSDOT Standard
Practice QC -8
The Contracting Agency
will test the mix design
materials for compliance
with Sections 9- 03.8(2)
and 9- 03.8(6).
Visual Evaluation
Review of Form 350 -042
for compliance with
Sections 9- 03.8(2) and
9-03.8(6)
The Contracting Agency
may elect to test the mix
design materials, or
evaluate in accordance
with WSDOT Standard
Practice QC -8, at its sole
discretion.
If the Contracting Agency approves the mix design, it will be listed on the QPL for 12
consecutive months. The Contracting Agency may extend the 12 month listing
provided the Contractor submits a certification letter to the Qualified Products
Engineer verifying that the aggregate source and job mix formula (JMF) gradation,
and asphalt binder crude source and formulation have not changed. The Contractor
may submit the certification no sooner than three months prior to expiration of the
initial 12 month mix design approval. Within 7 calendar days of receipt of the
Contractor's certification, the Contracting Agency will update the QPL. The maximum
duration for approval of a mix design and listing on the QPL will be 24 months from
the date of initial approval or as approved by the Engineer.
5- 04.2(1)A Mix Designs Containing RAP and /or RAS
Mix designs are classified by the RAP and /or RAS content as shown in Table 2.
Table 2
Mix Design Classification Based on RAP /RAS Content
RAP /RAS Classification
RAP /RAS Content'
Low RAP /No RAS
0% <_ RAP% <_ 20% and RAS% =
0%
High RAP /Any RAS
20% < RAP% <_ Maximum
Allowable RAP2
and /or
0% < RAS% <_ Maximum
Allowable RAS2
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
'Percentages in this table are by total weight of HMA
'See Table 4 to determine the limits on the maximum amount RAP
and /or RAS.
5- 04.2(1)A1 Low RAP /No RAS — Mix Design Submittals for Placement
on QPL
For Low RAP /No RAS mix designs, comply with the following additional
requirements:
1. Develop the mix design with or without the inclusion of RAP.
2. The asphalt binder grade shall be the grade indicated in the Bid
item name or as otherwise required by the Contract.
3. Submit samples of RAP if used in development of the mix design.
4. Testing RAP or RAS stockpiles is not required for obtaining
approval for placing these mix designs on the QPL.
5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for Placement
on QPL
For High RAP /Any RAS mix designs, comply with the following additional
requirements:
1. For mix designs with any RAS, test the RAS stockpile (and RAP
stockpile if any RAP is in the mix design) in accordance with Table
3.
•
2. For High RAP mix designs with no RAS, test the RAP stockpile in •
accordance with Table 3.
3. For mix designs with High RAP /Any RAS, construct a single
stockpile for RAP and a single stockpile for RAS and isolate
(sequester) these stockpiles from further stockpiling before
beginning development of the mix design. Test the RAP and RAS
during stockpile construction as required by item 1 and 2 above.
Use the test data in developing the mix design, and report the test
data to the Contracting Agency on WSDOT Form 350 -042 as part
of the mix design submittal for approval on the QPL. Account for
the reduction in asphalt binder contributed from RAS in accordance
with AASHTO PP 78. Do not add to these stockpiles after starting
the mix design process.
Table 3
Test Frequency of RAP /RAS During RAP /RAS Stockpile
Construction For Approving a High RAP /Any RAS Mix
Design for Placement on the QPL
Test Frequency'
Test for
Test Method
• 1/1000 tons of
RAP (minimum
of 10 per mix
design) and
Asphalt Binder
Content and Sieve
Analysis of Fine
FOP for AASHTO T
308
and
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1 /3/17
RFB #17 -001
January 2017
•
• 1/100 tons of
and Coarse
FOP for WAQTC T
RAS (minimum
of 10 per mix
design)
Aggregate
27/T 11
1 "tons ", in this table, refers to tons of the reclaimed material
before being incorporated into HMA.
4. Limit the amount of RAP and /or RAS used in a High RAP /Any RAS
mix design by the amount of binder contributed by the RAP and /or
RAS, in accordance with Table 4.
Table 4
Maximum Amount of RAP and /or RAS in HMA Mixture
Maximum Amount of Binder Contributed from:
RAP
RAS
40 %1 minus contribution of
binder from RAS
20002
1 Calculated as the weight of asphalt binder contributed from the
RAP as a percentage of the total weight of asphalt binder in the
mixture.
2 Calculated as the weight of asphalt binder contributed from the
RAS as a percentage of the total weight of asphalt binder in the
mixture.
5. Develop the mix design including RAP, RAS, recycling agent, and
new binder.
6. Extract, recover, and test the asphalt residue from the RAP and
RAS stockpiles to determine the percent of recycling agent and /or
grade of new asphalt binder needed to meet but not exceed the
performance grade (PG) of asphalt binder required by the Contract.
a. Perform the asphalt extraction in accordance with AASHTO T
164 or ASTM D 2172 using reagent grade solvent.
b. Perform the asphalt recovery in accordance with AASHTO R
59 or ASTM D 1856.
c. Test the recovered asphalt residue in accordance with
AASHTO R 29 to determine the asphalt binder grade in
accordance with Section 9- 02.1(4).
d. After determining the recovered asphalt binder grade,
determine the percent of recycling agent and /or grade of new
asphalt binder in accordance with ASTM D 4887.
e. Test the final blend of recycling agent, binder recovered from
the RAP and RAS, and new asphalt binder in accordance with
AASHTO R 29. The final blended binder shall meet but not
exceed the performance grade of asphalt binder required by
the Contract and comply with the requirements of Section 9-
02.1(4).
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
7. Include the following test data with the mix design submittal:
a. All test data from RAP and RAS stockpile construction.
b. All data from testing the recovered and blended asphalt binder.
8. Include representative samples of the following with the mix design
submittal:
a. RAP and RAS.
b. 150 grams of recovered asphalt residue from the RAP and
RAS that are to be used in the HMA production.
5- 04.2(1)B Commercial HMA - Mix Design Submittal for Placement on QPL
For HMA used in the Bid item Commercial HMA, in addition to the requirements
of 5- 04.2(1) identify the following in the submittal:
1. Commercial HMA
2. Class of HMA
3. Performance grade of binder
4. Equivalent Single Axle Load (ESAL)
The Contracting Agency may elect to approve Commercial HMA mix designs
without evaluation.
5- 04.2(1)C Mix Design Resubmittal for QPL Approval
Develop a new mix design and resubmit for approval on the QPL when any of the
following changes occur. When these occur, discontinue using the mix design
until after it is reapproved on the QPL.
1. Change in the source of crude petroleum used in the asphalt binder.
2. Changes in the asphalt binder refining process.
3. Changes in additives or modifiers in the asphalt binder.
4. Changes in the anti -strip additive, brand, type or quantity.
5. Changes to the source of material for aggregate.
6. Changes to the job mix formula that exceed the amounts as described
in item 2 of Section 9- 03.8(7), unless otherwise approved by the
Engineer.
7. Changes in the percentage of material from a stockpile, when such
changes exceed 5% of the total aggregate weight.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
a. For Low RAP /No RAS mix designs developed without RAP,
changes to the percentage of material from a stockpile will be
calculated based on the total aggregate weight not including the
weight of RAP.
b. For Low RAP /No RAS mix designs developed with RAP, changes
to the percentage of material from a stockpile will be calculated
based on the total aggregate weight including the weight of RAP.
c. For High RAP /Any RAS mix designs, changes in the percentage of
material from a stockpile will be based on total aggregate weight
including the weight of RAP (and /or RAS when included in the
mixture).
Prior to making any change in the amount of RAS in an approved mix design,
notify the Engineer for determination of whether a new mix design is required,
and obtain the Engineer's approval prior to implementing such changes.
5- 04.2(2) Mix Design — Obtaining Project Approval
Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT
Form 350 -041 to the Engineer to request approval to use a mix design from the QPL.
Changes to the job mix formula (JMF) that have been approved on other contracts
may be included. The Engineer may reject a request to use a mix design if production
of HMA using that mix design on any contract is not in compliance with Section 5-
04.3(11)D, E, F, and G for mixture or compaction.
5- 04.2(2)A Changes to the Job Mix Formula
The approved mix design obtained from the QPL will be considered the starting
job mix formula (JMF) and shall be used as the initial basis for acceptance of
HMA mixture, as detailed in Section 5- 04.3(9).
During production the Contractor may request to adjust the JMF. Any
adjustments to the JMF will require approval of the Engineer and shall be made
in accordance with item 2 of Section 9- 03.8(7). After approval by the Engineer,
such adjusted JMF's shall constitute the basis for acceptance of the HMA
mixture.
5- 04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may, at the Contractor's discretion, elect to use warm mix asphalt
(WMA) processes for producing HMA. WMA processes include organic
additives, chemical additives, and foaming. The use of WMA is subject to the
following:
Do not use WMA processes in the production of High RAP /Any RAS
mixtures.
Before using WMA processes, obtain the Engineer's approval using
WSDOT Form 350 -076 to describe the proposed WMA process.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
5 -04.3 Construction Requirements
5- 04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1st
through March 31st of the following year, without written concurrence from the
Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are
less than those specified in Table 5, or when weather conditions otherwise prevent
the proper handling or finishing of the HMA.
Table 5
Minimum Surface Temperature for Paving
Compacted
Thickness (Feet)
Wearing Course
Other Courses
Less than 0.10
55 °F
45 °F
0.10 to 0.20
45 °F
35 °F
More than 0.20
35 °F
35 °F
5- 04.3(2) Paving Under Traffic
These requirements apply when the Roadway being paved is open to traffic.
In hot weather, the Engineer may require the application of water to the pavement to
accelerate the finish rolling of the pavement and to shorten the time required before
reopening to traffic.
During paving operations, maintain temporary pavement markings throughout the
project. Install temporary pavement markings on the Roadway prior to opening to
traffic. Temporary pavement markings shall comply with Section 8 -23.
5- 04.3(3) Equipment
5- 04.3(3)A Mixing Plant
Equip mixing plants as follows.
1. Use tanks for storage and preparation of asphalt binder which:
• Heat the contents by means that do not allow flame to contact the
contents or the tank, such as by steam or electricity.
• Heat and hold contents at the required temperatures.
• Continuously circulate contents to provide uniform temperature and
consistency during the operating period.
• Provide an asphalt binder sampling valve, in either the storage tank
or the supply line to the mixer.
2. Provide thermometric equipment:
In the asphalt binder feed line near the charging valve at the mixer
unit, capable of detecting temperature ranges expected in the HMA
and in a location convenient and safe for access by Inspectors.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
• At the discharge chute of the drier to automatically register or
indicate the temperature of the heated aggregates, and situated in
full view of the plant operator.
3. When heating asphalt binder:
• Do not exceed the maximum temperature of the asphalt binder
recommended by the asphalt binder supplier.
• Avoid local variations in heating.
• Provide a continuous supply of asphalt binder to the mixer at a
uniform average temperature with no individual variations
exceeding 25 °F.
4. Provide a mechanical sampler for sampling mineral materials that:
• Meets the crushing or screening requirements of Section 1 -05.6.
5. Provide HMA sampling equipment that complies with WSDOT SOP
T -168.
• Use a mechanical sampling device installed between the discharge
of the silo and the truck transport, approved by the Engineer, or
• Platforms or devices to enable sampling from the truck transport
without entering the truck transport for sampling HMA.
6. Provide for setup and operation of the Contracting Agency's field
testing:
• As required in Section 3- 01.2(2).
7. Provide screens or a lump breaker:
• When using any RAP or any RAS, to eliminate oversize RAP or
RAS particles from entering the pug mill or drum mixer.
5- 04.3(3)B Hauling Equipment
Provide HMA hauling equipment with tight, clean, smooth metal beds and a cover
of canvas or other suitable material of sufficient size to protect the HMA from
adverse weather. Securely attach the cover to protect the HMA whenever the
weather conditions during the work shift include, or are forecast to include,
precipitation or an air temperature less than 45 °F.
Prevent HMA from adhering to the hauling equipment. Spray metal beds with an
environmentally benign release agent. Drain excess release agent prior to filling
hauling equipment with HMA. Do not use petroleum derivatives or other coating
material that contaminate or alter the characteristics of the HMA. For hopper
trucks, operate the conveyer during the process of applying the release agent.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
5- 04.3(3)C Pavers
Use self- contained, power - propelled pavers provided with an internally heated
vibratory screed that is capable of spreading and finishing courses of HMA in
lane widths required by the paving section shown in the Plans.
When requested by the Engineer, provide written certification that the paver is
equipped with the most current equipment available from the manufacturer for
the prevention of segregation of the coarse aggregate particles. The certification
shall list the make, model, and year of the paver and any equipment that has
been retrofitted to the paver.
•
Operate the screed in accordance with the manufacturer's recommendations and
in a manner to produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. Provide a copy of
the manufacturer's recommendations upon request by the Contracting Agency.
Extensions to the screed will be allowed provided they produce the same results,
including ride, density, and surface texture as obtained by the primary screed. In
the Travelled Way do not use extensions without both augers and an internally
heated vibratory screed.
Equip the paver with automatic screed controls and sensors for either or both
sides of the paver. The controls shall be capable of sensing grade from an
outside reference line, sensing the transverse slope of the screed, and providing
automatic signals that operate the screed to maintain the desired grade and
transverse slope. Construct the sensor so it will operate from a reference line or a
mat referencing device. The transverse slope controller shall be capable of
maintaining the screed at the desired slope within plus or minus 0.1 percent.
Equip the paver with automatic feeder controls, properly adjusted to maintain a •
uniform depth of material ahead of the screed.
Manual operation of the screed is permitted in the construction of irregularly
shaped and minor areas. These areas include, but are not limited to, gore areas,
road approaches, tapers and left -turn channelizations.
When specified in the Contract, provide reference lines for vertical control. Place
reference lines on both outer edges of the Traveled Way of each Roadway.
Horizontal control utilizing the reference line is permitted. Automatically control
the grade and slope of intermediate lanes by means of reference lines or a mat
referencing device and a slope control device. When the finish of the grade
prepared for paving is superior to the established tolerances and when, in the
opinion of the Engineer, further improvement to the line, grade, cross - section,
and smoothness can best be achieved without the use of the reference line, a
mat referencing device may be substituted for the reference line. Substitution of
the device will be subject to the continued approval of the Engineer. A joint
matcher may be used subject to the approval of the Engineer. The reference line
may be removed after completion of the first course of HMA when approved by
the Engineer. Whenever the Engineer determines that any of these methods are
failing to provide the necessary vertical control, the reference lines will be
reinstalled by the Contractor.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
Furnish and install all pins, brackets, tensioning devices, wire, and accessories
necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer
may suspend Work as allowed by Section 1 -08.6.
5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle
Use a material transfer device (MTD) or material transfer vehicle (MTV) to deliver
the HMA from the hauling equipment to the paving machine for any lift in (or
partially in) the top 0.30 feet of the pavement section used in traffic lanes.
However, an MTD /V is not required for HMA placed in irregularly shaped and
minor areas such as tapers and turn lanes, or for HMA mixture that is accepted
by Visual Evaluation. At the Contractor's request the Engineer may approve
paving without an MTD /V; the Engineer will determine if an equitable adjustment
in cost or time is due. If a windrow elevator is used, the Engineer may limit the
length of the windrow in urban areas or through intersections.
To be approved for use, an MTV:
1. Shall be a self - propelled vehicle, separate from the hauling vehicle or
paver.
2. Shall not connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a
windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature
throughout the mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
2. May accept HMA directly from the haul vehicle or pick up HMA from a
windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to
placement into the paving machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature
throughout the mixture.
5- 04.3(3)E Rollers
Operate rollers in accordance with the manufacturer's recommendations. When
requested by the Engineer, provide a Type 1 Working Drawing of the
manufacturer's recommendation for the use of any roller planned for use on the
project. Do not use rollers that crush aggregate, produce pickup or washboard,
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
unevenly compact the surface, displace the mix, or produce other undesirable
results.
5- 04.3(4) Preparation of Existing Paved Surfaces •
Before constructing HMA on an existing paved surface, the entire surface of the
pavement shall be clean. Entirely remove all fatty asphalt patches, grease drippings,
and other deleterious substances from the existing pavement to the satisfaction of the
Engineer. Thoroughly clean all pavements or bituminous surfaces of dust, soil,
pavement grindings, and other foreign matter. Thoroughly remove any cleaning or
solvent type liquids used to clean equipment spilled on the pavement before paving
proceeds. Fill all holes and small depressions with an appropriate class of HMA. Level
and thoroughly compact the surface of the patched area.
Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any course
of HMA is to be placed or abutted. Apply tack coat to cover the cleaned existing
pavement with a thin film of residual asphalt free of streaks and bare spots. Apply a
heavy application of tack coat to all joints. For Roadways open to traffic, limit the
application of tack coat to surfaces that will be paved during the same working shift.
Equip the spreading equipment with a thermometer to indicate the temperature of the
tack coat material.
Do not operate equipment on tacked surfaces until the tack has broken and cured.
Repair tack coat damaged by the Contractor's operation, prior to placement of the
HMA.
Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1,
CSS -1 h, STE -1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and
CSS -1 h may be diluted with water at a rate not to exceed one part water to one part
emulsified asphalt. Do not allow the tack coat material to exceed the maximum
temperature recommended by the asphalt supplier.
When shown in the Plans, prelevel uneven or broken surfaces over which HMA is to
be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
5- 04.3(4)A Crack Sealing
5- 04.3(4)A1 General
When the Proposal includes a pay item for crack sealing, seal all cracks 1/4
inch in width and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose
and foreign material when filling with crack sealant material. Use a hot
compressed air lance to dry and warm the pavement surfaces within the
crack immediately prior to filling a crack with the sealant material. Do not
overheat pavement. Do not use direct flame dryers. Routing cracks is not
required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix
the components and pour the mixture into the cracks until full. Add additional
CSS -1 cationic emulsified asphalt to the sand slurry as needed for
workability to ensure the mixture will completely fill the crack. Strike off the
sand slurry flush with the existing pavement surface and allow the mixture to
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
cure. Top off cracks that were not completely filled with additional sand
slurry. Do not place the HMA overlay until the slurry has fully cured.
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant,
apply the material in accordance with these requirements and the
manufacturer's recommendations. Furnish a Type 1 Working Drawing of the
manufacturer's product information and recommendations to the Engineer
prior to the start of work, including the manufacturer's recommended heating
time and temperatures, allowable storage time and temperatures after initial
heating, allowable reheating criteria, and application temperature range.
Confine hot poured sealant material within the crack. Clean any overflow of
sealant from the pavement surface. If, in the opinion of the Engineer, the
Contractor's method of sealing the cracks with hot poured sealant results in
an excessive amount of material on the pavement surface, stop and correct
the operation to eliminate the excess material.
5- 04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5- 04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
5- 04.3(4)B Soil Residual Herbicide
Where shown in the Plans, apply one application of an approved soil residual
herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of
applying the herbicide.
Use herbicide registered with the Washington State Department of Agriculture for
use under pavement. Before use, obtain the Engineer's approval of the herbicide
and the proposed rate of application. Include the following information in the
request for approval of the material:
1. Brand Name of the Material,
2. Manufacturer,
3. Environmental Protection Agency (EPA) Registration Number,
4. Material Safety Data Sheet, and
5. Proposed Rate of Application.
5- 04.3(4)C Pavement Repair
Excavate pavement repair areas and backfill these with HMA in accordance with
the details shown in the Plans and as staked. Conduct the excavation operations
in a manner that will protect the pavement that is to remain. Repair pavement not
designated to be removed that is damaged as a result of the Contractor's
operations to the satisfaction of the Engineer at no cost to the Contracting
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Agency. Excavate only within one lane at a time unless approved otherwise by
the Engineer. Do not excavate more area than can be completely backfilled and
compacted during the same shift.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to •
a depth of 1.0 feet. The Engineer will make the final determination of the
excavation depth required.
The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, sawcut the perimeter of the
pavement area to be removed unless the pavement in the pavement repair area
is to be removed by a pavement grinder.
Excavated materials shall be the property of the Contractor and shall be disposed
of in a Contractor - provided site off the Right of Way or used in accordance with
Sections 2- 02.3(3) or 9- 03.21.
Apply a heavy application of tack coat to all surfaces of existing pavement in the
pavement repair area, in accordance with Section 5- 04.3(4).
Place the HMA backfill in lifts not to exceed 0.35 -foot compacted depth.
Thoroughly compact each lift by a mechanical tamper or a roller.
5- 04.3(5) Producing /Stockpiling Aggregates, RAP, & RAS
Produce aggregate in compliance with Section 3 -01. Comply with Section 3 -02
for preparing stockpile sites, stockpiling, and removing from stockpile each of the
following: aggregates, RAP, and RAS. Provide sufficient storage space for each
size of aggregate, RAP and RAS. Fine aggregate or RAP may be uniformly
blended with the RAS as a method of preventing the agglomeration of RAS
particles. Remove the aggregates, RAP and RAS from stockpile(s) in a manner
that ensures minimal segregation when being moved to the HMA plant for
processing into the final mixture. Keep different aggregate sizes separated until
they have been delivered to the HMA plant.
5- 04.3(5)A Stockpiling RAP or RAS for High RAP /Any RAS Mixes
Do not place any RAP or RAS into a stockpile which has been sequestered
for a High RAP /Any RAS mix design. Do not incorporate any RAP or RAS
into a High RAP /Any RAS mixture from any source other than the stockpile
which was sequestered for approval of that particular High RAP /Any RAS
mix design.
RAP that is used in a Low RAP /No RAS mix is not required to come from a
sequestered stockpile.
5- 04.3(6) Mixing
The asphalt supplier shall introduce anti - stripping additive, in the amount
designated on the QPL for the mix design, into the asphalt binder prior to
shipment to the asphalt mixing plant.
Anti -strip is not required for temporary work that will be removed prior to Physical
Completion.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
Use asphalt binder of the grade, and from the supplier, in the approved mix
design.
Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails,
and other foreign material. Discontinue use of the reclaimed material if the
Engineer, in their sole discretion, determines the wire, nails, or other foreign
material to be excessive.
Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly
mixed HMA. If there is evidence of the RAP or RAS not breaking down during the
heating and mixing of the HMA, immediately suspend the use of the RAP or RAS
until changes have been approved by the Engineer.
After the required amount of mineral materials, RAP, RAS, new asphalt binder
and recycling agent have been introduced into the mixer, mix the HMA until
complete and uniform coating of the particles and thorough distribution of the
asphalt binder throughout the mineral materials, RAP and RAS is ensured.
Upon discharge from the mixer, ensure that the temperature of the HMA does not
exceed the optimum mixing temperature shown on the approved Mix Design
Report by more than 25 °F, or as approved by the Engineer. When a WMA
additive is included in the manufacture of HMA, do not heat the WMA additive (at
any stage of production including in binder storage tanks) to a temperature higher
than the maximum recommended by the manufacturer of the WMA additive.
A maximum water content of 2 percent in the mix, at discharge, will be allowed
providing the water causes no problems with handling, stripping, or flushing. If
the water in the HMA causes any of these problems, reduce the moisture
content.
During the daily operation, HMA may be temporarily held in approved storage
facilities. Do not incorporate HMA into the Work that has been held for more than
24 hours after mixing. Provide an easily readable, low bin -level indicator on the
storage facility that indicates the amount of material in storage. Waste the HMA
in storage when the top level of HMA drops below the top of the cone of the
storage facility, except as the storage facility is being emptied at the end of the
working shift. Dispose of rejected or waste HMA at no expense to the Contracting
Agency.
5- 04.3(7) Spreading and Finishing
Do not exceed the maximum nominal compacted depth of any layer in any
course, as shown in Table 6, unless approved by the Engineer:
Table 6
Maximum Nominal Compacted Depth of Any Layer
HMA Class
Wearing Course
Other than Wearing
Course
1 inch
0.35 feet
0.35 feet
% and 'A inch
0.30 feet
0.35 feet
3/s inch
0.15 feet
0.15 feet
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Use HMA pavers complying with Section 5- 04.3(3) to distribute the mix. On
areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with
other equipment or by hand.
When more than one JMF is being utilized to produce HMA, place the material
produced for each JMF with separate spreading and compacting equipment. Do
not intermingle HMA produced from more than one JMF. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class
of HMA specified unless there is a need to make an adjustment in the JMF.
5- 04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
Sample aggregate for meeting the requirements of Section 3 -04 prior to being
incorporated into HMA. (The acceptance data generated for the Section 3 -04
acceptance analysis will not be commingled with the acceptance data generated
for the Section 5- 04.3(9) acceptance analysis.) Aggregate acceptance samples
shall be taken as described in Section 3 -04. Aggregate acceptance testing will
be performed by the Contracting Agency. Aggregate contributed from RAP
and /or RAS will not be evaluated under Section 3 -04.
For aggregate that will be used in HMA mixture which will be accepted by
Statistical Evaluation, the Contracting Agency's acceptance of the aggregate will
be based on:
1. Samples taken prior to mixing with asphalt binder, RAP, or RAS;
2. Testing for the materials properties of fracture, uncompacted void
content, and sand equivalent;
3. Evaluation by the Contracting Agency in accordance with Section 3 -04,
including price adjustments as described therein.
For aggregate that will be used in HMA which will be accepted by Visual
Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the
discretion of the Engineer.
5- 04.3(9) HMA Mixture Acceptance
The Contracting Agency will evaluate HMA mixture for acceptance by one of
three methods as determined from the criteria in Table 7.
Table 7
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Basis of Acceptance for HMA Mixture
Visual Evaluation
Statistical
Evaluation
Criteria
for
Selecting
the
Evaluation
Method
•
•
Commercial HMA
placed at any
location
Any HMA placed in:
o sidewalks
o road approaches
o ditches
o slopes
•
•
All HMA
mixture other
than that
accepted by
Visual
Evaluation
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
1 Temporary pavement is HMA that will be removed before Physical
Completion of the Contract.
5- 04.3(9)A Test Sections
This Section applies to HMA mixture accepted by Statistical Evaluation. A
test section is not allowed for HMA accepted by Visual Evaluation.
The purpose of a test section is to determine whether or not the Contractor's
mix design and production processes will produce HMA meeting the
Contract requirements related to mixture. Construct HMA mixture test
sections at the beginning of paving, using at least 600 tons and a maximum
of 1,000 tons or as specified by the Engineer. Each test section shall be
constructed in one continuous operation.
5- 04.3(9)A1 Test Section — When Required, When to Stop
Use Tables 8 and 9 to determine when a test section is required,
optional, or not allowed, and to determine when performing test sections
may end. Each mix design will be evaluated independently for the test
section requirements. If more than one test section is required, each test
section shall be evaluated separately by the criteria in table 8 and 9.
Table 8
Criteria for Conducting and Evaluating HMA Mixture Test
Sections
(For HMA Mixture Accepted by Statistical Evaluation)
o paths
o trails
o gores
o prelevel
o temporary
pavement'
o pavement repair
Low RAP /No RAS
Is Mixture Test
Section Optional or
Mandatory?
Mandatory'
•
Other nonstructural
applications of HMA
as approved by the
4 calendar days2
4 calendar days2
What Must Happen
to Stop Performi ng
Test Sections?
Meet "Results
Required to Stop
Performing Test
Sections" in Table 9
for High RAP /Any
RAS.
Engineer
1 Temporary pavement is HMA that will be removed before Physical
Completion of the Contract.
5- 04.3(9)A Test Sections
This Section applies to HMA mixture accepted by Statistical Evaluation. A
test section is not allowed for HMA accepted by Visual Evaluation.
The purpose of a test section is to determine whether or not the Contractor's
mix design and production processes will produce HMA meeting the
Contract requirements related to mixture. Construct HMA mixture test
sections at the beginning of paving, using at least 600 tons and a maximum
of 1,000 tons or as specified by the Engineer. Each test section shall be
constructed in one continuous operation.
5- 04.3(9)A1 Test Section — When Required, When to Stop
Use Tables 8 and 9 to determine when a test section is required,
optional, or not allowed, and to determine when performing test sections
may end. Each mix design will be evaluated independently for the test
section requirements. If more than one test section is required, each test
section shall be evaluated separately by the criteria in table 8 and 9.
Table 8
Criteria for Conducting and Evaluating HMA Mixture Test
Sections
(For HMA Mixture Accepted by Statistical Evaluation)
High RAP /Any RAS
Low RAP /No RAS
Is Mixture Test
Section Optional or
Mandatory?
Mandatory'
At Contractor's
Option
Waiting period after
paving the test
section.
4 calendar days2
4 calendar days2
What Must Happen
to Stop Performi ng
Test Sections?
Meet "Results
Required to Stop
Performing Test
Sections" in Table 9
for High RAP /Any
RAS.
Provide samples
and respond to
WSDOT test
results required by
Table 9 for Low
RAP /No RAS.
'If a mix design has produced an acceptable test section on a
previous contract (paved in the same calendar year, from the
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
same plant, using the same JMF) the test section may be waived
if approved by the Engineer.
2This is to provide time needed by the Contracting Agency to
complete testing and the Contractor to adjust the mixture in
response to those test results. Paving may resume when this is
done.
Table 9
Results Required to Stop Performing HMA Mixture Test
Sections'
(For HMA Mixture Accepted by Statistical Evaluation)
Test Property
Type of HMA
High RAP /Any RAS
Low RAP /No RAS
Gradation
Minimum PF; of 0.95
based on the criteria
in Section 5-
04.3(9)B42
None4
Asphalt Binder
Minimum PF; of 0.95
based on the criteria
in Section 5-
04.3(9)B42
None4
Va
Minimum PF; of 0.95
based on the criteria
in Section 5-
04.3(9)B42
None4
Hamburg Wheel
Track
Indirect Tensile
Strength
Meet requirements of
Section 9-03.8(2).3
These tests will not
be done as part of
Test Section.
Aggregates
Sand Equivalent
Uncompacted Void
Content
Fracture
Nonstatistical
Evaluation in
accordance with the
requirements of
Section 3 -043
None3
11n addition to the requirements of this table, acceptance of the
HMA mixture used in each test section is subject to the
acceptance criteria and price adjustments for Statistical
Evaluation (see Table 9a).
2Divide the test section lot into three sublots, approximately equal
in size. Take one sample from each sublot, and test each sample
for the property in the first column.
3Take one sample for each test section lot. Test the sample for the
properties in the first column.
4Divide the test section lot into three sublots, approximately equal
in size. Take one sample from each sublot, and test each sample
for the property in the first column. There are no criteria for
discontinuing test sections for these mixes; however, the
contractor must comply with Section 5- 04.3(11)F before
resuming paving.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
5- 04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test
Section
The Engineer will evaluate the HMA mixture in each test section for
rejection, acceptance, and price adjustments based on the criteria in
Table 9a using the data generated from the testing required by Table 9.
Each test section shall be considered a separate lot.
Table 9a
Acceptance Criteria for HMA Mixture Placed in a Test Section
(For HMA Mixture Accepted by Statistical Evaluation)
Test Property
Type of HMA
High RAP /Any RAS
Low RAP /No RAS
Gradation
Asphalt Binder
Va
Statistical Evaluation
Statistical
Evaluation
Hamburg Wheel
Track
Indirect Tensile
Strength
Pass /Fail for the
requirements of
Section 9- 03.8(2)1
N/A
HMA Aggregate
Sand Equivalent
Uncompacted Void
Content
Nonstatistical
Evaluation in
accordance with the
requirements of
Section 3 -04
Nonstatistical
Evaluation in
accordance with
the requirements of
Section 3 -04
'Failure to meet the specifications for Hamburg and /or IDT will
cause the mixture in the test section to be rejected. Refer to
Section 5- 04.3(11).
5- 04.3(9)B Mixture Acceptance — Statistical Evaluation
5- 04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots
HMA mixture which is accepted by Statistical Evaluation will be
evaluated by the Contracting Agency dividing that HMA tonnage into
mixture lots, and each mixture lot will be evaluated using stratified
random sampling by the Contracting Agency sub - dividing each mixture
lot into mixture sublots. All mixture in a mixture lot shall be of the same
mix design. The mixture sublots will be numbered in the order in which
the mixture (of a particular mix design) is paved.
Each mixture lot comprises a maximum of 15 mixture sublots, except:
• The final mixture lot of each mix design on the Contract will
comprise a maximum of 25 sublots.
• A mixture lot for a test section will consist of three sublots.
Each mixture sublot shall be approximately uniform in size with the
maximum mixture sublot size as specified in Table 10. The quantity of
material represented by the final mixture sublot of the project, for each
mix design on the project, may be increased to a maximum of two times
the mixture sublot quantity calculated.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Table 10
Maximum HMA Mixture Sublot Size
For HMA Accepted b Statistical Evaluation
HMA Original Plan Quantity
(tons)1
Maximum Sublot Size (tons)2
< 20,000
1,000
20,000 to 30,000
1,500
>30,000
2,000
"Plan quantity" means the plan quantity of all HMA of the
same class and binder grade which is accepted by Statistical
Evaluation.
2 The maximum sublot size for each combination of HMA class
and binder grade shall be calculated separately.
• For a mixture lot in progress with a mixture CPF less than
0.75, a new mixture lot will begin at the Contractor's request
after the Engineer is satisfied that material conforming to the
Specifications can be produced. See also Section 5-
04.3(11)F.
• If, before completing a mixture lot, the Contractor requests a
change to the JMF which is approved by the Engineer, the
mixture produced in that lot after the approved change will be
evaluated on the basis of the changed JMF, and the mixture
produced in that lot before the approved change will be
evaluated on the basis of the unchanged JMF; however, the
mixture before and after the change will be evaluated in the
same lot. Acceptance of subsequent mixture lots will be
evaluated on the basis of the changed JMF.
5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling
Comply with Section 1- 06.2(1).
Samples of HMA mixture which is accepted by Statistical Evaluation will
be randomly selected from within each sublot, with one sample per
sublot. The Engineer will determine the random sample location using
WSDOT Test Method T 716. The Contractor shall obtain the sample
when ordered by the Engineer. The Contractor shall sample the HMA
mixture in the presence of the Engineer and in accordance with FOP for
WAQTC T 168.
5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing
Comply with Section 1- 06.2(1).
The Contracting Agency will test the mixture sample from each sublot
(including sublots in a test section) for the properties shown in Table 11.
Table 11
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Testing Required for each HMA Mixture Sublot
•
Test
Procedure
Performed by
Va
WSDOT SOP
731
Engineer
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Asphalt Binder Content
FOP for
AASHTO T 308
Engineer
Gradation: Percent Passing
11/2' 1", % ", 1/2 ", 3/8 ", No. 4,
No. 8, No. 200
FOP for
WAQTC
T 27/T 11
Engineer
The mixture samples and tests taken for the purpose of determining
acceptance of the test section (as described in Section 5- 04.3(9)A) shall
also be used as the test results for acceptance of the mixture described
in 5- 04.3(9)B3, 5- 04.3(9)B4, 5- 04.3(9)B5, and 5- 04.3(9)B6.
5- 04.3(9)B4 Mixture Statistical Evaluation — Pay Factors
Comply with Section 1- 06.2(2).
The Contracting Agency will determine a pay factor (PF;) for each of the
properties in Table 11, for each mixture lot, using the quality level
analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be
calculated for each of the sieve sizes listed in Table 11 which is equal to
or smaller than the maximum allowable aggregate size (100 percent
passing sieve) of the HMA mixture. The USL and LSL shall be
calculated using the Job Mix Formula Tolerances (for Statistical
Evaluation) in Section 9- 03.8(7).
If a constituent is not measured in accordance with these Specifications,
its individual pay factor will be considered 1.00 in calculating the
Composite Pay Factor (CPF).
5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors
(CPF)
Comply with Section 1- 06.2(2).
In accordance with Section 1- 06.2(2)D4, the Contracting Agency will
determine a Composite Pay Factor (CPF) for each mixture lot from the
pay factors calculated in Section 5- 04.3(9)B4, using the price
adjustment factors in Table 12. Unless otherwise specified, the
maximum CPF for HMA mixture shall be 1.05.
Table 12
HMA Mixture Price Adjustment Factors
Constituent
Factor "f"
All aggregate passing: 11/2 ", 1 ", 3/4', h /2',
3/8" and No.4 sieves
2
All aggregate passing No. 8 sieve
15
All aggregate passing No. 200 sieve
20
Asphalt binder
40
Air Voids (Va)
20
5- 04.3(9)B6 Mixture Statistical Evaluation — Price Adjustments
For each HMA mixture lot, a Job Mix Compliance Price Adjustment will
be determined and applied, as follows:
JMCPA = [0.60 x (CPF — 1.00)] x Q x UP
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Where
JMCPA = Job Mix Compliance Price Adjustment for a given lot of
mixture ($)
CPF = Composite Pay factor for a given lot of mixture
(maximum is 1.05)
Q = Quantity in a given lot of mixture (tons)
UP = Unit price of the HMA in a given lot of mixture ($ /ton)
5- 04.3(9)B7 Mixture Statistical Evaluation — Retests
The Contractor may request that a mixture sublot be retested. To
request a retest, submit a written request to the Contracting Agency
within 7 calendar days after the specific test results have been posted to
the website or emailed to the Contractor, whichever occurs first. The
Contracting Agency will send a split of the original acceptance sample
for testing by the Contracting Agency to either the Region Materials
Laboratory or the State Materials Laboratory as determined by the
Engineer. The Contracting Agency will not test the split of the sample
with the same equipment or by the same tester that ran the original
acceptance test. The sample will be tested for a complete gradation
analysis, asphalt binder content, and Va, and the results of the retest will
be used for the acceptance of the HMA mixture in place of the original
mixture sublot sample test results. The cost of testing will be deducted
from any monies due or that may come due the Contractor under the
Contract at the rate of $250 per sample.
5- 04.3(9)C Vacant
5- 04.3(9)D Mixture Acceptance — Visual Evaluation
Visual Evaluation of HMA mixture will be by visual inspection by the
Engineer or, in the sole discretion of the Engineer, the Engineer may sample
and test the mixture.
5- 04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing,
Price Adjustments
HMA mixture accepted by Visual Evaluation will not be broken into lots
unless the Engineer determines that testing is required. When that
occurs, the Engineer will identify the limits of the questionable HMA
mixture, and that questionable HMA mixture shall constitute a lot. Then,
the Contractor will take samples from the truck, or the Engineer will take
core samples from the roadway at a minimum of three random locations
from within the lot, selected in accordance with WSDOT Test Method T
716, taken from the roadway in accordance with WSDOT SOP 734, and
tested in accordance with WSDOT SOP 737. The Engineer will test one
of the samples for all constituents in Section 5- 04.3(9)B3. If all
constituents from that test fall within the Job Mix Formula Tolerances
(for Visual Evaluation) in Section 9- 03.8(7), the lot will be accepted at
the unit Contract price with no further evaluation.
When one or more constituents fall outside those tolerance limits, the
other samples will be tested for all constituents in Section 5- 04.3(9)B3,
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
and a Job Mix Compliance Price Adjustment will be calculated in
accordance with Table 13.
Table 13
Visual Evaluation — Out of Tolerance Procedures
Comply with the Following
Pay Factors'
Section 5- 04.3(9)B4
Composite Pay Factors2
Section 5- 04.3(9)B5
Price Adjustments
Section 5- 04.3(9)B6
'The Visual Evaluation tolerance limits in Section 9- 03.8(7) will
be used in the calculation of the PFi.
2The maximum CPF shall be 1.00.
5- 04.3(9)E Mixture Acceptance — Notification of Acceptance Test
Results
The results of all mixture acceptance testing and the Composite Pay Factor
(CPF) of the lot after three sublots have been tested will be available to the
Contractor through The Contracting Agency's website.
The Contracting Agency will endeavor to provide written notification (via
email to the Contractor's designee) of acceptance test results through its
web -based materials testing system Statistical Analysis of Materials (SAM)
within 24 hours of the sample being made available to the Contracting
Agency. However, the Contractor agrees:
1. Quality control, defined as the system used by the Contractor to
monitor, assess, and adjust its production processes to ensure that
the final HMA mixture will meet the specified level of quality, is the
sole responsibility of the Contractor.
2. The Contractor has no right to rely on any testing performed by the
Contracting Agency, nor does the Contractor have any right to rely
on timely notification by the Contracting Agency of the Contracting
Agency's test results (or statistical analysis thereof), for any part of
quality control and /or for making changes or correction to any
aspect of the HMA mixture.
3. The Contractor shall make no claim for untimely notification by the
Contracting Agency of the Contracting Agency's test results or
statistical analysis.
5- 04.3(10) HMA Compaction Acceptance
For all HMA, the Contractor shall comply with the General Compaction
Requirements in Section 5- 04.3(10)A. The Contracting Agency will evaluate all
HMA for compaction compliance with one of the following - Statistical Evaluation,
Visual Evaluation, or Test Point Evaluation - determined by the criteria in Table
14:
Table 14
Criteria for Determining Method of Evaluation for HMA Compaction'
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Statistical Evaluation
of HMA Compaction is
Required For:
Visual Evaluation of
HMA Compaction is
Required For:
Test Point Evaluation
of HMA Compaction
is Required For:
• Any HMA for which
the specified course
thickness is greater
than 0.10 feet, and
the HMA is in:
o traffic lanes,
including but not
limited to:
• ramp lanes
• truck climbing
lanes
• weaving lanes
• speed change
lanes
• "HMA for
Preleveling..."
• "HMA for Pavement
Repair..."
•
Any HMA not 1
meeting the criteria
for Statistical
Evaluation or
Visual Evaluation
'This table applies to all HMA, and shall be the sole basis for determining
the acceptance method for compaction.
The Contracting Agency may, at its sole discretion, evaluate any HMA for
compliance with the Cyclic Density requirements of Section 5- 04.3(10)B.
5- 04.3(10)A HMA Compaction — General Compaction Requirements
Immediately after the HMA has been spread and struck off, and after surface
irregularities have been adjusted, thoroughly and uniformly compact the mix.
The completed course shall be free from ridges, ruts, humps, depressions,
objectionable marks, and irregularities and shall conform to the line, grade,
and cross - section shown in the Plans. If necessary, alter the JMF in
accordance with Section 9- 03.8(7) to achieve desired results.
Compact the mix when it is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Compact areas inaccessible to
large compaction equipment by mechanical or hand tampers. Remove HMA
that becomes loose, broken, contaminated, shows an excess or deficiency of
asphalt, or is in any way defective. Replace the removed material with new
HMA, and compact it immediately to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction
sequence shall generally be the Contractor's option, provided the specified
densities are attained. An exception shall be that pneumatic tired rollers shall
be used for compaction of the wearing course beginning October 1st of any
year through March 31st of the following year. Coverage with a steel wheel
roller may precede pneumatic tired rolling. Unless otherwise approved by the
Engineer, operate rollers in the static mode when the internal temperature of
the mix is less than 175 °F. Regardless of mix temperature, do not operate a
roller in a mode that results in checking or cracking of the mat.
On bridge decks and on the five feet of roadway approach immediately
adjacent to the end of bridge /back of pavement seat, operate rollers in static
mode only.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
5- 04.3(10)B HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that
are less than 90 percent of the theoretical maximum density. At the
Engineer's discretion, the Engineer may evaluate the HMA pavement for low
cyclic density, and when doing so will follow WSDOT SOP 733. A $500
Cyclic Density Price Adjustment will be assessed for any 500 -foot section
with two or more density readings below 90 percent of the theoretical
maximum density.
5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation
HMA compaction which is accepted by Statistical Evaluation will be based on
acceptance testing performed by the Contracting Agency, and statistical
analysis of those acceptance tests results. This will result in a Compaction
Price Adjustment.
5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and
Sublots
HMA compaction which is accepted by Statistical Evaluation will be
evaluated by the Contracting Agency dividing the project into
compaction lots, and each compaction lot will be evaluated using
stratified random sampling by the Contracting Agency sub - dividing each
compaction lot into compaction sublots. All mixture in any individual
compaction lot shall be of the same mix design. The compaction sublots
will be numbered in the order in which the mixture (of a particular mix
design) is paved.
Each compaction lot comprises a maximum of 15 compaction sublots,
except for the final compaction lot of each mix design on the Contract,
which comprises a maximum of 25 sublots.
Each compaction sublot shall be uniform in size as shown in Table 15,
except that the last compaction sublot of each day may be increased to
a maximum of two times the compaction sublot quantity calculated.
Minor variations in the size of any sublot shall not be cause to invalidate
the associated test result.
Table 15
HMA Compaction Sublot Size
HMA Original Plan Quantity
(tons)1
Compaction Sublot Size
(tons)
<20,000
100
20,000 to 30,000
150
>30,000
200
11n determining the plan quantity tonnage, do not include any
tons accepted by test point evaluation.
The following will cause one compaction lot to end prematurely and a
new compaction lot to begin:
• For a compaction lot in progress with a compaction CPF Tess
than 0.75, a new compaction lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
to the Specifications can be produced. See also Section 5-
04.3(11)F.
All HMA which is paved on a bridge and accepted for compaction by
•
Statistical Evaluation will compose a bridge compaction lot. If the
contract includes such HMA on more than one bridge, compaction will
be evaluated on each bridge individually, as separate bridge compaction
lots.
Bridge compaction sublots will be determined by the Engineer subject to
the following:
• All sublots on a given bridge will be approximately the same
size.
• Sublots will be stratified from the lot.
• In no case will there be less than 3 sublots in each bridge
compaction lot.
• No sublot will exceed 50 tons.
• Compaction test locations will be determined by the Engineer
in accordance with WSDOT FOP for AASHTO T166.
5- 04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance
Testing
Comply with Section 1- 06.2(1).
The location of HMA compaction acceptance tests will be randomly
selected by the Contracting Agency from within each sublot, with one
test per sublot. The Contracting Agency will determine the random
sample location using WSDOT Test Method T 716.
Use Table 16 to determine compaction acceptance test procedures and
to allocate compaction acceptance sampling and testing responsibilities
between the Contractor and the Contracting Agency. HMA cores shall
be taken or nuclear density testing shall occur after completion of the
finish rolling, prior to opening to traffic, and on the same day that the mix
is placed.
Table 16
HMA Compaction Acceptance Testing Procedures and
Responsibilities
When Contract
Includes Bid
Item "HMA Core
— Roadway" or
"HMA Core —
Bridge "4
When Contract Does Not
Include Bid Item "HMA Core —
Roadway" or "HMA Core —
Bridge "4
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
Basis for Test:
Cores
Cores3
Nuclear
Density
Gauge3
In -Place
Density
Determined by:
Contractor shall
take cores'
using WSDOT
SOP 7342
Contracting
Agency will take
cores' using
WSDOT SOP
734
Contracting
Agency, using
WSDOT FOP
for AASHTO
T 355
Contracting
Agency will
determine core
density using
FOP for
AASHTO T 166
Contracting
Agency will
determine core
density using
FOP for
AASHTO T 166
Theoretical
Maximum
Density
Determined by:
Contracting Agency, using FOP for AASHTO T 209
Rolling
Average of
Theoretical
Maximum
Densities
Determined by:
Contracting Agency, using WSDOT SOP 729
Percent
Compaction in
Each Sublot
Determined by:
Contracting
Agency, using
WSDOT SOP
736
Contracting
Agency, using
WSDOT SOP
736
Contracting
Agency, using
WSDOT FOP
for AASHTO
T 355
'The core diameter shall be 4- inches unless otherwise approved by
the Engineer.
2The Contractor shall take the core samples in the presence of the
Engineer, at locations designated by the Engineer, and deliver the
core samples to the Contracting Agency.
3The Contracting Agency will determine, in its sole discretion, whether
it will take cores or use the nuclear density gauge to determine in-
place density. Exclusive reliance on cores for density acceptance is
generally intended for small paving projects and is not intended as a
replacement for nuclear gauge density testing on typical projects.
4The basis for test of all compaction sublots in a bridge compaction lot
shall be cores. These cores shall be taken by the Contractor when
the Proposal includes the bid item "HMA Cores — Bridge ". When
there is no bid item for "HMA Cores — Bridge ", the Engineer will be
responsible for taking HMA cores for all compaction sublots in a
bridge compaction lot. In either case, the Engineer will determine
core location, in -place density of the core, theoretical maximum
density, rolling average of theoretical maximum density, and percent
compaction using the procedure called for in this Section.
When using the nuclear density gauge for acceptance testing of
pavement density, the Engineer will follow WSDOT SOP 730 for
correlating the nuclear gauge with HMA cores. When cores are required
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
for the correlation, coring and testing will be by the Contracting Agency.
When a core is taken for gauge correlation at the location of a sublot,
the relative density of the core will be used for the sublot test result and
is exempt from retesting.
5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments
For each HMA compaction lot (that is accepted by Statistical Evaluation)
which has less than three compaction sublots, for which all compaction
sublots attain a minimum of 91 percent compaction determined in
accordance with WSDOT FOP for AASHTO T 355 (or WSDOT SOP 736
when provided by the Contract), the HMA will be accepted at the unit
Contract price with no further evaluation.
For each HMA compaction lot (that is accepted by Statistical Evaluation)
which does not meet the criteria in the preceding paragraph, the
compaction lot shall be evaluated in accordance with Section 1- 06.2(2)
to determine the appropriate Compaction Price Adjustment (CPA). All of
the test results obtained from the acceptance samples from a given
compaction lot shall be evaluated collectively. Additional testing by
either a nuclear density gauge or cores will be completed as required to
provide a minimum of three tests for evaluation.
For the statistical analysis in Section 1 -06.2, use the following values:
x = Percent compaction of each sublot
USL = 100
LSL= 91
Each CPA will be determined as follows:
CPA = [0.40 x (CPF — 1.00)] x Q x UP
Where
CPA =
CPF =
Q=
UP =
Compaction Price Adjustment for the compaction lot ($)
Composite Pay Factor for the compaction lot (maximum
is 1.05)
Quantity in the compaction lot (tons)
Unit price of the HMA in the compaction lot ($ /ton)
5- 04.3(10)C4 HMA Statistical Compaction — Requests for Retesting
For a compaction sublot that has been tested with a nuclear density
gauge that did not meet the minimum of 91 percent of the theoretical
maximum density in a compaction lot with a CPF below 1.00 and thus
subject to a price reduction or rejection, the Contractor may request that
a core, taken at the same location as the nuclear density test, be used
for determination of the relative density of the compaction sublot. The
relative density of the core will replace the relative density determined
by the nuclear density gauge for the compaction sublot and will be used
for calculation of the CPF and acceptance of HMA compaction lot. When
cores are taken by the Contracting Agency at the request of the
Contractor, they shall be requested by noon of the next workday after
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
the test results for the compaction sublot have been provided or made
available to the Contractor. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to
provide the requested traffic control will result in forfeiture of the request
for retesting. When the CPF for the compaction lot based on the results
of the cores is less than 1.00, the Contracting Agency will deduct the
cost for the coring from any monies due or that may become due the
Contractor under the Contract at the rate of $200 per core and the
Contractor shall pay for the cost of the traffic control.
5- 04.3(10)D HMA Compaction — Visual Evaluation
Visual Evaluation will be the basis of acceptance for compaction of the Bid
items "HMA for Pavement Repair Cl. PG "and "HMA for Prelevelling
Class PG ". This HMA shall be thoroughly compacted to the
satisfaction of the Engineer. HMA that is used to prelevel wheel ruts shall be
compacted with a pneumatic tire roller.
5- 04.3(10)E HMA Compaction — Test Point Evaluation
When compaction acceptance is by Test Point Evaluation, compact HMA
based on a test point evaluation of the compaction train. Perform the test
point evaluation in accordance with instructions from the Engineer. The
number of passes with an approved compaction train, required to attain the
maximum test point density, shall be used on all subsequent paving.
5- 04.3(10)F HMA Compaction Acceptance — Notification of Acceptance
Test Results
The obligations and responsibilities for notifying the Contractor of
ccmpaction acceptance test results are the same as for mixture acceptance
test results. See Section 5- 04.3(9)E.
5- 04.3(11) Reject Work
This Section applies to HMA and all requirements related to HMA (except
aggregates prior to being incorporated into HMA). For rejection of aggregate prior
to its incorporation into HMA refer to Section 3 -04.
5- 04.3(11)A Reject Work — General
Work that is defective or does not conform to Contract requirements shall be
rejected. The Contractor may propose, in writing, alternatives to removal and
replacement of rejected material. Acceptability of such alternative proposals
will be determined at the sole discretion of the Engineer.
5- 04.3(11)B Rejection by Contractor
The Contractor may, prior to acceptance sampling and testing, elect to
remove any defective material and replace it with new material. Any such
new material will be sampled, tested, and evaluated for acceptance.
5- 04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of
Roadway that appears defective. Material rejected before placement shall
not be incorporated into the pavement.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
No payment will be made for the rejected materials or the removal of the
materials unless the Contractor requests the rejected material to be tested. If
the Contractor requests testing, acceptance will be by Statistical Evaluation,
and a minimum of three samples will be obtained and tested. When
uncompacted material is required for testing but not available, the Engineer
will determine random sample locations on the roadway in accordance with
WSDOT Test Method T 716, take cores in accordance with WSDOT SOP
734, and test the cores in accordance with WSDOT SOP 737.
If the CPF for the rejected material is less than 0.75, no payment will be
made for the rejected material; in addition, the cost of sampling and testing
shall be borne by the Contractor. If the CPF is greater than or equal to 0.75,
the cost of sampling and testing will be borne by the Contracting Agency. If
the material is rejected before placement and the CPF is greater than or
equal to 0.75, compensation for the rejected material will be at a CPF of
0.75. If rejection occurs after placement and the CPF is greater than or equal
to 0.75, compensation for the rejected material will be at the calculated CPF
with an addition of 25 percent of the unit Contract price added for the cost of
removal and disposal.
5- 04.3(11)D Rejection —A Partial Sublot (Mixture or Compaction)
In addition to the random acceptance sampling and testing, the Engineer
may also isolate from a mixture or compaction sublot any material that is
suspected of being defective in relative density, gradation or asphalt binder
content. Such isolated material will not include an original sample location.
The Contracting Agency will obtain a minimum of three random samples of
The suspect material and perform the testing. When uncompacted material is
- equired for testing but is not available, the Engineer will select random
sample locations on the roadway in accordance with WSDOT Test Method T
716, take cores samples in accordance with WSDOT SOP 734, and test the
material in accordance with WSDOT SOP 737. The material will then be
statistically evaluated as an independent lot in accordance with Section 1-
06.2(2).
5- 04.3(11)E Rejection —An Entire Sublot (Mixture or Compaction)
An entire mixture or compaction sublot that is suspected of being defective
may be rejected. When this occurs, a minimum of two additional random
samples from this sublot will be obtained. When uncompacted material is
required for the additional samples but the material has been compacted, the
Contracting Agency will take and test cores from the roadway as described
in Section 5- 04.3(11)D. The additional samples and the original sublot will be
evaluated as an independent lot in accordance with Section 1- 06.2(2).
5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction)
The Contractor shall shut down operations and shall not resume HMA
placement until such time as the Engineer is satisfied that material
conforming to the Specifications can be produced when:
1. the Composite Pay Factor (CPF) of a mixture or compaction lot in
progress drops below 1.00 and the Contractor is taking no
corrective action, or
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
2. the Pay Factor (PF;) for any constituent of a mixture or compaction
lot in progress drops below 0.95 and the Contractor is taking no
corrective action, or
3. either the PFi for any constituent (or the CPF) of a mixture or
compaction lot in progress is less than 0.75.
5- 04.3(11)G Rejection —An Entire Lot (Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5- 04.3(12) Joints
5- 04.3(12)A HMA Joints
5- 04.3(12)A1 Transverse Joints
Conduct operations such that placement of the top or wearing course is
a continuous operation or as close to continuous as possible.
Unscheduled transverse joints will be allowed, but the roller may pass
over the unprotected end of the freshly laid HMA only when the
placement of the course is discontinued for such a length of time that
the HMA will cool below compaction temperature. When the Work is
resumed, cut back the previously compacted HMA to produce a slightly
beveled edge for the full thickness of the course.
Construct a temporary wedge of HMA on a 50H:1V where a transverse
joint as a result of paving or planing is open to traffic. Separate the HMA
in the temporary wedge from the permanent HMA upon which it is
placed by strips of heavy wrapping paper or other methods approved by
the Engineer. Remove the wrapping paper and trim the joint to a slightly
beveled edge for the full thickness of the course prior to resumption of
paving.
Waste the material that is cut away and place new HMA against the cut.
Use rollers or tamping irons to seal the joint.
5- 04.3(12)A2 Longitudinal Joints
Offset the longitudinal joint in any one course from the course
immediately below by not more than 6 inches nor less than 2 inches.
Locate all longitudinal joints constructed in the wearing course at a lane
line or an edge line of the Traveled Way. Construct a notched wedge
joint along all longitudinal joints in the wearing surface of new HMA
unless otherwise approved by the Engineer. The notched wedge joint
shall have a vertical edge of not Tess than the maximum aggregate size
nor more than 1/2 of the compacted lift thickness, and then taper down
on a slope not steeper than 4H:1V. Uniformly compact the sloped
portion of the HMA notched wedge joint.
On one -lane ramps a longitudinal joint may be constructed at the center
of the traffic lane, subject to approval by the Engineer, if:
1. The ramp must remain open to traffic, or
2. The ramp is closed to traffic and a hot -lap joint is constructed.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
a. Two paving machines shall be used to construct the hot -
lap joint.
b. The pavement within 6 inches of the hot -lap joint will not
be excluded from random location selection for
compaction testing.
c. Construction equipment other than rollers shall not
operate on any uncompacted HMA.
When HMA is placed adjacent to cement concrete pavement, construct
longitudinal joints between the HMA and the cement concrete
pavement. Saw the joint to the dimensions shown on Standard Plan A-
40.10 and fill with joint sealant meeting the requirements of Section 9-
04.2.
5- 04.3(12)B Bridge Paving Joint Seals
5- 04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment
points at both ends of the bridge paving joint sealsto be placed at the
bridge ends, and at interior joints within the bridge deck when and
where shown in the Plans. Establish the sawcut alignment points in a
manner that they remain functional for use in aligning the sawcut after
placing the HMA overlay.
Submit a Type 1 Working Drawing consisting of the sealant
manufacturer's application procedure.
Construct the bridge paving joint seal as specified in the Plans and in •
accordance with the detail shown in the Standard Plans. Construct the
sawcut in accordance with Section 5- 05.3(8). Apply the sealant in
accordance with Section 5- 05.3(8)B and the manufacturer's application
procedure.
5- 04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the
requirements specified in Section 5- 04.3(12)B1 and the following
requirement:
1. Clean and seal the existing joint between concrete panels in
accordance with Section 5- 01.3(8) and the details shown in the
Standard Plans.
5- 04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform
as to crown and grade, and free from defects of all kinds. The completed surface
of the wearing course shall not vary more than 1/8 inch from the lower edge of a
10 -foot straightedge placed on the surface parallel to the centerline. The
transverse slope of the completed surface of the wearing course shall vary not
more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
When deviations in excess of the above tolerances are found that result from
a high place in the HMA, correct the pavement surface by one of the
following methods:
1. Remove material from high places by grinding with an approved
grinding machine, or
2. Remove and replace the wearing course of HMA, or
3. By other method approved by the Engineer.
Correct defects until there are no deviations anywhere greater than the allowable
tolerances.
Deviations in excess of the above tolerances that result from a low place in the
HMA and deviations resulting from a high place where corrective action, in the
opinion of the Engineer, will not produce satisfactory results will be accepted with
a price adjustment. The Engineer shall deduct from monies due or that may
become due to the Contractor the sum of $500.00 for each and every section of
single traffic lane 100 feet in length in which any excessive deviations described
above are found.
When portland cement concrete pavement is to be placed on HMA, the surface
tolerance of the HMA shall be such that no surface elevation lies above the Plan
grade minus the specified Plan depth of portland cement concrete pavement.
Prior to placing the portland cement concrete pavement, bring any such
irregularities to the required tolerance by grinding or other means approved by
the Engineer.
When utility appurtenances such as manhole covers and valve boxes are located
in the Traveled Way, pave the Roadway before the utility appurtenances are
adjusted to the finished grade.
5- 04.3(14) Planing Bituminous Pavement
Plane in such a manner that the underlying pavement is not torn, broken, or
otherwise damaged by the planing operation. Delamination or raveling of the
underlying pavement will not be construed as damage due to the Contractor's
operations. Pavement outside the limits shown in the Plans or designated by the
Engineer that is damaged by the Contractor's operations shall be repaired to the
satisfaction of the Engineer at no additional cost to the Contracting Agency.
For mainline planing operations, use equipment with automatic controls and with
sensors for either or both sides of the equipment. The controls shall be capable
of sensing the grade from an outside reference line, or a mat - referencing device.
The automatic controls shall have a transverse slope controller capable of
maintaining the mandrel at the desired transverse slope (expressed as a
percentage) within plus or minus 0.1 percent.
Remove all loose debris from the planed surface before opening the planed
surface to traffic. The planings and other debris resulting from the planing
operation shall become the property of the Contractor and be disposed of in
accordance with Section 2- 03.3(7)C, or as otherwise allowed by the Contract.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
5- 04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the Plans. Construct the fog seal in accordance
0
with Section 5 -02.3. Unless otherwise approved by the Engineer, apply the fog
seal prior to opening to traffic.
5- 04.3(16) HMA Road Approaches
Construct HMA approaches at the locations shown in the Plans or where staked
by the Engineer, in accordance with Section 5 -04.
5 -04.4 Measurement
HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will
be measured by the ton in accordance with Section 1 -09.2, with no deduction being made
for the weight of asphalt binder, mineral filler, or any other component of the HMA. If the
Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), the
material removed will not be measured.
Roadway cores will be measured per each for the number of cores taken.
Crack Sealing -LF will be measured by the linear foot along the line of the crack.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior
to excavation.
Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be
measured by the linear foot along the line and slope of the completed joint seal.
HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot
along the line and slope of the completed joint seal.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section 8-
23.4.
Water will be measured by the M gallon as provided in Section 2 -07.4.
5 -04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
"HMA Cl. PG ", per ton.
"HMA for Approach Cl. PG ", per ton.
"HMA for Preleveling Cl. PG ", per ton.
"HMA for Pavement Repair Cl. PG ", per ton.
"Commercial HMA ", per ton.
The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl.
PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
PG ", and "Commercial HMA" shall be full compensation for all costs, including
anti - stripping additive, incurred to carry out the requirements of Section 5 -04 except
for those costs included in other items which are included in this Subsection and
which are included in the Proposal.
"Crack Sealing -FA ", by force account.
"Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6.
For the purpose of providing a common Proposal for all Bidders, the Contracting
Agency has entered an amount in the Proposal to become a part of the total Bid by
the Contractor.
"Crack Sealing -LF ", per linear foot.
The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment for
all costs incurred to perform the Work described in Section 5- 04.3(4)A.
"Soil Residual Herbicide ft. Wide ", per mile, or
"Soil Residual Herbicide ", per square yard.
The unit Contract price per mile or per square yard for "Soil Residual Herbicide" shall
be full payment for all costs incurred to obtain, provide and install herbicide in
accordance with Section 5- 04.3(4)B.
"Pavement Repair Excavation Incl. Haul ", per square yard.
The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul"
shall be full payment for all costs incurred to perform the Work described in Section 5-
04.3(4)C with the exception, however, that all costs involved in the placement of HMA
shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl.
PG ", per ton.
"Asphalt for Fog Seal ", per ton.
Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5.
"Longitudinal Joint Seal ", per linear foot.
The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full
payment for all costs incurred to construct the longitudinal joint between HMA and
cement concrete pavement, as described in Section 5- 04.3(12)B.
"HMA Sawcut And Seal ", per linear foot.
The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full
payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B1.
"Paved Panel Joint Seal ", per linear foot.
The unit Contract price per linear foot for "Paved Panel Joint Seal" shall be full
payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B2.
"Planing Bituminous Pavement ", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement" shall be
full payment for all costs incurred to perform the Work described in Section 5-
04.3(14).
"Temporary Pavement Marking ", per linear foot.
Payment for "Temporary Pavement Marking" is described in Section 8 -23.5.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
"Water ", per M gallon.
Payment for "Water" is described in Section 2 -07.5.
"Job Mix Compliance Price Adjustment ", by calculation.
"Job Mix Compliance Price Adjustment" will be calculated and paid for as described in
Section 5- 04.3(9)B6 and 5- 04.3(9)D1.
"Compaction Price Adjustment ", by calculation.
"Compaction Price Adjustment" will be calculated and paid for as described in Section
5- 04.3(10)C3.
"HMA Core — Bridge ", per each.
The unit Contract price per each for "HMA Core — Bridge" shall be full payment for all
costs, including traffic control, associated with taking HMA density cores in pavement
that is on a bridge deck.
"HMA Core — Roadway ", per each.
The unit Contract price per each for "HMA Core — Roadway" shall be full payment for
all costs, including traffic control, associated with taking HMA density cores in
pavement that is not on a bridge deck.
"Cyclic Density Price Adjustment ", by calculation.
"Cyclic Density Price Adjustment" will be calculated and paid for as described in
Section 5- 04.3(10)B.
5- 05.AP5
Section 5 -05, Cement Concrete Pavement
January 3, 2017
5- 05.3(1) Concrete Mix Design for Paving
In last sentence of the second paragraph of item number 1, the reference to "Section 9- 01.2(4)"
is revised to read "Section 9- 01.2(1)B ".
The following is inserted after item number 2:
3. Mix Design Modifications - The Contractor may initiate adjustments to the
aggregate proportions of the approved mix design. An adjustment in both the fine and
coarse aggregate batch target weights of plus or minus 200 pounds per cubic yard will
be allowed without resubmittal of the mix design. The adjusted aggregate weights
shall become the new batch target weights for the mix design.
Item number 3 is renumbered to 4 and revised (up until the table) to read:
4. Conformance to Mix Design - Cement and coarse and fine aggregate weights shall
be within the following tolerances of the batch target weights of the mix design:
Portland Cement Concrete Batch Weights
Cement
+5%
-1%
Coarse Aggregate
+2%
-2%
Fine Aggregate
+2%
-2%
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
5- 05.3(3)B Mixing Equipment
The last sentence of item number 4 is revised to read:
Plant -mixed concrete may be transported in nonagitated vehicles provided that the
concrete is in a workable condition when placed and:
a. discharge is completed within 45 minutes after the introduction of mixing water to
the cement and aggregates, or
b. discharge is completed within 60 minutes after the introduction of mixing water to
the cement and aggregates, provided the concrete mix temperature is 70 °F or
below during placement, or
c. discharge is completed within 60 minutes after the introduction of mixing water to
the cement and aggregates, provided the mix contains an approved set retarder
at the manufacturer's minimum dosage rate.
5- 05.3(6) Subgrade
This section, including title, is revised to read:
5- 05.3(6) Surface Preparation
The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond each
edge of the area which is to receive concrete pavement in order to accommodate the slip -
form equipment.
Concrete shall not be placed during a heavy rainfall. Prior to placing concrete:
1. The surface shall be moist;
2. Excess water (e.g., standing, pooling or flowing) shall be removed from the
surface.
3. The surface shall be clean and free of any deleterious materials.
4. The surface temperature shall not exceed 120 °F or be frozen.
5- 05.3(7)A Slip -Form Construction
The second sentence of the first paragraph is revised to read:
The alignment and elevation of the paver shall be regulated from outside reference lines
established for this purpose, or by an electronic control system capable of controlling the
line and grade within required tolerances.
6- 02.AP6
Section 6 -02, Concrete Structures
January 3, 2017
6- 02.3(2) Proportioning Materials
In the sixth paragraph, the reference to "Section 9- 01.2(4)" is revised to read "9- 01.2(1)B ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
6- 02.3(2)A Contractor Mix Design
The following new sentence is inserted after the first sentence of the third paragraph:
The mix design submittal shall also include test results no older than one year showing
that the Aggregates do not contain Deleterious Substances in accordance with Section 9-
03.
6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
The following new sentence is inserted after the second sentence of the last paragraph:
Mix designs using shrinkage reducing admixture shall state the specific quantity required.
The following new sentence is inserted before the last sentence of the last paragraph:
Testing samples of mixes using shrinkage reducing admixture shall use the admixture
amount specified in the mix design submittal.
6- 02.3(2)B Commercial Concrete
The last sentence of the first paragraph is revised to read:
Commercial concrete does not require mix design or source approvals for cement,
aggregate, and other admixtures.
6- 02.3(6)A1 Hot Weather Protection
This section is revised to read:
The Contractor shall provide concrete within the specified temperature limits. Cooling of
the coarse aggregate piles by sprinkling with water is permitted provided the moisture
content is monitored and the mixing water is adjusted for the free water in the aggregate.
Shading or cooling aggregate piles (sprinkling of fine aggregate piles with water is not
allowed). If sprinkling of the coarse aggregates is to be used, the piles moisture content
shall be monitored and the mixing water adjusted for the free water in the aggregate. In
addition, when removing the coarse aggregate, it shall be removed from at least 1 foot
above the bottom of the pile. Refrigerating mixing water; or replacing all or part of the
mixing water with crushed ice, provided the ice is completely melted by placing time.
If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted
methods to cool all concrete - contact surfaces to less than 90 °F. These surfaces include
forms, reinforcing steel, steel beam flanges, and any others that touch the mix.
6- 02.3(6)A2 Cold Weather Protection
This section is revised to read:
Concrete shall be maintained at or above a temperature of 40 °F during the first seven
days of the Cold Weather Protection Period and at or above a temperature of 35 °F during
the remainder of the Cold Weather Protection Period. Cold weather protection
requirements do not apply to concrete placed below the ground line.
Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working
Drawing with a written procedure for cold weather concreting. The procedure shall detail
how the Contractor will adequately cure the concrete and prevent the concrete
temperature from falling below the minimum temperature. Extra protection shall be
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
provided for areas especially vulnerable to freezing (such as exposed top surfaces,
corners and edges, thin sections, and concrete placed into steel forms). Concrete
placement will only be allowed if the Contractor's cold weather protection plan has been
accepted by the Engineer.
Prior to concrete placement, the Contractor shall review the 7 -day temperature predictions
for the job site from the Western Region Headquarters of the National Weather Service
(www.wrh.noaa.gov). When temperatures below 35 °F are predicted, the Contractor shall:
1. Install temperature data loggers in each concrete pour. One data logger shall be
installed for every 100 yards of concrete placed. Data loggers shall be installed at
locations directed by the Engineer, and shall be placed 1.5 inches from the face
of concrete.
2. Immediately after concrete placement, temperature data loggers shall be
installed on the concrete surface at locations directed by the Engineer. One data
logger shall be installed for every 100 yards of concrete placed.
The data loggers shall be operated continuously during the Cold Weather Protection
Period. Temperatures shall be measured, recorded and stored a minimum of every 30
minutes. Temperature date shall be submitted to the Engineer as a Type 1 Working
Drawing within three days following the end of the Cold Weather Protection Period.
If the concrete temperature falls below 40 °F during the first seven days of the Cold
Weather Protection Period, no curing time is awarded for that day and the Cold Weather
Protection Period is extended for one additional day. If the concrete temperature falls
below 35 °F during Cold Weather Protection Period, the concrete may be rejected by the
Engineer.
6- 02.3(17)K Concrete Forms on Steel Spans
In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
6- 02.3(17)N Removal of Falsework and Forms
The fifth paragraph is deleted.
6- 02.3(25)J Horizontal Alignment
The first paragraph (up until the colon) is revised to read:
The Contractor shall check and record the horizontal alignment (sweep) of each girder at
the following times:
The second and third paragraphs are revised to read:
Horizontal alignment of the top and bottom flanges shall be checked and recorded.
Alternatively, the Contractor may check and record the horizontal alignment of the web
near mid - height of the girder. Each check shall be made by measuring the maximum offset
at mid -span relative to a chord that starts and stops at the girder ends. The Contractor
shall check and record the alignment at a time when the girder is not influenced by
temporary differences in surface temperature. Records for the initial check (item 1 above)
shall be included in the Contractor's prestressed concrete certificate of compliance.
Records for all other checks shall be submitted as a Type 1 Working Drawing.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Immediately after the girder is removed from the casting bed, the alignment shall not be
offset more than 1/8 inch for each 10 feet of girder length. Any girder that exceeds an offset
of inch for each 10 feet of girder length shall be corrected at the job site to the 1/8 inch
maximum offset per 10 feet of girder length before concrete is placed into the diaphragms
6- 02.3(25)0 Girder to Girder Connections
The first sentence of item number 2 in the second paragraph is revised to read:
Intermediate diaphragms shall be placed and weld ties shall be welded in accordance with
Section 6- 03.3(25).
6- 02.3(26)D2 Test Block Dimensions
The first sentence is revised to read:
The dimensions of the test block perpendicular to the tendon in each direction shall be the
smaller of twice the minimum edge distance or the minimum spacing specified by the
special anchorage device manufacturer, with the stipulation that the concrete cover over
any confining reinforcing steel or supplementary skin reinforcement shall be appropriate
for the project- specific application and circumstances.
6- 02.3(26)E2 Ducts for External Exposed Installation
In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ".
In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ".
6- 02.3(26)G Tensioning
Item number 1 of the second paragraph is revised to read:
1. All ccncrete has reached a compressive strength of at least 4,000 psi or the strength 4,
specified in the Plans. When tensioning takes place prior to 28 -day compressive
strength testing on concrete sampled in accordance with Section 6- 02.3(25)H,
compressive strength shall be verified on field cured cylinders in accordance with the
FOP for AASHTO T23.
6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units
Item number 2 of the first paragraph is revised to read:
2. Precast reinforced concrete three -sided structures, box culverts and split box culverts
in accordance with Section 7- 02.3(6).
6- 03.AP6
Section 6 -03, Steel Structures
January 3, 2017
6- 03.3(33) Bolted Connections
In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490 ", "ASTM F1852"
is revised to read "ASTM F3125 Grade F1852 ", and "ASTM A325" is revised to read "ASTM
F3125 Grade A325 ".
In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325 ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490 ".
6- 05.AP6
Section 6 -05, Piling
August 1, 2016
In this section, the words "capacity" and "capacities" are replaced with "resistance" and
"resistances ", respectively.
6- 05.3(1) Piling Terms
The third paragraph is revised to read:
Overdriving — Over - driving of piles occurs when the ultimate bearing resistance
calculated from the equation in Section 6- 05.3(12), or the wave equation driving criteria if
applicable, exceeds the ultimate bearing resistance required in the Contract in order to
reach the minimum tip elevation specified in the Contract, or as required by the Engineer.
The first sentence of the last paragraph is revised to read:
Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile tip
shall be driven.
6- 05.3(3)A Casting and Stressing
The last sentence of the third paragraph is revised to read:
If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to
rejection by the Engineer.
6- 05.3(5) Manufacture of Steel Piles
This section is supplemented with the following new paragraph:
At least 14 -days prior to the start of production of the piling, the Contractor shall advise the
Engineer of the production schedule. The Contractor shall give the Inspector safe and free
access to the Work. If the Inspector observes any nonspecification Work or unacceptable
quality control practices, the Inspector will advise the plant manager. If the corrective
action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the
Engineer.
6- 05.3(9)A Pile Driving Equipment Approval
The first sentence of the second paragraph is revised to read:
The Contractor shall submit Type 2E Working Drawings consisting of a wave equation
analysis for all pile driving systems used to drive piling with required maximum driving
resistances of greater than 300 tons.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
6- 07.AP6
Section 6 -07, Painting
August 1, 2016
6- 07.3(10)A Containment
The first sentence of the fourth paragraph is replaced with the following two new sentences:
The containment system shall ensure no discharge into waters of the state. When there is
no threat to discharging to the waters of the state, emissions shall not exceed the Level 2
Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and assessed by
Method A, Visible Emissions.
6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste
The third, fourth and fifth paragraphs are deleted and replaced with the following two new
paragraphs:
Containment waste is defined as all paint chips and debris removed from the steel surface
and all abrasive blast media, as contained by the containment system. After all waste from
the containment system has been collected, the Contractor shall collect representative
samples of the components that field screening indicates are lead- contaminated material.
The Contractor shall collect at least one representative sample from each container. The
Contractor may choose to collect a composite sample of each container, but the
composite sample must consist of several collection points (a minimum of 3 random
samples) that are representative of the entire contents of the container and representative
of the characteristics of the type of waste in the container. In accordance with WAC 173-
303 -040, a representative sample means "a sample which can be expected to exhibit the
average properties of the sample source."
The debris shall be tested for metals using the Toxicity Characteristics Leaching
Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials should
be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals (arsenic,
barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant to the
Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste that
contains contaminants which occur at concentrations at or above the DW threshold must
be designated as DW." All material within each individual container or containment
system that designates as DW shall be disposed of at a legally permitted Subtitle C
Hazardous Waste Landfill. All material within each individual container or containment
system that designate below the DW threshold, will be designated as "Solid Waste" and
shall be disposed of at a legally permitted Subtitle D Landfill. Disposal shall be in
accordance with WAC 173 -303 for waste designated "Dangerous Waste" and pursuant to
WAC 173 -350 for waste designated as "Solid Waste ".
6- 08.AP6
Section 6 -08, Waterproofing
January 3, 2017
This section and all subsections, including title, is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
6 -08 Bituminous Surfacing on Structure Decks
6 -08.1 Description
This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous
Surface Treatment (BST) directly on or over a Structure. This Work also includes
performing concrete bridge deck repair, applying waterproofing membrane, and
sealing paving joints.
6 -08.2 Materials
Materials shall meet the requirements of the following sections:
Bituminous Surface Treatment
Hot Mix Asphalt
Joint Sealants
Closed Cell Foam Backer Rod
Waterproofing Membrane (Deck Seal)
Bridge Deck Repair Material
5 -02.2
5 -04.2
9 -04.2
9- 04.2(3)A
9 -11
9 -20.5
6 -08.3 Construction Requirements
6- 08.3(1) Definitions
Adjusted Removal Depth — the Bituminous Pavement removal depth specified
by the Engineer to supersede the Design Removal Depth after review of the
Contractor survey of the existing Bituminous Pavement grade profile.
Bituminous Pavement — the surfacing material containing an asphalt binder.
Design Removal Depth — the value shown in the "pavement schedule" or
elsewhere in the Plans to indicate the design thickness of Bituminous Pavement
to be removed.
Final Grade Profile — the compacted finished grade surface of completed
Bituminous Pavement surfacing consisting of a vertical profile and superelevation
cross - slope, developed by the Engineer for Grade Controlled Structure Decks
based on the Contractor survey.
Grade Controlled — a Structure Deck requiring restriction of Bituminous
Pavement work, including restriction of pavement removal methods and
restriction of overlay pavement thicknesses.
Structure Deck — the bridge deck (concrete or timber), bridge approach slab, top
of concrete box culvert, or other concrete surfaces over or upon which existing
Bituminous Pavement is removed and new Bituminous Pavement is applied.
6- 08.3(2) Contractor Survey for Grade Controlled Structure Decks
Prior to removing existing Bituminous Pavement from a Grade Controlled
Structure Deck, the Contractor shall complete a survey of the existing surface for
use in establishing the existing cross section and grade profile elevations. When
removal of Bituminous Pavement is to be achieved by rotary milling /planing, the
Contractor's survey shall also include the depths of the existing surfacing at each
survey point.
The Contractor is responsible for all calculations, surveying, installation of control
points, and measuring required for setting, maintaining and resetting equipment
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
and materials necessary for the construction of the overlay to the Final Grade
Profile.
6- 08.3(2)A Survey Requirements
The Contractor shall establish at least two primary survey control points for
controlling actual Bituminous Pavement removal depth and the Final Grade
Profile. Horizontal control shall be by station and offset which shall be tied to
either the Roadway centerline or the Structure centerline. Vertical control
may be an assumed datum established by the Contractor.
Primary control points shall be described by station or milepost and offset on
the baseline selected by the Contractor. The Contractor may expand the
survey control information to include secondary horizontal and vertical
control points as needed for the project.
Survey information collected shall include station or milepost, offset, and
elevation for each lane line and curb line. Survey information shall be
collected at even 20 foot station intervals, and along the centerline of each
bridge expansion joint. The survey shall extend 300' -0" beyond the bridge
back of pavement seat or end of Structure Deck. The survey information
shall include the top of Bituminous Pavement elevation and, when rotary
milling /planing equipment is used, the corresponding depth of Bituminous
Pavement to the Structure Deck. The Contractor shall ensure a surveying
accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for horizontal
control.
Voids in HMA created by the Contractor's Bituminous Pavement depth
measurements shall be filled by material conforming to Section 9 -20 or
another material acceptable to the Engineer.
6- 08.3(2)B Survey Submittal
The Contractor's survey records shall include descriptions of all survey
control points including station /milepost, offset, and elevations of all
secondary control points. The Contractor shall maintain survey records of
sufficient detail to allow the survey to be reproduced. The Contractor shall
submit a Type 2 Working Drawing consisting of the compiled survey records
and information. Survey data shall be submitted as an electronic file in
Microsoft Excel format.
6- 08.3(2)C Final Grade Profile and Adjusted Removal Depth
Based on the results of the survey, the Engineer may develop a Final Grade
Profile and Adjusted Removal Depth. If they are developed, the Final Grade
Profile and Adjusted Removal Depth will be provided to the Contractor within
three working days after receiving the Contractor's survey information.
When provided, the Adjusted Removal Depth supersedes the Design
Removal Depth to become the Bituminous Pavement removal depth for that
Structure Deck.
6- 08.3(3) General Bituminous Pavement Removal Requirements
The Contractor shall remove Bituminous Pavement and associated deck repair
material from Structure Decks to the horizontal limits shown in the Plans and to
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
either the specified or adjusted Bituminous Pavement removal depth as
applicable.
Removal of Bituminous Pavement within 12- inches of existing permanent
features that limit the reach of the machine or the edge of the following items
shall be by hand or by hand operated (nominal 30- pounds class) power tools:
existing bridge expansion joint headers; steel expansion joint assemblies;
concrete butt joints between back of pavement seats and bridge approach slabs,
bridge drain assemblies; thrie beam post steel anchorage assemblies fastened to
the side or top of the Structure Deck.
When removing Bituminous Pavement with a planer, Section 5- 04.3(14) shall
apply. If the planer contacts the Structure Deck in excess of the specified planing
depth tolerance, or contacts steel reinforcing bars at any time, the Contractor
shall immediately cease planing operations and notify the Engineer. Planing
operations shall not resume until completion of the appropriate adjustments to
the planing machine and receiving the Engineer's concurrence to resume.
6- 08.3(4) Partial Depth Removal of Bituminous Pavement from Structure
Decks
The depth of surfacing removal, as measured to the bottom of the lowest milling
groove generated by the rotary milling /planing machine shall be +0.01, -0.02 -feet
of the specified or Adjusted Removal Depth as applicable.
6- 08.3(5) Full Depth Removal of Bituminous Pavement from Structure
Decks
6- O8.3(5)A Method of Removal
The Contractor shall perform full depth removal by a method that does not
damage or remove the Structure Deck in excess of the specified Bituminous
Pavement removal tolerance. The Contractor shall submit a Type 2 Working
Drawing consisting of the proposed methods and equipment to be used for
full depth removal.
6- O8.3(5)B Planer Requirements for Full Depth Removal
The final planed surface shall have a finished surface with a tolerance of
+0.01, -0.02 feet within the planed surface profile, as measured from a 10-
foot straight edge. Multiple passes of planing to achieve smoothness will not
be allowed.
In addition to Section 6- 08.3(3), the planing equipment shall conform to the
following additional requirements:
1. The cutting tooth spacing on the rotary milling head shall be less
than or equal to 1/4 inch.
2. The rotary milling /planing machine shall have cutting teeth that
leave a uniform plane surface at all times. All teeth on the mill head
shall be kept at a maximum differential tolerance of 3/ -inch between
the shortest and longest tooth, as measured by a straight edge
placed the full width of the rotary milling head.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
3. Cutting tips shall be replaced when 30 percent of the total length of
the cutting tip material remains.
Prior to each day's Bituminous Pavement removal operations, the Contracto
shall confirm to the satisfaction of the Engineer that the rotary head cutting
teeth are within the specified tolerances.
6- 08.3(5)C Structure Deck Cleanup after Bituminous Pavement
Removal
Waterproofing membrane that is loose or otherwise not firmly bonded to the
Structure Deck shall be removed as an incidental component of the Work of
surfacing removal. Existing waterproofing membrane bonded to the
Structure Deck need not be removed.
6- 08.3(6) Repair of Damage due to Bituminous Pavement Removal
Operations
All concrete bridge deck, pavement seat, and steel reinforcing bar damage due to
the Contractor's surfacing removal operations shall be repaired by the Contractor
in accordance with Section 1- 07.13, and as specified below.
Damaged concrete in excess of the specified Bituminous Pavement removal
tolerance shall be repaired in accordance with Section 6- 08.3(7), with the bridge
deck repair material placed to the level of the surrounding bridge deck and
parallel to the final grade paving profile.
Damaged steel reinforcing bar shall be repaired as follows:
1. Damage to steel reinforcing bar resulting in a section loss less than 20-
percent of the bar with no damage to the surrounding concrete shall be
left in place and shall be repaired by removing the concrete to a depth
3/4- inches around the top steel reinforcing bar and placing bridge deck
repair material accepted by the Engineer to the level of the bridge deck
and parallel to the final grade paving profile.
2. Damage to steel reinforcing bar resulting in a section loss of 20- percent
or more in one location, bars partially or completely removed from the
bridge deck, or where there is a lack of bond to the concrete, shall be
repaired by removing the adjacent concrete and splicing a new bar of
the same size. Concrete shall be removed to provide a % -inch
minimum clearance around the bars. The splice bars shall extend a
minimum of 40 bar diameters beyond each end of the damage.
6- 08.3(7) Concrete Deck Repair
This Work consists of repairing the concrete deck after Bituminous Pavement has
been removed.
6- 08.3(7)A Concrete Deck Preparation
The Contractor, with the Engineer, shall inspect the exposed concrete deck
to establish the extent of bridge deck repair in accordance with Section 6-
09.3(6), except item 4 in Section 6- 09.3(6) does not apply. Areas of
Structure Deck left with existing well bonded waterproof membrane after full
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
depth Bituminous Pavement removal are exempt from this inspection
requirement.
All loose and unsound concrete within the repair area shall be removed with
jackhammers or chipping hammers no more forceful than the nominal 30
pounds class, or other mechanical means acceptable to the Engineer, and
operated at angles less than 45 degrees as measured from the surface of
the deck to the tool. If unsound concrete exists around the existing steel
reinforcing bars, or if the bond between concrete and steel reinforcing bar is
broken, the Contractor shall remove the concrete to provide a 3/4 inch
minimum clearance to the bar. The Contractor shall take care to prevent
damage to the existing steel reinforcing bars and concrete to remain.
After removing sufficient concrete to establish the limits of the repair area,
the Contractor shall make 3/4 inch deep vertical saw cuts and maintain square
edges at the boundaries of the repair area. The exposed steel reinforcing
bars and concrete in the repair area shall be abrasive blasted and blown
clean just prior to placing the bridge deck repair material.
6- 08.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane- Hybrid
Polymer Concrete
The ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete
shall be mixed in accordance with the manufacturer's recommendations.
Aggregate shall conform to the gradation limit requirements recommended
by the manufacturer. The aggregate and the ultra -low viscosity, two -part
liquid, polyurethane- hybrid polymer concrete shall be applied to the repair
areas in accordance with the sequence and procedure recommended by the
manufacturer.
All repairs shall be float finished flush with the surrounding surface within a
tolerance of inch of a straight edge placed across the full width and
breadth of the repair area.
6- 08.3(7)C Pre - Packaged Cement Based Repair Mortar
The Contractor shall mix the pre - packaged cement based repair mortar
using equipment, materials and proportions, batch sizes, and process as
recommended by the manufacturer.
All repairs shall be float finished flush with the surrounding surface within a
tolerance of inch of a straight edge placed across the full width and
breadth of the repair area.
6- 08.3(7)D Cure
All bridge deck repair areas shall be cured in accordance with the
manufacturer's recommendations and attain a minimum compressive
strength of 2,500 psi before allowing vehicular and foot traffic on the repair
and placing waterproofing membrane on the bridge deck over the repair.
6- 08.3(8) Waterproof Membrane for Structure Decks
This work consists of furnishing and placing a waterproof sheet membrane
system over a prepared Structure Deck prior to placing an HMA overlay. The
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
waterproof membrane system shall consist of a sheet membrane adhered to the
Structure Deck with a primer.
The Contractor shall comply with all membrane manufacturer's installation
recommendations.
6- 08.3(8)A Structure Deck Preparation
The Structure Deck and ambient air temperatures shall be above 50 °F and
the Structure Deck shall be surface -dry at the time of the application of the
primer and membrane.
All areas of a Structure Deck that have fresh cast bridge deck concrete less
than 28 days old (not including bridge deck repair concrete placed in
accordance with Section 6- 08.3(7)) shall cure for a period of time
recommended by the membrane manufacturer, or as specified by the
Engineer, before application of the membrane.
The entire Structure Deck and the sides of the curb and expansion joint
headers to the height of the HMA overlay shall be free of all foreign material
such as dirt, grease, etc. Prior to applying the primer or sheet membrane, all
dust and loose material shall be removed from the Structure Deck with
compressed air. All surface defects such as spalled areas, cracks,
protrusions, holes, sharp edges, ridges, etc., and other surface imperfections
greater than 1/4 inch in width shall be corrected prior to application of the
membrane.
6- 08.3(8)B Applying Primer
The primer shall be applied to the cleaned deck surfaces at the rate
according to the procedure recommended by the membrane manufacturer.
All surfaces to be covered by the membrane shall be thoroughly and
uniformly coated with primer. Structure Deck areas left with existing well
bonded waterproof membrane after bituminous surfacing removal shall
receive an application of primer in accordance with the membrane
manufacturer's recommendations. Precautionary measures shall be taken to
ensure that pools and thick layers of primer are not left on the deck surface.
The membrane shall not be applied until the primer has cured or volatile
material has substantially dissipated, in accordance with the membrane
manufacturer's recommendations.
The primer and waterproof membrane shall extend from the bridge deck up
onto the curb face and expansion joint header face the thickness of the HMA
overlay. The membrane shall adhere to the vertical surface.
6- 08.3(8)C Placing Waterproof Membrane
Membrane application shall begin at the low point on the deck, and continue
in a lapped shingle pattern. The overlap shall be a minimum of six inches or
greater if recommended by the membrane manufacturer. Membrane seams
shall be sealed as recommended by the membrane manufacturer. Hand
rollers or similar tools shall be used on the applied membrane to assure firm
and uniform contact with the primed Structure surfaces.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
The fabric shall be neatly cut and contoured at all expansion joints and
drains. The cuts at bridge drains shall be two right angle cuts made to the
inside diameter of the bridge deck drain outlet, after which the corners of the
waterproof membrane shall be turned down into the drains and laid in a
coating of primer.
6- 08.3(8)D Membrane Repair and Protection
The waterproof membrane will be visually inspected by the Engineer for
uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other
defects. All such deficiencies shall be repaired in accordance with the
membrane manufacturer's recommendations prior to placement of the HMA
overlay.
The membrane material shall be protected from damage due to the paving
operations in accordance with the membrane manufacturer's
recommendations. No traffic or equipment except that required for the actual
waterproofing and paving operations will be permitted to travel or rest on the
membrane until it is covered by the HMA overlay. The use of windrows is not
allowed for laydown of HMA on a membrane.
Where waterproofing membrane is placed in stages or applied at different
times, a strip of temporary paper shall be used to protect the membrane
overlap from the HMA hand removal methods.
6- 08.3(9) Placing Bituminous Pavement on Structure Decks
HMA overlay shall be applied on Grade Controlled Structure Decks using
reference lines for vertical control in accordance with Section 5- O4.3(3)C.
The compacted elevation of the HMA overlay on Structure Decks shall be within
± 0.02 feet of the specified overlay thickness or Final Grade Profile as applicable.
Deviations from the final grade paving profile in excess of the specified tolerance
and areas of non - conforming surface smoothness shall be corrected in
accordance with Section 5- 04.3(13).
Final grade Roadway transitions to a Structure Deck with Bituminous Pavement
shall not exceed a 0.20 percent change in grade in accordance with the bridge
deck transition for HMA overlay Standard Plan, unless shown otherwise in the
Plans.
Final grade compacted HMA elevations shall be higher than an adjacent concrete
edge by 1/4 inch ± 1/8 inch at all expansion joint headers and concrete butt joints as
shown in the concrete to asphalt butt joint details of the bridge paving joint seals
Standard Plan. This also applies to steel edges within the limits of the overlay
such as bridge drain frames and steel joint riser bars at bridge expansion joints.
6- 08.3(9)A Protection of Structure Attachments and Embedments
The Contractor is responsible for protecting all Structure attachments and
embedments from the application of BST and HMA.
Drainage inlets that are to remain open, and expansion joints, shall be
cleaned out immediately after paving is completed. Materials passing
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
through expansion joints shall be removed from the bridge within 10 working
days.
All costs incurred by the Contractor in protective measures and clean up
shall be included in the unit Contract prices for the associated Bid items of
Work.
6- 08.3(10) HMA Compaction on Structure Decks
Compaction of HMA on Structure Decks shall be in accordance with Section 5-
04.3(10).
•
Work rejected in accordance with Section 5- 04.3(11) shall include the materials,
work, and incidentals to repair an existing waterproof membrane damaged by the
removal of the rejected work.
6- 08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal
Bridge paving joint seals shall be installed in accordance with Section 5-
04.3(12)B and the details shown in the Plans and Standard Plans.
When concrete joints are exposed after removal of Bituminous Pavement, the
joints shall be cleaned and sealed in accordance with Section 5- 01.3(8) and the
paved panel joint seal details of the bridge paving joint seals Standard Plan,
including placement of the closed cell backer rod at the base of the cleaned joint.
If waterproofing membrane is required, the membrane shall be slack or folded at
the concrete joint to allow for Structure movements without stress to the
membrane. After placement of the HMA overlay, the second phase of the paved
panel joint seal shall be completed by sawing the HMA and sealing the sawn joint
in accordance with Section 5- 04.3(12)B2.
6 -08.4 Measurement
Removing existing Bituminous Pavement from Structure Decks will be measured by
the square yard of Structure Deck surface area with removed overlay.
Bridge deck repair will be measured by the square foot surface area of deck concrete
removed with the measurement taken at the plane of the top mat of steel reinforcing
bars.
Waterproof membrane will be measured by the square yard surface area of Structure
Deck and curb and header surface area covered by membrane.
6 -08.5 Payment
Payment will be made for each of the following Bid items when they are included in
the Proposal:
"Structure Surveying ", lump sum.
"Removing Existing Overlay From Bridge Deck ", per square yard.
The unit Contract price per square yard for "Removing Existing Overlay From
Bridge Deck ", shall be full pay for performing the Work as specified for full
removal of Bituminous Pavement on Structure Decks, including the removal of
existing waterproof membrane and disposing of materials.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
•
"Bridge Deck Repair Br. No. ", per square foot.
The unit Contract price per square foot for "Bridge Deck Repair Br. No. " shall
be full pay for performing the Work as specified, including removing and
disposing of the concrete within the repair area and furnishing, placing, finishing,
and curing the repair concrete.
"Waterproof Membrane Br. No. ", per square yard.
The unit Contract price per square yard for "Waterproof Membrane Br. No.
shall be full pay for performing the Work as specified, including repairing any
damaged or defective waterproofing membrane and repair of damaged HMA
overlay.
6- 09.AP6
Section 6 -09, Modified Concrete Overlays
April 4, 2016
6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash
Modified Concrete Overlays
The first sentence of the first paragraph is revised to read the following two new sentences:
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor
has turned over the concrete for acceptance testing. Concrete samples for testing shall be
supplied to the Engineer in accordance with Section 6- 02.3(5)E.
The last paragraph is deleted.
• 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays
•
The first two paragraphs are deleted and replacec with the following:
The Engineer will perform slump, temperature, and entrained air tests for acceptance in
accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor
has turned over the concrete for acceptance testing. The Engineer will perform testing as
the concrete is being placed. Samples shall be taken on the first charge through each
mobile mixer and every other charge thereafter. The sample shall be taken after the first 2
minutes of continuous mixer operation. Concrete samples for testing shall be supplied to
the Engineer in accordance with Section 6- 02.3(5)E.
The second to last sentence of the last paragraph is revised to read:
Recommendations made by the technical representative on or off the jobsite shall be
adhered to by the Contractor.
6- 10.AP6
Section 6 -10, Concrete Barrier
August 1, 2016
6- 10.3(5) Temporary Concrete Barrier
This section title is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Temporary Barrier
The first paragraph is revised to read:
For temporary barrier, the Contractor may use precast concrete barrier or temporary steel
barrier. Temporary concrete barrier shall comply with Standard Plan requirements and
cross - sectional dimensions, except that: (1) it may be made in other lengths than those
shown in the Standard Plan, and (2) it may have permanent lifting holes no larger than 4
inches in diameter or lifting loops. Temporary steel barrier shall be certified that it meets
NCHRP 350 or MASH crash test requirements and shall be installed in accordance with
the manufacturer's recommendations.
6 -10.4 Measurement
The first sentence of the second paragraph is revised to read:
Temporary barrier will be measured by the linear foot along the completed line and slope
of the barrier, one time only for each setup of barrier protected area.
6 -10.5 Payment
The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid
item, is revised to read:
"Temporary Barrier ", per linear foot.
The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all costs,
including furnishing, installing, connecting, anchoring, maintaining, temporary storage, and
final removal of the temporary barrier.
6- 12.AP6
Section 6 -12, Noise Barrier Walls
January 3, 2017
6- 12.3(9) Access Doors and Concrete Landing Pads
The first sentence of the last paragraph is revised to read:
The Contractor shall construct concrete landing pads for each access door location as
shown in the Plans.
6 -12.5 Payment
In the paragraph following the bid item "Noise Barrier Wall Access Door ", per each, "concrete
landing pad" is revised to read "concrete landing pads ".
6- 14.AP6
Section 6 -14, Geosynthetic Retaining Walls
January 3, 2017
6- 14.3(2) Submittals
The first sentence of the first paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for
each wall.
6 -14.5 Payment
The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid
item are revised to read:
"Concrete Fascia Panel For Geosynthetic Wall ", per square foot.
All costs in connection with constructing the concrete fascia panels as specified shall be
included in the unit Contract price per square foot for "Concrete Fascia Panel For
Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler, polyethylene
bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and
pigmented sealer (when specified), constructing and placing the concrete footing, edge
beam, anchor beam, anchor rod assembly, and backfill.
6- 19.AP6
Section 6 -19, Shafts
January 3, 2017
6 -19.3 Construction Requirements
This section is supplemented with the following new subsection:
6- 19.3(10) Engineer's Final Acceptance of Shafts
The Engineer will determine final acceptance of each shaft, based on the nondestructive
QA test results and analysis for the tested shafts, and will provide a response to the
Contractor within 3 working days after receiving the test results and analysis submittal.
6- 19.3(1)B Nondestructive Testing of Shafts
This section's content is deleted and replaced with the following new subsections:
6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts
Unless otherwise specified in the Special Provisions, the Contractor shall perform
nondestructive QA testing of shafts, except for those constructed completely in the dry.
Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal
integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used.
6- 19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts
The Contracting Agency may perform QV nondestructive testing of shafts that have been
QA tested by the Contractor. The Contracting Agency may test up to ten percent of the
shafts. The Engineer will identify the shafts selected for QV testing and the testing method
the Contracting Agency will use.
The Contractor shall accommodate the Contracting Agency's nondestructive testing.
6- 19.3(2) Shaft Construction Submittal
This section is revised to read:
The shaft construction submittal shall be comprised of the following four components:
construction experience; shaft installation narrative; shaft slurry technical assistance; and
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
nondestructive QA testing personnel. The submittals shall be Type 2 Working Drawings,
except the shaft slurry technical assistance and nondestructive QA testing personnel
submittals shall be Type 1.
This section is supplemented with the following new subsection:
6- 19.3(2)D Nondestructive QA Testing Organization and Personnel
The Contractor shall submit the names of the testing organizations, and the names of the
personnel who will conduct nondestructive QA testing of shafts. The submittal shall include
documentation that the qualifications specified below are satisfied. For TIP testing, the
testing organization is the group that performs the data analysis and produces the final
report. The testing organizations and the testing personnel shall meet the following
minimum qualifications:
1. The testing organization shall have performed nondestructive tests on a minimum
of three deep foundation projects in the last two years.
2. Personnel conducting the tests for the testing organization shall have a minimum
of one year experience in nondestructive testing and interpretation.
3. The experience requirements for the organization and personnel shall be
consistent with the testing methods the Contractor has selected for
nondestructive testing of shafts.
4. Personnel preparing test reports shall be a Professional Engineers, licensed
under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23-
020.
6- 19.3(3) Shaft Excavation
The second paragraph is revised to read:
Shaft excavation shall not be started until the Contractor has received the Engineer's
acceptance for the reinforcing steel centralizers required when the casing is to be pulled
during concrete placement.
This section is supplemented with the following:
Except as otherwise noted, the Contractor shall not commence subsequent shaft
excavations until receiving the Engineer's acceptance of the first shaft, based on the
results and analysis of the nondestructive testing for the first shaft. The Contractor may
commence subsequent shaft excavations prior to receiving the Engineer's acceptance of
the first shaft, provided the following condition is satisfied:
The Engineer permits continuing with shaft construction based on the Engineer's
observations of the construction of the first shaft, including, but not limited to,
conformance to the shaft installation narrative in accordance with Section 6- 19.3(2)B,
and the Engineer's review of Contractor's daily reports and Inspector's daily logs
concerning excavation, steel reinforcing bar placement, and concrete placement.
6- 19.3(5)B Steel Reinforcing Bar Cage Centralizers
This section is supplemented with the following new sentence:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
The Contractor shall furnish and install additional centralizers as required to maintain the
specified concrete cover throughout the length of the shaft.
6- 19.3(5)C Concrete Cover Over Steel Reinforcing Bars
In the table, the second column (including heading) is revised to read:
Minimum Concrete Cover, and
Concrete Cover Tolerance, Except at
Permanent Slip Casing (Inches)
3, -1'/2
4, -2
4, -2
6, -3
The following new paragraph is inserted after the table:
The concrete cover tolerances specified above apply to the concrete cover specified in the
Plans, even if it exceeds the minimum concrete cover.
6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing
This section title is revised to read:
6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing
This section is supplemented with the following three new subsections:
6- 19.3(6)D Shafts Requiring Thermal Wire
The Contractor shall furnish and install thermal wire in all shafts receiving the thermal wire
method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1.
6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs)
The thermal wire and associated couplers shall be obtained from the source specified in
the Special Provisions.
The Contractor shall securely attach the thermal wire to the interior of the reinforcement
cage of the shaft in conformance with the supplier's instructions. At a minimum, one
thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to the
nearest whole number, as shown in the Plans. The number of thermal wires for shaft
diameters specified as "X feet 6 inches" shall be rounded up to the next higher whole
number. The thermal wires shall be placed around the shaft, inside the spiral or hoop
reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a maximum
spacing of 2 -feet. Steel tie wire shall not be used.
The thermal wire shall be installed in straight alignment and taut, but with enough slack to
not be damaged during reinforcing cage lofting. The wires shall be as near to parallel to
the vertical axis of the reinforcement cage as possible. The thermal wire shall extend from
the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack wire
provided above the top of shaft. Care shall be taken to prevent damaging the thermal
wires during reinforcement cage installation and concrete placement operations in the
shaft excavation.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
After completing shaft reinforcement cage fabrication at the site and prior to installation of
the cage into the shaft excavation, the Contractor shall install and connect thermal access
points (TAPs) to the thermal wires. The TAPs shall record data for at least one hour after
the cage is placed in the excavation to measure the slurry temperature and enable the
steel and slurry temperatures to equilibrate prior to placing concrete in the shaft. The
TAPs shall record and store data every 15 minutes. The TAPs shall remain active for a
minimum of 36 hours.
Prior to beginning concrete placement the TAPs shall be checked to ensure they are
recording data and that the wires have not been damaged. If a TAP unit is not functioning
due to a damaged wire, the Contractor shall repair or replace the wire. If a TAP unit fails or
a wire breaks after concrete placement has started, the Contractor shall not stop the
concrete placement operation to repair the wire.
6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method
The Contractor may use access tubes for TIP testing under the thermal probe method.
Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP testing
under the thermal probe method, the water in each tube shall be removed, collected, and
stored in an insulated container. The access tube shall be blown dry and swabbed to
remove residual water. After TIP testing, the collected and stored tube water shall be
introduced back into the access tube. New potable water may be used, provided the water
temperature is not more than 10 °F cooler than the average concrete temperature
measured by the probe.
6- 19.3(6)A Shafts Requiring CSL Access Tubes
This section, including title, is revised to read:
6- 19.3(6)A Shafts Requiring Access Tubes
The Contractor shall furnish and install access tubes in all shafts receiving CSL testing or
the thermal probe method of TIP testing, except as otherwise noted in Section 6-
19.3(1)B1.
6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes
This section's title is revised to read:
6- 19.3(6)B Orientation and Assembly of the Access Tubes
6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing
This section's title is revised to read:
6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA
Testing
The second sentence is revised to read:
The Contractor shall keep all of a shaft's access tubes full of water through the completion
of nondestructive QA testing of that shaft.
6- 19.3(7)A Concrete Class for Shaft Concrete
This section is revised to read:
Shaft concrete shall be Class 5000P conforming to Section 6 -02.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
6- 19.3(7)B Concrete Placement Requirements
The last sentence of the last paragraph is revised to read:
The Section 6- 02.3(6) restriction for 5 feet maximum free fall shall not apply to placement
of concrete into a shaft.
6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft
This section is revised to read:
Concrete shall not be placed above the top of shaft (for column splice zones, columns,
footings, or shaft caps) until the Contractor receives the Engineer's acceptance of
nondestructive QA testing, if performed at that shaft, and acceptance of the shaft.
6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL)
Testing)
This section, including title, is revised to read:
6- 19.3(9) Nondestructive QA Testing of Shafts
The Contractor shall provide nondestructive QA testing and analysis on all shafts with
access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 19.3(1)B).
The testing and analysis shall be performed by the testing organizations identified by the
Contractor's submittal in accordance with Section 6- 19.3(2)D.
The Engineer may direct that additional testing be performed at a shaft if anomalies or a
soft bottom are detected by the Contractor's testing. If additional testing at a shaft confirms
the presence of a defect(s) in the shaft, the testing costs and the delay costs resulting from
the additional testing shall be borne by the Contractor in accordance with Section 1 -05.6. If
the additional testing indicates that the shaft has no defect, the testing costs and the delay
costs resulting from the additional testing will be paid by the Contracting Agency in
accordance with Section 1 -05.6, and, if the shaft construction is on the critical path of the
Contractor's schedule, a time extension equal to the delay created by the additional testing
will be granted in accordance with Section 1 -08.8.
6- 19.3(9)A Schedule of CSL Testing
This section, including title, is revised to read:
6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing
If selected as the nondestructive QA testing method by the Contractor, TIP testing using
thermal probes, or CSL testing shall be performed after the shaft concrete has cured at
least 96 hours. Additional curing time prior to testing may be required if the shaft concrete
contains admixtures, such as set retarding admixture or water - reducing admixture, added
in accordance with Section 6- 02.3(3). The additional curing time prior to testing required
under these circumstances shall not be grounds for additional compensation or extension
of time to the Contractor in accordance with Section 1 -08.8.
6- 19.3(9)B Inspection of CSL Access Tubes
This section's title is revised to read:
6- 19.3(9)B Inspection of Access Tubes
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
6- 19.3(9)C Engineer's Final Acceptance of Shafts
This section, including title, is revised to read:
6- 19.3(9)C TIP Testing With Thermal Wires and TAPs
If selected as the nondestructive QA testing method by the Contractor, TIP testing with
thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing
shall commence at the beginning of the concrete placement operation, recording
temperature readings at 15- minute intervals until the peak temperature is captured in the
data. Additional curing time may be required if the shaft concrete contains admixtures,
such as set retarding admixture or water - reducing admixture, added in accordance with
Section 6- 02.3(3). The additional curing time required under these circumstances shall not
be grounds for additional compensation or extension of time to the Contractor in
accordance with Section 1 -08.8.
TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been
installed for thermal wire analysis (Section 6- 19.3(6)A).
6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to
Acceptance of First Shaft
This section, including title, is revised to read:
6- 19.3(9)D Nondestructive QA Testing Results Submittal
The Contractor shall submit the results and analysis of the nondestructive QA testing for
each shaft tested. The Contractor shall submit the test results within three working days of
testing. Results shall be a Type 1 Working Drawing presented in a written report.
TIP reports shall include:
1. A map or plot of the wire /tube location within the shaft and their position relative qo
to a known and identifiable location, such as North.
2. Graphical displays of temperature measurements versus depth of each wire or
tube for the analysis time selected, overall average temperature with depth, shaft
radius or diameter with depth, concrete cover versus cage position with depth,
and effective radius.
3. The report shall identify unusual temperatures, particularly significantly cooler
local deviations from the overall average.
4. The report shall identify the location and extent where satisfactory or
questionable concrete is identified.
a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria Met
b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local
Average Diameter Reduction > 4 %, or Cover Criteria Not Met
5. Variations in temperature between wire /tubes (at each depth) which in turn
correspond to variations in cage alignment.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
6. Where shaft specific construction information is available (e.g. elevations of the
top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be noted
on all pertinent graphical displays.
CSL reports shall include:
1. A map or plot of the tube location within the shaft and their position relative to a
known and identifiable location, such as North.
2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time
versus depth or velocity versus depth.
3. The report shall identify the location and extent where good, questionable, and
poor concrete is identified, where no signal was received, or where water is
present.
a. Good (G) - No signal distortion and decrease in signal velocity of 10% or
less is indicative of good quality concrete.
b. Questionable (Q) - Minor signal distortion and a lower signal amplitude with
a decrease in signal velocity between 10% and 20 %.
c. Poor (P) - Severe signal distortion and much lower signal amplitude with a
decrease in signal velocity of 20% or more.
d. No Signal (NS) - No signal was received.
e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 fps.
All QA test reports will provide a recommendation to accept the shaft as -is,
recommendation for further review by the Engineer, or will provide a plan for further
testing, investigation or repair to address any deficiencies identified by the testing.
6- 19.3(9)E Additional CSL Testing
This section, including title, is revised to read:
6- 19.3(9)E Vacant
6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL
Testing
This section's title is revised to read:
6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing
6 -19.4 Measurement
This section is revised to read:
Constructing shafts will be measured by the linear foot. The linear foot measurement will
be calculated using the top of shaft elevation and the bottom of shaft elevation for each
shaft as shown in the Plans.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Rock excavation for shaft, including haul, will be measured by the linear foot of shaft
excavated. The linear feet measurement will be computed using the top of the rock line,
defined as the highest bedrock point within the shaft diameter, and the bottom elevation
shown in the Plans.
QA shaft test will be measured once per shaft tested.
6 -19.5 Payment
This section is revised to read:
Payment will be made for the following Bid items when they are included in the Proposal:
"Constructing Diam. Shaft ", per linear foot.
The unit Contract price per linear foot for "Constructing
pay for performing the Work as specified, including:
Diam. Shaft" shall be full
1. Soil excavation for shaft, including all costs in connection with furnishing,
mixing, placing, maintaining, containing, collecting, and disposing of all
mineral, synthetic and water slurry, and disposing of groundwater collected
by the excavated shaft.
2. Furnishing and placing temporary shaft casing, including temporary casing in
addition to the required casing specified in the Special Provisions, and
including all costs in connection with completely removing the casing after
completing shaft construction.
3. Furnishing permanent casing for shaft.
4. Placing permanent casing for shaft.
5. Casing shoring, including all costs in connection with furnishing and installing
casing shoring above the specified upper limit for casing shoring but
necessary to provide for sufficient water head pressure to resist artesian
water pressure present in the shaft excavation, removing casing shoring,
and placing seals when required.
6. Furnishing and placing steel reinforcing bar and epoxy- coated steel
reinforcing bar, including furnishing and installing steel reinforcing bar
centralizers.
7. Installation of CSL tubes or thermal wires.
8. Furnishing, placing and curing concrete to the top of shaft or to the
construction joint at the base of the shaft - column splice zone as applicable.
Payment for "Constructing Diam. Shaft" will be made upon Engineer acceptance of
the shaft, including completion of satisfactory QA shaft tests as applicable.
"Rock Excavation For Shaft Including Haul ", per linear foot.
When rock excavation is encountered, payment for rock excavation is in addition to
the unit Contract price per linear foot for "Constructing Diam. Shaft"
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
"Shoring Or Extra Excavation Cl. A - ", lump sum.
The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be
full pay for performing the Work as specified, including all costs in connection with all
excavation outside the limits specified for soil and rock excavation for shaft including
haul, all temporary telescoping casings, and all temporary casings beyond the limits of
required temporary casing specified in the Special Provisions.
"QA Shaft Test", per each.
The unit Contract price per each for "QA Shaft Test" shall be full pay for performing
the Work as specified, including operating all associated accessories necessary to
record and process data and develop the summary QA test reports. Section 1 -04.6
does not apply to this bid item.
"Removing Shaft Obstructions ", estimated.
Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined in
Section 6- 19.3(3)E, will be made for the changes in shaft construction methods
necessary to deal with the obstruction. The Contractor and the Engineer shall
evaluate the effort made and reach agreement on the equipment and employees
utilized, and the number of hours involved for each. Once these cost items and their
duration have been agreed upon, the payment amount will be determined using the
rate and markup methods specified in Section 1 -09.6. For the purpose of providing a
common proposal for all Bidders, the Contracting Agency has entered an amount for
the item "Removing Shaft Obstructions" in the Bid Proposal to become a part of the
total Bid by the Contractor.
If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the
obstruction removal work, the Contractor will be compensated for the costs to repair
this equipment in accordance with Section 1 -09.6.
If shaft construction equipment is idled as a result of the Work required to deal with
the obstruction and cannot be reasonably reassigned within the project, then standby
payment for the idled equipment will be added to the payment calculations. If labor is
idled as a result of the Work required to deal with the obstruction and cannot be
reasonably reassigned within the project, then all labor costs resulting from Contractor
labor agreements and established Contractor policies will be added to the payment
calculations.
The Contractor shall perform the amount of obstruction Work estimated by the
Contracting Agency within the original time of the Contract. The Engineer will consider
a time adjustment and additional compensation for costs related to the extended
duration of the shaft construction operations, provided:
1. The dollar amount estimated by the Contracting Agency has been exceeded,
and
2. The Contractor shows that the obstruction removal Work represents a delay
to the completion of the project based on the current progress schedule
provided in accordance with Section 1 -08.3.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
7- 02.AP7
Section 7 -02, Culverts
January 3, 2017
7 -02.2 Materials
The following three new items are inserted after the item "Aggregate for Portland Cement
Concrete:
Gravel Backfill for Pipe Zone Bedding
Butyl Rubber Sealant
External Sealing Band
The last paragraph is deleted.
9- 03.12(3)
9 -04.11
9 -04.12
7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and
Split Box Culverts
This section is supplemented with the following new paragraph:
When the Plans include a complete set of design details for a Structure (defining panel
shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint,
and connection details), the design and load rating preparation and calculation submittal
requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components
shown in the Plans, but all other requirements of this Section remain in effect. The
Contractor may propose alternate concrete culvert designs, accommodating the same
rise, span, and length as shown in the Plans, to replace the Structure details shown in the
Plans. If an alternate concrete culvert design is proposed, all of the requirements of this
Section, including design and load rating preparation and calculation submittal, apply.
7- 02.3(6)A General
This section is supplemented with the following two new paragraphs:
Tolerances for PRCTSS shall be as follows:
1. Internal Dimensions — The internal dimension shall not vary more than 1 percent
or 2 inches, whichever is less, from the Plan dimensions. The haunch dimensions
shall not vary more than 3/4 inch from the Plan dimensions.
2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that
shown in the Plans by more than 5 percent or 1/2 inch, whichever is greater. A
thickness more than that required in the Plans will not be a cause for rejection if
proper joining is not affected.
3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces of
the three -sided section shall not be more than 34 inch unless beveled sections
are being used to accommodate a curve in the alignment.
4. Reinforcing steel placement shall meet the tolerances specified in Section 6-
02.3(24)C.
Tolerances for PRCBC and PRCSBC shall be as follows:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
1. Internal Dimensions — The internal dimensions shall not vary more than 1 percent
from the Plan dimensions. If haunches are used, the haunch dimensions shall not
vary more than 1/4 inch from the Plan dimensions.
2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that
shown in the Plans by more than 5 percent or 3/6 inch, whichever is greater. A
thickness more than that required in the Plans will not be a cause for rejection.
3. Length of Opposite Box Segments — Variations in lengths of two opposite
surfaces of the box segments shall not be more than 1/8 inch per foot of internal
span, with a maximum of 5/8 inch for all sizes through 7 feet internal span, and a
maximum of 3/4 inch for internal spans greater than 7 feet, except where beveled
sections are being used to accommodate a curve in the alignment.
4. Length of Box Segments — The underrun in length of a segment shall not be
more than 1/8 inch per foot of length with a maximum of inch in any box
segment.
5. Length of Legs and Slabs — The variation in length of the legs shall not be more
than 1/8 inch per foot of the rise of the leg per leg with a maximum of 5/8 inches.
The differential length between opposing legs of the same segment shall not be
more than 1/2 inch. Length of independent top slab spans shall not vary by more
than 1/8 inch per foot of span of the top slab, with a maximum of 5/8 inches.
6. Reinforcing steel placement shall meet the tolerances specified in Section 6-
02.3(24)C.
This section is supplemented with the following new subsection:
7- 02.3(6)A5 Wingwalls and Retaining Walls
Wingwalls and retaining walls (including cutoff walls and headwalls) shall be constructed in
accordance with the Contractor's design and Working Drawing submittal or when the
Plans include a complete set of design details for a wall (defining panel shapes and
dimensions, concrete strength requirements, and steel reinforcing bar, joint, and
connection details),the details shown in the Plans.
Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3).
Culvert bedding material shall be furnished, placed, and compacted in accordance with
Section 7- 02.3(6)A4.
7- 02.3(6)A1 Design Criteria
The first sentence of the last paragraph is revised to read:
Whenever the minimum finished backfill or surfacing depth above the top of the Structure
is less than 1' -0" (except when the top of the Structure is directly exposed to vehicular
traffic), either all steel reinforcing bars in the span unit shall be epoxy- coated with 2"
minimum concrete cover from the face of concrete to the face of the top mat of steel
reinforcing bars, or the minimum concrete cover shall be 21/2".
The last sentence of the last paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Concrete cover from the face of any concrete surface to the face of any steel
reinforcement shall be 1 -inch minimum end clearance at all joints, and 2- inches minimum
at all other locations.
7- 02.3(6)A2 Submittals
The first paragraph is revised to read:
•
The Contractor shall submit shop drawings of the precast Structures. Fabrication shop
drawings replicating complete design details when shown in the Plans shall be Type 2
Working Drawings. Submittals completing the design based on the schematic geometric
requirements shown in the Plans, or proposing a Contractor designed alternative concrete
culvert Structure shall be Type 2E Working Drawings with supporting design calculations.
The last paragraph is revised to read:
For precast Structures with a span length greater than 20 -feet (as defined in Section 7-
02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure
span length, a Type 2E Working Drawing shall be submitted consisting of a load rating
report prepared in accordance with the AASHTO Manual for Bridge Evaluation and
WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall
include effects from the backfill material and compaction methods, and shall be in
accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the geotechnical
report prepared for the project.
7- 02.3(6)A3 Casting
This section is revised to read:
Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as
specified in the Plans or the Working Drawings submittal.
7- 02.3(6)A4 Excavation and Bedding Preparation
The last paragraph is revised to read:
The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert
bedding material, defined as granular material either conforming to Section 9- 03.12(3) or
to AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the
culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the
Structure footing as applicable. The culvert bedding material shall be compacted in
accordance with the Section 2- 09.3(1)E requirements for gravel backfill for drains. After
compaction, the culvert bedding material shall be screeded transversely to the specified
line and grade. Voids in the screeded culvert bedding material shall be filled and then
rescreeded prior to erecting the precast Structure.
7- 02.3(6)B3 Erection
The last paragraph is revised to read:
Adjacent precast sections shall be connected by welding the weld -tie anchors in
accordance with Section 6- 03.3(25). Welding ground shall be attached directly to the steel
plates being welded when welding the weld -ties. The weld -tie anchor spacing shall not
exceed 6' -0 ". After connecting the weld -tie anchors, the Contractor shall paint the exposed
metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways
shall be filled with grout conforming to Section 9- 20.3(2).
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
7- 02.3(6)C1 Casting
This section is revised to read:
PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs of
the "U" shaped base elements shall be full height matching the rise of the culvert, except
as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC spans greater
than 20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may include vertical legs
of a maximum length of 4 -feet.
All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and
groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have keyway
joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0. The weld -tie
anchor spacing shall not exceed 6' -0 ". There shall be at least two galvanized steel tie
plates across each top unit tongue and groove joint and each tongue and groove joint
between upper and lower units, unless otherwise shown in the Plans or required by the
seismic designed completed in accordance with Section 7- 02.3(6)A1.
7- 02.3(6)C3 Erection
This section is revised to read:
PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection
sequence specified in the Working Drawing submittal, and the construction equipment
restrictions specified in Section 6- 02.3(25)0.
The Contractor shall install a continuous strip of butyl rubber sealant within all tongue and
groove joints prior to connecting the precast elements together. The butyl rubber sealant
shall have a minimum cross section of 1/2-inch by 11/2 -inch, unless otherwise shown in the
Plans.
After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed
metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways
shall be filled with grout conforming to Section 9- 20.3(2).
The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and
PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and
adhesively bonded to the concrete surface.
Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers,
compacted concurrently. The difference in backfill height on opposing sides of the
Structure shall not exceed 2 -feet.
7 -02.4 Measurement
This section is supplemented with the following:
Culvert bedding material will be measured by the cubic yard of material placed.
7 -02.5 Payment
This section is supplemented with the following:
"Culvert Bedding Material ", per cubic yard.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
7- 08.AP7
Section 7 -08, General Pipe Installation Requirements
January 3, 2017
7- 08.3(1)A Trenches
The second sentence of the last paragraph is revised to read:
•
The embankment material shall be compacted to 95 percent of maximum density and the
moisture content at the time of compaction shall be between optimum and 3 percentage
points below optimum as determined by the Compaction Control Tests specified in Section
2- 03.3(14)D.
8- 01.AP8
Section 8 -01, Erosion Control and Water Pollution Control
August 1, 2016
8 -01.2 Materials
This section is supplemented with the following new paragraph:
Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01.
8- 01.3(7) Stabilized Construction Entrance
The last sentence of the first paragraph is revised to read:
Material used for stabilized construction entrance shall be free of extraneous materials that
•
may cause or contribute to track out.
8- 01.3(8) Street Cleaning
This section is revised to read:
Self- propelled street sweepers shall be used to remove and collect sediment and other
debris from the Roadway, whenever required by the Engineer. The street sweeper shall
effectively collect these materials and prevent them from being washed or blown off the
Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and
shall be designed and operated in compliance with applicable air quality standards.
Material collected by the street sweeper shall be disposed of in accordance with Section 2-
03.3(7)C.
Street washing with water will require the concurrence of the Engineer.
8- 09.AP8
Section 8 -09, Raised Pavement Markers
January 3, 2017
8 -09.5 Payment
In the last paragraph, "flaggers and spotters" is revised to read "flaggers ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
•
8- 10.AP8
Section 8 -10, Guide Posts
January 4, 2016
8 -10.3 Construction Requirements
The last sentence of the second paragraph is deleted.
8- 11.AP8
Section 8 -11, Guardrail
August 1, 2016
8- 11.3(1)F Removing and Resetting Beam Guardrail
The last sentence of the first paragraph is deleted.
8 -11.5 Payment
The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear foot
is revised to read:
The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" shall
be full payment for all costs to perform the Work as described in Section 8- 11.3(1)F,
except for replacement posts and blocks.
The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is
revised to read:
The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full
payment for all costs to perform the Work as described in Section 8- 11.3(1)E. except for
replacement posts and blocks.
8- 20.AP8
Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation
Systems, and Electrical
January 3, 2017
8- 20.1(1) Regulations and Code
The second paragraph is revised to read:
Wherever reference is made in these Specifications or in the Special Provisions to the
Code, the rules, or the standards mentioned above, the reference shall be construed to
mean the code, rule, or standard that is in effect on the Bid advertisement date.
8- 20.3(5)A General
The last paragraph is revised to read:
Immediately after the sizing mandrel has been pulled through, install an equipment
grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire or
cable as specified in the Plans. Where conduit is installed for future use, install a 200-
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
pound minimum tensile strength pull string with the equipment grounding conductor. The
pull string shall be attached to duct plugs or caps at both ends of the conduit.
8- 20.3(5)A1 Fiber Optic Conduit
The last paragraph is deleted.
8- 20.3(5)B Conduit Type
The second and third paragraphs are deleted and replaced with the following new paragraph:
PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct.
8- 20.3(5)D Conduit Placement
Item number 2 is revised to read:
2. 24- inches below the top of the untreated surfacing on a Roadbed.
8- 20.3(9) Bonding, Grounding
The following two new paragraphs are inserted after the first paragraph:
•
Install an equipment grounding conductor in all new conduit, whether or not the equipment
grounding conductor is called for in the wire schedule.
For each new conduit with innerduct install an equipment grounding conductor in only one
of the innerducts unless otherwise required by the NEC or the Plans.
The fourth paragraph (after the preceding Amendments are applied) is revised to read:
Bonding jumpers and equipment grounding conductors meeting the requirements of •
Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC.
Where existing conduits are used for the installation of new circuits, an equipment
grounding conductor shall be installed unless an existing equipment ground conductor,
which is appropriate for the largest circuit, is already present in the existing raceway. The
equipment ground conductor between the isolation switch and the sign lighter fixtures shall
be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in
a common conduit, the equipment - grounding conductor shall be sized by the largest
overcurrent device serving any circuit contained within the conduit.
The second sentence of the fifth paragraph (after the preceding Amendments are applied) is
revised to read:
A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on
connector (crimped with a manufacturer recommended crimper) shall be connected to the
junction box frame or frame bonding stud, the other end shall be crimped to the equipment
bonding conductor, using a "C" type crimp connector.
The last two sentences of the sixth paragraph (after the preceding Amendments are applied)
are revised to read:
For light standards, signal standards, cantilever and sign bridge Structures the
supplemental grounding conductor shall be #4 AWG non - insulated stranded copper
conductor. For steel sign posts which support signs with sign lighting or flashing beacons
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
the supplemental grounding conductor shall be #6 AWG non insulated stranded copper
conductor.
The fourth to last paragraph is revised to read:
Install a two grounding electrode system at each service entrance point, at each electrical
service installation and at each separately derived power source. The service entrance
grounding electrode system shall conform to the "Service Ground" detail in the Standard
Plans. If soil conditions make vertical grounding electrode installation impossible an
alternate installation procedure as described in the NEC may be used. Maintain a
minimum of 6 feet of separation between any two grounding electrodes within the
grounding system. Grounding electrodes shall be bonded copper, ferrous core materials
and shall be solid rods not less than 10 feet in length if they are 1/2 inch in diameter or not
less than 8 feet in length if they are % inch or larger in diameter.
8- 20.3(13)A Light Standards
The first sentence in the second to last paragraph is revised to read:
All new and relocated metal light standards shall be numbered for identification using
painted 4 inch block gothic letters (similar to series C highway lettering) and numbers
installed 3 feet above the base facing the Traveled Way.
The numbered list in the second to last paragraph is deleted and replaced with the following:
NN
CC -SSSS
VVV
Where:
NN — Is the pole number as identified in the Plans. May be one or more characters.
CC — Is the circuit letter as identified in the Plans. May be one or more characters.
SSSS — Is he service cabinet number as identified in the Plans. Do not include the two
or three letter prefix. Up to four digits - do not include leading zeros.
VVV — Is the operating voltage of the luminaire. Always three digits.
8- 20.3(13)C Luminaires
The first paragraph is revised to read:
The Contractor shall mark the installation date on the inside of the luminaire ballast or
driver housing using a permanent marking pen.
8- 22.AP8
Section 8 -22, Pavement Marking
January 4, 2016
8 -22.4 Measurement
The first two sentences of the fourth paragraph are revised to read:
The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled Plastic
Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ", "Painted
Stop Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic Wide Dotted
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Entry Line" will be based on the total length of each painted, plastic or profiled plastic line
installed. No deduction will be made for the unmarked area when the marking includes a
broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide
dotted entry line.
8 -22.5 Payment
The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ",
per linear foot:
"Painted Wide Dotted Entry Line ", per linear foot.
"Plastic Wide Dotted Entry Line ", per linear foot.
9- 01.AP9
Section 9 -01, Portland Cement
January 3, 2017
This section's title is revised to read:
Cement
9 -01.1 Types of Cement
This section is revised to read:
Cement shall be classified as portland cement, blended hydraulic cement, or rapid
hardening hydraulic cement.
9- 01.2(2) Vacant
This section, including title, is revised to read:
9- 01.2(2) Rapid Hardening Hydraulic Cement
Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600.
9- 01.2(3) Low Alkali Cement
This section is renumbered as follows:
9- 01.2(1)A Low Alkali Cement
9- 01.2(4) Blended Hydraulic Cement
This section is renumbered as follows:
9- 01.2(1)B Blended Hydraulic Cement
In the first paragraph, the last two sentences of item number 3 are revised to read:
Separate testing of each source of fly ash at each proposed replacement level shall be
conducted in accordance with ASTM C1012 at the storage temperature prescribed in
Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less.
In the first paragraph, the last two sentences of item number 4 are revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Separate testing of each source of slag at each proposed replacement level shall be
conducted in accordance with ASTM C1012 at the storage temperature prescribed in
Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less.
In the first paragraph, the last two sentences of item number 5 are revised to read:
Separate testing of each source of fly ash or slag at each proposed replacement level
shall be conducted in accordance with ASTM C1012 at the storage temperature
prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10
percent or less.
9 -01.3 Tests and Acceptance
The second paragraph is revised to read:
Cement producers /suppliers that certify portland cement or blended hydraulic cement shall
participate in the Cement Acceptance Program as described in WSDOT Standard Practice
QC 1. Rapid hardening hydraulic cement producers /suppliers are not required to
participate in WSDOT Standard Practice QC 1.
9- 03.AP9
Section 9 -03, Aggregates
January 3, 2017
9- 03.1(1) General Requirements
In this section, each reference to "Section 9- 01.2(3)" is revised to read "Section 9- 01.2(1)A ".
This first paragraph is supplemented with the following:
Reclaimed aggregate may be used if it complies with the specifications for Portland
Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from
plastic concrete by washing away the cementitious materials.
9- 03.1(2) Fine Aggregate for Portland Cement Concrete
This section is revised to read:
Fine aggregate shall consist of natural sand or manufactured sand, or combinations
thereof, accepted by the Engineer, having hard, strong, durable particles free from
adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications.
9- 03.1(2)A Deleterious Substances
This section is revised to read:
The amount of deleterious substances in the washed aggregate shall be tested in
accordance with AASHTO M 6 and not exceed the following values:
Material finer than No. 200 Sieve
Clay lumps and friable particles
Coal and lignite
Particles of specific gravity less than 2.00
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
2.5 percent by weight
3.0 percent by weight
0.25 percent by weight
1.0 percent by weight.
RFB #17 -001
January 2017
Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color
standard procedure and results darker than organic plate no. 3 shall be rejected. A
darker color results from AASHTO T 21 may be used provided that when tested for
the effect of organic impurities on strength of mortar, the relative strength at 7 days, •
calculated in accordance with AASHTO T 71, is not less than 95 percent.
9- 03.1(4) Coarse Aggregate for Portland Cement Concrete
This section is revised to read:
Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or
combinations thereof having hard, strong, durable pieces free from adherent coatings.
Coarse aggregate shall be washed to meet the specifications.
9- 03.1(4)A Deleterious
This section, including title, is revised to read:
9- 03.1(4)A Deleterious Substances
The amount of deleterious substances in the washed aggregate shall be tested in
accordance with AASHTO M 80 and not exceed the following values:
Material finer than No. 200 1.01 percent by weight
Clay lumps and Friable Particles 2.0 percent by weight
Shale 2.0 percent by weight
Wood waste 0.05 percent by weight
Coal and Lignite 0.5 percent by weight
Sum of Clay Lumps, Friable Particles, and
Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight
'If the material finer than the No. 200 sieve is free of clay and shale, this percentage
may be increased to 1.5.
9- 03.1(4)C Grading
The following new sentence is inserted at the beginning of the last pargraph:
Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two
separate sizes.
9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
This section is revised to read:
As an alternative to using the fine aggregate sieve grading requirements in Section 9-
03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)0, a
combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A may
be used.
9- 03.1(5)A Deleterious Substances
This section is revised to read:
The amount of deleterious substances in the washed aggregates 3/s inch or larger shall not
exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than % inch
they shall not exceed the values specified in Section 9- 03.1(2)A.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
9- 03.1(5)B Grading
The first paragraph is deleted.
9- 03.8(2) HMA Test Requirements
In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read
"Statistical ".
9- 03.8(7) HMA Tolerances and Adjustments
In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted.
In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual
Evaluation ".
9- 03.11(1) Streambed Sediment
The following three new sentences are inserted after the first sentence of the first paragraph:
Alternate gradations may be used if proposed by the Contractor and accepted by the
Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45
power maximum density curve of the proposed gradation. The alternate gradation shall
closely follow the maximum density line and have Nominal Aggregate Size of no less than
11/2 inches or no greater than 3 inches.
9- 03.12(4) Gravel Backfill for Drains
The following new sentence is inserted at the beginning of the second paragraph:
As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9-
03.1(4)C.
9- 03.12(5) Gravel Backfill for Drywells
The following new sentence is inserted at the beginning of the second paragraph:
As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9-
03.1(4)C.
9- 03.21(1)B Concrete Rubble
This section, including title, is revised to read:
9- 03.21(1)B Recycled Concrete Aggregate
Recycled concrete aggregates are coarse aggregates manufactured from hardened
concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or
blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate
shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4) or
9- 03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled
concrete shall:
1. Contain an aggregated weight of Tess than 1 percent of adherent fines, vegetable
matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass,
asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s)
not otherwise noted;
2. Be free of harmful components such as chlorides and reactive materials unless
mitigation measures are taken to prevent recurrence in the new concrete;
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
3. Have an absorption of less than 10 percent when tested in accordance with
AASHTO T 85.
Recycled concrete aggregate shall be in a saturated condition prior to mixing.
Recycled concrete aggregate shall not be placed below the ordinary high water mark of
any water of the State.
9- 03.21(1)D Recycled Steel Furnace Slag
This section title is revised to read:
Steel Slag
9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled
Material
In the Hot Mix Asphalt column, each value of "20" is revised to read "25 ".
The last column heading "Steel Furnace Slag" is revised to read "Steel Slag ".
The following new row is inserted after the second row:
•
Coarse Aggregate for Commercial Concrete
9- 03.1(4)
0
100
0
0
9- 04.AP9
Section 9 -04, Joint and Crack Sealing Materials
January 3, 2017
This section is supplemented with the following two new subsections:
9 -04.11 Butyl Rubber Sealant
Butyl rubber sealant shall conform to ASTM C 990.
9 -04.12 External Sealing Band
External sealing band shall by Type III B conforming to ASTM C 877.
9- 04.1(2) Premolded Joint Filler for Expansion Joints
This section is supplemented with the following:
As an alternative to the above, a semi - rigid, non - extruding, resilient type, closed -cell
polypropylene foam, preformed joint filler with the following physical properties as tested to
AASHTO T 42 Standard Test Methods may be used.
Closed -Cell Polypropylene Foam Preformed Joint Filler
Physical Property
Requirement
Test Method
Water Absorption
< 1.0%
AASHTO T 42
Compression Recovery
> 80%
AASHTO T 42
Extrusion
< 0.1 in.
AASHTO T 42
Density
> 3.5 lbs. /cu.ft.
AASHTO T 42
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Water Boil (1 hr.)
No expansion
AASHTO T 42
Hydrochloric Acid Boil (1 hr.)
No disintegration
AASHTO T 42
Heat Resistance °F
392 °F± 5 °F
ASTM D 5249
9- 04.2(1) Hot Poured Joint Sealants
This section's content is deleted and replaced with the following new subsections:
9- 04.2(1)A Hot Poured Sealant
Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in
accordance with ASTM D5329.
9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
Hot poured sealant for cement concrete pavement shall meet the requirements of
ASTM D6690 Type IV, except for the following:
1. The Cone Penetration at 25 °C shall be 130 maximum.
2. The extension for the Bond, non - immersed, shall be 100 percent.
9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
Hot poured sealant for bituminous pavement shall meet the requirements of ASTM
D6690 Type I or Type II.
9- 04.2(1)B Sand Slurry for Bituminous Pavement
Sand slurry is mixture consisting of the following components measured by total weight:
1. Twenty percent CSS -1 emulsified asphalt,
2. Two percent portland cement, and
3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B
Class 2. Fine aggregate may be damp (no free water).
9- 04.2(2) Poured Rubber Joint Sealer
The last paragraph is deleted.
9- 04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes
"AASHTO M 198" is revised to read "ASTM C 990 ".
9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe
In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990 ".
9- 06.AP9
Section 9 -06, Structural Steel and Related Materials
January 3, 2017
9- 06.5(3) High- Strength Bolts
In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ", "ASTM A490" is
revised to read "ASTM F3125 Grade A490 ", and "ASTM F1852" is revised to read "ASTM
F3125 Grade F1852 ".
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125 ".
9 -06.12 Bronze Castings
In this section, "AASHTO M107" is revised to read "ASTM B22 ".
9 -06.16 Roadside Sign Structures
In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
9- 07.AP9
Section 9 -07, Reinforcing Steel
August 1, 2016
9- 07.1(1)A Acceptance of Materials
The first sentence of the first paragraph is revised to read:
Reinforcing steel rebar manufacturers shall comply with the National Transportation
Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar)
Manufacturers.
The first sentence of the second paragraph is revised to read:
Steel reinforcing bar manufacturers use either English or a Metric size designation while
stamping rebar.
9- 07.1(2) Bending
The first two sentences of the first paragraph are deleted and replaced with tie following two
new sentences:
Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans.
Fabrication tolerances shall be in accordance with ACI 315.
9- 10.AP9
Section 9 -10, Piling
August 1, 2016
9 -10.3 Cast -In -Place Concrete Piling
This section is revised to read:
Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2.
9- 11.AP9
Section 9 -11, Waterproofing
January 3, 2017
This section (and all subsections), including title, is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
9 -11 Waterproof Membrane
9 -11.1 Asphalt for Waterproofing
Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 Type
III, the puncture capacity specified below, and either the thin polymer sheet tensile
stress or the geotextile and fabric grab tensile strength specified below:
Performance Properties
Test Method
Specification
Requirements
Tensile Stress
(for Thin Polymer Sheets)
ASTM D 882
75 pounds per inch
min.
Grab Tensile Strength
(for Geotextiles and
Fabrics)
ASTM D 4632
(Woven or
Nonwoven)
200 pounds min.
Puncture Capacity
(For Thin Polymer Sheets,
Geotextiles and Fabrics)
ASTM E 154
200 pounds min.
Waterproofing membrane will be accepted based on a Manufacturer's Certificate of
Compliance with each lot of waterproof membrane.
9 -11.2 Primer for Waterproof Membrane
The primer for the waterproof membrane shall be appropriate for bonding the sheet
membrane to the bridge deck surface and shall be compatible with the membrane in
accordance with the waterproof membrane manufacturer's recommendations.
9- 20.AP9
Section 9 -20, Concrete Patching Material, Grout, and Mortar
January 3, 2017
This section is supplemented with the following new subsection:
9 -20.5 Bridge Deck Repair Material
Bridge deck repair material shall be either an ultra -low viscosity, two -part liquid,
polyurethane- hybrid polymer concrete, or a pre - packaged cement based repair mortar,
conforming to the following requirements:
1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109.
2. Total soluble chloride ion content by mass of product shall conform to the limits
specified in Section 6- 02.3(2) for reinforced concrete.
3. Permeability of less than 2,000 coulombs at 56 -days in accordance with
AASHTO T 277.
If pre - packaged deck repair material does not include coarse aggregate, the Contractor
shall extend the mix with coarse aggregate as recommended by the manufacturer.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
9- 23.AP9
Section 9 -23, Concrete Curing Materials and Admixtures
January 3, 2017
9 -23.9 Fly Ash
The first paragraph is revised to read:
Fly ash shall conform to the requirements of AASHTO M295 Class C or F including
supplementary optional chemical requirements as set forth in Table 2.
The last sentence of the last paragraph is revised to read:
The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to fly
ash used in Controlled Density Fill.
9 -23.12 Metakaolin
This section, including title, is revised to read:
9 -23.12 Natural Pozzolan
Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the
requirements of AASHTO M295 Class N, including supplementary optional chemical
requirements as set forth in Table 2.
9- 29.AP9
Section 9 -29, Illumination, Signal, Electrical
January 3, 2017
9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes
This section is supplemented with the following new subsections:
9- 29.2(5) Testing Requirements
The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes.
Junction boxes, cable vaults and pull boxes shall be tested by an independent materials
testing facility, and a test report issued documenting the results of the tests performed.
•
For each junction box, vault and pull box type, the independent testing laboratory shall
meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment.
The test shall be conducted in the presence of a Professional Engineer, licensed under
Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test
sheet shall have the Professional Engineer's original signature, date of signature, original
seal, and registration number. One copy of the test report shall be furnished to the
Contracting Agency certifying that the box and cover meet or exceed the loading
requirements for that box type, and shall include the following information:
1. Product identification.
2. Date of testing.
3. Description of testing apparatus and procedure.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
•
4. All load deflection and failure data.
5. Weight of box and cover tested.
6. Upon completion of the required test(s) the box shall be loaded to failure or to the
maximum load possible on the testing machine (70,000 pounds minimum).
7. A brief description of type and location of failure or statement that the testing
machine reached maximum load without failure of the box.
9- 29.2(5)A Standard Duty Boxes and Vaults
Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be load
tested to 22,500 pounds. The test load shall be applied uniformly through a 10 by 10
by 1 -inch steel plate centered on the lid. The test load shall be applied and released
ten times, and the deflection at the test load and released state shall be recorded for
each interval. At each interval the junction box shall be inspected for lid deformation,
failure of the lid /frame welds, vertical and horizontal displacement of the lid /frame,
cracks, and concrete spalling.
Concrete junction boxes will be considered to have withstood the test if none of the
following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
9- 29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes
Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall be
tested as follows:
1. The security lid shall be installed on any appropriately sized box that is
currently approved on the Qualified Products List.
2. The security lid and box assembly shall be load tested in accordance with
Section 9- 29.2(5)A. After the ten load cycles but before loading to failure, the
security lid shall be fully opened and removed to verify operability.
3. The locking mechanism(s) shall be tested as follows:
a. The locking mechanism shall be cycled 250 times (locked, then
unlocked again) at room temperature (60- 80 °F). If there is more than
one identical locking mechanism, only one needs to be cycled in this
manner.
b. Temperature changes should be limited to no more than 60 °F per hour.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
c. The security lid shall be cooled to and held at -30 °F for 15 minutes. The
locking mechanism shall then be cycled once to verify operation at this
temperature.
d. The security lid shall be heated to and held at 120 -122 °F for 15 minutes
The locking mechanism shall then be cycled once to verify operation at
this temperature.
e. The security lid shall be temperature adjusted to and held at 110 °F and
95% humidity for 15 minutes. The locking mechanism shall then be
cycled once to verify operation at this temperature and humidity.
9- 29.2(5)C Standard Duty Non - Concrete Junction Boxes
Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 Tier 15
test method using the test load of 22,500 pounds (minimum) in place of the design
load during testing. In addition, the Contractor shall provide a Manufacturer Certificate
of Compliance for each non - concrete junction box installed.
9- 29.2(5)D Heavy -Duty Boxes and Vaults
Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be Toad tested to
46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1 -inch
steel plate centered on the lid with an orientation both on the long axis and the short
axis of the junction box. The test load shall be applied and released ten times on each
axis. The deflection at the test load and released state shall be recorded for each
interval. At each interval the test box shall be inspected for lid deformation, failure of
the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks,
and concrete spalling. After the twentieth loading interval the test shall be terminated
with a 60,000 pound load being applied vertically through the steel plate centered on •
the lid and with the long edge of steel plate orientated parallel to the long axis of the
box.
Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 pound
test if none of the following conditions are exhibited:
1. Permanent deformation of the lid or any impairment to the function of the lid.
2. Vertical or horizontal displacement of the lid frame.
3. Cracks wider than 0.012 inches that extend 12 inches or more.
4. Fracture or cracks passing through the entire thickness of the concrete.
5. Spalling of the concrete.
Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound
test if all of the following conditions are exhibited:
1. The lid is operational.
2. The lid is securely fastened.
3. The welds have not failed.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
4. Permanent dishing or deformation of the lid is 1/4 inch or less.
5. No buckling or collapse of the box.
9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes
This section, including title, is revised to read:
9- 29.2(1) Junction Boxes
For the purposes of this Specification concrete is defined as portland cement concrete and
non - concrete is all others.
The Contractor shall provide shop drawings for all components, hardware, lid, frame,
reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the
supervision of) a Professional Engineer, licensed under Title 18 RCW, State of
Washington, in the branch of Civil or Structural. Each sheet shall carry the following:
1. Professional Engineer's original signature, date of signature, original seal, and
registration number. If a complete assembly drawing is included which references
additional drawing numbers, including revision numbers for those drawings, then
only the complete assembly drawing is required to be stamped.
2. The initials and dates of all participating design professionals.
3. Clear notation of all revisions including identification of who authorized the
revision, who made the revision, and the date of the revision.
Design calculations shall carry on the cover page, the Professional Engineer's original
signature, date of signature, original seal, and registration number.
For each type of junction box, or whenever there is a change to the junction box design, a
proof test, as defined in this Specification, shall be performed and new shop drawings
submitted.
9- 29.2(1)A Standard Duty Junction Boxes
This section is revised to read:
Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall
have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9-
29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the
Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and
shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot
dip galvanized in accordance with AASHTO M111.
9- 29.2(1)A1 Concrete Junction Boxes
The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be
painted with a black paint containing rust inhibiters or painted with a shop applied,
inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in
accordance with AASHTO M 111.
Concrete used in Standard Duty Junction Boxes shall have a minimum compressive
strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored
to the box by welding headed studs % by 3 inches long, as specified in Section 9-
06.15, to the frame. The wire fabric shall be attached to the studs and frame with
standard tie practices. The box shall contain ten studs located near the centerline of
the frame and box wall. The studs shall be placed one anchor in each corner, one at
the middle of each width and two equally spaced on each length of the box.
Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following:
Materials
Requirement
Concrete
Section 6 -02
Reinforcing Steel
Section 9 -07
Fiber Reinforcing
ASTM C1116, Type III
Lid
ASTM A786 diamond plate steel
Slip Resistant Lid
ASTM A36 steel
Frame
ASTM A786 diamond plate steel or ASTM A36
steel
Slip Resistant Frame
ASTM A36 steel
Lid Support
ASTM A36 steel, or ASTM A1011 SS Grade 36
(or higher)
Handle & Handle support
ASTM A36 steel, or ASTM A1011 CS (Any
Grade) or SS (Any Grade)
Anchors (studs)
Section 9 -06.15
Bolts, Studs, Nuts, Washers
ASTM F593 or A193, Type 304 or 316, or
Stainless Steel grade 302, 304, or 316 steel in
accordance with approved shop drawing
Locking and Latching
Mechanism Hardware and Bolts
In accordance with approved shop drawings
9- 29.2(1)A2 Non - Concrete Junction Boxes
Material for the non - concrete junction boxes shall be of a quality that will provide for a
similar life expectancy as portland cement concrete in a direct burial application.
Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500
pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete
junction boxes shall be gray in color and have an open bottom design with
approximately the same inside dimensions, and present a load to the bearing surface
that is less than or equal to the loading presented by the concrete junction boxes
shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot
and embedded 6 by 6 by % -inch steel plate, and shall be secured with two 1/2 inch
stainless steel Penta -head bolts recessed into the cover. The tapped holes for the
securing bolts shall extend completely through the box to prevent accumulation of
debris. Bolts shall conform to ASTM F593, stainless steel.
9- 29.2(1)B Heavy -Duty Junction Boxes
The first paragraph is revised to read:
Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be
concrete and have a minimum vertical load rating of 46,000 pounds without permanent
deformation and 60,000 pounds without failure when tested in accordance with Section 9-
29.2(5).
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
9- 29.2(1)C Testing Requirements
This section is deleted in its entirety.
9- 29.2(2) SmaII Cable Vaults, Standard Duty Cable Vaults, Standard Duty
Pull Boxes, and Heavy Duty Pull Boxes
This section, including title, is revised to read:
9- 29.2(2) Cable Vaults and Pull Boxes
Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid.
The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the
same box as shown in the Standard Plans.
The Contractor shall provide shop drawings for all components, including concrete box,
Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall
show placement of reinforcing steel, knock outs, and any other appurtenances. The shop
drawing shall be prepared by or under the direct supervision of a Professional Engineer,
licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural.
Each sheet shall carry the following:
1. Professional Engineer's original signature, date of signature, original seal, and
registration number. If a complete assembly drawing is included which
references additional drawing numbers, including revision numbers for those
drawings, then only the complete assembly drawing is required to be stamped.
2. The initials and dates of all participating design professionals.
3. Clear notation of all revisions including identification of who authorized the
revision, who made the revision, and the date of the revision.
Design calculations shall carry on the cover page, the Professional Engineer's original
signature, date of signature, original seal, and registration number.
For each type of box or whenever there is a change to the Cable Vault or Pull box design,
a proof test, as defined in this Specification, shall be performed and new shop drawings
submitted.
9- 29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard
Duty Pull Boxes
This section's title is revised to read:
9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes
The first paragraph is revised to read:
Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load
rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). For the
purposes of this Section, SmaII Cable Vaults are considered a type of Standard Duty
Cable Vault.
The first sentence of the second paragraph is revised to read:
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum
compressive strength of 4,000 psi.
The first sentence of the third paragraph is revised to read:
All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and
shared -use paths shall have slip- resistant surfaces.
The fourth paragraph (up until the colon) is revised to read:
Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following:
9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes
The first paragraph is revised to read:
Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a
minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of
46,000 pounds without permanent deformation and 60,000 pounds without failure when
tested in accordance with Section 9- 29.2(5).
9- 29.2(3) Structure Mounted Junction Boxes
The first and second paragraphs are revised to read:
Surface mounted junction boxes and concrete embedded junction boxes installed in cast -
in -place structures shall be stainless steel NEMA 4X.
•
Concrete embedded junction boxes installed in structures constructed by slip forming shall
be stainless steel NEMA 3R and shall be adjustable for depth, with depth adjustment bolts,
which are accessible from the front face of the junction box with the lid installed.
9- 29.3(1) Fiber Optic Cable
This section is revised to read:
All fiber optic cables shall be single mode fiber optic cables unless otherwise specified in
the Contract. All fiber optic cables shall meet the following requirements:
a. Compliance with the current version of ANSI /ICEA S -87 -640. A product data
specification sheet clearly identifying compliance or a separate letter from
manufacturer to state compliance shall be provided.
b. Cables shall be gel free, loose tube, low water peak, and all dielectric with no
metallic component.
c. Cables shall not be armored unless specified in the Contract.
d. Cables shall be approved for mid -span entries and be rated by the manufacturer
for outside plant (OSP) use, placement in underground ducts, and aerial
installations.
e. Fiber counts shall be as specified in the Contract.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
•
f. Fibers and buffer tubes shall be color coded in accordance with the current
version of EIA /TIA -598.
9.
Fibers shall not have any factory splices.
h. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket shall
be free from holes, splits, blisters, or other imperfections and must be smooth
and concentric as is consistent with the best commercial practice.
1. A minimum of one (1) rip cord is required for each cable.
j. Cable markings shall meet the following additional requirements:
1. Color shall be white or silver.
2. Markings shall be approximately 3 millimeters (118 mils) in height, and
dimensioned and spaced to produce good legibility.
3. Markings shall include the manufacturer's name, year of manufacture, the
number of fibers, the words "OPTICAL CABLE ", and sequential length
marks.
4. Sequential length markings shall be in meters or feet, spaced at intervals not
more than 1 meter or 2 feet apart, respectively.
5. The actual cable length shall not be shorter than the cable length marking.
The actual cable length may be up to 1`)/0 longer than the cable length
marking.
6. Cables with initial markings that do not meet these requi ements will not be
accepted and may not be re- marked.
Short term tensile strength shall be a minimum of 600 pounds (1 bs). Long term
tensile strength shall be a minimum of 180 pounds (1 bs). Tensile strength shall
be achieved using a fiberglass reinforced plastic (FRP) central member and / or
aramid yarns.
I. All cables shall be new and free of material or manufacturing defects and
dimensional non - uniformity that would:
1. Interfere with the cable installation using accepted cable installation
practices;
2. Degrade the transmission performance or environmental resistance after
installation;
3. Inhibit proper connection to interfacing elements;
4. Otherwise yield an inferior product.
m. The fiber optic cables shall be shipped on reels with a drum diameter at least 20
times the diameter of the cable, in order to prevent damage to the cable. The
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
reels shall be substantial and constructed so as to prevent damage during
shipment and handling. Reels shall be labeled with the same information
required for the cable markings, with the exception that the total length of cable
shall be marked instead of incremental length marks. Reels shall also be labeled
with the type of cable.
This section is supplemented with the following new subsection:
9- 29.3(1)B Multimode Optical Fibers
Where multimode fiber optic cables are specified in the Contract, the optical fibers shall be
one of the following types, as specified in the Contract:
a. Type OM1, meeting the requirements of EIA /TIA 492 - AAAA -A or ISO /IEC 11801.
The fiber core diameter shall be 62.5 pm.
b. Type 0M2, meeting the requirements of EIA /TIA 492 - AAAB -A or ISO /IEC 11801.
The fiber core diameter shall be 50 pm.
All multimode optical fibers shall have a maximum attenuation of 3.0 dB /km at 850nm and
1.0 dB /km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX
Ethernet communications.
9- 29.3(1)A Singlemode Fiber Optic Cable
This section is revised to read:
Single -Mode optical fibers shall be EIA /TIA 492 -CAAB or ISO /IEC 11801 Type 0S2, low
water peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D.
9 -29.6 Light and Signal Standards
The third paragraph is revised to read:
Light standard, signal standards, slip base hardware and foundation hardware shall be hot
dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where colored
standards are required, standards shall be powder- coated after galvanizing in accordance
with Section 6- 07.3(11). The standard color shall be as specified in the Contract.
9- 29.6(1) Steel Light and Signal Standards
In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
9- 29.6(2) Slip Base Hardware
In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ".
9- 29.7(2) Fused Quick- Disconnect Kits
The table is supplemented with the following new row:
LED*
10A
10A
20A
The following footnote is inserted after the table:
Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall
be slow blow.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
9 -29.10 Luminaires
The first sentence of the third paragraph is revised to read:
All luminaires shall be provided with markers for positive identification of light source type
and wattage in accordance with ANSI C136.15 -2011, with the exception that LED
luminaires shall be labeled with the wattage of their conventional luminaire equivalents —
the text "LED" is optional.
The table in the fourth paragraph is revised to read:
Conventional Lamp
Wattage
Conventional Wattage
Legend
Equivalent LED
Legend
70
7
7E
100
10
10E
150
15
15E
175
17
17E
200
20
20E
250
25
25E
310
31
31E
400
40
40E
700
70
70E
750
75
75E
1,000
X1
X1 E
9 -29.25 Amplifier, Transformer, and Terminal Cabinets
Item 2C is revised to read:
c. Transformer up to 12.5 KVA 20" 48" 24"
Transformer 12.6 to 35 KVA 30" 60" 32"
The following new sentence is inserted before the last sentence of item number 10:
There shall be an isolation breaker on the input (line) side of the transformer, and a
breaker array on the output (load) side.
9- 35.AP9
Section 9 -35, Temporary Traffic Control Materials
August 1, 2016
9 -35.12 Transportable Attenuator
The second sentence of the first paragraph is revised to read:
The transportable attenuator shall be mounted on, or attached to, a host vehicle that
complies with the manufacturer's recommended weight range.
AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK
Revised: 1/3/17
RFB #17 -001
January 2017
SPECIAL PROVISIONS
•
•
•
•
•
SPECIAL PROVISIONS
INTRODUCTION TO THE SPECIAL PROVISIONS
(August 14, 2013 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard
Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the
Washington State Department of Transportation (WSDOT) and the American Public Works
Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The
Standard Specifications, as modified or supplemented by the Amendments to the Standard
Specifications and these Special Provisions, all of which are made a part of the Contract
Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from
various sources, which may have project- specific fill -ins; and project- specific Special
Provisions. Each Provision either supplements, modifies, or replaces the comparable
Standard Specification, or is a new Provision. The deletion, amendment, alteration, or
addition to any subsection or portion of the Standard Specifications is meant to pertain only
to that particular portion of the section, and in no way should it be interpreted that the
balance of the section does not apply.
The project- specific Special Provisions are not labeled as such. The GSPs are labeled
under the headers of each GSP, with the effective date of the GSP and its source. For
example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(May 1, 2013 City of Federal Way GSP)
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and
adopted edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Constructi
current edition
• National Electric Code, current edition
• King County Road Standards — 2007
• City of Federal Way Public Works Development Standards
Highways, currently
on, WSDOT /APWA,
Contractor shall obtain copies of these publications, at Contractor's own expense.
City of Federal Way
South 356th Street Improvements
Page 1
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
DIVISION 1: GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provide for the improvement of South 356th Street and other work, all in
accordance with the attached Contract Plans, these Contract Provisions, and the Standard
Specifications.
SCHEDULE A — Roadway Improvements. This contract provides for the improvement of
South 356th Street from Pacific Hwy S to Enchanted Parkway S including construction of
new asphalt concrete pavement, curb, gutter, sidewalk and planters, drainage
improvements, retaining walls, utility undergrounding, traffic signal modifications,
illumination, landscaping and other work, all in accordance with the attached Contract Plans,
these Special Provisions, and the 2016 Standard Specifications.
SCHEDULE B— Lakehaven Water and Sewer
The work in this schedule includes water relocation work required for the improvements in
Schedule A, includes removal and relocations of, and modifications and improvements to
Lakehaven's water system and appurtenant facilities, and adjustments to water system
valves and sewer manholes to match the improvements in Schedule A. The work includes
but is not limited to removal of inactive water mains and appurtenances, including asbestos
cement pipe, installation of new 8 -inch water mains, fire hydrant assemblies, water service
connections, temporary water services, together with associated facility improvement.
Lakehaven Water & Sewer District will supply any necessary frames and covers for manhole
adjustments.
SCHEDULE C — Puget Sound Energy (PSE) Undergrounding
The work in this section includes the installation of conduit, handholes and vaults for the
conversion of PSE's overhead utilities to underground facilities. PSE will supply all conduits,
handholes and vaults, and the Contractor will install them in this contract. Excavation,
backfill and compaction of the utility trench is paid for in Schedule A.
SCHEDULE D — Comcast Undergrounding
The work in this section includes the installation of conduit, handholes and vaults for the
conversion of COMCAST overhead utilities to underground facilities. COMCAST will supply
all conduits, handholes and vaults, and the Contractor will install them in this contract.
Excavation, backfill and compaction of the utility trench is paid for in Schedule A.
Schedules A, C, and D
The Contractor is advised that all work performed under these schedules of the contract
shall conform to the 2016 Standard Specifications for Road, Bridge and Municipal
Construction (English), together with the APWA Division 1 General Special Provisions as
issued by the Washington State Department of Transportation and American Public Works
Association, Washington State Chapter. The following Special Provisions supersede any
conflicting provisions of the 2016 Standard Specifications for Road, bridge and Municipal
Construction (English), together with the APWA Division 1 General Special Provisions as
City of Federal Way RFB # 17 -001
South 356"' Street Improvements January 2017
Page 2
•
•
SPECIAL PROVISIONS
issued by the Washington State Chapter and the foregoing Amendments to the
aforementioned Standard Specifications.
Schedule B
The Contractor is advised that all work performed under Schedule B shall conform to the
Lakehaven Water & Sewer District Standards provided in Appendix E and that the
Lakehaven Water & Sewer District Standards supersede any conflicting provisions of the
2016 Standard Specifications for Road, Bridge and Municipal Construction (English),
together with the APWA Division 1 General Special Provisions as issued by the Washington
State Chapter and the foregoing Amendments to the aforementioned Standard
Specifications. This work will be performed for Lakehaven Water & Sewer District to their
standard specifications included herein.
Schedules B, C, or D or any combination may be deleted by the City of Federal Way with no
penalty or additional compensation.
Cumulative Schedules Bidding
This Bid Proposal requires the bidder to bid cumulative Schedules as part of the bid. As
such the bidder is required to submit a Base Bid (Schedule A) and a bid for each of the
cumulative Schedule(s)
Bid Proposal
The bid proposal is composed of the following parts:
1. Base Bid
The base bid shall include constructing all items included in the proposal
except those items contained in the Schedule(s) B, C, & D.
2. Schedule(s) B, C, & D.
a. Schedule B
Based on constructing Lakehaven Water & Sewer District facilities
The bid items for Schedule B are as listed in the bid proposal.
b. Schedule C
Based on constructing PSE Undergrounding
The bid items for Schedule C are as listed in the bid proposal.
c. Schedule D
Based on constructing Comcast Undergrounding
The bid items for Schedule D are as listed in the bid proposal
Bidding Procedures
To be considered responsive the bidder shall submit a price on each and every item of work
included in the Base Bid and all Schedule(s.)
Bid Evaluation
City of Federal Way
South 356th Street Improvements
Page 3
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The successful bidder will be the bidder submitting the lowest responsible bid for the Base
Bid (Schedule A) plus Schedule B plus Schedule C plus Schedule D.
The award will be subject to the requirements of Section 1 -03.
1 -01 DEFINITIONS AND TERMS
1 -01.3 Definitions
(January 4, 2016 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace
them with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest
responsible and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted
use and benefit of the facilities, both from the operational and safety standpoint, any
remaining traffic disruptions will be rare and brief, and only minor incidental work,
replacement of temporary substitute facilities, plant establishment periods, or
correction or repair remains for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation
required by the Contract and required by law does not necessarily need to be
furnished by the Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of
the Contractor under the contract are fulfilled by the Contractor. All documentation
required by the Contract and required by law must be furnished by the Contractor
before establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation ", "Washington State
Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ",
"Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ".
City of Federal Way
South 356'h Street Improvements
Page 4
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
All references to the terms "State" or "state" shall be revised to read "Contracting
Agency" unless the reference is to an administrative agency of the State of Washington,
a State statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting
Agency designated location ".
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion
and acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid
Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in
Section 1 -08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever
bond form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract ".
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on
which the Contract time begins.
Traffic
Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs,
and equestrian traffic.
City of Federal Way
South 356th Street Improvements
Page 5
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1 -02 BID PROCEDURES AND CONDITIONS
1 -02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1 -02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1 -02.2 Plans and Specifications
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to the Contractor at
no cost as detailed below:
To Prime Contractor
No. of Sets
Basis of Distribution
Reduced plans (11" x 17 ")
6
Furnished automatically
upon award.
Contract Provisions
6
Furnished automatically
upon award.
Large plans (e.g., 22" x
34 ")
2
Furnished only upon
request.
Additional plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1 -02.4 Examination of Plans, Specifications, and Site of Work
1- 02.4(2) Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when included as
an appendix to the Special Provisions, shall be considered as part of the Contract.
City of Federal Way
South 356th Street Improvements
Page 6
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
1 -02.5 Proposal Forms
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the
materials to be furnished at the unit bid prices. The bidder shall complete spaces on the
proposal form that call for, but are not limited to, unit prices; extensions; summations;
the total bid amount; signatures; date; and, where applicable, retail sales taxes and
acknowledgment of addenda; the bidder's name, address, telephone number, and
signature; the bidder's D /M /WBE commitment, if applicable; a State of Washington
Contractor's Registration Number; and a Business License Number, if applicable. Bids
shall be completed by typing or shall be printed in ink by hand, preferably in black ink.
The required certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall
bid on all alternates and additives set forth in the Proposal Form unless otherwise
specified.
1 -02.6 Preparation of Proposal
Section 1 -02.6 is supplemented with the following:
A minimum bid of * ** $5,000 * ** lump sum has been established for the item "Type ' " B
* ** Progress Schedule." The Contractor's bid shall equal or exceed that amount. If the
Contractor's bid is less than the minimum specified amount, the Contracting Agency will
unilaterally revise the bid amount to the minimum specified amount and recalculate the
Contractor's total bid amount. The corrected total bid amount will be used by the
Contracting Agency for award purposes and to fix the amount of the contract bond.
(June 27, 2011 APWA GSP)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump
sum price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be
initialed by the signer of the bid.
Delete the last paragraph, and replace it with the following:
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a
vice president (or other corporate officer accompanied by evidence of authority to sign).
City of Federal Way
South 356'h Street Improvements
Page 7
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
A bid by a partnership shall be executed in the partnership name, and signed by a
partner. A copy of the partnership agreement shall be submitted with the Bid Form if any
D /M /WBE requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted
with the Bid Form if any D/W /MBE requirements are to be satisfied through such an
agreement.
(May 7, 2012 WSDOT GSP)
The fourth paragraph of Section 1 -02.6 is revised to read:
The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise
(DBE) Utilization Certification, when required by the Special Provisions. For each and
every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise
Utilization Certification, the Bidder shall submit written confirmation from that DBE firm
that the DBE is in agreement with the DBE participation commitment that the Bidder has
made in the Bidder's completed Disadvantaged Business Enterprise Utilization
Certification. WSDOT Form 422 031 EF (Disadvantaged Business Enterprise Written
Confirmation Document) is to be used for this purpose. Bidder must submit good faith
effort documentation only in the event the bidder's efforts to solicit sufficient DBE
participation have been unsuccessful. Directions for delivery of the Disadvantaged
Business Enterprise Written Confirmation Documents and Disadvantaged Business
Enterprise Good Faith Effort documentation are included in Sections 1 -02.9.
1- 02.6(1) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
Add the following new section:
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials
into the project, using the form provided in the Contract Provisions.
1 -02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1 Contracting Agency- assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature
of the person authorized to submit the bid should agree with the signature on the
bond, and the title of the person must accompany the said signature;
City of Federal Way
South 356`" Street Improvements
Page 8
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1 -02.9 Delivery of Proposal
(August 15, 2016 APWA GSP, Option A)
Delete this section and replace it with the following:
Each proposal shall be submitted in a sealed envelope, with the Project Name and
Project Number as stated in the Call for Bids clearly marked on the outside of the
envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
delivery.
If the project has FHWA funding and requires DBE Written Confirmation Document(s) or
Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder
shall submit written Confirmation Documentation from each DBE firm listed on the
Bidder's completed DBE Utilization Certification, form 272 -056 EF, as required by
Section 1 -02.6. The DBE Written Confirmation Document(s) and /or GFE (if any) shall be
received either with the Bid Proposal or as a Supplement to the Bid. The document(s)
shall be received no later than 24 hours (not including Saturdays, Sundays and
Holidays) after the time for delivery of the Bid Proposal.
If submitted after the Bid Proposal is due, the document(s) must be submitted in a
sealed envelope labeled the same as for the Proposal, with "DBE Supplemental
Information" added. All other information required to be submitted with the Bid Proposal
must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids.
The Contracting Agency will not open or consider any Bid Proposal that is received after
the time specified in the Call for Bids for receipt of Bid Proposals, or received in a
location other than that specified in the Call for Bids. The Contracting Agency will not
open or consider any DBE confirmations or GFE documentation proposal that is
received after the time specified above, or received in a location other than that specified
in the Call for Bids.
1 -02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
1. The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals, and
2. The Contracting Agency receives the request before the time set for receipt of
Bid Proposals, and
City of Federal Way RFB # 17 -001
South 356`h Street Improvements January 2017
Page 9
SPECIAL PROVISIONS
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is
received before the time set for receipt of Bid Proposals, the Contracting Agency
will return the unopened Proposal package to the Bidder. The Bidder must then
submit the revised or supplemented package in its entirety. If the Bidder does
not submit a revised or supplemented package, then its bid shall be considered
withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be
date recorded by the Contracting Agency and returned unopened. Mailed,
emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are
not acceptable.
1 -02.12 Public Opening Of Proposal
Section 1 -02.12 is supplemented with the following:
Date of Opening Bids
Sealed bids are to be received at one of the following locations prior to the time
Specified:
1. At City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal
Way, WA 98003 -6325. The City will consider notification of bid receipt by the
Post Office as the actual receipt of the bid.
2. In the City of Federal Way Purchasing Office, 33325 8th Avenue South,
Federal Way, WA 98003 -6325, until 10:00 A.M. of the bid opening date. Bids
delivered in person will be received only in the Bid Room on the bid opening
date.
The bid opening date for this project is Thursday, January 26, 2017. Bids received will
be publicly opened and read after 10:10 A. M. on this date.
1 -02.13 Irregular Proposals
(January 4, 2016 APWA GSP)
Delete this section and replace it with the following:
1. A proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not
used or is altered;
c. The completed proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award,
or enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
City of Federal Way
South 356`h Street Improvements
Page 10
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
g. The Bidder fails to submit or properly complete a Subcontractor list, if
applicable, as required in Section 1 -02.6;
h. The Bidder fails to submit or properly complete a Disadvantaged Business
Enterprise Certification, if applicable, as required in Section 1 -02.6;
The Bidder fails to submit written confirmation from each DBE firm listed on
the Bidder's completed DBE Utilization Certification that they are in
agreement with the bidders DBE participation commitment, if applicable, as
required in Section 1 -02.6, or if the written confirmation that is submitted fails
to meet the requirements of the Special Provisions;
The Bidder fails to submit DBE Good Faith Effort documentation, if
applicable, as required in Section 1 -02.6, or if the documentation that is
submitted fails to demonstrate that a Good Faith Effort to meet the Condition
of Award was made;
k. The Bid Proposal does not constitute a definite and unqualified offer to meet
the material terms of the Bid invitation; or
More than one proposal is submitted for the same project from a Bidder
under the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting
Agency;
c. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or
partnership submit Proposals for the same project (in such an instance, both
Bids may be rejected); or
e. If Proposal form entries are not made in ink.
1 -02.14 Disqualification of Bidders
(March 8, 2013 APWA GSP, Option B)
Delete this Section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the
following Supplemental Criteria:
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington
State Department of Revenue without a payment plan approved by the
Department of Revenue.
B. Documentation: The Bidder shall not be listed on the Washington State
Department of Revenue's "Delinquent Taxpayer List" website:
http: / /dor.wa.gov/ content / fileandpaytaxes /latefiling /dtlwest.aspx , or if they
are so listed, they must submit a written payment plan approved by the
Department of Revenue, to the Contracting Agency by the deadline listed
below.
City of Federal Way
South 356th Street Improvements
Page 11
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active
exclusion" on the U.S. government's "System for Award Management"
database (www.sam.gov).
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form
shall also include a requirement that each of its subcontractors shall have
and document a similar procedure to determine whether the sub -tier
subcontractors with whom it contracts are also "responsible" subcontractors
as defined by RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Prevailing Wages
A. Criterion: The Bidder shall not have a record of prevailing wage violations
as determined by WA Labor & Industries in the five years prior to the bid
submittal date, that demonstrates a pattern of failing to pay workers
prevailing wages, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of all prevailing wage violations in the five years prior to the bid
submittal date, along with an explanation of each violation and how it was
resolved. The Contracting Agency will evaluate these explanations and the
resolution of each complaint to determine whether the violation
demonstrate a pattern of failing to pay its workers prevailing wages as
required.
5. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed
against the retainage or payment bonds for public works projects in the
three years prior to the bid submittal date, that demonstrate a lack of
effective management by the Bidder of making timely and appropriate
payments to its subcontractors, suppliers, and workers, unless there are
City of Federal Way
South 356"' Street Improvements
Page 12
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
extenuating circumstances and such circumstances are deemed acceptable
to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior
to the bid submittal date that have had claims against retainage and bonds
and include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and /or payment bond for
any of the projects listed;
• A written explanation of the circumstances surrounding each claim
and the ultimate resolution of the claim.
6. Public Bidding Crime
A. Criterion: The Bidder and /or its owners shall not have been convicted of a
crime involving bidding on a public works contract in the five years prior to
the bid submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder and /or its owners have not been convicted of a crime involving
bidding on a public works contract.
7. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract
terminated for cause or terminated for default by a government agency in
the five years prior to the bid submittal date, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
the Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the
bid submittal date; or if Bidder was terminated, describe the circumstances.
8. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered
against the Bidder in the five years prior to the bid submittal date that
demonstrate a pattern of failing to meet the terms of contracts, unless there
are extenuating circumstances and such circumstances are deemed
acceptable to the Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall
sign a statement (on a form to be provided by the Contracting Agency) that
City of Federal Way
South 356th Street Improvements
Page 13
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
the Bidder has not had any lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, or shall submit a list of all
lawsuits with judgments entered against the Bidder in the five years prior to
the bid submittal date, along with a written explanation of the circumstances
surrounding each such lawsuit. The Contracting Agency shall evaluate
these explanations to determine whether the lawsuits demonstrate a
pattern of failing to meet of terms of construction related contracts
As evidence that the Bidder meets the mandatory and supplemental responsibility
criteria stated above, the apparent two lowest Bidders must submit to the Contracting
Agency by 12:00 P.M. (noon) of the second business day following the bid submittal
deadline, a written statement verifying that the Bidder meets all of the mandatory and
supplemental criteria together with supporting documentation including but not limited
to that detailed above (sufficient in the sole judgment of the Contracting Agency)
demonstrating compliance with all mandatory and supplemental responsibility criteria.
The Contracting Agency reserves the right to request such documentation from other
Bidders as well, and to request further documentation as needed to assess Bidder
responsibility. The Contracting Agency also reserves the right to obtain information
from third - parties and independent sources of information concerning a Bidder's
compliance with the mandatory and supplemental criteria, and to use that information
in their evaluation. The Contracting Agency may (but is not required to) consider
mitigating factors in determining whether the Bidder complies with the requirements of
the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or
private enterprises; and (iii) any additional information obtained by the Contracting
Agency which is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder
responsibility criteria above and is therefore not a responsible Bidder, the Contracting
Agency shall notify the Bidder in writing, with the reasons for its determination. If the
Bidder disagrees with this determination, it may appeal the determination within two (2)
business days of the Contracting Agency's determination by presenting its appeal and
any additional information to the Contracting Agency. The Contracting Agency will
consider the appeal and any additional information before issuing its final
determination. If the final determination affirms that the Bidder is not responsible, the
Contracting Agency will not execute a contract with any other Bidder until at least two
business days after the Bidder determined to be not responsible has received the
Contracting Agency's final determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders
with concerns about the relevancy or restrictiveness of the Supplemental Bidder
Responsibility Criteria may make or submit requests to the Contracting Agency to
modify the criteria. Such requests shall be in writing, describe the nature of the
concerns, and propose specific modifications to the criteria. Bidders shall submit such
City of Federal Way
South 356th Street Improvements
Page 14
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
requests to the Contracting Agency no later than five (5) business days prior to the bid
submittal deadline and address the request to the Project Engineer or such other
person designated by the Contracting Agency in the Bid Documents.
1 -02.15 Pre Award Information
(August 14, 2013 APWA GSP)
Revise this section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder:
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the order
of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a copy of, a business license to do business in the city or county
where the work is located.
7. Any other information or action taken that is deemed necessary to ensure that the
bidder is the lowest responsible bidder.
1 -03 AWARD AND EXECUTION OF CONTRACT
1 -03.1 Consideration of Bids
(January 23, 2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy
exists between the price per unit and the extended amount of any bid item, the price per
unit will control. If a minimum bid amount has been established for any item and the
bidder's unit or lump sum price is less than the minimum specified amount, the
Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum
specified amount and recalculate the extension. The total of extensions, corrected
where necessary, including sales taxes where applicable and such additives and /or
alternates as selected by the Contracting Agency, will be used by the Contracting
Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
1- 03.1(1) Identical Bid Totals
(January 4, 2016 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 15
SPECIAL PROVISIONS
the tie - breaker will be the Bidder with an equal lowest bid, that proposed to use the
highest percentage of recycled materials in the Project, per the form submitted with the
Bid Proposal. If those percentages are also exactly equal, then the tie - breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful ". The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner" will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled m aterials percentage that is exactly equal
to the highest proposed recycled materials amount, are eligible to draw.
1 -03.2 Award Of Contract
Section 1 -03.2 is supplemented with the following:
( * * * * * *)
The contract will be awarded on the basis of the total of Schedule A plus the Schedules
selected from Schedules B, C, and D.
Should the Contracting Agency exercise the option to delete the work in one or more of
the schedules listed above and shown on the Bid Schedule prior tc contract award, then
Section 1 -04.6 will not apply to the items that are deleted.
1 -03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following
award. The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the
signed Contracting Agency - prepared contract, an insurance certification as required by
Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before
execution of the contract by the Contracting Agency, the successful bidder shall provide
any pre -award information the Contracting Agency may require under Section 1- 02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such
areas and for any materials ordered before the contract is executed by the Contracting
Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
City of Federal Way
South 356' Street Improvements
Page 16
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1 -03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
1. Be on Contracting Agency- furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations, duties,
and conditions under the Contract, including but not limited to the duty and obligation
to indemnify, defend, and protect the Contracting Agency against all losses and
claims related directly or indirectly from any failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform and comply with all contract
obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides supplies or
provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the
project under titles 50, 51, and 82 RCW; and
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign
the bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed
by the president or vice president, unless accompanied by written proof of the
authority of the individual signing the bond(s) to bind the corporation (i.e., corporate
resolution, power of attorney, or a letter to such effect signed by the president or vice
president).
1 -03.7 Judicial Review
(July 23, 2015 APWA GSP)
Revise this section to read:
Any decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the
Superior Court of the county where the Contracting Agency headquarters is located,
City of Federal Way
South 356th Street Improvements
Page 17
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
provided that where an action is asserted against a county, RCW 36.01.05 shall control
venue and jurisdiction.
1 -04 SCOPE OF THE WORK
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(March 13, 2012 APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. Standard Specifications,
7. Contracting Agency's Standard Plans or Details (if any), and
8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1 -04.4 Changes
(WSDOT GSP)
Section 1- 04.4(2) is added as follows:
1- 04.4(2) Unexpected Site Changes (New Section)
Unanticipated site Work, as ordered by the Engineer, shall consist of Work not otherwise
provided for in the Contract and paid in accordance with Section 1 -09.6. Such Work
may include:
1. Design changes to address field conflicts or adjustments needed to complete the
Work;
2. Miscellaneous Work, directed by the Contracting Agency, not covered in the
Contract and not exceeding $15,000 per change;
3. Removal of unexpected Structures or obstructions.
Measurement
No specific unit of measurement will apply to the force account item "Unexpected Site
Changes ".
Payment
"Unexpected Site Changes ", by force account as provided in Section 1 -09.6.
To provide a common Proposal for all Bidders, the Contracting Agency has entered an
amount in the Proposal to become a part of the Contractor's total Bid.
City of Federal Way
South 356th Street Improvements
Page 18
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
1 -04.6 Variation in Estimated Quantities
(July 23, 2015 APWA GSP, Option B)
Revise the first paragraph to read:
Payment to the Contractor will be made only for the actual quantities of Work performed
and accepted in conformance with the Contract. When the accepted quantity of Work
performed under a unit item varies from the original Proposal quantity, payment will be at
the unit Contract price for all Work unless the total accepted quantity of any Contract
item, adjusted to exclude added or deleted amounts included in change orders accepted
by both parties, increases or decreases by more than 25 percent from the original
Proposal quantity, and if the total extended bid price for that item at time of award is
equal to or greater than 10 percent of the total contract price at time of award. In that
case, payment for contract work may be adjusted as described herein:
1 -05 CONTROL OF WORK
1 -05.4 Conformity With and Deviations from Plans and Stakes
(April 4, 2011 WSDOT GSP)
Contractor Surveying - Structure
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of bridges, noise walls,
and retaining walls. Except for the survey control data to be furnished by the
Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were
not identified in the Plans and construction activity may disturb or damage the
monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected
throughout the length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American
Congress on Surveying and Mapping and the American Society of Civil Engineers.
The survey work by the Contractor shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well
as additional survey control needed for the project. Provide descriptions of
City of Federal Way
South 356th Street Improvements
Page 19
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, by placing hubs and /or marked stakes, the location with offsets of
foundation shafts and piles.
3. Establish offsets to footing centerline of bearing for structure excavation.
4. Establish offsets to footing centerline of bearing for footing forms.
5. Establish wing wall, retaining wall, and noise wall horizontal alignment.
6. Establish retaining wall top of wall profile grade.
7. Establish elevation benchmarks for all substructure formwork.
8. Check elevations at top of footing concrete line inside footing formwork
immediately prior to concrete placement.
9. Check column location and pier centerline of bearing at top of footing
immediately prior to concrete placement.
10. Establish location and plumbness of column forms, and monitor column
plumbness during concrete placement.
11. Establish pier cap and crossbeam top and bottom elevations and centerline of
bearing.
12. Check pier cap and crossbeam top and bottom elevations and centerline of
bearing prior to and during concrete placement.
13. Establish grout pad locations and elevations.
14. Establish structure bearing locations and elevations, including locations of
anchor bolt assemblies.
15. Establish box girder bottom slab grades and locations.
16. Establish girder and /or web wall profiles and locations.
17. Establish diaphragm locations and centerline of bearing.
18. Establish roadway slab alignment, grades and provide dimensions from top of
girder to top of roadway slab. Set elevations for deck paving machine rails.
19. Establish traffic barrier and curb profile.
20. Profile all girders prior to the placement of any deadload or construction live
load that may affect the girder's profile.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with the following primary survey and control information:
1. Descriptions of two primary control points used for the horizontal and vertical
control. Primary control points will be described by reference to the project
alignment and the coordinate system and elevation datum utilized by the
project. In addition, the Contracting Agency will supply horizontal coordinates
City of Federal Way
South 3561h Street Improvements
Page 20
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
for the beginning and ending points and for each Point of Intersection (PI) on
each alignment included in the project.
2. Horizontal coordinates for the centerline of each bridge pier.
3. Computed elevations at top of bridge roadway decks at one -tenth points along
centerline of each girder web. All form grades and other working grades shall
be calculated by the Contractor.
The Contractor shall give the Contracting Agency three weeks notification to allow
adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall
ensure a surveying accuracy within the following tolerances:
Vertical Horizontal
±0.02 feet
±0.02 feet
1. Stationing on structures
2. Alignment on structures
3. Superstructure elevations
4. Substructure
±0.01 feet
variation from
plan elevation
±0.02 feet
variation from
Plan grades.
The Contracting Agency may spot -check the Contractor's surveying. These spot -
checks will not change the requirements for normal checking by the Contractor.
When staking the following items, the Contractor shall perform independent checks
from different secondary control to ensure that the points staked for these items are
within the specified survey accuracy tolerances:
Piles
Shafts
Footings
Columns
The Contractor shall calculate coordinates for the points associated with piles, shafts,
footings and columns. The Contracting Agency will verify these coordinates prior to
issuing approval to the Contractor for commencing with the survey work. The
Contracting Agency will require up to seven calendar days from the date the data is
received to issuing approval.
Contract work to be performed using contractor - provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Primary survey control data provided by the Contracting Agency is indicated on the
Plans. All costs associated with Structure Surveying shall be measured and paid under
the item "Construction Suveying" per 1 -05.4 herein.
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 21
SPECIAL PROVISIONS
(April 1, 2013 WSDOT GSP)
Contractor Surveying - Roadway
Copies of the Contracting Agency provided primary survey control data are available for
the bidder's inspection at the office of the Project Engineer.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed,
drainage, surfacing, paving, channelization and pavement marking, illumination and
signals, guardrails and barriers, and signing. Except for the survey control data to be
furnished by the Contracting Agency, calculations, surveying, and measuring required
for setting and maintaining the necessary lines and grades shall be the Contractor's
responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were
not identified in the Plans and construction activity may disturb or damage the
monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected
throughout the length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work
performed on each shift, the methods utilized, and the control points used. The record
shall be adequate to allow the survey to be reproduced. A copy of each day's record
shall be provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions
of Surveying and Associated Terms" current edition, published by the American
Congress on Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well
as additional survey control needed for the project. Provide descriptions of
secondary control to the Contracting Agency. The description shall include
coordinates and elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks
on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls)
and at points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5
feet beyond the toe of a fill and 10 feet beyond the top of a cut unless
otherwise shown in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not
more than 50 feet apart. Establish offset reference to all slope stakes. If
Global Positioning Satellite (GPS) Machine Controls are used to provide grade
control, then slope stakes may be omitted at the discretion of the Contractor
City of Federal Way
South 356'h Street Improvements
Page 22
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
5. Establish the horizontal and vertical location of all drainage features, placing
offset stakes to all drainage structures and to pipes at a horizontal interval not
greater than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-
foot intervals in intersection radii with a radius less than 10 feet. Transversely,
stakes shall be placed at all locations where the roadway slope changes and
at additional points such that the transverse spacing of stakes is not more than
12 feet. If GPS Machine Controls are used to provide grade control, then
roadbed and surfacing stakes may be omitted at the discretion of the
Contractor.
7. Establish intermediate elevation benchmarks as needed to check work
throughout the project.
8. Provide references for paving pins at 25 -foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary
to adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
sections shown in the Contract Plans in order to achieve proper smoothness
and drainage where matching into existing features, such as a smooth
transition from new pavement to existing pavement. The Contractor shall
submit these changes to the Project Engineer for review and approval 10 days
prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
To facilitate the establishment of these lines and elevations, the Contracting Agency will
provide the Contractor with primary survey control information consisting of descriptions
of two primary control points used for the horizontal and vertical control, and
descriptions of two additional primary control points for every additional three miles of
project length. Primary control points will be described by reference to the project
alignment and the coordinate system and elevation datum utilized by the project. In
addition, the Contracting Agency will supply horizontal coordinates for the beginning
and ending points and for each Point of Intersection (PI) on each alignment included in
the project.
The Contractor shall ensure a surveying accuracy within the following tolerances:
City of Federal Way
South 356`h Street Improvements
Page 23
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Stationing on roadway N/A ±0.1 feet
Alignment on roadway N/A ±0.04 feet
Surfacing grade stakes ±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet
±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot -check the Contractor's surveying. These spot -
checks will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked
are within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency
will verify these coordinates prior to issuing approval to the Contractor for commencing
with the work. The Contracting Agency will require up to seven calendar days from the
date the data is received.
Contract work to be performed using contractor - provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
Primary survey control data provided by the Contracting Agency is indicated on the
Plans. All costs associated with Roadway Surveying shall be measured and paid under
the item "Construction Suveying" per 1 -05.4 herein.
1 -05.4 Conformity With and Deviations from Plans and Stakes
( * * * * * *)
Section 1 -05.4 is supplemented with the following:
City of Federal Way
South 356`h Street Improvements
Page 24
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Major items of work shall be defined to include the following items:
Manholes Catch Basins and Inlets
Valves Vertical and Horizontal Bends
Junction Boxes Cleanouts
Side Sewers Illumination Systems
Hydrants Major Changes in Design Grade(s)
Vaults Culverts
Curb, Gutter and Sidewalk Signal Systems and Equipment
Retaining Walls Curb lines and sidewalks
Irrigation Sleeves under Roadways
After the completion of the work covered by this contract, the Contractor's surveyor
shall provide to the City the hard cover field book(s) containing the construction staking
and as -built notes, and one set of white prints of the construction drawings upon which
he has plotted the notes of the Contractor locating existing utilities, and one set of white
prints of the construction drawings upon which he has plotted the as -built location of the
new work as recorded in the field book(s). This drawing shall bear the surveyors seal
and signature certifying its accuracy.
The Contractor shall be responsible for reestablishing or locating legal survey markers
such as GLO monuments or property corner monuments, conduct boundary surveys to
determine Contracting Agency right -of -way locations, and obtain, review and analyze
deeds and records as necessary to determine these boundaries. The Contracting
Agency will provide "rights of entry" as needed by the Contractor to perform the work.
The Contractor shall brush out or clear and stake or mark the right -of -way lines as
designated by the Engineer.
When required, the Contractor shall prepare and file a Record of Survey map in
accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency.
The Contracting Agency will provide all existing base maps, existing horizontal and
vertical control, and other material available with Washington State Plane Coordinate
information to the Contractor. The Contracting Agency will also provide maps, plan
sheets, and /or aerial photographs clearly identifying the limits of the areas to be
surveyed. The Contractor shall establish Washington State Plane Coordinates on all
points required in the Record of Survey and other points designated in the Contract
documents.
In accordance with RCW 58.24.040(8), No cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained by calling the Public Land Survey Office at (360)902 -1194. The permit
application must be stamped by a registered Washington State land Surveyor.
City of Federal Way
South 356`h Street Improvements
Page 25
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Existing right of way documentation, existing base maps, existing horizontal and vertical
control descriptions, maps, plan sheets, aerial photographs and all other available
material may be viewed by prospective bidders at the office of the Project Engineer.
The Contractor shall perform all of the necessary calculations for the contracted survey
work and shall provide copies of these calculations to the Contracting Agency.
Electronic files of all survey data shall be provided and in a format acceptable to the
Contracting Agency.
All survey work performed by the Contractor shall conform to all applicable sections of
the Revised Code of Washington and the Washington Administrative Code.
The Contractor shall provide all traffic control, signing, and temporary traffic control
devices in order to provide a safe work zone.
Surveying for Pavement Planing
The Contractor shall field verify existing pavement elevations at 25 ft intervals to
determine required depths of pavement planing. The Contractor shall perform a cross
section survey at 25 ft intervals and verify actual locations of the existing pavement at
centerline, at grade breaks and at the lip of new gutter. The field notes from this survey
shall be reduced and compared with finish grade elevations to determine pavement
overlay thickness.
The Contractor shall submit planing limit cut - sheets or spreadsheets showing same to
the Engineer for approval prior to construction staking. The Engineer will review the
cut -sheet data for irregularities in the finished pavement and direct the Contractor to
modify as necessary. Surveying for pavement planning is considered incidental and
included in the unit contract price for Construction Surveying,
Audio/Video Taping
Furnish a continuous color audio -video DVD recording of the sensitive areas within fifty
(50) feet of construction.
A. Complete coverage shall include all surface features within 50' of the work
area to be utilized by the Contractor, and shall be supported by appropriate
audio description made simultaneously with video coverage. Such coverage
shall include, but not be limited to, all existing driveways, sidewalks, curbs,
ditches, roadways, landscaping, trees, culverts, headwalls, and retaining walls,
equipment, structures, pavements, manholes, vaults, handrails, etc. located
within the aforementioned work zone. Video coverage shall extend to the
maximum height of all structures within this zone.
B. All taping shall be done during times of good visibility. No taping shall be done
during periods of visible precipitation, or when more than ten percent of the
ground area is covered with standing water, unless otherwise authorized by
Owner.
City of Federal Way
South 356th Street Improvements
Page 26
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
As -Built Survey and Record Drawings
After construction has been completed the Contractor shall perform an as -built survey
and provide the information in (1) full -size paper copy and AutoCAD 2011 or later
version file to the Engineer. This as -built survey shall consist of the following:
Survey of rim elevation, sump elevations, and invert elevations of all storm drainage
structures installed, modified or left in place within the limits of this contract. Storm pipe
diameter and material; drainage structure type, size, lid type (solid cover or grate,
standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts
installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and
retaining wall footing drains, including cleanouts.
Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have one
survey shot in the center of the manhole or valve cover, or at the center of the fire
hydrant. Utility handholes and boxes shall have two shots on opposite corners of the
cover.
• Final curb elevations, with a minimum of 5 shots at each curb return. Also, final
shots along all curb and gutter, block curb, integral curb and extruded curb
installed in this contract (at flowline of the curbs).
• Final elevations at the front and back of walk throughout the project limits.
• Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of
this contract.
• Shots to delineate all channelization installed in this contract.
Throughout construction, the Contractor shall keep a set of redline drawings that record
as -built information at the project site. This set of drawings shall be provided to the
Engineer at the end of the project. This record drawing information shall, at a minimum,
consist of the following:
• All changes to the Contract Plans.
• Pothole information gathered by the Contractor.
• Actual location of utility trenches, including depth to top of conduits at a
minimum of 100' spacing.
• Existing utility information not included in the Contract Plans, or that differs from
the Contract Plans.
City of Federal Way
South 356th Street Improvements
Page 27
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Construction Surveying ", lump sum.
The lump sum contract price for "Construction Surveying" shall be full pay for all labor
equipment, materials, and supervision utilized to perform the work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, structure surveying, roadway surveying and coordination efforts.
"As -Built Survey and Record Drawings ", lump sum.
The lump sum contract price for "As -Built Survey and Record Drawings " shall be full
pay for all labor, equipment, materials, and supervision utilized to perform the work
specified, including any resurveying, checking, correction of errors, replacement of
missing or damaged stakes, and coordination efforts.
1 -05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means
as the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and
replaced, or have work the Contractor refuses to perform completed by using
Contracting Agency or other forces. An emergency situation is any situation when, in
the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might
cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer
from monies due, or to become due, the Contractor. Such direct and indirect costs shall
include in particular, but without limitation, compensation for additional professional
services required, and costs for repair and replacement of work of others destroyed or
damaged by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's
rights provided by this Section.
City of Federal Way
South 356th Street Improvements
Page 28
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
The rights exercised under the provisions of this section shall not diminish the
Contracting Agency's right to pursue any other avenue for additional remedy or
damages with respect to the Contractor's failure to perform the work as required.
1 -05.11 Final Inspection
Delete this section and replace it with the following:
1 -05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1- 05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor
shall so notify the Engineer and request the Engineer establish the Substantial
Completion Date. The Contractor's request shall list the specific items of work that
remain to be completed in order to reach physical completion. The Engineer will
schedule an inspection of the work with the Contractor to determine the status of
completion. The Engineer may also establish the Substantial Completion Date
unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready
for final inspection.
1- 05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a
final inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies.
City of Federal Way
South 356th Street Improvements
Page 29
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
This process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1 -05.7.
The Contractor will not be allowed an extension of contract time because of a delay in
the performance of the work attributable to the exercise of the Engineer's right
hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered
physically complete. That date shall constitute the Physical Completion Date of the
contract, but shall not imply acceptance of the work or that all the obligations of the
Contractor under the contract have been fulfilled.
1- 05.11(3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. There fore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed
in the Contract Provisions for operational testing they shall be fully tested under
operating conditions for the time period specified to ensure their acceptability prior to
the Physical Completion Date. During and following the test period, the Contractor shall
correct any items of workmanship, materials, or equipment which prove faulty, or that
are not in first class operating condition. Equipment, electrical controls, meters, or other
devices and equipment to be tested during this period shall be tested under the
observation of the Engineer, so that the Engineer may determine their suitability for the
purpose for which they were installed. The Physical Completion Date can not be
established until testing and corrections have been completed to the satisfaction of the
Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract prices
related to the system being tested, unless specifically set forth otherwise in the
proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
1- 05.12(1) One -Year Guarantee Period
(March 8, 2013 APWA GSP)
Add the following new section:
City of Federal Way
South 356th Street Improvements
Page 30
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of the
Work. The Contractor shall start work to remedy any such defects within 7 calendar
days of receiving Contracting Agency's written notice of a defect, and shall complete
such work within the time stated in the Contracting Agency's notice. In case of an
emergency, where damage may result from delay or where loss of services may result,
such corrections may be made by the Contracting Agency's own forces or another
contractor, in which case the cost of corrections shall be paid by the Contractor. In the
event the Contractor does not accomplish corrections within the time specified, the work
will be otherwise accomplished and the cost of same shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible for
correcting all defects in workmanship and materials in the corrected work for one year
after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements that the
Contractor's work comply with the requirements of the Contract or any other legal rights
or remedies of the Contracting Agency.
1 -05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1 -05.14 Cooperation with Other Contractors
(March 13, 1995 WSDOT GSP)
Section 1 -05.14 is supplemented with the following:
Other Contracts or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will
be performed by others during the course of this project and will require coordination of
the work:
1. Puget Sound Energy — PSE will install wiring, transformers, service cutovers,
existing, pole and aerial wire remoal, etc. within 60 working days following
complete installation and approval of vaults and conduits by the Contractor.
2. Comcast — PSE will install wiring, transformers, service cutovers, existing, pole
and aerial wire remoal, etc. within 60 working days following complete
installation and approval of vaults and conduits by the Contractor.
3. CenturyLink — Coordinate for adjustments and relocations of existing facilities.
4. Lakehaven Water & Sewer District
5. Pacific Highway S Phase V HOV Lanes Project - Improvements to Pacific
Highway South between S 340th Street and S 356th Street will be ongoing for the
duration of the S 356th Street project.
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 31
SPECIAL PROVISIONS
1- 05.14(A) Notifications Relative to Contractor's Activities
Section 1- 05.14(A) is a new section:
Notification shall be written, with a copy delivered to the Engineer within a minimum of
ten (10) working days prior to the commencement of work, including any work impacting
utilities, and must be in such detail as to give the time of the commencement and
completion of work, names of streets to be closed, schedule of operations, routes of
detours where possible. The Contractor shall also notify the agencies listed below of the
name(s) of the construction superintendent in responsible charge or other individuals
having full authority to execute the orders or direction of the Engineer, in the event of an
emergency. Failure to comply with this requirement will result in a stop work order.
City of Federal Way
Police Department
33325 8th Ave S
Federal Way, WA 98003 -6325
Telephone: 253 - 835 -6701
(To schedule officer T.C. support);
253 - 835 -6767 (For traffic /road
closure issues)
King County Metro
1270 Sixth Avenue South, Bldg. 2, MS:QS
Seattle, WA 98134
Telephone: 206 - 684 -2732
Email: construction.coord©metrokc.gov
Comcast Cable Communication
410 Valley Ave NW, Suite 12 -Bldg C
Puyallup, WA 98371
Attn: Bill Walker
Telephone: 253 - 288 -7538
CenturyLink
23315 66th Avenue S
Kent, WA 98032
Attn: Jason Tesdal
Telephone: 206 - 345 -3488
Alex Harb
Telephone: 206 - 345 -4476
Dale Sacksteder
Telephone: 206 - 344 -7606
City of Federal Way
South 356th Street Improvements
Page 32
South King Fire & Rescue
31617 1st Ave. South
Attn.: Tony Parise
Federal Way, WA 98003
Telephone: 253 - 946 -7308
Email:Toni. Parise(a�SouthKingFire.orq
Federal Way School District
Transportation Department
Attn: Jo Boyer
1066 South 320th Street
Federal Way, WA 98003
Telephone: 253 - 945 -5969
Email: jboyer @fwps.org
Puget Sound Energy (Gas)
6905 South 228th St.
Kent, WA 98032
Attn: Chang Pak
Telephone: 253 - 395 -6988
Puget Sound Energy (Power)
6905 S 228th St
Kent, WA 98032
Attn: Dennis Booth
Telephone: 425 - 417 -9188
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Lakehaven Water & Sewer District
31623 First Avenue South
P. O. Box 4249
Federal Way, WA 98063
Attn: Wes Hill
ZAYO Group
22651 83rd Ave S
Kent, WA 98032
Attn: Scott Morrison
Area Director - Operations
Email: scott.morrison(a�zayo.com
Telephone: 206 - 596 -7988
Add the following new Sections:
King County Traffic Operations
155 Monroe Avenue NE
Renton, WA 98056
Attn: Mark Parrett
Tel: 206 - 296 -8152
1- 05.14(B) Coordination of Work with City
( * * * * * *)
At least a three (3) working days written notification shall be required on all requests for
engineering services other than inspection. All requests shall be coordinated with the
Engineer.
The Contractor will not be responsible for overtime pay to the City's Engineer for work
performed at night.
All costs resulting from delays in which requests were not coordinated with the Engineer
shall be the sole responsibility of the Contractor.
1 -05.15 Method of Serving Notices
(March 25, 2009 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest,
notice of dispute, or other correspondence constituting notification required to be
furnished under the Contract, must be in paper format, hand delivered or sent via mail
delivery service to the Project Engineer's office. Electronic copies such as e -mails or
electronically delivered copies of correspondence will not constitute such notice and will
not comply with the requirements of the Contract.
City of Federal Way
South 356th Street Improvements
Page 33
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1 -05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the contract includes
power and water as a pay item.
1 -05.18 Contractor's Daily Diary
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. This diary will be created by pen and ink entries in a
hardbound diary book of the type that is commonly available by the commercial outlets.
The diary must be kept and maintained by the Contractor's designated project
superintendent. Entries must be made on a daily basis and must accurately represent
all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
• The day and date.
• The weather conditions, including changes throughout the day.
• A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect
the Contract, Owner, or any third party in any manner.
• Listing of any materials received and stored on or off -site by the Contractor for
future installation, to include the manner of storage and protection of the same.
• Listing of materials installed during each day.
• List of all subcontractors working on -site during each day.
• Listing of the number of Contractor's employees working during each day by
category of employment.
• Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake -out, and all other services
furnished to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non -work days) inspection and maintenance
of traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
• Summary of total number of working days to date, and total number of delay
days to date.
All pages of the diary must be numbered consecutively with no omissions in page
numbers.
City of Federal Way
South 356th Street Improvements
Page 34
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
The Contractor shall utilize additional sheets separate from the diary book, if necessary,
to provide a complete diary record. However, the Owner's senior representative must
sign separate sheets on each day and a copy furnished at the time of signing to the
Owner. The Contractor must provide a copy of the diary to the Owner and the Engineer
each morning for the preceding workday. All copies must be legible.
IT IS EXPRESSLY AGREED BETWEEN THE CONTRACTOR AND THE OWNER
THAT THE DAILY DIARY MAINTAINED BY THE CONTRACTOR SHALL BE THE
"CONTRACTOR'S BOOK OF ORIGINAL ENTRY" FOR THE DOCUMENTATION OF
ANY POTENTIAL CLAIMS OR DISPUTES THAT MIGHT ARISE DURING THIS
CONTRACT. FAILURE OF THE CONTRACTOR TO MAINTAIN THIS DIARY IN THE
MANNER DESCRIBED ABOVE WILL CONSTITUTE A WAIVER OF ANY SUCH
CLAIMS OR DISPUTES BY THE CONTRACTOR. THE DAILY DIARY MAINTAINED
BY THE CONTRACTOR DOES NOT CONSTITUTE THE OFFICIAL RECORD OF
THE PROJECT. THE OFFICIAL RECORD OF THE PROJECT IS PREPARED AND
MAINTAINED EXCLUSIVELY BY THE ENGINEER.
All costs associated with Contractor's Daily Diary shall be included in the related item of
work and no additional payment will be made.
1 -05.19 Defects Arising in One Year and Remedies
Section 1 -05.19 is a new section:
The Contractor shall be responsible for correcting all defects in workmanship and
material within one year after acceptance of this work by the City of Federal Way. When
corrections of defects are made, the Contractor shall be responsible fcr correcting all
defects in workmanship and /or materials in the corrected work for one year after
acceptance of the corrections by the Owner. The Contractor shall start work to remedy
such defects within seven (7) calendar days of mailing notice of discovery thereof by
the Owner and shall complete such work within a reasonable time. In emergencies,
where damage may result from delay or where loss of services may result, such
corrections may be made by the Owner, in which case the cost shall be borne by the
Contractor. In the event the Contractor does not accomplish corrections at the time
specified, the work will be otherwise accomplished and the cost of same shall be paid
by the Contractor. These actions will be pursuant to the provisions of Section 1 -05.8 of
the Standard Specifications.
The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the
Contractor's work including, but not limited to, cost of materials and labor extended by
Owner in making emergency repairs and cost of engineering, inspection and
supervision by the Owner or the Engineer. The Contractor shall hold the Owner
harmless from any and all claims which may be made against the Owner as a result of
any defective work, and the Contractor shall defend any such claims at his own
expense.
The Contractor agrees the above one -year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from
defective and unauthorized work discovered after one year but prior to the expiration of
City of Federal Way
South 356`h Street Improvements
Page 35
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in
writing or liability, expressed or implied, arising out of a written agreement.
1 -06 CONTROL OF MATERIAL
1 -06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the
construction of the project. Approval of such material use shall be as detailed elsewhere
in the Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled
materials that were utilized in the construction of the project for each of the items listed
in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete
aggregate, recycled glass, steel furnace slag and other recycled materials (e.g.
utilization of on -site material and aggregates from concrete returned to the supplier).
The Contractor's report shall be provided on DOT form 350 -075 Recycled Materials
Reporting.
1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 -07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation
shall apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor
shall establish, publish, and make known to all employees, procedures for ensuring
immediate removal to a hospital, or doctor's care, persons, including employees, who
may have been injured on the project site. Employees should not be permitted to work
on the project site before the Contractor has established and made known procedures
for removal of injured persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
the Contractor's plant, appliances, and methods, and for any damage or injury resulting
from their failure, or improper maintenance, use, or operation. The Contractor shall be
solely and completely responsible for the conditions of the project site, including safety
for all persons and property in the performance of the work. This requirement shall
apply continuously, and not be limited to normal working hours. The required or implied
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 36
•
•
SPECIAL PROVISIONS
duty of the Engineer to conduct construction review of the Contractor's performance
does not, and shall not, be intended to include review and adequacy of the Contractor's
safety measures in, on, or near the project site.
(April 3, 2006 WSDOT GSP)
Section 1 -07.1 is supplemented with the following:
Confined Space
Confined spaces are known to exist at the following locations:
** *Existing storm drainage, sanitary sewer, and other utility systems, vaults, and
structures, along with all new similar new construction items that meet the requirements
of WAC 296- 809 - 100. * **
The Contractor shall be fully responsible for the safety and health of all on -site workers
and compliant with Washington Administrative Code (WAC 296 -809).
The Contractor shall prepare and implement a confined space program for each of the
confined spaces identified above. The Contractors Confined Space program shall be
sent to the contracting agency at least 30 days prior to the contractor beginning work in
or adjacent to the confined space. No work shall be performed in or adjacent to the
confined space until the plan is submitted to the Engineer as required. The Contractor
shall communicate with the Project Engineer to ensure a coordinated effort for providing
and maintaining a safe worksite for both the Contracting Agency's and Contractor's
workers when working in or near a confined space.
All costs to prepare and implement the confined space program shall be included in the
bid prices for the various items associated with the confined space work.
1 -07.2 State Taxes
Delete this section, including its sub - sections, in its entirety and replace it with the following:
1 -07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State
sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The
Contractor should contact the Washington State Department of Revenue for answers to
questions in this area. The Contracting Agency will not adjust its payment if the
Contractor bases a bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit bid prices or other
contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1- 07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA- funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all contract - related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
City of Federal Way
South 356`h Street Improvements
Page 37
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Revenue, whether the amount owed relates to this contract or not. Any amount so
deducted will be paid into the proper State fund.
1- 07.2(1) State Sales Tax — Rule 171
WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the
state, or by the United States, and which are used primarily for foot or vehicular traffic.
This includes storm or combined sewer systems within and included as a part of the
street or road drainage system and power lines when such are part of the roadway
lighting system. For work performed in such cases, the Contractor shall include
Washington State Retail Sales Taxes in the various unit bid item prices, or other contract
amounts, including those that the Contractor pays on the purchase of the materials,
equipment, or supplies used or consumed in doing the work.
1- 07.2(2) State Sales Tax — Rule 170
WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This includes, but is not
limited to, the construction of streets, roads, highways, etc., owned by the state of
Washington; water mains and their appurtenances; sanitary sewers and sewage
disposal systems unless such sewers and disposal systems are within, and a part of, a
street or road drainage system; telephone, telegraph, electrical power distribution lines,
or other conduits or lines in or above streets or roads, unless such power lines become a
part of a street or road lighting system; and installing or attaching of any article of
tangible personal property in or to real property, whether or not such personal property
becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting
Agency, retail sales tax on the full contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason, the
Contractor shall not include the retail sales tax in the unit bid item prices, or in any other
contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor
or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not integrated into the project. Such sales taxes shall be included
in the unit bid item prices or in any other contract amount.
1- 07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any
contract wholly for professional or other services (as defined in Washington State
Department of Revenue Rules 138 and 244).
City of Federal Way
South 356th Street Improvements
Page 38
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
1 -07.4 Sanitation
1- 07.4(2) Health Hazards
( * * * * * *)
Supplement this subsection with the following:
Work on this project will involve exposure to asbestos cement pipe. The Contractor shall
be responsible to ensure that all work in the vicinity of, and the removing, handling,
processing, hauling and disposing of asbestos cement pipe conforms to the rules,
regulations, and recommended practices of the jurisdictional agencies, at a minimum.
1 -07.5 Environmental Regulations
Section 1 -07.5 is supplemented with the following:
(August 3, 2009 WSDOT GSP)
The intentional bypass of stormwater from all or any portion of a stormwater treatement
system is prohibited without the approval of the Engineer.
1- 07.5(3) State Department of Ecology
Section 1- 07.5(3) is supplemented with the following:
(April 6, 2016 WSDOT GSP)
9. Should a violation of the CSWGP occur (also reffered to as a noncompliance
event), the Contractor shall immediately notify the Engineer and WSDOT Form
422 -011 Contractor ECAP Repart shall be submitted to the Engineer within 48
hours of violation.
10. Once Physical Completion has been given the Contractor shall prepare a Notice of
Termination (Ecology form ECY 020 -87). The Contractor shall submit the Notice of
Termination electronically to the Engineer in a PDF format a minimum of 7
calendar days prior to submitting the Notice of Termination to Ecology.
11. The Contractor shall submit copies of all correspondence with Ecology
electronically to the Engineer in a PDF format within four calendar days.
1- 07.5(4) Air Quality
( * * * * * *) Addendum # 2
Supplement the first paragraph of this subsection with the following:
The local air pollution authority for work in the vicinity of, and the removing, handling,
processing, hauling and disposing of, ACM and AC pipe is the Puget Sound Clean Air
Agency. The agency responsible for worker and public safety relative to work with
asbestos in, and in the vicinity of, the work area is the State of Washington Department
of Labor and Industries.
City of Federal Way
South 356th Street Improvements
Page 39
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1 -07.6 Permits and Licenses
(August 3, 2015 WSDOT GSP)
Section 1 -07.6 is supplemented with the following:
The Contracting Agency has obtained the below - listed permit(s) for this project. A copy of
the permit(s) is attached as an appendix for informational purposes. Copies of these
permits and a copy of the Transfer of Coverage form submitted to Ecology for the
Contruction Stormwater General Permit are required to be onsite at all times.
Contact with the permitting agencies, concerning the below - listed permit(s), shall be made
through the Engineer with the exception of the Construction Stormwater General Permit
where direct communication with the Ecology is allowed. The Contractor shall be
responsible for obtaining Ecology's approval for any Work requiring additional approvals
(e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits
as necessary. All costs to obtain and comply with additional permits shall be included in the
applicable Bid items for the Work involved.
* ** Construction Stormwater General Permit
( * * * * * *)
Construction Stormwater General Permit
Prior to the Notice to Proceed, the Contractor shall fill out, execute and submit a Transfer of
Coverage to the Department of Ecology to transfer the Construction Stormwater General
Permit (NPDES and State Waste Discharge General Permit for Stormwater Discharges
Associated with Construction Activity) from the City to the Contractor. In addition, upon
physical completion, the Contractor shall fill out, execute and submit a Notice of Termination
form to the Department of Ecology. Copies of the completed Transfer of Coverage and the
completed Notice of Termination shall be sent to the Engineer. See section 8 -01 for related
SWPP and stormwater monitoring requirements. See Appendix B for a copy of the City's
Construction Stormwater General Permit, for a copy of the City's Notice of Intent application,
and for blank copies of the Transfer of Coverage, and the Notice of Termination.
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be
disturbed without a valid permit to remove or destroy a survey monument, issued by the
Washington State Department of Natural Resources. Permit applications can be obtained by
calling the Public Land Survey Office at (360) 902 -1194. The permit application must be
stamped by a registered Washington State Land Surveyor.
Asbestos Handling and Disposal (Addendum # 2)
The Contractor shall coordinate with the Contracting Agency in completing the applications
and preparing plans as applicable for, and shall be responsible to secure and comply with
the provisions of, the following:
Puget Sound Clean Air Agency:
Asbestos / Demolition Notification for Contractors and Property
City of Federal Way
South 356`h Street Improvements
Page 40
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Owners
The Contractor is advised that the provisions of Regulation III, Part 4(d) of the Puget
Sound Clean Air Agency are not applicable to this project. All asbestos containing or
contaminated materials designated for removal as shown on the Plans, specified in
these Special Provisions, or generated by the Contractor's operations shall be
removed from the work area, and hauled to and disposed at a waste disposal site in
the State of Washington authorized to receive such waste.
State of Washington Department of Labor and Industries:
Notice of Asbestos Abatement Project
Sample notification forms, and supplemental agency- furnished information are included in
Appendix I. The Contractor shall be responsible to review, amend as necessary, complete,
and submit the notification forms. Within three (3) working days of submitting the
notifications, the Contractor shall provide a copy of each such notification for the Engineer's
review, and shall be responsible to make such corrections as may be requested by the
Engineer, and to resubmit the corrected notification(s) within the prescribed advance time
frame as provided by the jurisdictional agency. Under no circumstances shall the
notifications be submitted under the emergency notification provisions for the associated
work identified to be performed within these contract documents. All costs to prepare and
submit the notifications, and subsequent costs to coordinate with the jurisdictional agencies
in accordance with the respective agency requirements, shall be included in the applicable
Bid items for the Work involved.
III 1 -07.7 Load Limits
(March 13, 1995 WSDOT GSP)
Section 1 -07.7 is supplemented with the following:
•
If the source of materials provided by the Contractor necessitates hauling over roads
other than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1 -07.13 Contractor's Responsibility for Work
(August 6, 2001 WSDOT GSP)
1- 07.13(4) Repair of Damage
Section 1- 07.13(4) is revised to read:
The Contractor shall promptly repair all damage to either temporary or permanent work
as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1),
1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4.
Payment will be limited to repair of damaged work only. No payment will be made for
delay or disruption of work.
City of Federal Way
South 356th Street Improvements
Page 41
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1 -07.15 Temporary Water Pollution / Erosion Control
1- 07.15(1) Spill Prevention, Control and Countermeasures Plan
Payment will be made under the following bid item(s) when it appears in the Proposal:
"SPCC Plan ", per lump sum.
1 -07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP)
Section 1 -07.17 is supplemented with 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 following addresses and telephone numbers of utility companies known or
suspected of having facilities within the project limits are supplied for the Contractor's
convenience:
* **
Comcast Cable Communication Puget Sound Energy (Gas)
410 Valley Ave NW, Suite 12 -Bldg 6905 South 228th St
C Kent, WA 98032
Puyallup, WA 98371 Attn: Chang Pak
Attn: Bill Walker Telephone: 253 - 395 -6988
Telephone: 253 - 288 -7538
CenturyLink Puget Sound Energy (Power)
23315 66th Avenue S 6905 South 228th St
Kent, WA 98032 Kent, WA 98032
Attn: Jason Tesdal Attn: Dennis Booth
206 - 345 -3488 Telephone: 425 - 417 -9188
Alex Harb
Telephone: 206 - 345 -4476
Dale Sacksteder
Telephone: 206 - 344 -7606
Lakehaven Water & Sewer District King County Traffic Operations
31623 First Avenue South 155 Monroe Avenue NE
P. O. Box 4249 Renton, WA 98056
Federal Way, WA 98063 Attn: Mark Parrett
Attn: Wes Hill Tel: 206 - 296 -8152
Telephone: 253 - 941 -1516
ZAYO Group
22651 83rd Ave S
Kent, WA 98032
Attn: Scott Morrison
Email: scott.morrison @zayo.com
Telephone: 206 - 596 -7988
City of Federal Way
South 356th Street Improvements
Page 42
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
* **
Section 1 -07.17 is supplemented with the following:
( * * * * * *)
Public and private utilities, or their contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans
or these Special Provisions. Such adjustment, relocation, replacement, or construction
will be done during the prosecution of the work for this project.
Removal of the existing utility poles cannot take place until PSE and Comcast have
completed the installation of the new wiring, energized the underground system, and all
service conversions are complete. The Contractor shall schedule his operations such
that work impacted by the location of existing poles is not on the critical path. Costs to
shore, relocate or remove existing utility poles to facilitate the Contractors operations
shall be incidental to and included in the other items of the contract.
Interruptions in power transmission or distribution service are dependent on the status
of the power grid and may not be available when requested. 60 day notice shall be
provided to the Puget Sound Energy Load Office prior to scheduled outages. The
Contractor shall be prepared to reschedule impacted work if outages are unavailable.
Parcel 2 (1215 South 356th Street): The Contractor shall protect the existing UG
service connection until the underground conversion for the project is completed.
Portions of Wall 4 cannot be completed prior to this conversion.
• 1 -07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1 -07.18 Insurance
(January 4, 2016 APWA GSP)
•
1- 07.18(1) General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1 -07.18 of these Special Provisions, from insurers with a current A. M. Best
rating of not less than A -: VII and licensed to do business in the State of Washington.
The Contracting Agency reserves the right to approve or reject the insurance provided,
based on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims -
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 43
SPECIAL PROVISIONS
Contractor shall purchase an extended reporting period ( "tail ") or execute another form
of guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non - contributory insurance as
respects the Contracting Agency's insurance, self- insurance, or self- insured pool
coverage. Any insurance, self- insurance, or self- insured pool coverage maintained by
the Contracting Agency shall be excess of the Contractor's insurance and shall not
contribute with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
G. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
H. Failure on the part of the Contractor to maintain the insurance as required shall
constitute a material breach of contract, upon which the Contracting Agency may, after
giving five business days' notice to the Contractor to correct the breach, immediately
terminate the Contract or, at its discretion, procure or renew such insurance and pay any
and all premiums in connection therewith, with any sums so expended to be repaid to
the Contracting Agency on demand, or at the sole discretion of the Contracting Agency,
offset against funds due the Contractor from the Contracting Agency.
I. All costs for insurance shall be incidental to and included in the unit or lump sum prices
of the Contract and no additional payment will be made.
1- 07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• the Contracting Agency and its officers, elected officials, employees, agents, and
volunteers
• KPG Inc, P.S. and its officers, employees, agents, and subconsultants.
The above - listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether the
Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(4) describes limits
lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1- 07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance coverage
that complies with all applicable requirements of the Contractor - provided insurance as set
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 44
SPECIAL PROVISIONS
forth herein, except the Contractor shall have sole responsibility for determining the limits of
coverage required to be obtained by Subcontractors.
The Contractor shall ensure that all Subcontractors of every tier add all entities listed in
1- 07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1- 07.18(2) using an endorsement as least as broad as ISO CG
20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
Subcontractor of every tier as required in 1- 07.18(4) Verification of Coverage.
1- 07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
Contracting Agency to identify a deficiency from the insurance documentation provided shall
not be construed as a waiver of Contractor's obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1- 07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1- 07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor's
maintenance of insurance, its scope of coverage, and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance,
or otherwise limit the Contracting Agency's recourse to any remedy available at law or in
equity.
All deductibles and self- insured retentions must be disclosed and are subject to approval by
the Contracting Agency. The cost of any claim payments falling within the deductible or self -
insured retention shall be the responsibility of the Contractor. In the event an additional
insured incurs a liability subject to any policy's deductibles or self- insured retention, said
deductibles or self- insured retention shall be the responsibility of the Contractor.
City of Federal Way
South 356th Street Improvements
Page 45
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1- 07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad
as ISO occurrence form CG 00 01, including but not limited to liability arising from premises,
operations, stop gap liability, independent contractors, products - completed operations,
personal and advertising injury, and liability assumed under an insured contract. There shall
be no exclusion for liability arising from explosion, collapse or underground property
damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial Completion
of the Work.
Such policy must provide the following minimum limits:
$1,000,000
$2,000,000
$2,000,000
$1,000,000
$1,000,000
Each Occurrence
General Aggregate
Products & Completed Operations Aggregate
Personal & Advertising Injury each offence
Stop Gap / Employers' Liability each accident
1- 07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non - owned, hired, and leased vehicles; and shall be
written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the
transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48
endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1- 07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1- 07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $$1$$ million each occurrence and annual aggregate. This excess or umbrella liability
coverage shall be excess over and as least as broad in coverage as the Contractor's
Commercial General and Auto Liability insurance
All entities listed under 1- 07.18(2) of these Specilal Provisions shall be named as additional
insureds on the Contractor's Excess or Umbrella Liability insurance policy.
City of Federal Way
South 356th Street Improvements
Page 46
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
1- 07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for
claims involving bodily injury, property damage (including loss of use of tangible property
that has not been physically injured), cleanup costs, remediation, disposal or other handling
of pollutants, including costs and expenses incurred in the investigation, defense, or
settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
2. Remediation, abatement, repair, maintenance or other work with lead -based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1- 07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance policy.
Such Pollution Liability policy shall provide the following minimum limits:
$1,000,000 each Toss and annual aggregate
1 -07.23 Public Convenience and Safety
1- 07.23(1) Construction under Traffic
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass
through the work with the least possible inconvenience or delay. The Contractor shall
maintain existing roads, streets, sidewalks, and paths within the project limits, keeping
them open, and in good, clean, safe condition at all times. Deficiencies caused by the
Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not
caused by the Contractor's operations shall be repaired by the Contractor when
directed by the Engineer, at the Contracting Agency's expense. The Contractor shall
also maintain roads, streets, sidewalks, and paths adjacent to the project limits when
affected by the Contractor's operations. Snow and ice control will be performed by the
Contracting Agency on all projects. Cleanup of snow and ice control debris will be at
the Contracting Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede
traffic or create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the
work proceeds. (The Contracting Agency will continue the route maintenance
on such system.)
3. Maintain the striping on the roadway at the Contractor's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject
to the approval of the Engineer. When the scope of the project does not
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 47
SPECIAL PROVISIONS
require work on the roadway, the Contracting Agency will be responsible for
maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of
existing drainage structures will be at the Contracting Agency's expense when
approved by the Engineer, except when flow is impaired due to the
Contractor's operations.
(January 2, 2012 WSDOT GSP)
Section 1- 07.23(1) is supplemented with the following:
Work Zone Clear Zone
The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours.
The WZCZ applies only to temporary roadside objects introduced by the
Contractor's operations and does not apply to preexisting conditions or permanent
Work. Those work operations that are actively in progress shall be in accordance
with adopted and approved Traffic Control Plans, and other contract requirements.
During nonworking hours equipment or materials shall not be within the WZCZ
unless they are protected by permanent guardrail or temporary concrete barrier.
The use of temporary concrete barrier shall be permitted only if the Engineer
approves the installation and location.
During actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the WZCZ and only
construction vehicles absolutely necessary to construction shall be allowed within
the WZCZ or allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the WZCZ at any time unless protected as described
above.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
Minimum WZCZ distances are measured from the edge of traveled way and will be
determined as follows:
Regulatory
Posted Speed
Distance From
Traveled Way
(Feet)
35 mph or less
10 *
40 mph
15
45 to 55 mph
20
60 mph or greater
30
* or 2 -feet beyond the outside edge of sidewalk
City of Federal Way
South 356`h Street Improvements
Page 48
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Minimum Work Zone Clear Zone Distance
Section 1- 07.23(1) is supplemented with the following:
Pedestrian Access
The Contractor shall keep all pedestrian routes and access points (including sidewalks,
and crosswalks when located within the project limits) open and clear at all times unless
permitted otherwise by the Engineer in an approved traffic control plan.
(February 14, 2005 NWR GSP)
Section 1- 07.23(1) is supplemented with the following:
Signs and Traffic Control Devices
All signs and traffic control devices for the permitted closures shall only be installed
during the specified hours. Construction signs, if placed earlier than the specified hours
of closure, shall be turned or covered so as not to be visible to motorists.
Hours of Darkness
The Contractor shall, at no additional cost to the Contracting Agency, make all
arrangements for operations during hours of darkness. Flagger stations shall be
illuminated using a minimum 150 -watt floodlight.
Lighting used for nighttime work shall, whenever possible, be directed away from, or
shielded from, residences and oncoming traffic.
(March 6, 2000 NWR GSP)
Section 1- 07.23(1) is supplemented with the following:
Night Work
Working at night (10:00 p.m. to 7:00 a.m. weekdays, 10:00 p.m. to 9:00 a.m. weekends
and holidays) is not mandated by the Contracting Agency. Should the Contractor
schedule project work during the nighttime closure hours allowed in section 1- 10.2(2), it
shall be the Contractor's responsibility to obtain any required noise variance or
exemption for such work.
(March 6, 2000 NWR GSP)
Section 1- 07.23(1) is supplemented with the following:
Closure Restrictions
The traffic closures listed in section 1- 10.2(2) will not be allowed during the following
time periods:
Holidays - from noon the day prior to a holiday or holiday weekend through noon the
day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday,
Sunday, or Monday are considered a holiday weekend.
City of Federal Way
South 356th Street Improvements
Page 49
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1 -07.24 Rights Of Way
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the
work. Exceptions to this are noted in the Bid Documents or will be brought to the
Contractor's attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public
Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
easement agreement obtained by the Contracting Agency from the owner of the private
property. Copies of the easement agreements may be included in the Contract
Provisions or made available to the Contractor as soon as practical after they have been
obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising,
these areas are so noted in the Plans. The Contractor shall not proceed with any portion
of the work in areas where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of way or easement is
available or that the right of entry has been received. If the Contractor is delayed due to
acts of omission on the part of the Contracting Agency in obtaining easements, rights of
entry or right of way, the Contractor will be entitled to an extension of time. The
Contractor agrees that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor.
This includes entry onto easements and private property where private improvements
must be adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may
desire for temporary construction facilities, storage of materials, or other Contractor
needs. However, before using any private property, whether adjoining the work or not,
the Contractor shall file with the Engineer a written permission of the private property
owner, and, upon vacating the premises, a written release from the property owner of
each property disturbed or otherwise interfered with by reasons of construction pursued
under this contract. The statement shall be signed by the private property owner, or
proper authority acting for the owner of the private property affected, stating that
permission has been granted to use the property and all necessary permits have been
obtained or, in the case of a release, that the restoration of the property has been
satisfactorily accomplished. The statement shall include the parcel number, address,
and date of signature. Written releases must be filed with the Engineer before the
Completion Date will be established.
(* * * * * *)
City of Federal Way
South 356th Street Improvements
Page 50
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
The Contracting Agency has secured rights of entry on adjacent private property for the
purpose of construction of driveways, slope restoration, drainage, utilities, irrigation,
property tie -in and restoration. The Contractor is expressly forbidden from using right of
entry areas for vehicle or equipment storage, or material stockpiling without first
receiving written approval from the property owner. A copy of the written approval shall
be provided to the Engineer before the Contractor stores any equipment or material.
Written permission from property owners does not relieve the Contractor of their
obligation to receive permission from the Community Development Department for the
use of sites as staging areas as set forth in Section 1 -09.7.
Owners of certain properties have placed limitations on their rights of entry as described
below:
Parcel 3 (Donald B. Murphy Contractors):
Contractor shall coordinate in advance with the property owner for any work that disrupts
driveway access to the property or affects security fencing. Unreasonable disruptions to
the DBM operations will not be permitted. Should there be a need to breach security
fencing during construction, the site shall be secured by end of shift.
Access to the property shall be to the minimum extents necessary to construct the
improvements shown on the Plans and be in accordance with the right of entry secured
by the City.
Trees removed in excess of 5- inches in diameter on this parcel shall be cut and stacked
in accordance with Section 2 -01 herein.
Parcel 5 (Lowe's Home Centers, LLC):
Contractor shall coordinate with Lowe's on -site manager to doordinate delivery
schedules to the driveway within the project limits.
Contractor shall provide a minimum 30 day notice to Lowe's on -site manager and
corporate real estate department prior to driveway closure. A full closure of the driveway
will be permitted for a maximum of three (3) weeks to allow for driveway reconstruction,
utility connections, wall construction, and all required restoration.
The Contractor shall procure and maintain at the contractor's expense, during the
duration of the on -site work at Lowe's Home Centers, LLC, liability insurance with an
insurance company authorized to do business in the State of Washington, for damages
as required by law. The insurance shall cover all operations under this contract, whether
performed by the contractor or by subontractors. Before commencing work on or
adjacent to the Lowe's Home Center parcel, the contractor shall furnish certificates of
insurance, certifying that the policies will not be changed or cancelled until 30 days
written notice has been given to the City.
Add the following New Section:
1 -07.28 Communication with Businesses and Property Owners
City of Federal Way
South 356th Street Improvements
Page 51
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The Contractor will be responsible for communicating all work activities with the
property owners. The Contractor, along with the City's inspector, shall have one formal
meeting with the managers of the business corridor. It will be the Contractor's
responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the businesses informed of their general work
locations and activities for the upcoming two (2) months by distributing a monthly
status /schedule memo to the businesses. The memo shall be approved by the Engineer
prior to distribution.
Payment for said meetings and communication shall be considered incidental to the unit
contract price paid for Mobilization and no additional payment will be made.
1 -08 PROSECUTION AND PROGRESS
Add the following new sections:
1 -08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1- 08.0(1) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be
invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or
affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction conference the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1- 08.0(2) Hours of Work
(December 8, 2014 APWA GSP)
City of Federal Way
South 356th Street Improvements
Page 52
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Except in the case of emergency or unless otherwise approved by the Engineer, the
normal working hours for the Contract shall be any consecutive 8 -hour period between
7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the
Contractor desires different than the normal working hours stated above, the request
must be submitted in writing prior to the preconstruction conference, subject to the
provisions below. The working hours for the Contract shall be established at or prior to
the preconstruction conference.
All working hours and days are also subject to local permit and ordinance conditions
(such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the Contractor
shall submit a written request to the Engineer for consideration. This request shall state
what hours are being requested, and why. Requests shall be submitted for review no
later than noon on the working day prior to the day(s) the Contractor is requesting to
change the hours.
If the Contracting Agency approves such a deviation, such approval may be subject to
certain other conditions, which will be detailed in writing. For example:
1. On non - Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for Contracting
Agency representatives who worked during such times. (The Engineer may
require designated representatives to be present during the work.
Representatives who may be deemed necessary by the Engineer include, but
are not limited to: survey crews; personnel from the Contracting Agency's
material testing lab; inspectors; and other Contracting Agency employees or third
party consultants when, in the opinion of the Engineer, such work necessitates
their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to contract
time even though the multiple shifts occur in a single 24 -hour period.
4. If a 4 -10 work schedule is requested and approved the non working day for the
week will be charged as a working day.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be met
and recorded properly on certified payroll.
1 -08.1 Subcontracting
(October 12, 1998 WSDOT GSP)
Section 1 -08.1 is supplemented with the following:
Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor
shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written
agreement between the Contractor and the subcontractor or between the subcontractor
and any lower tier subcontractor has been executed. This certification shall also
City of Federal Way
South 356th Street Improvements
Page 53
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
guarantee that these subcontract agreements include all the documents required by the
Special Provision Federal Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to
the Engineer:
1. Request to Sublet Work (Form 421 -012), and
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420 -004).
The Contractor's records pertaining to the requirements of this Special Provision shall
be open to inspection or audit by representatives of the Contracting Agency during the
life of the contract and for a period of not less than three years after the date of
acceptance of the contract. The Contractor shall retain these records for that period.
The Contractor shall also guarantee that these records of all subcontractors and lower
tier subcontractors shall be available and open to similar inspection or audit for the
same time period.
(August 24, 2016 APWA GSP)
Delete the eighth paragraph and replace it with the following:
On all projects funded with federal assistance the Contractor shall submit "Monthly
Report of Amounts Credited as DBE Participation" (form 422 -103 EF) on a monthly
basis, in which DBE Work is accomplished, for every month in which the Contract is
active or upon completion of the project, as appropriate. The monthly reports are due on
the 20th of the month following the end of the previous month.
1- 08.1(1) Subcontract Completion and Return of Retainage Withheld
(August 4, 2014 WSDOT GSP)
Section 1- 08.1(1) is revised to read:
The following procedures shall apply to all subcontracts entered into as a part of this
Contract:
Requirements
1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor
not later than ten days after receipt of payment from the Contracting Agency for
work satisfactorily completed by the Subcontractor, to the extent of each
Subcontractor's interest therein.
2. Prompt and full payment of retainage from the Prime Contractor to the
Subcontractor shall be made within 30 days after Subcontractor's Work is
1 satisfactorily completed.
3. For purposes of this Section, a Subcontractor's work is satisfactorily completed •
when all task and requirements of the Subcontract have been accomplished and
including any required documentation and material testing.
City of Federal Way
South 356th Street Improvements
Page 54
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
4. Failure by a Prime Contractor or Subcontractor to comply with these
requirements may result in one or more of the following:
a. Withholding of payments until the Prime Contractor or Subcontractor complies
b. Failure to comply shall be reflected in the Prime Contractor's Performance
Evaluation
c. Cancellation, Termination, or Suspension of the Contract, in whole or in part
d. Other sanctions as provided by the subcontract or by law under applicable
prompt pay statutes.
Conditions
This clause does not create a contractual relationship between the Contracting
Agency and any Subcontractor as stated in Section 1 -08.1. Also, it is not intended to
bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract
between the Contracting Agency and the Contractor.
Payment
The Contractor will be solely responsible for any additional costs involved in paying
retainage to the Subcontractors. Those costs shall be incidental to the respective Bid
Items.
1 -08.3 Progress Schedule
1- 08.3(2)B Type B Progress Schedule
(March 13, 2012 APWA GSP)
Revise the first paragraph to read:
The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the
preconstruction conference. The preliminary Type B Progress Schedule shall comply
with all of these requirements and the requirements of Section 1- 08.3(1), except that it
may be limited to only those activities occurring within the first 60- working days of the
project.
Revise the first sentence of the second paragraph to read:
The Contractor shall submit 5 copies of a Type B Progress Schedule depicting the entire
project no later than 21- calendar days after the preconstruction conference.
1- 08.3(5) Payment
( * * * * * *)
Section 1- 08.3(5) is supplemented with the following:
"Type B Progress Schedule (Min. Bid $5,000) ", lump sum.
1 -08.4 Prosecution of the Work
Delete this section in its entirety, and replace it with the following:
City of Federal Way
South 356th Street Improvements
Page 55
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
1 -08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract
bond and evidence of insurance have been approved and filed by the Contracting
Agency. The Contractor shall not commence with the work until the Notice to Proceed
has been given by the Engineer. The Contractor shall commence construction activities
on the project site within ten days of the Notice to Proceed Date, unless otherwise
approved in writing. The Contractor shall diligently pursue the work to the physical
completion date within the time specified in the contract. Voluntary shutdown or slowing
of operations by the Contractor shall not relieve the Contractor of the responsibility to
complete the work within the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the
placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2).
Upon construction of the fencing, the Contractor shall request the Engineer to inspect
the fence. No other work shall be performed on the site until the Contracting Agency has
accepted the installation of high visibility fencing, as described in the Contract.
1 -08.5 Time For Completion
Section 1 -08.5 is supplemented with the following:
( * * * * * *)
This project shall be physically completed within 150 working days. The working days
includes time to accomplish all force account work in the bid schedules.
1 -08.5 Time for Completion
(September 12, 2016 APWA GSP, Option A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The
statement will also show the nonworking days and any partial or whole day the Engineer
declares as unworkable. Within 10 calendar days after the date of each statement, the
Contractor shall file a written protest of any alleged discrepancies in it. To be considered
by the Engineer, the protest shall be in sufficient detail to enable the Engineer to
ascertain the basis and amount of time disputed. By not filing such detailed protest in
that period, the Contractor shall be deemed as having accepted the statement as
correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10
schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily
City of Federal Way
South 356`h Street Improvements
Page 56
RFB # 17 -001
January 2017
•
•
•
SPECIAL PROVISIONS
be charged as a working day then the fifth day of that week will be charged as a working
day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the
contract after all the Contractor's obligations under the contract have been performed by
the Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required
by law, to allow the Contracting Agency to process final acceptance of the contract.
The following documents must be received by the Project Engineer prior to
establishing a completion date:
a. Certified Payrolls (per Section 1- 07.9(5)).
b. Material Acceptance Certification Documents
c. Final Contract Voucher Certification
d. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor
and all Subcontractors
e. Property owner releases per Section 1 -07.24
1 -08.9 Liquidated Damages
(August 14, 2013 APWA GSP)
Revise the fourth paragraph to read:
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine that the work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, the formula for
liquidated damages shown above will not apply. For overruns in Contract time occurring
after the Substantial Completion Date, liquidated damages shall be assessed on the
basis of direct engineering and related costs assignable to the project until the actual
Physical Completion Date of all the Contract Work. The Contractor shall complete the
remaining Work as promptly as possible. Upon request by the Project Engineer, the
Contractor shall furnish a written schedule for completing the physical Work on the
Contract.
1 -09 MEASUREMENT AND PAYMENT
1 -09.6 Force Account
(October 10, 2008 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders.
All such dollar amounts are to become a part of Contractor's total bid. However, the
City of Federal Way
South 356th Street Improvements
Page 57
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by Engineer.
1 -09.7 Mobilization
Section 1 -09.7 is supplemented with the following:
( * * * * * *)
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials,
and other general operations shall be the responsibility of the Contractor. All costs
associated with securing sites shall be included in the other bid items on the project and
no other compensation will be made for this item. The Contractor will provide City with
copy(s) of agreement(s).
Payment is made under the following bid item:
"Mobilization" per lump sum.
When the bid item for 'Mobilization' appears on the proposal, the lump sum contract
price for 'Mobilization' shall include all mobilization costs associated all Bid Schedules..
The lump sum bid price for 'Mobilization" shall include, but not limited to, the following
items: the movement of the Contractor's personnel, equipment, supplies and incidentals
to the project site; the establishment of the Contractor's office, buildings, and other
facilities necessary for work on the project; providing sanitary facilities for the
Contractor's personnel; obtaining permits or licenses required to complete the project
not furnished by the Owner; and other work and operations which must be performed or
costs that must be incurred.
1- 09.7(1) Field Office Building
Section 1- 09.7(1) is a new section:
( * * * * * *)
Description
This work shall consist of furnishing and setting -up a temporary office building for the
sole use of the Contracting Agency.
Construction Requirements
The building shall be set -up, at the location designated by the Engineer, within the first
10 working days, unless the Engineer has approved a different schedule. The
Contractor shall provide a secure minimum 400 square foot office suitable for use by
the Engineer and resident inspection staff for the duration of the project. This office
shall be separate from the Contractor's field office and be for the exclusive use of the
Engineer and inspection staff. Prior to commencing physical construction, the
Contractor shall provide the following minimum items:
Field Office
400 square feet office space
City of Federal Way
South 356th Street Improvements
Page 58
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Above ground floor
Parking for four vehicles on crushed gravel or equivalent surface
Stairs shall have handrails
Weekly janitorial service
Solid waste removal service
Heating and air conditioning
Electric lights, including two desk lamps
Operable windows with security bars
Two, 6 sf. shelving units
One 4- drawer filing cabinet (legal sized)
Cork bulletin board (24 sf min.)
Dry erase white board (24 sf min.)
Plan layout table (3 ft x 6 ft min.)
Drafting table (3 ft x 6 ft min.) with adjustable tilting top
Copy machine with extra toner and service as required
Two conference tables (4 ft x 8 ft each)
Twenty stackable chairs
Two desks (3 ft x 6 ft min) with drawers along one side and pencil drawer
Two desk chairs and one drafting chair with adjustable heights and backs
Front door deadbolt or padlock with six keys
Five gallon bottled water dispenser with full service
Single serve coffee maker with tea, coffee, and disposable cups provided as needed.
Sanitary facilities within 25 ft of office
Hand washing facilities
Communications
Broadband communication line with minimum 50mbps upload /download connection.
All in one printer / copy machine / scanner with automatic feed, and capacity to
copy /scan 11x17 sheets with extra toner and service as required. The
printer /coprier /scanner shall have the capability to scan to email.
The Contractor shall include costs for office utilities and broadband service in this item.
The building and contents shall remain the property of the Contractor and shall be
removed from the site thirty (30) calendar days after physical completion of the contract,
or when designated by the Engineer.
The Contractor shall arrange and provide the construction equipment staging area.
This area must be approved by the City of Federal Way, Community Development
City of Federal Way
South 356th Street Improvements
Page 59
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Department. Sites chosen near residential properties can expect severe restrictions on
noise and allowable work hours.
Payment
Payment will be made in accordance with Section 1 -04.1, for the following bid item:
"Field Office Building ", lump sum.
The lump sum contract price for "Field Office Building" shall be full pay for furnishing,
installing, maintaining, and removing the facility, including all costs associated with all
required utility hook -ups and disconnects, and monthly utility /broadband charges for all
utilities..
1 -09.8 Payment for Material on Hand
(August 3, 2009 WSDOT GSP)
Payment For Material On Hand
The last paragraph of Section 1 -09.8 is revised to read:
The Contracting Agency will not pay for material on hand when the invoice cost is less
than $2,000. As materials are used in the work, credits equaling the partial payments
for them will be taken on future estimates. Each month, no later than the estimate due
date, the Contractor shall submit a letter to the Project Engineer that clearly states: 1)
the amount originally paid on the invoice (or other record of production cost) for the
items on hand, 2) the dollar amount of the material incorporated into each of the various
work items for the month, and 3) the amount that should be retained in material on hand
items. If work is performed on the items and the Contractor does not submit a letter, all
of the previous material on hand payment will be deducted on the estimate. Partial
payment for materials on hand shall not constitute acceptance. Any material will be
rejected if found to be faulty even if partial payment for it has been made.
1 -09.9 Payments
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
a lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
final.
City of Federal Way
South 356th Street Improvements
Page 60
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will be
established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site
or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1 -05.1.
1- 09.11(3) Time Limitation and Jurisdiction
(July 23, 2015 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the parties
that any claims or causes of action which the Contractor has against the Contracting
Agency arising from the Contract shall be brought within 180 calendar days from the
date of final acceptance (Section 1- 05.12) of the Contract by the Contracting Agency;
and it is further agreed that any such claims or causes of action shall be brought only in
the Superior Court of the county where the Contracting Agency headquarters is located,
provided that where an action is asserted against a county, RCW 36.01.05 shall control
venue and jurisdiction. The parties understand and agree that the Contractor's failure to
bring suit within the time period provided, shall be a complete bar to any such claims or
causes of action. It is further mutually agreed by the parties that when any claims or
causes of action which the Contractor asserts against the Contracting Agency arising
City of Federal Way
South 356'h Street Improvements
Page 61
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
from the Contract are filed with the Contracting Agency or initiated in court, the
Contractor shall permit the Contracting Agency to have timely access to any records
deemed necessary by the Contracting Agency to assist in evaluating the claims or
action.
1 -09.13 Claims Resolution
1- 09.13(3) Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that total
$250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by
nonbinding ADR processes, shall be resolved through litigation unless the parties
mutually agree in writing to resolve the claim through binding arbitration.
1- 09.13(3)A Administration of Arbitration
(July 23, 2015 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision
of the arbitrator, and judgment upon the award rendered by the arbitrator may be
entered in the Superior Court of the county in which the Contracting Agency's
headquarters is located, provided that where claims subject to arbitration are asserted
against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior
Court. The decision of the arbitrator and the specific basis for the decision shall be in
writing. The arbitrator shall use the Contract as a basis for decisions.
1 -10 TEMPORARY TRAFFIC CONTROL
1 -10.1 General
Revise the first paragraph to read:
The Contractor shall provide traffic control plans to the City of Federal Way for review
and approval a minimum of ten (10) working days prior to implementation. These plans
shall supplement Construction Staging Plans. The plans as provided by the Contractor
shall include and not be limited to the following information:
• Stop line locations with station and offset to verify safety of intersection turning
radius for vehicles.
• Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City of Federal Way
Standard Detail DWG 3 -19A, and WSDOT standard plans.
City of Federal Way
South 356`h Street Improvements
Page 62
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
The Contractor shall provide flaggers, signs, and other traffic control devices not
otherwise specified as being furnished by the Contracting Agency. The Contractor shall
erect and maintain all construction signs, warning signs, detour signs, and other traffic
control devices necessary to warn and protect the public at all times from injury or
damage as a result of the Contractor's operations which may occur on highways, roads,
streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way
until all necessary signs and traffic control devices are in place.
Business Open During Construction Signs
The Contractor shall provide a minimum of six (6) Business Open During Construction
signs for the project. The Business Open During Construction signs shall be per the
detail in the plans.
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A. The
Contractor shall provide two (2) project signs per the standard detail within the
Appendix. Signs shall include funding partners as provided by the City.
1 -10.2 Traffic Control Management
(December 1, 2008 WSDOT GSP)
Section 1- 10.2(1) is supplemented with the following:
Only training with WSDOT TCS card and WSDOT training curriculum is recognized in
the State of Washington. The Traffic Control Supervisor shall be certified by one of the
following:
The Northwest Laborers - Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297 -3035
Evergreen Safety Council
401 Pontius Ave. N.
Seattle, WA 98109
1- 800 - 521 -0778 or
(206) 382 -4090
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406 -1022
Training Dept. Toll Free (877) 642 -4637
Phone: (540) 368 -1701
1- 10.2(2), Traffic Control Plans
Section 1- 10.2(2) is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356th Street Improvements
Page 63
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The following minimum Traffic Control requirements shall be maintained during the
construction of the project:
1. The Contractor shall maintain continuous two lane, two -way traffic along streets
throughout the project site.
2. Work requiring interruption of two lane, two -way traffic shall be performed at
night, between the hours of 8:00 pm and 5:00 am when approved by the
Engineer. During these times, the Contractor shall have the option, with the
approval of the Engineer, of momentarily interrupting the continuous two -way
traffic to allow one -way traffic. Such interruptions shall utilize qualified flaggers
placed in strategic locations to insure the public safety and minimize driver
confusion. A momentary interruption shall be defined as a period of time not to
exceed two (2) minutes. Regardless of the period of time no queue greater than
ten (10) cars in length will be allowed.
3. The Contractor shall be responsible for notifying all affected property owners
prior to commencing the barricading of streets, sidewalks and driveways.
4. All business driveways shall remain open except as necessary to permit curing
of construction materials or for short periods of time as required for excavations.
However, at least one (1) driveway per business shall remain open to vehicular
traffic at all times unless otherwise approved by the Engineer and affected
property owner in writing. If a business has only one driveway, then that
driveway must be constructed one -half at a time to allow the passage of
vehicles. The amount of time that a driveway can be closed will be limited.
Business owners shall be notified in writing at least 48 hours in advance of any
planned driveway closures.
5. Signs and barricades shall be supplemented by Type C steady burn lights to
delineate edge of roadway during the hours of darkness.
6. Any asphalt concrete pavement, crushed surfacing, or gravel base for
maintaining traffic during the life of this contract shall be placed by the
Contractor immediately upon request by the Engineer. In addition, cuts made in
the traveled lanes or on walkways that are paved will be temporarily patched
with hot mix and maintained daily until such time as a permanent patch can be
made. Payment for crushed surfacing, gravel and asphalt will be paid at their
respective bid items, as included in the contract.
7. Detours will not be allowed except as noted herein or Section 1- 07.23(2) as
amended.
8. Drivers of motor vehicles used in connection with the construction shall obey
traffic rules posted for such location in the same manner and under the same
restrictions as provided for the drivers of private vehicles.
9. The Contractor shall, at all times throughout the project, conduct the work in
such a manner as will obstruct and inconvenience vehicular and pedestrian
traffic as little as possible. The streets, sidewalks and private driveways shall be
kept open by the Contractor except for the brief periods when actual work is
City of Federal Way RFB # 17 -001
South 356`h Street Improvements January 2017
Page 64
•
•
SPECIAL PROVISIONS
being done. The Contractor shall so conduct his operations so as to have under
construction no greater length or amount of work than he can prosecute
vigorously and he shall not open up sections of the work and leave them in an
unfinished condition. See Section 1- 07.23(1) for additional driveway closure
requirements.
10. The Contractor shall provide traffic cones, barricades and drums, with warning
lights in sufficient number and in good condition as required to protect the work
and the public throughout the length of the job. Traffic Safety Drums with
flashers in addition to temporary striping will be used to channelize traffic
through construction zones. Opposing lanes of traffic will be separated by pylons
when clearance for drums is not adequate. All signing and channelization shall
be per current MUTCD standards.
11. Temporary paint striping, reflective marking tape, and /or retroreflective tubular
markers shall be required for each shift of traffic control. The Contractor shall
provide temporary striping, reflective marking tape, and /or retroreflective tubular
markers as required at the direction of the Engineer. Paint, reflective marking
tape, and /or retroreflective tubular markers used for temporary striping shall
meet the requirement of Section 8 -23 of these Special Provisions.
12. The Contractor provided Traffic Control Plans shall lay out traffic control device
spacing, tapers, etc., to scale, shall contain accurate dimensions and legends
and shall be signed by the preparer.
Special Conditions
South 356th Street Traffic Requirements
• Left turn lanes at the intersections at Pacific Highway South and South 356th
Street and SR 161 and South 356th Street shall remain open at all times.
• All utility crossings or other work requiring interruption of two lane, two -way
traffic shall be performed at night between the hours 8:00 PM and 5:00 AM.
• A minimum of one access to each business will remain open at all times.
• The existing lighting system shall remain operational until the new system is
functioning. The Engineer may approve partial interruptions required because of
staging.
• No more than one shift may be worked per day without approval of the
Engineer.
• Pedestrians must have access to pedestrian push buttons at all times.
• The Contractor shall maintain at least one continuous ADA accessible
pedestrian walkway throughout the project at all times.
• The Contractor shall provide minimum 30 days notice to Lowe's on site manager
and corporate real estate department as to the potential schedule for driveway
closure. The contractor shall coordinate semi -truck deliveries with potential
driveway closures and repairs. The Contractor shall limit the closure of Lowe's
driveway to a maximum of 3 total weeks during construction.
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 65
SPECIAL PROVISIONS
1 -10.3 Traffic Control Labor, Procedures and Devices
1- 10.3(1) Traffic Control Labor
Section 1- 10.3(1) is supplemented with the following:
Off Duty Uniformed Police Officer
The City shall reimburse the Contractor for the use of off duty uniformed police officers
at the invoiced cost with no mark -up per Standard Specifications 1 -09.6 Force Account.
The Contractor shall request uniformed off-duty police officers from the City of Federal
Way Police Department, (253) 835 -6701. The request shall be made forty -eight (48)
hours before the use of the off-duty police officers on the project site. A minimum of
three (3) hours call out time shall be paid for each request for off -duty police officers. It
shall be the Contractors responsibility to arrange a work schedule to minimize any
additional costs incurred by the minimum three (3) hour call out requirement. No
reimbursement of any portion of the minimum callout will be allowed where Contractor -
made schedule revisions occur after an off duty officer has been procured. No
reimbursement of any portion of the minimum callout will be allowed where Contractor -
made schedule revisions occur after an Off -Duty Police Officer has been procured.
Off -Duty Uniformed Police Officer will be required only when the signal system is in
flashing mode or is not operational or otherwise approved by the Project Engineer.
( * * * * * *)
The last sentence of the second paragraph of Section 1- 10.3(1) is revised to read:
The Contractor shall furnish the flashing stop /slow paddles for the flagging stations.
The use of conventional flagging paddles will only be allowed in the case of an
emergency, or temporary use while a failed FSSP is replaced or repaired.
1- 10.3(3) Traffic Control Devices
Section 1- 10.3(3) is supplemented with the following:
( * * * * * *)
The following devices are deemed compliant with the crashworthiness requirements of
NCHRP 350 and are approved for use on the project:
Approved Category II Devices
Type I & II Barricades
Manufacturer Model Number
WLI Industries Safety Cade Type II
Bent Manufacturing Unicade
Bent Manufacturing Waffle Barricade
Bent Manufacturing Type II Plywood or Plastic Panel
City of Federal Way
South 356th Street Improvements
Page 66
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Eastern Metal
Plasticade Products
Plasticade Products
Dicke Tool Company
TrafFix Devices, Inc.
The Roadmaker Company
Three D Traffic Works, Inc.
Protection Services, Inc.
Flex -O -Lite
United Rentals Highways
Bureau of Highway Safety
The Cortina Companies
Type 111 Barricades
Manufacturer
Bent Manufacturing
Recycled Plastic Products
Yodock Wall Company
Cantel of Medford, Inc.
Davidson Plastics Corp.
Approved Portable Signs and Stands
Manufacturer
Montana DOT
WLI
Texas DOT
Reflexite /Eastern Metals
Type I & II Barricades
Fibercade Type II
Plasticade Type II
Type I Plastic Barricade
Plastic Folding Type I Barricade
Type II Plastic Barricade
TD2000 Works Barricade
Type I & II Barricades
Type I Barricade
Type I & II Barricades
Penn. Type III Barricade
Type I Plastic Barricades
Model Number
Type III Barricade
Hollow Core Plastic Barricade
Yodock 2001m Type III Barricade
EZ -UP Type III Barricade
T3B Type III Barricade
Model Number
DWG# 618 -02 (Plywood)
SafetyCor Sign System (Plastic)
Skid Mounted Sign Support (Plywood)
DF 400 & DF 4700 TX (Endurance plastic)
(Aluminum signs are not approved for use with the above listed stands at this time
Wood Sign Posts
Use the below charts to determine post size for Class A construction signs.
One Post Installation
Min. Sign Sq. Ft.
Post Size
4x4
4x6
6x6
6x8
4x4
4x6
6x6
6x8
City of Federal Way
South 356th Street Improvements
17.0
21.0
26.0
Max. Sign Sq. Ft.
16.0
20.0
25.0
31.0
Two Post Installation
(For signs 5 feet or greater in width)
17.0
37.0
47.0
Page 67
16.0
36.0
46.0
75.0 *
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
* The Engineer shall determine post size for signs greater than 75 square feet.
1- 10.3(3) Traffic Control Devices
Section 1- 10.3(3) of the Standard Specifications are revised to read as follows:
( * * * * * *)
All signs required by the approved traffic control plan(s) as well as any other
appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The
Contractor shall provide the posts or supports and erect and maintain the signs in a
clean, neat, and presentable condition until the necessity for them has ceased. All non -
applicable signs shall be removed or completely covered with metal, plywood, or an
Engineer approved product specifically manufactured for sign covering during periods
when they are not needed. When the need for these signs has ceased, the Contractor
upon approval of the Engineer, shall remove all signs, posts, and supports from the
project and they shall remain the property of the Contractor.
All orange background signs shall utilize materials, and be fabricated in accordance
with, Section 9 -28. All new orange background signs and all W20 -7a "Flagger Ahead"
signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting.
All post mounted signs with Type IV or VII sheeting shall use a nylon washer between
the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting.
There shall be no intermixing of signs with non - fluorescent orange reflective sign
sheeting and signs with fluorescent orange reflective sign sheeting on the same sign
post.
Construction signs will be divided into two classes. Class A construction signs are
those signs that remain in service throughout the construction or during a major phase
of the work. They are mounted on posts, existing fixed structures, or substantial
supports of a semi - permanent nature. Sign and support installation for Class A signs
shall be in accordance with the Contract Plans or the Standard Plans. Class B
construction signs are those signs that are placed and removed daily, or are used for
short durations which may extend for one or more days. They are mounted on portable
or temporary mountings. In the event of disputes, the Engineer will determine if a
construction sign is considered as a Class A or B construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture
on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2)
have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from
the ground.
Payment for setup and take down of Class B signs will be limited to the labor cost to do
the work described in Section 1- 10.3(1), and for transportation described in Section 1-
10.3(2).
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
Engineer deems to be unacceptable while their use is required on the project, shall be
replaced by the Contractor without additional compensation.
City of Federal Way RFB # 17 -001
South 356th Street Improvements January 2017
Page 68
•
•
SPECIAL PROVISIONS
Traffic Safety Drums used to delineate driveways and access locations to private
properties within the work zone shall be yellow in color.
1- 10.3(7) Temporary Pavement Marking
Section 1- 10.3(7) is a new section:
All costs in connection with the use of reflective traffic tape as temporary pavement
markings shall be incidental to other bid items. All costs for paint lines and reflective
pavement markers used for temporary traffic control shall be paid under other bid items.
Description
The Contractor shall install and remove approved 4- inch -wide reflective traffic tape,
paint line, RPMs and pavement markings per City of Federal Way Standard Details
DWG - 3 -17, DWG - 3 -18, and DWG - 3 -19, as shown on the Plans, specified in the
Special Provisions for this Contract, or as directed by the Engineer. Temporary
pavement markings shall be removed after the installation of permanent lane marking is
approved in writing by the Engineer.
Materials
Materials for temporary pavement markings shall be selected from approved materials
listed in the Special Provisions of this Contract.
Preliminary Spotting
The Contractor is responsible for preliminary spotting (layout work) of the lines before
marking begins. The City may provide pavement marking layout work for the
Contractor if existing work loads permit, but all costs incurred by the City in providing
layout work at the Contractor's request shall be charged to the Contractor.
Temporary Pavement Markings
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of
the Engineer prior to installation of the temporary pavement markings. The temporary
pavement markings shall be installed and maintained to the satisfaction of the Engineer
until the permanent pavement markings are installed and approved in writing by the
Engineer. After approval of permanent lane markings, the Contractor shall remove the
temporary lane markings to the satisfaction of the Engineer.
Appropriately colored 4- inch -wide reflective traffic tape shall be installed with a skip
pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap,
unless otherwise specified on the Plans or in the Special Provisions for this Contract.
Reflective traffic tape markings shall generally follow the alignment for the permanent
pavement markings and double lines shall be used when specified for the permanent
pavement markings. Reflective tape shall not be used when the temporary pavement
City of Federal Way
South 356th Street Improvements
Page 69
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
markings are to be exposed to traffic for more than two weeks without the written
approval of the Engineer.
The Contractor shall provide paint lines per sections 8 -22 and 9 -34, and RPMs per
sections 8 -09 and 9 -21, at the direction of the Engineer for temporary pavement
markings for construction staging. Paint lines shall be provided for temporary pavement
markings for any conditions not applicable for reflective tape. Paint lines for temporary
pavement markings shall be paid under "Paint Line ", "Raised Pavement Marker Type 1",
and Raised Pavement Marker Type 2 ".
1- 10.4(2) Item Bids with Lump Sum for Incidentals
(August 2, 2004 WSDOT GSP)
Section 1- 10.4(2) is supplemented with the following:
The bid proposal does not contain the item "Project Temporary Traffic Control," lump
sum. The provisions of section 1- 10.4(2) shall apply.
( * * * * * *)
A new pay item is added:
Off -Duty Uniformed Police Officer will be paid at actual invoice cost.
1 -10.5 Payment
( * * * * * *)
Payment will be made under the following bid item(s) when appearing in the Proposal:
"Off -Duty Uniformed Police Officer ", per force account.
The City shall reimburse the Contractor for the use of off -duty uniformed police officers at
the invoiced cost with no mark -up per Standard Specifications 1 -09.6 Force Account.
"Traffic Control Supervisor ", lump sum
"Flaggers and Spotters ", per hour
"Other Traffic Control Labor ", per hour
"Other Temporary Traffic Control ", per lump sum
"Construction Signs Class A ", per square foot
"Sequential Arrow Sign ", per hour
"Portable Changeable Message Sign ", per hour
"Business Access Sign ", per each
END OF DIVISION 1
City of Federal Way
South 356`h Street Improvements
Page 70
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
DIVISION 2 EARTHWORK
2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
2 -01.1 Description
(Special Provision)
Section 2 -01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the limits shown in the
plans.
"Timber Processing" means falling, de- limbing felled timber, cutting and stacking timber
larger than 5" in diameter on the DBM parcels.
2 -01.3 Construction Requirements
2- 01.3(3) Timber Processing
(Special Provision)
Section 2- 01.3(3) is a new section:
( * * * * * *)
Timber processing, as ordered by the Engineer, consists of work not otherwise provided
for in the contract. Such work may include:
1. Fell trees noted on the plans for processing
2. Remove and dispose of tree stumps. Fill in void left by stumps with gravel borrow or
suitable native material per 2 -03.
3. Remove all limbs from tree. Limbs shall be cut off at the connection to the tree.
4. Cut and stack trees. Coordinate with property owner of parcels 292104 -9049 &
292104 -9002 for stacking location.
2 -01.4 Measurement
(Special Provision)
Section 2 -01.4 is supplemented with the following:
"Timber Processing ", shall shall not be measured for payment.
2 -01.5 Payment
(Special Provision)
Section 2 -01.5 is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356th Street Improvements
Page 71
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Payment will be made in accordance with Section 1 -04.1 for the following bid item(s)
when included in the proposal:
"Clearing and Grubbing ", per lump sum
"Roadside Cleanup ", force account
"Timber Processing ", per lump sum
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2 -02.1 Description
(September 30, 1996 WSDOT GSP)
Section 2 -02.1 is supplemented with the following:
The Contractor is advised that asbestos may be present on this project.
2 -02.1 Description
(Special Provision)
Section 2 -02.1 is supplemented with the following:
Removal of Structures and Obstructions
The Contractor shall remove and dispose of all items shown on the site preparation
plans and other minor items necessary to complete the work. The following partial list
of items to be removed and disposed of is provided for the convenience of the
contractor. The contractor shall review the plans, specifications and project site to verify
other items to be removed:
Sheet
Station /Offset
Structure /Obstruction
Quantity
SCHEDULE A
22
218 +72, 40' LT
Ecoblock
2 EA
22
217 +97, 24' LT
Guard Post
2 EA
SCHEDULE B
Concrete Thrust Blocks
As Required
(March 18, 2002 NWR)
Section 2 -02.1 is supplemented with the following:
Roadside Restoration
The Contractor shall restore, repair or correct all portions of the roadside or adjacent
landscapes that were unavoidably damaged due to the performance or installation of
the specified work. Unavoidable damage shall be determined only by the Engineer.
RFB # 17 -001
January 2017
City of Federal Way
South 356th Street Improvements
Page 72
•
•
SPECIAL PROVISIONS
All materials utilized shall be in accordance with Sections 9 -14 and 9 -15 and other
applicable sections of the Standard Specifications or Special Provisions, whichever may
apply.
All work shall be performed in accordance with Sections 8 -02 and 8 -03 and other
applicable sections of the Standard Specifications.
The Contractor shall review the work with the Engineer and receive approval to proceed
prior to commencing roadside restoration work.
2 -02.3 Construction Requirements
(Special Provision)
Section 2 -02.3 is supplemented with the following:
Asbestos Cement Pipe Removal, Handling and Disposal
(*****k)
The Contractor shall remove all asbestos - cement pipe where such pipe is designated for
removal on the Plans, as may be required where out -of- service asbestos - cement water
main intrudes or may intrude into or otherwise interfere with the Work, and /or as may be
directed by the Engineer. The work under this section also includes handling and
disposing the asbestos - cement pipe, together with any asbestos containing waste
materials such as pipe fragments, protective clothing, HEPA filters, decontamination
rinse water, asbestos - contaminated containers and debris.
For the purposes of this contract, and regulatory compliance, asbestos - cement pipe
shall be considered nonabsorbent, friable asbestos - containing material. For the
purposes of Chapters 296 -62 and 296 -65 WAC, the work under this section shall be
classified as "Class II asbestos work." Asbestos is classified as a Class 9 hazardous
material, Identification Number NA 2212, under CFR Title 49 "Transportation."
(Addendum # 2) This contract provides for the removal of all AC water main within the
project limits. Should the Contractor elect to sequence work such that it is necessary to
excavate beneath existing AC pipe prior to the main replacement being completed, the
Contractor shall be responsible to adequately support and protect the AC water main
from damage at no additional cost. This may include structural support blocking, repair
band clamps, temporary pipe replacement and /or CDF backfill under the pipe to allow
continued function of the existing water main until the replacement water main is in
service. No excavation shall occur beneath AC water mains unless support and
protection provisions have been approved by the Engineer. Providing support and
protection provisions to protect the AC water main from damage during excavation shall
be considered incidental to the work and no additional payment will be made.
Asbestos Handling and Disposal
The Contractor shall ensure that the removal, handling including haul, and disposal of
the waste asbestos meets the requirements of EPA regulation 40 CFR Part 61, local
health department regulations, Federal Motor Carrier Safety Act, all other applicable
regulations, and these contract provisions.
City of Federal Way
South 356`h Street Improvements
Page 73
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Prior to performing any contract work, the Contractor shall obtain all permits from, and
provide notification to, the Washington State Department of Labor and Industries, the
Puget Sound Air Pollution Control Authority (PSCAA), and other permitting and
regulatory agencies with jurisdiction over the work involving asbestos as the law
requires.
Prior to commencing asbestos related work, the Contractor shall provide the Engineer
with written verification, including copies, of approvals and notifications that have been
given and /or obtained from the required jurisdictional agencies, and the Contractor's
schedule for all work involving asbestos removal, handling including haul, or disposal.
The schedule shall include the sequencing and scheduling of asbestos related work, and
identify the proposed waste disposal site. The proposed waste disposal site shall be
located in the State of Washington, and shall be permitted to accept asbestos waste
material.
If any portion of the Work under this section will not be performed by the Contractor, the
Contractor shall submit a subcontract request as provided in Section 1 -08.1, including
any proposed independent or commercial hauling companies. Subject to the provisions
of State law and interpretation by the Washington State Department of Labor and
Industries, a certificate of registration in compliance with RCW 39.27 may not be
necessary for independent or commercial hauling companies. However, in all cases,
independent and commercial hauling companies are required to file Statements of Intent
to Pay Minimum Prevailing Wages and Affidavits of Wages Paid in accordance with the
requirements of State law as administered by the Department of Labor and Industries,
and the provisions of RCW 39.12 may be applicable as noted in Section 1 -08.1.
The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS)
to personally supervise the removal, handling, and disposal of the asbestos, and to
ensure that the Work involving the asbestos is accomplished by certified asbestos
workers pursuant to the requirements of the Washington State Department of Labor and
Industries, and federal law. The CAS shall be on -site during removal and handling of the
asbestos, including cutting the pipe, placing and sealing the asbestos in containers,
labeling the containers for transport and disposal, and loading the containers into the
transport vehicle(s) that will remove the material from the site.
Prior to commencing asbestos related work, the Contractor shall furnish the Engineer
with copies of the current certifications for the CAS and asbestos workers.
The Contractor shall ensure the safety of all workers, visitors to the site, and the general
public in accordance with all applicable laws, rules, and regulations. Work areas
involving asbestos, including areas of removal and handling asbestos - cement and
associated materials, shall be controlled, clearly marked with barrels and asbestos
warning signs, and have access restrictions as set forth in Section 4.05(b) of the
PSCAA's Regulation III.
Wet methods using appropriate equipment, wetting agents and methods as set forth in
Section 4.05(b) of the PSCAA's Regulation III and not prohibited under
WAC 296 -62- 07712(4), are the presumed standard engineering controls and practices
for the work. More specifically, following the work procedures described in Appendices A
and C in the "Evaluation of Asbestos Exposures During Selected Procedures Involving
City of Federal Way
South 356'h Street Improvements
Page 74
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Underground Asbestos Containing Pipe" (by Schumacher and Associates under contract
with the Snohomish County PUD, as published by the Washington Education Training
and Resource Center, WETRC) for cutting pipe with a carbide wheel, cutting pipe with a
hand saw, installing a repair band onto a pipe, cutting pipe with a snap cutter, and
installing a tap while the pipe is under pressure has been evaluated and determined to
keep asbestos exposure below the permissible exposure limits. Use of alternative
engineering controls and practices as recognized in Chapter 296 -62 WAC, or that may
result in time - weighted average or excursion concentrations exceeding permissible
exposure limits, will require initial and subsequent air monitoring, exposure
assessments, supplemental control measures, establishment of regulated area, and
associated actions as provided in WAC 296- 62- 07712(10)(f) and WAC 296 -62- 07711.
All asbestos - cement water pipe designated for removal as shown on the Plans, that has
been determined to potentially or actually interfere with the Work, or as may be directed
by the Engineer for removal, and any asbestos containing waste materials, including
pipe fragments, protective clothing, HEPA filters and asbestos - contaminated containers
and debris, shall be sealed in a leak tight container or containers as soon as possible
after removal, but no later than the end of each work shift. If disposal bags are used to
contain and transport the removed asbestos cement materials, the bags shall be:
specifically formulated and approved for asbestos material removal, haul and disposal; a
minimum thickness of 6 -mil.; and yellow in color. All containers shall be labeled,
including asbestos warning, in accordance with regulatory requirements.
Immediately followirg placement and sealing of the asbestos containing materials in a
bag or bags, the sealed bags shall be placed and sealed in a second bag. Each leak -
tight container shall be permanently marked with the name of the waste generator (e.g.,
Lakehaven Water & Sewer District), date, location (address) of the generated waste, and
quantity of material within the container.
Properly sealed and labeled containers of removed asbestos shall be hauled from the
site and disposed at a waste site permitted to accept such waste. Such containers of
removed asbestos may be temporarily stored in an on -site location agreed to by the
Contractor, Contracting Agency, and jurisdictional road agency provided that the location
is secured and signed in accordance with applicable rules and regulations. In the event
that a mutually acceptable on -site location for the secure, temporary storage of the
containers cannot be determined, the Contractor shall remove the containers from the
site no later than the end of each work shift. In no event shall the Contractor allow the
removed asbestos and containers to remain on private property, or to be transshipped to
an intermediate off -site storage area, or comingled with other materials. The Contractor
shall dispose asbestos within 10 days of removal in accordance with the provisions of
Section 4.07 of the PSCAA's Regulation III.
Transportation vehicles and drivers that move the asbestos waste material from the
project to the disposal site shall comply with federal and state labeling, shipment record -
keeping, and licensing requirements.
The Contractor shall be responsible to track the removed asbestos using the Contracting
Agency's prescribed Waste Shipment Record form, and to ensure that the requisite
signatures are obtained of the material transfer and disposal process. The material
information on the form shall provide a direct correlation between the removed asbestos,
City of Federal Way
South 356th Street Improvements
Page 75
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
the sealed and labeled containers of removed asbestos, and the transported and
disposed containers of removed asbestos. The Contractor shall provide the original
copy of the completed Waste Shipment Record form(s) to the Engineer within 10-
calendar day following disposal.
2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(Special Provision)
Section 2- 02.3(3) is supplemented with the following:
( * * * * * *)
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate
the areas of pavement removal from those areas of pavement to remain. The Engineer
shall approve the equipment and procedures used to make the full -depth sawcut. No
wastewater from the sawcutting operation shall be released directly to any stream or
storm sewer system.
Add the following New Section:
2- 02.3(4) Removal of Drainage Structures
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove existing catch basins, manholes, pipes, and other drainage features in
accordance with Section 2 -02 of the Standard Specifications. Removal shall be
conducted in such a manner as to prevent damage to surrounding facilities including
any existing storm sewers, sanitary sewers, electrical conduits or other facilities to
remain. All remaining facilities including but not limited to storm sewers, sanitary
sewers, monuments, valves, vaults, and electrical conduits damaged due to the
Contractor's operations shall be replaced by the Contractor to the satisfaction of the
Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and
other drainage structures designated for removal, including all debris, shall be
completely removed. All removed catch basins, manholes, and other drainage
structures shall become the property of the Contractor and shall be disposed of in
accordance with Section 2 -02 of the Standard Specifications. All undamaged frames,
grates, and solid covers in a re- useable condition shall become the property of the City
of Federal Way and shall be delivered to a location specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb
and gutter surrounding the structure required for removal will be considered incidental
to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall
be in accordance with Section 2 -02 of these Special Provisions.
Backfilling of catch basins, manholes, pipes and other drainage structures to be
removed and replaced shall not be performed until the new structure is installed and
shall be in accordance with Section 7 -05. Backfilling of a structure to be replaced shall
be considered incidental to the construction and installation of the new catch basin,
manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and
other drainage structures to be completely removed shall be performed using gravel
borrow paid in accordance with the Bid Schedule.
City of Federal Way
South 356th Street Improvements
Page 76
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans.
Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be
filled with CDF in accordance with Section 2- 09.3(1)E of the Standard Specifications.
Material, labor, tools, and equipment necessary to remove and /or fill any abandoned
pipe shall be paid in accordance with the Bid Schedule.
The Contractor shall maintain existing drainage, where designated by the Engineer,
until the new drainage system is completely installed and functioning.
2- 02.3(5) Removing Existing Water Facilities
(Special Provision)
( * * * * * *)
Section 2- 02.3(5) is a new section:
The Contractor shall remove the existing water facilities, including mains, hydrants,
hydrant laterals, hydrant assemblies, hydrant bollards,valves, valve boxes, concrete
valve pads, fittings, thrust blocks, water service connections, and other appurtenances
as shown and noted in the Plans, as may be directed by the Engineer, and as set forth in
these contract provisions.
Removal shall be conducted in such a manner as to prevent damage to other facilities,
including existing water facilities, storm sewers, sanitary sewers, power poles,
underground utilities, or other improvements that are to remain. Any facilities not
designated for removal, including but not limited to water facilities, storm sewers,
sanitary sewers, power poles, underground utilities, or other improvements, damaged
due to the Contractor's operations, shall be repaired or replaced by the Contractor to the
satisfaction of the Engineer at no additional expense to the Contracting Agency.
Water main removal shall include the pipe and associated valves (except where gate
valves are noted for salvaging), fittings, corporation stops, saddles, repair bands, spools,
sleeves, couplings, and thrust blocks, if a separate contract bid item is not included for
removal of structures and obstructions or for one or more specifically identified
components.
(Addendum # 2) Hydrant assemblies shall be removed to the branch of the hydrant tee
at the water main. See section 7- 14.3(7) "Removing Existing Hydrant Assemblies" for
additional construction requirements when removing hydrants and hydrant assemblies.
The unit contract price for `Removing Existing Hydrant Assembly' shall include removal
of associated guide posts / bollards when present and no additional payment will be
made.
Water service connections shall be removed to the corporation stop at a minimum,
including saddle and shutoff valve (if present), service line and fittings, meter box and lid,
setter, individual service pressure reducing valve (if present and designated for removal
on the Plans), including box and lid. Water service connection removal shall also include
removal of the portion of customer supply line in right -of -way or easement either shown
in the Plans for removal or that conflicts with installation of a new water service
connection, including reconnection to the remaining portion of the customer water supply
City of Federal Way
South 356th Street Improvements
Page 77
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
line. In the event that remnant portions of existing water service lines cannot be
removed at the corporation stop due to unacceptable disturbance of existing
improvements as determined by the Contracting Agency, the service line shall be
removed to the maximum extent practical without such disturbance, and the exposed
end of the remnant portion of the existing water service line shall be plugged with mortar.
Where the water main is to remain in service and the corporation stop of a removed
water service connection will not be used, the corporation stop shall be removed,
together with the pipe saddle if necessary. A brass plug with rubber grommet or gasket
with either the existing or new saddle shall be used to seal the pipe penetration as
directed by the Contracting Agency's Inspector.
All removed water facilities shall become the property of the Contractor and shall be
processed, hauled, and salvaged or disposed in accordance with the contract provisions.
If designated on the Plans or Special Provisions, removed hydrants, valves, fittings,
and /or special water facility components shall be salvaged to the Contracting Agency,
and shall be delivered to a location as specified in the Contract or as may be directed by
the Contracting Agency's inspector. Cast iron, ductile iron, or steel pipe may be
salvaged by the Contractor, or disposed by the Contractor at a permitted site. Asbestos
cement pipe shall only be disposed at a permitted site.
Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb
and gutter, as required for water pipe removal will be considered incidental to the
removal of the water main. Sawcuts shall be in accordance with Section 2- 02.3(3).
(Addendum # 2) Trench excavation for the removal of water facilities (water mains,
hydrant assemblies, valves, services, etc.) shall not be measured for payment, but shall
be included in the unit contract price for the removal. Where excavations for removal of
water facilities exceed 4 feet in depth, all required shoring shall be included in the lump
sum contract price for `Trench Safety Systems' in accordance with Section 7- 09.3(7)D.
Prior to backfilling the excavation, the remaining portion of existing pipe that is to remain
out of service or abandoned in place, shall be decommissioned as set forth in
Subsection 2- 02.3(10).
Where the remaining portion of the existing water main is to remain in service following
removal of the designated water main, hydrant assembly, or water service connection,
the Contractor shall perform one or more of the following as applicable and as may be
directed by the Engineer:
Water Main:
• Install permanent cast iron or ductile iron cap or plug with associated fittings, and
thrust block if shown on the Plans; or
• Install temporary blowoff in accordance with District Standard Plan 10; or
• Install temporary blind flange or restrained MJ plug at exposed run or branch of
tee to remain if temporary blowoff will not be necessary as determined by the
Engineer.
Hydrant Assembly:
Install temporary or permanent blind flange, or appropriate cap or plug on the branch
of the hydrant tee as may be directed by the Engineer.
City of Federal Way RFB # 17 -001
South 356'h Street Improvements January 2017
Page 78
•
•
SPECIAL PROVISIONS
Water Service Connection:
Install temporary cap on the corporation stop or permanent plug as specified, or as
may be directed by the Engineer.
(Addendum # 2) Following satisfactory removal of the water facilities, and water facility
decommissioning as applicable, the vacant trench or excavation shall be backfilled with
gravel base for trench backfill. Trench backfill shall be placed, compacted in accordance
with Method C compaction as provided in Section 2 03,3(14)C, and graded to provide a
firm, smooth and uniform surface for placement of subsequent surfacing materials to
finish grade. Native excavated material shall be removed, hauled, and disposed at a
permitted site. Excavation, haul and disposal of native material shall be included in the
unit contract price per linear foot for Remove _ Water Main. Backfill shall be measured
and paid per cubic yard at the unit contract price for Gravel Base for Trench Backfill.
Completion of the trench backfill and surfacing shall be in accordance with the trench
detail included or referenced in the Plans and Contract provisions. Trench backfill may
be partially or completely deferred pending complete installation of the new water main
subject to the Contractor's coordination in advance with and approval by the Engineer,
and the requirements of the jurisdictional road agency.
In areas subject to traffic, and /or in areas designated to remain accessible, the
Contractor shall be responsible to complete the trench backfill, install temporary steel
plates, or otherwise ensure safe access for traffic as provided in the contract provisions
and required by the jurisdictional road agency. Following satisfactory testing, or the
permitted duration for the temporary surfacing as may be allowed by the jurisdictional
road agency in coordination with Engineer, the Contractor shall remove temporary
backfill, steel plates or other temporary provisions, and complete the trench backfill and
surfacing. In areas where new water main is placed in the same trench where the
existing water main has been removed, pipe removal shall not be considered complete
until the new main has been placed, the trench backfilled, and surfacing placed or
restored.
A Puget Sound Energy representative shall be present during work in the vicinity of
power or light poles, and gas main. The Contractor shall coordinate with Puget Sound
Energy's designated representative a minimum of two (2) business days in advance of
any such work and adjust work hours as necessary to accommodate the representative's
schedule.
2 -02.4 Measurement
Section 2 -02.4 is supplemented with the following:
Sawcutting will be measured by the square foot.
Remove Existing Catch Basin by each.
Remove Existing Storm Sewer Pipe will be measured by the linear foot.
City of Federal Way
South 356`" Street Improvements
Page 79
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Remove [Material] Water Main" or variations thereof, will be measured by the linear
foot along the centerline of the water main pipe removed, including valves except where
noted for salvaging, fittings, and associated corporation stops and saddles for service
lines, and processed, hauled, and disposed, trench backfilled and area restored as
specified. If the bid item does not designate either the material or the pipe diameter,
measurement of the Work under that item shall be irrespective of the material, diameter,
or pressure class rating for the pipe. If the bid item does not designate the pipe
diameter, measurement of the Work under that item shall be irrespective of the
diameter or pressure class rating for the pipe. If the bid item includes one or more pipe
diameters or a range of pipe diameters, measurement of the Work shall be for the
designated pipe diameter(s) irrespective of the pressure class rating of the pipe. Filling
the exposed ends of pipe to remain with concrete, or permanently or temporarily
capping or plugging the exposed ends of water main to remain in service, as specified,
shall be incidental to the Work and no separate measurement will be made.
2 -02.5 Payment
Section 2 -02.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Removal of Structures and Obstructions, Schedule ", lump sum.
When the bid item for `Removal of Structures and Obstructions, Schedule ' appears
on the proposal, the lump sum contract price for `Removal of Structures and
Obstructions, Schedule ' shall include all costs for work associated with the Bid
Schedule indicated.
"Sawcutting ", per square foot
"Remove Existing Catch Basin ", per each.
"Remove Existing Storm Sewer Pipe ", per linear foot.
"Remove Fence ", per linear foot.
The unit contract price per linear foot of fence removed includes the removal and
disposal of the fence and all associated appurtenances including, but not limited to
fence fabric, posts, connectors, and foundations.
"Remove [Material] Water Main," per linear foot.
The unit contract price for "Remove [Material] Water Main," per linear foot shall be full
payment for removal and salvaging (as specified in the plans) to Lakehaven Water &
Sewer District. Structure excavation, backfilling the trench and any shoring necessary
for the removal of the watermain shall be considered incidental to the contract bid item
"Remove [Material] Water Main,"
"Remove Existing Gate Valve," per each.
City of Federal Way
South 356' Street Improvements
Page 80
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
"Remove Existing Hydrant Assembly," per each.
The unit Contract price per each for the above remove items shall be full payment for
removal and salvage (as specified in the plans) to the Lakehaven Water & Sewer
District as specified. No measurement or payment will be made for the items to be
salvaged that are lost, or damaged by the Contractor's operations.
2 -03 ROADWAY EXCAVATION AND EMBANKMENT
2- 03.3(10) Selected Material
(Special Provision)
Section 2- 03.3(10) is supplemented with the following:
Selected Material shall be Gravel Borrow conforming to Section 9- 03.14(1) or suitable
native material at the sole discretion of the Engineer. Native material meeting the
requirements of Section 9- 03.14(3) for Common Borrow may be considered for re -use
on the project.
2- 03.3(14)C Compacting Earth Embankments
(Special Provision)
Change this section as follows under heading "Moisture Content" :
( * * * * * *)
The moisture ccntent shall not vary more than 1 percent wet to 3 percent dry of
optimum as determined by the tests described in Section 2- 03.3(14)D.
2- 03.3(14)D Compaction and Moisture Control Tests
(Special Provision)
Change this section as follows under heading item 1. :
( * * * * * *)
Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be
determined using FOP for AASHTO T180, Method D.
2- 03.3(14)E Unsuitable Foundation Excavation
(Special Provision)
Section 2- 03.3(14)E is supplemented with the following:
( * * * * * *)
All embankments shall be founded on dense, non - yielding granular foundation soil as
approved by the engineer. Remove all organic materials and debris, trash, and all other
deleterious material prior to beginning construction of new embankments. Proof roll the
foundation to verify dense non - yielding conditions.
City of Federal Way
South 356th Street Improvements
Page 81
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
2- 03.3(14)G Backfilling
Section 2- 03.3(14)G is supplemented with the following:
Remove all water and non - compatible materials from excavations prior to backfilling or
attempting to compact embankment soil. Place native soils or provide import Gravel
Borrow as required to complete the work. Backfill all embankments in accordance with
2- 03.3(14)C, Compacting Earth Embankments, Method C.
2 -03.4 Measurement
(March 13, 1995 WSDOT GSP)
Section 2 -03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract. Control stakes will
be set during construction to provide the Contractor with all essential information for the
construction of excavation and embankments.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be
adjusted accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross - section notes will be available for the bidder's inspection,
before the opening of bids, at the City of Federal Way and Project Engineer's office.
Upon award of the contract, copies of the original ground cross - sections will be
furnished to the successful bidder on request to the Project Engineer.
Section 2 -03.4 is supplemented with the following:
( * * * * * *)
Roadway Excavation shall not be measured for payment for the removal of "Temporary
Pavement" to required subgrade depth per the provisions of 5- 04.3(22) herein.
"Gravel Borrow for Trench Backfill Incl. Haul" shall be measured and paid when
backfilling subsequent to Structure Excavation Class B for Bid Schedule A work only.
Backfill for Bid Schedules B thru D shall be measured and paid under the items
indicated in the Proposal.
Gravel backfill subsequent to the removal of structures and obstructions shall be
measured and paid under the "Gravel Borrow for Trench Backfill Incl. Haul" bid item.
City of Federal Way
South 356th Street Improvements
Page 82
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
0 2 -03.5 Payment
(Special Provision)
Section 2 -03.5 is supplemented with the following:
•
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Gravel Borrow Incl. Haul ", per ton.
"Gravel Borrow for Trench Backfill Incl. Haul ", per ton.
"Roadway Excavation Incl. Haul ", per cubic yard.
"Unsuitable Foundation Excavation Incl. Haul ", per cubic yard.
(March 13, 1995 WSDOT GSP)
Section 2 -03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2 -09 STRUCTURE EXCAVATION
2 -09.3 Construction Requirements
2- 09.3(2) Classification of Structure Excavation
(Special Provision)
Section 2- 09.3(2) is supplemented with the following:
( * * * * * *)
3: Class B for Undergrounding Overhead Utilities. Excavation and backfilling required
for undergrounding of overhead utilities including trench excavations for utility conduit,
utility vaults and utility handholes.
2- 09.3(3)B Excavation Using Open Pits- Extra Excavation
(Special Provision)
Section 2- 09.3(3) B is supplemented with the following:
( * * * * * *)
Extra excavation for the construction portions of the structural earth walls will not be
permitted at the following locations:
City of Federal Way
South 356th Street Improvements
Page 83
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
• Wall 1 — the area behind wall 1 is a berm supporting a stormwater pond.
Contractor shall provide shoring as required to maintain the integrity of the berm
during wall construction.
• Wall 3 — Contractor shall provide shoring as /if required to protect existing pole
and emergency pre - emption device (approx. Sta 206 +50 RT) until new device is
installed and operational.
• Wall 4 - Contractor shall provide shoring as /if required to protect existing utility
pole and (approx. Sta 214 +90 RT) until underground system is energized and
operational.
Prior to excavation, the Contractor shall design and provide shoring plans for the
construction at these locations for the Engineer for review and approval. Shoring shall
preserve and protect existing facilities.
2 -09.4 Measurement
The second sentence of the eleventh paragraph of Section 2 -09.4 is replaced with the
following:
Shoring or Extra Excavation Class B will be measured for payment only when structure
excavation is four -feet (4') or deeper measured from existing ground surface to the
bottom of pipe zone bedding.
Shoring or Extra Excavation Class B will measured and paid per square foot based
upon the following calculation:
Depth: Actual trench depth from existing ground to bottom of pipe zone bedding, only
when this dimension is four -feet (4') or greater.
Length: Linear foot of trench excavated to a depth of four -feet (4') or greater along the
centerline of the structure installed.
Depth shall be measured only once, not for both sides of the excavation.
Area (sf): Depth x Length
Section 2 -09.4 is supplemented with the following:
( * * * * * *)
"Structure Excavation Class B Incl. Haul for Structural Earth Walls" shall be measured
according to the neat lines shown in the Structural Earth Wall details in the plans.
Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities shall be
measured by the cubic yard. No measurement of material excavated beyond the limits
indicated below will be made.
City of Federal Way
South 356th Street Improvements
Page 84
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
(Addendum # 2) "Structure Excavation Class B incl. Haul for Schedule B" shall be
measured per the neat line cubic yard to the limits described in Section 7- 09.3(7). If the
Contract includes a pay item for grading to remove materials, the upper limit will be the
neat lines of the grading section shown in the Plans.
For underground utility conduits the limits shall be as follows:
Horizontal: Duct Bank Width + Minimum Separation + 6 inches
Lower: Three inches below the bottom of the lowest duct bank within the trench.
Upper: The top surface of the ground when the structure excavation work begins.
A duct bank shall be defined as an array of closely spaced conduits.
For vaults and handholes the limits shall be as follows:
Horizontal: 18 inches outside the perimeter of the vault or handhole.
Lower: 6 inches below the bottom of the vault
Upper: The top surface of the ground when the structure excavation begins.
Shoring or Extra Excavation Cl. A will not be measured.
2 -09.5 Payment
Paragraphs nine, ten, and eleven of Section 2 -09.5 are replaced with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
"Shoring or Extra Excavation Class B ", per linear foot of trench excavated to a depth of
4 feet or more.
The unit contract price per linear foot shall be full pay for all excavation, backfill,
compaction, and other work required when extra excavation is used in lieu of
constructing shoring. If select backfill material is required for backfilling within the limits
of the structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor's expense.
"Controlled Density Fill ", per cubic yard placed.
Section 2 -09.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items
when included in the proposal:
City of Federal Way
South 3561h Street Improvements
Page 85
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
All costs for "Structure Excavation Class B ", except for "Shoring or Extra Excavation
Class B ", shall be included in the unit contract price for the installation of each type and
size of culvert, pipe, structure, or conduit as specified.
"Structure Excavation Class B Incl. Haul for Undergrounding Overhead Utilities ", per
cubic yard.
"Structure Excavation Class B Incl. Haul for Structural Earth Walls ", per cubic yard.
"Structure Excavation Class B Incl. Haul for Schedule B," per cubic yard.
The unit contract price per cubic yard for Structure Excavation Class B Incl. Haul for
Undergrounding Overhead Utilities, Structural Earth Walls, or Schedule B shall be full
pay for all labor, materials, tools, equipment required to sawcut, excavate, dewater,
backfill with native materials, and compact trenches for installation of utility conduits,
utility vaults, utility handholes, and water mains and appurtenances.
Sawcutting, removing of surfacing and paving within the limits of structure excavation
will be included in the unit price of "Structure Excavation Class B Incl. Haul for
Undergrounding Overhead Utilities ".
"Shoring or Extra Excavation for Structural Earth Walls" per Lump Sum.
The lump sum payment for the Shoring or Extra Excavation for Structural Earth Walls
shall full pay for furnishing all labor, tools, equipment, and materials necessary to
design and submit the Shoring Plan, construct, maintain, and remove the shoring
systems as specified.
(Addendum# 2) "Shoring or Extra Excavation Class B for Water Main ", per linear foot of
trench excavated to a depth of 4 feet or more in accordance with the description for
Shoring or Extra Excavation Class B in Section 2 -09.4.
The unit contract price per linear foot shall be full pay for all excavation, backfill,
compaction, and other work required when extra excavation is used in lieu of
constructing shoring. If select backfill material is required for backfilling within the limits
of the structure excavation, it shall also be required as backfill material for the extra
excavation at the Contractor's expense. This bid item is applicable to water main and
hydrant assembly installation only. Trench protection for removal of water facilities,
service line installation, manhole adjustments, and other work in Schedule B shall be
included in the lump sum price for `Trench Safety System' in accordance with Section 7-
09.
City of Federal Way
South 356th Street Improvements
END OF DIVISION 2
Page 86
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
DIVISION 3: PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
3 -01 PRODUCTION FROM QUARRY AND PIT SITES
3 -01.2 Material Sources, General Requirements
(March 13, 1995 WSDOT GSP)
Section 3 -01.2 is supplemented with the following:
Permits for Pit Operations in King County
The Contractor is advised that King County may require the Contractor to meet any or all of
the following listed conditions before considering issuance of a temporary permit for pit
operations within King County:
1. Security fences and locking gates shall be installed where deemed necessary by the
King County Department of Building. Cable or wire gates are not acceptable.
2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m.
3. Access roads shall be improved and maintained to the satisfaction of the King County
Department of Public Works. A haul road agreement for County road maintenance
may be required.
All roads shall be swept, washed, or both, by the Contractor at the Contractor's expense as
often as the Department of Building deems necessary.
Property shall have functional access to an arterial level street.
4. All operations will have to be approved by King County Flood Control for drainage
plans, Washington State Department of Ecology, and Puget Sound Air Pollution
Control Authority.
Those properties near or adjacent to any water body shall have written approval from the
State of Washington Department of Fish and Wildlife.
The Contractor shall obtain a mining reclamation permit from the State of Washington
Department of Natural Resources for sites of over three acres in size of disturbed land or
resulting in pit walls more than thirty feet high and steeper than one to one slope.
5. No stockpiling of foreign excavated material is permitted on the site except for those
materials to be used in the land rehabilitation of the subject property.
6. No signs other than signs required by Chapter 24.42, King County Zoning Code are
authorized as a result of the temporary permit.
7. Plans required:
City of Federal Way
South 356'h Street Improvements
Page 87
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
a. Scale of Plot Plans
Site Size: less than 10 acres
10 to 100 acres
over 100 acres
b. Contours
1 inch = 50 feet
1 inch = 100 feet
1 inch = 200 feet
Show existing and proposed contours at 5 -foot intervals. If existing and
proposed contours are superimposed upon one another it must be clear as
to which is which. Plans which incorporate a screening process may be
required by the County to distinguish said contours.
Finished contours must show how the property can be used under the
existing zoning. Plans showing daylighting of property to road grade or
below with high 2:1 slope walls will no longer be permitted within the R, S, or
G zones. The plans must contain large terraces which will permit the lot
sizes and roads that are permitted within the zone.
c. Sections
Show a minimum of two sections in each direction.
d. Maximum Slope
Cuts shall not be steeper in slope than two horizontal to one vertical unless
the owner furnishes a soils engineering or an engi -leering geology report
certifying that the site has been investigated and indicating that the
proposed deviation will not endanger any private property or result in the
deposition of debris on any public way or interfere with any existing drainage
course.
e. Fill Slopes
No fill shall be made which creates an exposed surface steeper in slope
than two horizontal to one vertical.
f. Benches on Slopes
There shall be a 10 foot wide bench sloped into the hillside for every 50 feet
in height.
g. Setbacks
Material and vegetation shall be left in its natural state:
50 feet from any FP, A, G, S, or R zoned property;
20 foot setback which includes a 6 foot high planted berm along any
public right -of -way;
20 feet from M, B, or CG zoned property;
10 feet from QM or FR zoned property.
Plans shall show type of vegetation existing within the buffer zones.
City of Federal Way
South 356th Street Improvements
Page 88
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
h. Drainage
All drainage facilities shall be designed to carry surface waters to the
nearest practical street, storm drain, or natural water- course. Adequate
provision shall be made to prevent any surface waters from damaging the
face of an excavation or fill. All slopes shall be protected from surface water
runoff from above by berms or swales.
The Contractor is further advised that King County may require conditions which are in
addition to the foregoing list and that the County may reject permit applications at its discretion
because of the proposed operations proximity to schools, residential neighborhoods, hospitals,
arterials, or for other environmental conditions.
When there are discrepancies between the requirements of the State and the County the more
stringent specifications shall apply.
Should the Contractor fail to comply with any requirements of a temporary permit obtained in
the Contracting Agency's name, the Contracting Agency will take the necessary action to meet
these requirements and any costs incurred by the Contracting Agency will be deducted from
monies due or to become due the Contractor.
City of Federal Way
South 356th Street Improvements
END OF DIVISION 3
Page 89
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
DIVISION 4: BASES
4 -04 BALLAST AND CRUSHED SURFACING
4 -04.1 Description
(Special Provision)
Section 4 -04.1 is supplemented with the following:
( * * * * * *)
Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks,
driveways, and pavement, at existing driveways to provide temporary access, as backfill for
unsuitable foundation excavation at mailbox supports, or for any other purposes deemed
necessary by the Engineer.
4 -04.3 Construction Requirements
4- 04.3(4) Placing and Spreading
(Special Provision)
Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following:
( * * * * * *)
2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed.
4 -04.5 Payment
(Special Provision)
Section 4 -04.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Crushed Surfacing Base Course ", per ton.
The unit contract price per ton for "Crushed Surfacing Base Course" shall also include
compacting, and removing and hauling to waste when required by the Engineer.
City of Federal Way
South 356`h Street Improvements
END OF DIVISION 4
Page 90
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
DIVISION 5:SURFACE TREATMENTS AND PAVEMENTS
5 -04 HOT MIX ASPHALT
5 -04.1 Description
Section 5 -04.1 is supplemented with the following:
( * * * * * *)
Asphalt concrete pavement shall be used at the following locations on the project:
1. HMA CI 1 ", PG 64 -22 and HMA CI 1/2 ", PG 64 -22: For all asphalt concrete roadway
construction, prelevel, overlay, and reconstruction per the Typical Roadway section
details on the Plans.
2. Commercial HMA: For all asphalt concrete construction or reconstruction behind back
of curb where such construction is shown on the Plans or directed by the Engineer.
3. Temporary Pavement: For all temporary asphalt concrete construction and patching as
directed by the Engineer.
5 -04.3 Construction Requirements
5- 04.3(5)A Preparation Of Existing Surfaces
Section 5- 04.3(5)A is supplemented with the following:
( * * * * * *)
In accordance with Section 1- 07.15(1) Spill Prevention, Control and Countermeasures
Plan (SPCC), as part of the SPCC the Contractor shall address the mitigating measures to be
taken in the event that the paving operation is suspended or terminated prior to the asphalt for
tack coat being fully covered.
5- 04.3(7)A2 Statistical or Nonstatistical Evaluation
Delete this section and replace it with the following:
5- 04.3(7)A2 Nonstatistical Evaluation
(January 16, 2014 APWA GSP)
Mix designs for HMA accepted by Nonstatistical evaluation shall;
• Be submitted to the Project Engineer on WSDOT Form 350 -042
• Have the aggregate structure and asphalt binder content determined in accordance with
WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-
03.8(2) and 9- 03.8(6).
• Have anti -strip requirements, if any, for the proposed mix design determined in accordance
with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source
City of Federal Way
South 356'h Street Improvements
Page 91
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that
include RAP will be completed without the inclusion of the RAP.
At or prior to the preconstruction meeting, the contractor shall provide one of the following mix
design verification certifications for Contracting Agency review;
• The proposed mix design indicated on a WSDOT mix design /anti -strip report that is within
one year of the approval date
• The proposed HMA mix design submittal (Form 350 -042) with the seal and certification
(stamp & signature) of a valid licensed Washington State Professional Engineer.
• The proposed mix design by a qualified City or County laboratory mix design report that is
within one year of the approval date.
The mix design will be performed by a lab accredited by a national authority such as Laboratory
Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials
Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall
supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program.
At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year
verification period with a certification from the Contractor that the materials and sources are the
same as those shown on the original mix design.
5- 04.3(8)A1 General
(January 16, 2014 APWA GSP)
Delete this section and replace it with the following:
Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the
contract documents.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a change
in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and
must be made in accordance with Section 9- 03.8(7).
Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the
following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel,
and pavement repair. Other nonstructural applications of HMA accepted by commercial
evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted
by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be
accepted by a contractor certificate of compliance letter stating the material meets the HMA
requirements defined in the contract.
5- 04.3(8)A4 Definition of Sampling Lot and Sublot
(January 16, 2014 APWA GSP)
Section 5- 04.3(8)A4 is supplemented with the following:
City of Federal Way
South 356`h Street Improvements
Page 92
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
For HMA in a structural application, sampling and testing for total project quantities less than 400
tons is at the discretion of the engineer. For HMA used in a structural application and with a total
project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test
shall be performed:
If test results are found to be within specification requirements, additional testing will
be at the engineers discretion.
ii. If test results are found not to be within specification requirements, additional testing
as needed to determine a CPF shall be performed.
5- 04.3(8)A5 Test Results
(January 16, 2014 APWA GSP)
The first paragraph of this section is deleted.
5- 04.3(8)A6 Test Methods
(January 16, 2014 APWA GSP)
Delete this section and replace it with the following:
Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested,
compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for
compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for
compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.
5- 04.3(12) Joints
(January 5, 2004 WSDOT GSP)
Section 5- 04.3(12) is supplemented with the following:
HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse
aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint
on the roadway, to the satisfaction of the Engineer.
5- 04.3(13) Surface Smoothness
(January 5, 2004 WSDOT GSP)
The second sentence of Section 5- 04.3(13) is revised to read:
The completed surface of the wearing course shall not vary more than 1/4 inch from the lower
edge of a 10 -foot straightedge placed on the surface parallel to centerline.
5- 04.3(14) Planing Bituminous Pavement
(January 5, 2004 WSDOT GSP)
Section 5- 04.3(14) is supplemented with the following:
The Contractor shall perform the planing operations no more than ' three (3) * ** calendar
days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by
the Engineer in writing.
City of Federal Way
South 356'h Street Improvements
Page 93
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
(August 3, 2009 WSDOT GSP)
Section 5- 04.3(14) is supplemented with the following:
Beveled Edge Planing
A beveled edge shall be constructed in areas that will not be paved during the same work shift.
The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other
approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be
constructed at a 4:1 slope.
Section 5- 04.3(14) is supplemented with the following:
Equipment
For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a
Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in
width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer.
Transverse Joints
The full depth end of each lane of planing shall be squared off to form a uniform transverse
joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with
Section 5- 04.3(12) across the entire width of the transverse edge when traffic is allowed on the
planed surface prior to paving. The wedge shall be constructed before opening the lane to
traffic. The Contractor shall remove the wedge immediately prior to paving.
5- 04.3(16) Weather Limitations
(August 3, 2009 WSDOT GSP)
The first sentence of Section 5- 04.3(16) is revised to read:
HMA for wearing course shall not be placed on any traveled way from * ** October 15 * ** and
through March 31st of the following year without written approval from the Engineer.
Add the following New Section:
5- 04.3(22) Temporary Pavement
( * * * * * *)
Temporary pavement is required to open areas to traffic during construction. These areas include
the voids created by the removal of existing traffic islands and curbing, paving over excavated
roadway and utility trenches to provide paved access to private properties, and ramps for property
access during cement concrete approach construction. Temporary pavement shall be hot mix
asphalt concrete pavement. All temporary paving shall be placed with a minimum thickness of 2
inches. All temporary paving shall be approved by the Engineer before placement. Any areas of
temporary pavement to be removed and replaced shall be approved by the Engineer before
placement. This work shall also include the removal of the temporary pavement prior to paving of
final asphalt concrete pavement.
City of Federal Way
South 356`h Street Improvements
Page 94
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the traveled
way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and
apply a minimum 3 -inch pavement depth or match existing, whichever is greater. Also, fill voids
created by the removal of existing traffic islands and curbing, paving over excavated roadway to
temporary access to adjacent properties, and ramps for property access during concrete approach
construction.
Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled
way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness.
Placement of temporary pavement without prior approval of the Engineer shall be considered as a
benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be
removed and replaced require prior approval by the Engineer. This work shall include the removal
of the temporary pavement prior to paving of final asphalt concrete pavement.
The Contractor shall excavate and remove temporary pavement to the required subgrade depth to
construct and install the proposed pavement section. Excavation and removal of temporary
pavement, to subgrade depth, shall be considered included in the unit cost for "Temporary
Pavement."
5 -04.4 Measurement
Section 5 -04.4 is supplemented with the following:
Temporary Pavement will be measured by the ton of material actually placed, with no
deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other
component of the mixture.
Temporary Pavement is defined as pavement placed and subsequently removed prior to the
final hot mix asphalt and base course required by the typical sections on the Plans.
5 -04.5 Payment
Section 5 -04.5 is supplemented with the following:
(* * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Temporary Pavement ", per ton.
Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of hot
mix asphalt, cold mix asphalt, roadway excavation to proposed subgrade depths and disposal
of temporary pavement.
"HMA Cl. 1/2" PG 64 -22 ", per ton.
"HMA for Preleveling Cl. 1/2" PG 64 -22 ", per ton.
"HMA Cl. 1" PG 64 -22 ", per ton.
"Commercial HMA PG 64 -22 ", per ton.
City of Federal Way
South 356th Street Improvements
Page 95
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Planing Bituminous Pavement ", per square yard.
5 -05 CEMENT CONCRETE PAVEMENT
5 -05.5 Payment
Section 5 -05.5 is supplemented as follows:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is
included in the proposal:
"Cement Conc. Pavement ", per cubic yard.
The unit Contract price per cubic yard for "Cement Conc. Pavement" shall include sawcutting
and sealing joints, furnishing and installing tie bars, and installing casting boxouts where
necessary or as noted in the Plans.
City of Federal Way
South 356`h Street Improvements
END OF DIVISION 5
Page 96
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
DIVISION 6:STRUCTURES
6 -13 STRUCTURAL EARTH WALLS
6 -13.1 Description
Section 6 -13.1 is supplemented with the following:
The work also consists of constructing Modular Block Walls in accordance with the details in
the plans. Modular block walls are defined as SEW walls constructed of standard unit blocks,
less than 4' in height, without geogrid reinforcing.
6 -13.2 Materials
Section 6 -13.2 is supplemented with the following:
(April 6, 2015 WSDOT GSP)
Concrete Block Faced Structural Earth Wall Materials
General Materials
Concrete Block
Acceptability of the blocks will be determined based on the following:
1. Visual inspection.
2. Compressive strength tests, conforming to Section 6- 13.3(4).
3. Water absorption tests, conforming to Section 6- 13.3(4).
4. Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3.
5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project,
as specified in Section 6- 13.3(4).
6. Copies of results from tests conducted on the lot of blocks produced for this
project by the concrete block fabricator in accordance with the quality control
program required by the structural earth wall manufacturer.
The blocks shall be considered acceptable regardless of curing age when
compressive test results indicate that the compressive strength conforms to the 28-
day requirements, and when all other acceptability requirements specified above are
met.
Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140,
and shall include block fabrication plant approval by WSDOT prior to the start of
block production for this project.
Mortar
Mortar shall conform to ASTM C 270, Type S, with an integral water repellent
admixture as approved by the Engineer. The amount of admixture shall be as
City of Federal Way
South 356`^ Street Improvements
Page 97
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
recommended by the admixture manufacturer. To ensure uniform color, texture, and
quality, all mortar mix components shall be obtained from one manufacturer for each
component, and from one source and producer for each
aggregate.
Metallic Soil Reinforcement
Reinforcing strips shall be composed of welded wire fabric strips conforming to
AASHTO M 55 with wire conforming to AASHTO M 32, and attached to block
connector plates conforming to ASTM A 36. Reinforcing strips and block connector
plates shall be galvanized after fabrication in accordance with AASHTO M 111.
Damage to galvanizing shall be repaired with one coat of paint conforming to
Section 9- 08.1(2)B.
Geosynthetic Soil Reinforcement
Geogrid reinforcement shall conform to Section 9 -33.1, and shall be a product listed
in Appendix D of the current WSDOT Qualified Products List (QPL). The values of
Tai and Tan as listed in the QPL for the products used shall meet or exceed the values
required for the wall manufacturer's reinforcement design as specified in the
structural earth wall design calculation and working drawing submittal.
The minimum ultimate tensile strength of the geogrid shall be a minimum average
roll value (the average test results for any sampled roll in a lot shall meet or exceed
the values shown in Appendix D of the current WSDOT QPL). The strength shall be
determined in accordance with ASTM D 6637, for multi -rib specimens.
The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a
minimum of 70 percent strength retained after 500 hours in the weatherometer.
The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the
wall or slope face) ribs that make up the geogrid shall be perpendicular to one
another. The maximum deviation of the cross -rib from being perpendicular to the
longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The
maximum deviation of the cross -rib at any point from a line perpendicular to the
longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches.
The gap between the connector and the bearing surface of the connector tab cross -
rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may
have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector
tabs shall not exceed 0.3 inches.
The Engineer will take random samples of the geogrid materials at the job site.
Approval of the geogrid materials will be based on testing of samples from each lot.
A "lot" shall be defined as all geogrid rolls sent to the project site produced by the
same manufacturer during a continuous period of production at the same
manufacturing plant having the same product name. The Contracting Agency will
require 14 calendar days maximum for testing the samples after their arrival at the
WSDOT Materials Laboratory in Tumwater, WA.
The geogrid samples will be tested for conformance to the specified material
properties. If the test results indicate that the geogrid lot does not meet the specified
City of Federal Way
South 356`h Street Improvements
Page 98
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
properties, the roll or rolls which were sampled will be rejected. Two additional rolls
for each roll tested which failed from the lot previously tested will then be selected at
random by the Engineer for sampling and retesting. If
the retesting shows that any of the additional rolls tested do not meet the specified
properties, the entire lot will be rejected. If the test results from all the rolls retested
meet the specified properties, the entire lot minus the roll(s) which failed will be
accepted.
All geogrid materials which have defects, deterioration, or damage, as determined
by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at
no expense to the Contracting Agency.
Except as otherwise noted, geogrid identification, storage and handling shall
conform to the requirements specified in Section 2 -12.2. The geogrid materials shall
not be exposed to temperatures less than —20F and greater than 122F.
Drainage Geosynthetic Fabric
Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the
requirements in Section 9 -33.1, for Construction Geotextile for Underground
Drainage, Moderate Survivability, Class B.
Proprietary Materials
Allan Block Wall
Wall backfill material placed in the open cells of the precast concrete blocks and
placed in the one to three foot zone immediately behind the precast concrete blocks
shall be crushed granular material conforming to Section 9- 03.9(3).
KeySystem I Wall
Block alignment pins shall be fiberglass conforming to the requirements of Keystone
Retaining Wall Systems, Inc.
Block connector pins shall conform to AASHTO M 32, and shall be galvanized after
fabrication in accordance with AASHTO M 111.
Landmark Retaining Wall
Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the
following requirements:
Property
Value
Specification
ASTM D 792
Specific Gravity
1.4 minimum
Tensile Strength at yield
2,700 psi minimum
ASTM D 638
Lock bars shall remain sealed in their shipping containers until placement into the
wall. Lock bars exposed to direct sunlight for a period exceeding two months shall
not be used for construction of the wall.
City of Federal Way
South 356th Street Improvements
Page 99
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Mesa Wall
Block connectors for block courses with geogrid reinforcement shall be glass fiber
reinforced high- density polypropylene conforming to the following minimum material
specifications:
Property
Polypropylene
Fiberglass Content
Carbon Black
Specific Gravity
Tensile Strength
at yield
Melt Flow Rate
Specification
ASTM D 4101
Group 1 Class 1 Grade 2
ASTM D 2584
ASTM D 4218
STM D 792
ASTM D 638
ASTM D 1238
Value
73 ± 2 percent
25 ± 3 percent
2 percent minimum
1.08 ± 0.04
8,700 ± 1,450 psi
0.37 ± 0.16 oz. /10 min.
Block connectors for block courses without geogrid reinforcement shall be glass
fiber reinforced high- density polyethylene (HDPE) conforming to the following
minimum material specifications:
Property
HDPE
Fiberglass Content
Carbon Black
Specific Gravity
Tensile Strength
at yield
Melt Flow Rate
Specification
ASTM D 1248
Type III Class A Grade 5
ASTM D 2584
ASTM D 4218
ASTM D 792
ASTM D 638
Value
68 ± 3 percent
30 ± 3 percent
2 percent minimum
1.16 ± 0.06
8,700 ± 725 psi
ASTM D 1238 0.11 ± 0.07 oz. /10 min.
Section 6 -13.2 is supplemented with the following:
Backfill for Structural Earth Walls shall meet the requirements of Section 9- 03.14(4).
UNIT FILL
Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation tested in
accordance with ASTM D -422. The percent fracture requirement shall be 75% minimum. The
fracture requirement shall be at least one fractured face and will apply to combined aggregate
retained on the U.S. No. 4 sieve in accordance with FOP for AASHTO PT 61.
Sieve Size Percent Passing
1 inch
3/4 inch
No. 4
No. 50
City of Federal Way
South 356`" Street Improvements
100
75 -100
0 -10
0 -5
Page 100
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face.
Unit fill shall be placed within cores of, between, and behind units to meet this requirement.
6 -13.3 Construction Requirements
Section 6 -13.3 is supplemented with the following:
If an alternate wall system is proposed by the Contractor and accepted by the Engineer, the
Contractor shall be responsible for identifying the limits of excavation for the proposed wall
substitution. All costs associated with the expanded excavation limits, including but not limited
to shoring for maintenance of driveways, roadway, business signs, luminaires, building
foundations, backfill of the expanded excavation area, and restoration shall be included in the
unit price for Modular Block Wall or Structural Earth Wall.
Only one style of precast concrete block shall be allowed on the project. Once approved, all
precast concrete blocks shall be of the same manufacture and style for all modular block and
structural earth walls.
Contractor shall complete wall terminations using finished face units such that no unfinished
edges of block units are visible. This may be accomplished by stepping the wall down to
below finish grade with finished face units or creating a small return into the existing grade.
These termination features will be measured and paid per square foot at the unit price bid for
Structural Earth Wall or Modular Block Wall as applicable.
6 -13.3 Construction Requirements
(April 6, 2015 WSDOT GSP)
Concrete Block Faced Structural Earth Wall
Concrete block faced structural earth walls shall be constructed of only one of the following wall
systems. The Contractor shall make arrangements to purchase the concrete blocks, soil
reinforcement, attachment devices, joint filler, and all necessary incidentals from the source
identified with each wall system:
Allan Block Wall
Allan Block Wall is a registered trademark of the Allan Block Corporation
Allan Block Corporation
7424 W 78th Street
Bloomington, MN 55439
(800) 899 -5309
FAX (952) 835 -0013
www.allanblock.com
Mesa Wall
Mesa Wall is a registered trademark of Tensar Corporation
Tensar Corporation
2500 Northwinds Parkway Suite 500
Atlanta, GA 30009
City of Federal Way
South 356'h Street Improvements
Page 101
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
(770) 334 -2090
FAX (678) 281 -8546
www.tensarcorp.com
Landmark Retaining Wall System
Landmark Retaining Wall System is a registered trademark of Anchor Wall
Systems, Inc.
Anchor Wall Systems, Inc.
5959 Baker Road, Suite 390
Minnetonka, MN 55345 -5996
(877) 295 -5415
FAX (952) 979 -8454
www.anchorwall.com
KeySystem I Wall
KeySystem I is a registered trademark of Keystone Retaining Wall Systems, Inc.
Keystone Retaining Wall Systems, Inc.
4444 West 78th Street
Minneapolis, MN 55435
(952) 897 -1040
FAX (952) 897 -3858
www.keystonewalls.com
6- 13.3(2) Submittals
Section 6- 13.3(2) is supplemented with the following:
(January 3, 2011 WSDOT GSP)
The following geotechnical design parameters shall be used for the design of the structural
earth wall(s):
Wall Name or No.: All Walls
Soil Properties
Unit Weight (pcf)
Friction Angle (deg)
Cohesion (psf)
Wall Backfill Retained Soil Foundation Soil
Cut /Fill Cut /Fill
130 125/125 125/125
36 30/33 30/33
0
0 0
For the Service Limit State, the wall shall be designed to accommodate a differential
settlement of * ** 1/2 inch * ** per 100 feet of wall length.
City of Federal Way
South 356'h Street Improvements
Page 102
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic
acceleration coefficient kh of * ** 0.41 * ** g and a vertical seismic acceleration coefficient k,
of * ** $$0$$ * ** g.
6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection
Section 6- 13.3(5) is supplemented with the following:
(April 2, 2012 WSDOT GSP)
Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls
Landmark Retaining Wall
When placing each course of concrete blocks, the Contractor shall pull the blocks towards the
front face of the wall until the male key of the bottom face of the upper block contacts and fits
into the female key of the top face of the supporting block below.
A maximum gap of 1/8 -inch is allowed between adjacent concrete blocks, except for the base
course set of concrete blocks placed on the leveling pad. A maximum gap of 1 -inch is allowed
between adjacent base course concrete blocks, provided geosynthetic reinforcement for drains
is in place over the gap at the back face of the concrete blocks.
Lock bars shall be installed in the female key of the top face of all concrete block courses
receiving geogrid reinforcement. Gaps between adjacent'ock bars in the key shall not exceed
3- inches. The lock bar shall be installed flat side up, with the angled side to the back of the
concrete block, as shown in the shop drawings.
Geogrid reinforcement shall be placed and connected to concrete block courses specified to
receive soil reinforcement. The leading edge of the geogrid reinforcement shall be maintained
within 1 -inch of the front face of the supporting concrete blocks below. Geogrid panels shall be
abutted for 100 percent backfill coverage with less than a 4 -inch gap between adjacent panels.
Backfill shall be placed and compacted level with the top of each course of concrete blocks,
and geogrid reinforcement placed and connected to concrete block courses specified to
receive soil reinforcement, before the Contractor may continue placing the next course of
concrete blocks.
Mesa Wall
For all concrete block courses receiving geogrid reinforcement, the fingers of the block
connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the
block, and across the block core. For all concrete block courses with intermittent geogrid
coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block
groove, with the butt ends being placed at a center of a concrete block.
6 -13.4 Measurement
Section 6 -13.4 is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356th Street Improvements
Page 103
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The modular block wall will be measured by the square foot of completed wall in place. The
vertical limits for measurement are from the top of the base leveling pad (or bottom of wall if no
base leveling pad is present) to the top of the top course of blocks of the exposed finished
face. The horizontal limits for measurement are from the end of wall to the end of wall along
the length of the exposed finished face.
Unit Fill will not be measured for payment.
6 -13.5 Payment
Section 6 -13.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Structural Earth Wall ", per square foot
"Modular Block Wall ", per square foot
The unit contract price per square foot for Modular Block Wall shall be full compensation for
the complete construction of the retaining wall as shown in the Plans. This includes all other
items as may be required to complete the work as specified including but not limited to
modular block units, shoring, unit fill, shear connectors, cap units, base leveling pad, backfill,
haul and underdrain.
The unit contract price per square foot for the Structural Earth Wall shall be full compensation
for the complete construction of the retaining wall as shown in the Plans. This includes all other
items as may be required to complete the work as specified including but not limited to
modular block units, unit fill, shear connectors, cap units, base leveling pad, and underdrain.
See Section 2 -09 for shoring requirements.
"Backfill for Structural Earth Wall Incl. Haul ", per cubic yard.
6 -16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS
6 -16.3 Construction Requirements
(Special Provision)
6- 16.3(3) Shaft Excavation
Section 6- 16.3(3) is supplemented with the following
Groundwater was generally observed in the geotechnical explorations completed for this
project. Perched groundwater may be encountered within the areas of shaft excavation and
deeper excavations may encounter groundwater. The contractor should be prepared to handle
groundwater seepage into the drilled shaft during excavation and subsequent backfill
operations. Such measures shall be included in the unit price bid for Shaft — 30 -inch diameter.
City of Federal Way
South 3561h Street Improvements
Page 104
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
6- 16.3(8) Concrete fascia panel
(Special Provision)
Section 6- 16.3(8) is supplemented with the following:
The Contractor shall construct cement concrete fascia as detailed in the Plans utilizing a
formliner in accordance with Section 6 -02 of these Special Provisions.
Contractor shall apply a solvent -based sealer with matte finish, per the manufacturer's
directions, to the entire concrete fascia.
Anti - graffiti coating shall be a non - sacrificial, clear, UV stable, anti - graffiti sealer suitable for
vertical and horizontal concrete and rough stone surfaces and shall have the following
characteristics:
Meet or exceeding ASTM D6578 Graffiti test
Non - reactive, zero VOC, AQMD and CARB compliant
Allow moisture vapor to escape while not allowing moisture to penetrate
Contractor shall submit product data and manufacturer for Anti - graffiti Coating to the Engineer
for approval at least 14 calendar days prior to beginning construction of the Concrete Fascia
Panels.
6 -16.5 Payment
(Special Provision)
Section 6 -16.5 is supplemented with the following:
"Shaft - 30 Inch Diameter," per linear foot
"Furnishing Soldier Pile — W14x48 Wide Flange Beams," per linear foot
"Timber Lagging," per square foot
"Prefabricated Drainage Mat," per square yard
"Concrete Fascia Panel ", per square foot.
All costs in connection with constructing the concrete fascia panels as specified shall be
included in the unit Contract price per square foot for "Concrete Fascia Panel ", including all
steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant,
underdrain pipe and connection to drain pipe, exterior surface finish, pigmented sealer,
formliner, and anti - graffiti coating.
"Removing Soldier Pile Shaft Obstructions ", estimated.
City of Federal Way
South 356`h Street Improvements
Page 105
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Payment for removing obstructions, as defined in Sections 6- 16.3(3), will be made for the
changes in shaft construction methods necessary to remove the obstruction. The
Contractor and the Engineer shall evaluate the effort made and reach agreement on the
equipment and employees utilized, and the number of hours involved for each. Once these
cost items and their duration have been agreed upon, the payment amount will be
determined using the rate and markup methods specified in Section 1 -09.6. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid
proposal to become a part of the total bid by the Contractor.
If the shaft construction equipment is idled as a result of the obstruction removal work and
cannot be reasonably reassigned within the project, then standby payment for the idled
equipment will be added to the payment calculations. If labor is idled as a result of the
obstruction removal work and cannot be reasonably reassigned within the project, then all
labor costs resulting from Contractor labor agreements and established Contractor policies
will be added to the payment calculations.
The Contractor shall perform the amount of obstruction work estimated by the Contracting
Agency within the original time of the contract. The Engineer will consider a time
adjustment and additional compensation for costs related to the extended duration of the
shaft construction operations, provided:
1. the dollar amount estimated by the Contracting Agency has been exceeded, and
2. the Contractor shows that the obstruction removal work represents a delay to the
completion of the project based on the current progress schedule provided in
accordance with Section 1 -08.3.
City of Federal Way
South 356`h Street Improvements
END OF DIVISION 6
Page 106
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
DIVISION 7:DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
7 -01 DRAINS
7 -01.1 Description
(Special Provision)
Section 7 -01.1 is supplemented with the following:
This work consists of reconnecting existing roof leaders, underdrains and footing drains from
adjacent development or buildings to the nearest catch basin or suitable outfall point and
connecting stormwater media filters, trench drains and wall drains to the storm drainage
system.
7 -01.2 Materials
(Special Provision)
Section 7 -01.2 is supplemented with the following:
The only acceptable material for drain pipe shall be Polyvinyl Chloride (PVC) Drain Pipe Drain
Pipe, Couplings, and Fittings, meeting the requirements of ASTM D3034 SDR 35 or
Corrugated Polyethylene (PE) Drain Pipe, Couplings and Fittings (up to 10 inch)
The only acceptable material for underdrain pipe shall be Perforated Polyvinyl Chloride (PVC)
Underdrain Pipe, or Perforated Corrugated Polyethylene (PE) meeting the requriements of the
Standard Specifications.
7 -01.4 Measurement
(Special Provision)
Section 7 -01.4 is supplemented with the following:
( * * * * * *)
No specific unit of measurement applies to the bid item "Reconnect Existing Misc. Drainage ".
7 -01.5 Payment
(Special Provision)
Section 7 -01.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
City of Federal Way
South 356th Street Improvements
Page 107
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Drain Pipe 6 In. Diam ", per linear foot.
The unit contract price per linear foot of drain pipe of the type and size specified shall be full
pay for furnishing all labor, tools, equipment, and materials necessary for its complete
installation, including, laying pipe, pipe bedding, backfill (with native material), compaction,
connection to new or existing storm sewers or drainage structures, surface restoration, haul
and disposal of trench material to be wasted including unsuitable material, and cleaning.
"Reconnect Existing Misc. Drainage" shall be paid per force account and shall include all labor,
tools, equipment, and materials necessary to re- establish miscellaneous drainage connections
from existing roof leaders, underdrains and footing drains to suitable outfall point..
Connections shall be made to the nearest catch basin as indicated on the plans or as
approved by the Engineer.
7 -04 STORM SEWERS
7 -04.2 Materials
(Special Provision)
Section 7 -04.2 is supplemented with the following:
Storm sewer used in this project includes reinforced concrete storm sewer pipe and class 50
ductile iron storm sewer pipe as called for in the Contract Plans. Concrete pipe material,
gaskets, and couplings shall be in accordance with Section 9 -05.7 of the Standard
Specifications and as modified in these special provisions.
Class 50 ductile iron storm sewer pipe shall conform to the requirements of 9- 05.13.
The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized
representatives stating the specifications to which the materials or products were
manufactured. Certificates indicating non - conformance with these Specifications shall be
sufficient evidence for rejection. Precast concrete materials shall not be shipped until pipe
suppliers have provided documentation that materials have been properly cured.
Approval of certificates shall be considered only as tentative acceptance of the materials or
products, and such action by the Engineer will not relieve the Contractor of its responsibility to
perform field tests and to replace or repair faulty materials, equipment, and /or workmanship.
7 -04.3 Construction Requirements
(Special Provision)
Section 7 -04.3 is supplemented with the following:
( * * * * * *)
Pipe Joints:
All concrete pipe joints shall be rubber gasketed; except connections made between dissimilar
existing and new pipe materials shall be made utilizing WSDOT Standard Plan B- 60.20 -00
connection collar.
City of Federal Way
South 356th Street Improvements
Page 108
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Backfill and compaction:
Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in
accordance with Section 2- 03.3(14)C "Method B" of the Standard Specifications.
Existing storm sewer facilities:
The Contractor shall field verify the location of existing storm sewer facilities. All facilities
shown on the plan but not noted for removal shall be protected and remain operational
throughout construction.
7- 04.3(1) Cleaning and Testing
(Special Provision)
Section 7- 04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the
Standard Specifications, except as modified herein:
Prior to testing, storm sewers will be visually inspected by the Engineer's representative either
by external physical observation before backfilling, by physical observation from inside the
pipe, or by video inspection methods, at the discretion of the Engineer. The contractor shall
provide all necessary video inspection and /or safety equipment, including mechanical
ventilation, as requested by the Engineer, with all related costs to be included in the unit bid
price of the related item. Any departures from the best construction practices, such as pipe
line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin
construction, etc., shall be corrected by the Contractor at the Contractor's own expense.
Testing will not be authorized until such corrections have been made to the satisfaction of the
Engineer.
Should high groundwater conditions be encountered, the completed storm sewers may be
required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the
Engineer.
Add the following New Section:
7- 04.3(2)Coordination with Utility Companies
( * * * * * *)
It is anticipated that minor adjustments will need to be made by the utility companies to avoid
the proposed storm drainage system. Known relocations not to be performed by the Contractor
have been shown on the Plans to be performed "by others ". The Contractor shall identify any
additional utility crossings that may conflict with the storm drainage system and notify the
Engineer immediately prior to construction in vicinity of conflicts.
The Contractor is responsible for coordinating anticipated relocation work with the respective
utility companies. This coordination shall include contacting the utility company representative
listed in Section 1- 05.14(A) of these Special Provisions at least fifteen (15) working days prior
to installing storm drain pipe that may conflict with the utility companies' respective facilities;
and coordinating the construction of the storm drainage system with the respective utility
construction crews.
City of Federal Way
South 356th Street Improvements
Page 109
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Coordination with utility companies shall be considered incidental to the Contract and no
additional compensation will be made.
7 -04.4 Measurement
(Special Provision)
Section 7 -04.4 is supplemented with the following:
"Ductile Iron Storm Sewer Pipe _ In. Diam. ", shall be measured per linear foot.
"Class IV Reinf. Conc. Storm Sewer Pipe _ In. Diam. ", shall be measured per linear foot.
Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native
material), connections between dissimilar existing and new pipe materials, and testing will not be
measured as these items are incidental to the drainage pipe pay items.
7 -04.5 Payment
Section 7 -04.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Ductile Iron Storm Sewer Pipe In. Diam ", per linear foot.
"Class IV Reinf. Conc. Storm Sewer Pipe _ In. Diem.", per linear foot.
The unit contract price per linear foot of storm sewer pipe of the type and size specified shall
be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete
installation, including, but not limited to, all pavement removal, trench excavation, dewatering
(if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material),
compaction, connection to new or existing storm sewers or drainage structures, surface
restoration, haul and disposal of trench material to be wasted including unsuitable material,
cleaning and testing costs related to maintaining existing drainage system during construction
or to provide temporary drainage systems, and temporary patching hot mix to allow for the
passage of traffic.
If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel
Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2 -03 in
these Special Provisions.
7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
7 -05.1 Description
Section 7 -05.1 is supplemented with the following:
City of Federal Way
South 356`h Street Improvements
Page 110
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard Drawings"
Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -1.
Type 1L Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -2.
Type 2 Catch Basins shall be constructed in accordance with City of Federal Way Standard
Dwgs 4 -3 and 4 -4.
Where shown on the plans and as detailed, or as designated by the Engineer, the Contractor
shall adjust catch basins to grade, install solid cover and frame on existing catch basin, install
round solid cover with conversion riser as required on existing catch basins, and install heavy
duty hinged -style manhole frame and lids. All lids and frames shall be locking unless shown as
non - locking on plans or directed otherwise by the Engineer.
Vaned grates and associated frame (Federal Way Dwgs. 4 -6 and 4 -10) shall be used for all
catch basins unless noted in the plans or directed otherwise by the Engineer.
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm
drainage system at the locations specified on the plans. The cleanout configuration and
connection shall be per the plan detail.
Place anti -seize compound on all locking lid bolts prior to the final project punch list inspection.
7 -05.2 Materials
Section 7 -05.2 is supplemented with the following:
Trench Drain Systems
Trench drains channels shall be manufactured from polyester polymer concrete with minimum
properties as follows:
Compressive strength: 14,000 psi
Flexural strength: 4,000 psi
Water absorption: 0.07%
Frost proof: Yes
Salt proof: Yes
The nominal clear opening shall be 4 ", with an overall width of 6.3 ". Pre -cast units shall be
manufactured with either an invert slope of 0.5% or with neutral invert and have a wall thickness of
at least 0.67 ". Each trench unit shall have a partial radius in the trench bottom and an
interconnecting end profile. Units shall have horizontal cast in anchoring keys on the outside walls
for anchoring in surrounding concrete. The trench drain channel shall have an integral ductile iron
edge rail with a minimum thickness of 1/4 ".
Grates for trench drains shall have longitudinal opening conforming to ADA standards and shall be
manufactured from ductile iron. Ductile iron shall be ASTM 536 -84 — Grade 65- 45 -12.
City of Federal Way
South 356th Street Improvements
Page 111
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
In -line catch basin shall be at the downstream end of the trench drain at the pipe connection point.
In -line catch basin shall have the same manufacturer as the connecting trench drain and shall have
the same grate type.
Section 7 -05.2 is supplemented with the following:
Heavy -duty hinged style ductile iron frame and cover shall meet the requirements for metal
castings found in Section 9 -05.15 of the Standard Specifications and Section 9- 05.15(4) of
these Special Provisions.
High impact multi - purpose rubber composite adjustment riser:
High impact adjustment risers shall be minimum 80% by weight recycled rubber and minimum
10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from
cracks, holes and any other surface defects. Adjustment risers shall be designed for heavy
duty street traffic and shall meet or exceed minimum Toad capacity requirements of AASHTO.
Manufacturer certification shall be furnished upon request stating that the product meets the
requirements of this specification. Risers shall be available in standard thicknesses from 1/2 -
inch to 3- inches, available flat or tapered and in round, square and rectangular shapes.
7 -05.3 Construction Requirements
Section 7 -05.3 is supplemented with the following:
( * * * * * *)
Backfill around catch basins shall be compacted by mechanical tampers in accordance with
Section 2- 03.3(14)C "Method B" of the Standard Specifications.
Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All
bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch
on the outer surface. Catch basin covers shall be adjusted to the rim elevations depicted on
the storm profile drawings.
A locking vaned grate and associated frame shall be installed on manholes and catch basins
located where they will accept runoff. Bi- directional locking vaned grates shall be installed at all
roadway sag locations and at low points along curb returns. (Reference City of Federal Way
Standard Drawings No. 4 -10 for standard vaned grate and 4 -6 for standard frame).
All structures not receiving surface runoff shall include round solid locking lids; except
rectangular solid locking lids shall be used where indicated on the plans or directed by the
Engineer. Catch basins shall include conversion risers to accommodate round lids where
indicated in the plans or directed by the Engineer. (Reference City of Federal Way Standard
Drawing 4 -18 for Conversion Riser). All structures, new or existing, located within the proposed
wheel path shall utilize heavy duty hinged -style round solid locking lids.
A standard solid locking manhole cover and associated frame shall be installed on manholes
and catch basins where they will not accept concentrated runoff and are not located in the
travelled roadway. (Reference City of Federal Way Standard Drawings No. 4 -12 for solid cover
and 4 -13 for standard frame.).
City of Federal Way
South 356th Street Improvements
Page 112
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
7- 05.3(1) Adjusting Manholes Valve Boxes and Catch Basins to Grade
Section 7- 05.3(1) is supplemented with the following:
( * * * * * *)
Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade
until the adjacent pavement is completed, at which time the center of each structure shall be
carefully relocated from references previously established by the Contractor. The asphalt
concrete pavement shall be removed to a neat circular shape for manholes and catch basin
conversion risers and a neat rectangular shape for catch basins that collect runoff. The edge of
the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base
materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The
manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the
roadway, and shall remain operational and accessible. (Reference City of Federal Way
Standard Drawing 3 -55 for Utility Adjustment).
The Contractor shall adjust the manholes and catch basins with pre -cast grade rings, and
mortar and /or high impact adjustment risers with a maximum 2 -inch thickness where required
for heavy -duty frames and covers within the travelled roadway (see Section 7- 05.3(6)). Metal
adjustment rings shall not be used. If more than three grade rings are required to adjust a
manhole to final grade, including existing grade rings, the Contractor shall remove the existing
cone section or top slab, install a pre -cast manhole section of sufficient height to limit the
number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to
paving operations.
Grade adjustment rings and high impact riser installation shall be inspected by the Engineer
prior to frame installation. Cover and grate frames shall be securely grouted to the structure.
Where existing structures are located within the wheel path of a proposed travel lane, catch
basins adjusted to grade shall also include conversion risers and heavy duty locking frames
and covers and high- impact risers per Section 7- 05.3(6).
Following frame installation, the edges of the removed asphalt pavement and the outer edge of
the reset frame shall be painted with asphalt for tack coat. The entire void around the
adjustment shall then be be filled with Commercial HMA, placed and compacted in maximum 3-
inch lifts, to match the adjacent pavement surface. The joint between the patch and existing
pavement shall then be painted with asphalt for tack coat and immediately covered with dry
paving sand before the asphalt for tack coat solidifies.
See Section 7 -05.3 of these special provisions for ring & cover and frame & grate requirements
as applicable to both existing and proposed structures.
7- 05.3(3) Connections to Existing Manholes
Section 7- 05.3(3) is supplemented with the following:
( * * * * * *)
The requirements of this section shall also apply to connections to existing catch basins.
Section 7 -05.3 is supplemented by adding the following Sections:
City of Federal Way
South 356th Street Improvements
Page 113
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 05.3(5) Connection to Existing Pipe
( * * * * * *)
The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins
without obstructing flow from upstream locations.
7- 05.3(6) Catch Basin Type 2 with Flow Restrictor
Catch basin Type 2 with flow restrictor shall be installed as detailed on the Plans.
7- 05.3(7) Heavy Duty Frame and Cover with High Impact Riser
( * * * * * *)
Heavy duty hinged style frame and covers with high- impact adjustment risers, shall be installed
in accordance with the requirements of Section 7- 05.3(1) and manufacturer installation
instructions, for all solid -lid drainage structures located within the traveled roadway as noted in
the plans.
Install a rectangular to round conversion riser per Section 7- 05.3(7) of these Special Provisions
and City of Federal Way Standard Drawing 4 -18 for existing or proposed Type 1 or Type 1L
catch basins where required by the plans.
High impact adjustment risers with a maximum 2 -inch thickness shall be used for all heavy -duty
frames and covers withir the travelled roadway.
7- 05.3(8) Reconstructing Storm Drainage Structures
( * * * * * *)
Reconstruction of existing storm drainage structures shall consist of adjustments to existing
Type 2 catch basins that require replacement of the top slab to either (1) install or remove
manhole sections below the top slab to adjust the height of the manhole, (2) rotate the top slab
to adjust the horizontal location of the access opening, (3) replace the top slab with a new top
slab having a different access hole location or shape, or (4) replace an existing debris cage with
a standard top slab, as indicated on the Plans. In cases where the reconstruction requires
rotating the top slab, a new ladder shall be installed to align with the new access riser. The
completed storm drainage structure reconstruction shall result in a drainage structure that
conforms to Federal Way Standard Drawing Nos. 4 -03 and 4 -04 for Type 2 catch basins or as
detaied on the Plans. If the reconstructed storm drainage structure is located within the traveled
roadway, install heavy duty frame and cover with high impact riser in accordance with Section
7- 05.3(6) of these Special Provisions. Final adjustment to grade shall be in accordance with
Section 7- 05.3(1) of the Standard Specifications and these Special Provisions.
7- 05.3(9) Relocate Existing Stormwater Treatment Vault
( * * * * * *)
Where shown on the Plans, an existing Contech Stormfilter vault shall be relocated to a new
location. This work includes disconnecting pipes and removing the existing stormwater
City of Federal Way
South 356'h Street Improvements
Page 114
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
treatment vault, cleaning the unit, and reinstalling where shown on the plans, including new
pipe connections.
7 -05.4 Measurement
Section 7 -05.4 is supplemented with the following:
"Catch Basin Type 1", will be measured per each.
"Catch Basin Type 1 L ", will be measured per each.
"Catch Basin Type 2, 48 In. Diam. ", will be measured per each.
"Catch Basin Type 2, 60 In. Diam with Flow Restrictor ", will be measured per each.
"Adjust Existing Storm Drainage Structure ", will be measured per each.
"Connection to Existing Drainage Structure ", will be measured per each.
"Install Solid Cover on Existing Structure ", will be measured per each.
"Reconstruct Drainage Structure ", will be measured per each.
"Relocate Existing Stormwater Treatment Vault ", will be measured per each.
7 -05.5 Payment
Section 7 -05.5 is supplemented with the following:
Controlled Density Fill (CDF), per Special Provision 2- 09.3(1)E, shall be placed where depicted
in the plans, and where authorized by the Engineer, as described in these specifications.
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Catch Basin Type 1", per each.
"Catch Basin Type 1 L ", per each.
"Catch Basin Type 2, 48 In. Diam. ", per each.
"Catch Basin Type 2, 60 In. Diam. with Flow Restrictor ", per each.
The unit contract price per each for all bid items above shall be full pay for furnishing all labor,
tools, equipment, and materials necessary to complete each unit according to the Plans and
Specifications. This includes all pavement removal and disposal, excavation, dewatering (if
required), temporary flow bypass, connections to existing and new pipe, foundation material,
bedding, backfill, compaction, surface restoration, testing, and furnishing and placing of all
accessories such as traps, steps or ladders, control orifice risers, debris cages, weirs, orifice
plates, shear gates, temporary patching hot mix to allow for the passage of traffic, and other
items as applicable. Frames and grates (standard, vaned or beehive) or rings and covers
City of Federal Way
South 356th Street Improvements
Page 115
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
(standard duty or heavy duty where called for on the Plans), grade rings and adjustment risers
(concrete or high- impact) shall be considered incidental to this bid item and will not be
measured for separate payment.
"Adjust Existing Storm Drainage Structure ", per each.
The bid item "Adjust Storm Drainage Structure ", per each, applies to existing storm drainage
catch basins and storm drainage manholes that require adjustment to grade by addition or
removal of adjustment risers. The unit contract price for "Adjust Existing Storm Drainage
Structure," per Each, includes all labor, tools, equipment, and materials necessary to adjust
drainage structures to finished grade, temporary patching hot mix to allow for the passage of
traffic, restoration of the area around the adjusted structure, and providing new rings and
covers or frames and grates. Grade rings and adjustment risers (concrete or high- impact) shall
be considered incidental to this bid item and will not be measured for separate payment.
Payment for "Adjust Storm Drainage Structure ", shall include one (1) adjustment to final grade
and shall not include interim adjustments.
"Connection to Existing Drainage Structure ", per each.
The unit contract price for "Connection to Existing Drainage Structure ", per each, applies to
connecting new storm drain pipe to existing storm drainage catch basins and manholes and
includes all labor, tools, equipment, and materials necessary to core drill the existing drainage
structure and provide the necessary pipe connection.
"Install Solid Cover on Existing Structure ", per each.
The unit contract price for "Install Solid Cover on Existing Structure ", per each, includes all
labor, tools, equipment, and materials necessary to install a new frame with solid cover on an
existing drainage structure. Heavy -duty hinged style rings and covers, high- impact risers, and
conversion risers required for installing a round cover on a Type 1 catch basin, and adjustment
to grade, shall be considered incidental to this bid item and will not be measured for separate
payment.
"Reconstruct Drainage Structure ", per each.
The bid item "Reconstruct Storm Drainage Structure ", per each, applies to existing Type 2
catch basins that require replacement of the structure top slab to adjust the height of the
structure below the top slab, to provide a top slab with a round rather than rectangular opening„
remove an existing debris cage, and /or to reposition the access opening. The unit contract price
for "Reconstruct Storm Drainage Structure ", per each, includes all labor, tools, equipment, and
materials necessary to remove the structure top slab or debris cage, install structure risers,
install new ladder or replace existing ladder, sealing cracks, replace existing top slab or install
new top slab, adjust structure to finished grade, temporary patching hot mix to allow for the
passage of traffic, restoration of the area around the adjusted structure, and providing new
rings and covers or frames and grates. Rings and covers (whether standard duty or heavy duty
as called for on the profile drawings) as well as frames and grates, grade rings and adjustment
risers (concrete or high- impact) shall be considered incidental to this bid item and will not be
measured for separate payment.
"Relocate Existing Stormwater Treatment Vault ", per each.
The unit contract price per each for "Relocate Existing Stormwater Treatment Vault" shall be
full pay for removing and resetting the existing stormwater treatment vault where shown and as
detailed on the Plans, including removing, cleaning and protecting the existing stormwater
City of Federal Way
South 356th Street Improvements
Page 116
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
treatment vault, excavation, subgrade preparation, gravel bedding, placement of the existing
vault at the new location, connecting storm drain pipes, adjusting the top to grade, and
installing new riser sections if needed.
Add the following New Section
( * * * * * *)
7 -06 STORMWATER DETENTION POND
7 -06.1 Description
The work to be performed shall consist of the construction of the Stormwater Detention Pond as
shown on the Plans and as described in these specifications. Work includes, but is not limited to
site grading, earthwork, and compaction, installation of emergency overflow spillway, construction
of access roads, control of water, compliance with permit conditions, and all other work necessary
to complete pond construction.
7 -06.2 Materials
Materials shall meet the requirements of the following sections:
Aggregates 9 -03
Shoulder Ballast 9- 03.9(2)
Crushed Surfacing 9- 03.9(3)
Quarry SpaIls 9 -13
Rock Lining 9 -13.8
Chain Link Fence and Gates 9 -16.1
Construction Geotextile 9 -33
7 -06.3 Construction Requirements
The limits of construction for the stormwater detention pond are shown on the Plans. The pond site
may be used for staging and storage of construction materials per Specification Section 1- 04.12. If
the Contractor elects to use the site for staging, it shall be the Contractor's responsibility for
protection and /or stabilization of subgrade and to establish and maintain adequate erosion control
facilities to meet downstream turbidity limitations as documented in an approved TESC plan and
SPCC plan. The limits of clearing and grading for staging and storage of construction materials
shall not exceed what is required and delninated on the Plans for construction of the pond.
The construction of the pond shall be completed, including all plantings unless otherwise approved
by the Engineer, within one construction season. No stormwater shall be released into the pond
until written acceptance has been provided by the Engineer.
City of Federal Way
South 356'h Street Improvements
Page 117
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 06.3(1) Removal and Exclusion of Water
The Contractor shall remove and exclude water, including stormwater, groundwater, and surface
water from all excavations per the provisions of 7 -08 herein.
7- 06.3(2) Earthwork
The pond site shall be cleared and grubbed only as necessary to complete the work shown on the
Plans. Clearing and grubbing shall be in accordance with Section 2 -01.3.
The Contractor shall grade the pond to the lines and grades shown on the Plans. Earthwork shall
be in accordance with Section 2 -03.3.
Clearing, grubbing, and excavation as part of the Lump Sum Bid Item shall include the removal of
any materials of whatever nature encountered, including all structures and obstructions that would
interfere with the proper execution and completion of the work. The Contractor shall furnish, place,
and maintain all supports and shoring that may be required for the sides of excavations to protect
adjacent items to remain.
The Contractor shall perform a site visit of the detention pond site as specified in the Standard
Specifications Section 1 -02.4. Any items encountered during construction requiring
removal /disposal shall be the responsibility of the Contractor. No additional compensation will be
made by the Contracting Agency for the removal of surface or subsurface materials or obstacles
encountered.
All excavated material shall be removed from the project site. Copies of permits for waste sites
shall be furnished to the Engineer by the Contractor.
7- 06.3(3) Access Roads
Access roads shall be constructed as shown on the Plans and in accordance with Sections 2 -03.3,
4 -04.3, and 5 -04.3. Surfacing for access roads shall be as Shoulder Ballast under the applicable
specification section.
7- 06.3(4) Emergency Overflow Spillway
The emergency overflow spillway shall be constructed as shown on the Plans. The full width of the
emergency overflow spillway shall be armored with Rock Lining, beginning at a point midway
across the top of the berm embankment and extending beyond the tow of the pond embankment as
shown on the Plans. After placement, the rock lining shall be compacted to be uniformly dense and
unyielding.
7- 06.3(5) Chain Link Fence
The chain link fence around the pond site shall be constructed in accordance with 8 -12, herein and
per the Plans. The access gate shall be 14 foot minimum clearance width. Chain link fabric shall
consist of 9 -guage wire with black vinyl coating.
7- 06.3(6) Pond Sign
A stormwater pond sign shall be installed where shown on the plans and in accordance with City of
Federal Way Standard Drawing 4 -19.
City of Federal Way
South 356' Street Improvements
Page 118
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
7- 06.3(7) Detention Pond Planting and Irrigation
The pond site shall be planted and maintained throughout the establishment period as shown on
the Plans and in accordance with Section 8 -02. Measurement and payment for detention pond
planting, topsoil, soil amendments, seeding and plant establishment shall be in accordance with
Section 8 -01 and 8 -02. Measurement and payment for irrigation shall be in accordance with
Section 8 -03 "Automatic Irrigation System ".
7- 06.3(6) Tapered End Sections
Tapered end sections for pipes connected to the detention pond shall per WSDOT Standard Plan
B- 80.40.00 with Type 4 Safety Bars. The maximum spacing between safety bars shall be 5- inches.
7 -06.4 Measurement
No measurement will be made for the construction of the stormwater detention pond; all costs are
incidental to the lump sum bid item.
7 -06.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Stormwater Detention Pond ", per lump sum
The lump sum contract price for Stormwater Detention Pond shall be full pay for all materials,
equipment, and labor necessary to complete the Stormwater Detention Pond in accordance with
the Plans and Specifications, including clearing & grubbing, excavation, for fill, control of water,
compaction of pond facility to finished grade, support and protection of existing utilities, dewatering,
emergency overflow spillway, pipe tapered end sections with safety bars, access road, pond sign,
and material disposal, in accordance with the details to provide a complete installation as shown on
the Plans and specified herein.
No additional compensation will be made by the Contracting Agency for the removal of surface or
subsurface materials or obstacles encountered. Haul and disposal of materials encountered shall
be considered included in the lump sum price.
Payment for items associated with the "Stormwater Detention Pond, but not included in the Lump
Sum bid item, indude the following items included in the Bid Proposal:
Chain Link Fence will be paid for by the "Chain Link Fence" bid item.
The cost of the detention pond control structure will be paid for by the "Catch Basin Type 2, 60
In. Diam. with Flow Restrictor" bid item.
The cost of catch basins within the pond area will be paid for by the various Catch Basin bid
items.
The pipe within the pond construction area will be paid for by the various Storm Sewer Pipe bid
items.
City of Federal Way
South 356'h Street Improvements
Page 119
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Landscaping and irrigation associated with the Detention Pond will be paid for by the various
planting and irrigation bid items included in the Proposal.
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7 -08.3 Construction Requirements
Section 7 -08.3 is supplemented with the following:
( * * * * * *)
Dewatering
Where water is encountered in the trench and other excavations for structures, it shall be
removed during pipe - laying and backfilling operations and the trench and /or excavation so
maintained until the ends of the pipe are sealed and provisions are made to prevent floating of
the pipe, or the structure is placed or constructed and provisions are made to prevent it from
floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at
any time.
The Contractor shall furnish all equipment necessary to dewater the excavation and shall
dispose of the water in such a manner as not to cause a nuisance or menace to the public, or
damage or cause deterioration of existing improvements or natural features. The dewatering
system shall be installed and operated by the Contractor so that the groundwater level outside
the excavation is not reduced to the extent that adjacent structures or property are endangered
or damaged. The release of groundwater to its static level shall be performed in such a
manner as to maintain the undisturbed state of the natural foundation soil, prevent
disturbances of backfill and prevent movement of structures and pipelines. Discharge to
existing storm sewer facilities, storm drain system, or containment and discharge of such
collected groundwater shall be in accordance with the TESC Plan as reviewed by the
Engineer.
7- 08.3(3) Backfilling
Section 7- 08.3(3) is supplemented with the following:
( * * * * * *)
Initial backfilling shall be performed only after inspection and approval of the installed pipe.
Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or
overloading.
All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical
tamper(s) as specified in Sections 7- 08.3(3) of the Standard Specifications or other mechanical
compaction device approved by the Engineer.
If there is an excess of acceptable backfill material obtained from trench excavation at one
location on the project, it shall be used at other locations on the project as directed by the
Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of
transporting the excess backfill material shall be considered incidental to the pipe or structure
backfilled.
City of Federal Way
South 356`h Street Improvements
Page 120
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
7 -09 WATER MAINS
7 -09.1 Description
( * * * * * *)
Revise this section to read:
This Work consists of installing water main and appurtenances in accordance with the Plans,
these Standard Specifications, and the Special Provisions, at the locations and depths shown
and noted in the Plans, and as may be directed by the Engineer.
7 -09.2 Materials
( * * * * * *)
Revise this section to delete any references to steel, polyvinyl chloride (PVC), and Polyethylene
pipe for permanent water supply facilities. Pipe for water main shall only be ductile iron pipe
Special Thickness Class 52, or such thicker - walled pipe as shown in the Plans.
Revise the "Aggregates:" section to read
Aggregates:
Foundation Material
Gravel Backfill for Pipe Zone Bedding
Pipe Zone backfill
Trench Backfill
111 7 -09.3 Construction Requirements
( * * * * * *)
Supplement and revise this section with the following:
9- 03.17, 9 -03.18
9- 03.12(3)
9- 03.12(3)
9- 03.12(3)
All construction within public road rights -of -way shall be in conformance with the requirements
of the City, County, or State governmental agency having jurisdiction in which the work is
performed, as herein specified and as directed by the Engineer.
All trench excavation required for the installation of water mains and appurtenances shall be
unclassified. All material excavated from trenches and piled adjacent to the trench, or in a
roadway or public thoroughfare, shall be piled and maintained so that the toe of the slope of the
spoil material is at least two feet (2') from the edge of the trench. It shall be piled in a manner to
prevent surface water from flowing into the excavation and in a manner that will cause a
minimum of inconvenience to public travel. Free access shall be provided to all fire hydrants,
water valves and meters; and clearance shall be left to enable the free flow of storm water in all
gutters, conduits and natural water courses.
All public traffic shall be permitted to pass through the Work with as little inconvenience and
delay as possible. The Contractor shall keep existing roads and streets adjacent to or within
the limits of the Project open to and maintained in a good and safe condition for traffic at all
times. The Contractor shall remove any deposits or debris and shall repair any damage
resulting from its operations.
City of Federal Way
South 356th Street Improvements
Page 121
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Construction shall be conducted so as to cause as little inconvenience as possible to abutting
property owners. Additionally, convenient access to each facility's driveways and buildings
along the line of Work shall be maintained at all times.
Upon completion of rough grading or placing any subsequent layer thereon, the surface of any
road bed disturbed shall be brought to a smooth, even condition, free of bumps and depression,
and satisfactory for the use of public traffic.
Roadways, streets and appurtenances, including driveways and sidewalks, shall be cleaned at
the conclusion of each day's operations and at such other times as deemed necessary by the
Engineer to ensure the safety of the traveling and pedestrian public and to prevent
inconvenience to the Contracting Agency, the public and owners of private property adjacent to
the Project. The Contracting Agency reserves the right to restrict the Contractor to various sites
and times of construction during the entire Project. All costs to comply with this Section are
incidental to the Contract and are the responsibility of the Contractor. The Contractor shall
include all related costs in the unit or lump sum bid prices of the Contract.
On its own responsibility and expense, the Contractor shall provide adequate safeguards,
safety devices and protective equipment, and take any other needed actions, on its own
responsibility or as the Engineer may determine reasonably necessary to protect the life, health
and safety of the public and to protect property in connection with the performance of the Work
covered by the Contract. Where shown on the Plans or otherwise directed by the Contracting
Agency, or City, County, or State governmental agency having jurisdiction, the Contractor shall
install silt fences meeting the requirements of the Standard Plans where runoff from areas
disturbed by construction activities could impact adjacent undisturbed property. All costs to
install silt fences are incidental to the Contract and are the responsibility of the Contractor. The
Contractor shall include all related costs in the unit or lump sum bid prices of the Contract.
The types of gravel material which shall be used in trenches or other excavations are divided
into several classifications. The descriptions of the materials, the locations where they shall be
used, and the method for computing pay quantities are set forth in the following Sections and
are shown on the Contract Plans.
Garden areas shall not be disturbed until after the end of the growing season.
The Contractor shall comply with all covenants, requirements and stipulations of easement
documents which provide the right of the Contracting Agency to perform the Work on private
property.
7- 09.3(5) Grade and Alignment
( * * * * * *)
Revise this subsection, including title, to read:
7- 09.3(5) Grade, Depth and Alignment
The Contractor shall verify the locations and establish the depth of existing water mains at the
points where connections are to be made prior to trenching for the pipelines. A separate
contract pay item "Connection to Existing Water Main In. Diam" has been provided for this
purpose under the current project.
City of Federal Way
South 356th Street Improvements
Page 122
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The profile shall be adjusted so neither a high spot nor a low spot is created adjacent to the
connection to the existing water mains.
The depth of trenching for water mains shall be such as to provide a minimum cover of fourty
two inches (42 ") over the top of the pipe, or twelve (12) inches over all valve nuts, whichever is
deeper, or as otherwise shown on the Plans. Deeper excavation may be required due to
localized breaks in grade, or to install the new main under existing culverts or other utilities where
necessary.
To provide for future street /road widening, this standard minimum cover shall be measured from
the ground surface where the proposed water main is to be located, or the adjacent edge of
pavement, whichever provides the lower water main elevation.
Where the profile of the pipeline and ground surface is shown on the Plans, the pipeline shall
be laid to the elevation shown regardless of depth.
7- 09.3(6) Existing Utilities
( * * * * * *)
Supplement this subsection with the following:
In addition to those facilities exposed above the ground surface, certain underground utility
facilities exist, both known and of record, and unknown. Existing underground utility facilities,
where known, are shown on the Plans for convenience only, and the Engineer and Contracting
Agency assume no responsibility for proper locations or failure to show utility locations on the
Plans. Among others, these utilities include: telephone, telegraph and power lines; natural gas
and petroleum product pipelines; sanitary sewer, storm drain /ditches and structures and water
lines; traffic and street lighting and signing systems.
The locations of the underground utility facilities shown on the Plans have been provided from
available records, and may not reflect the exact location of the underground utility facility. The
proposed water facilities constituting the Work have been designed to minimize potential
conflicts with the existing known underground utility facilities.
If the Plans so indicate, certain existing underground utility facilities shall require removing or
relocating the underground utility facility by the utility owner before the Contractor begins Work.
If said utility owner has not done so by the time Work begins, the Contractor shall immediately
notify the Engineer and Contracting Agency in writing.
The Contractor shall advise the Utilities Underground Location Center of the commencement of
the Work by calling 1- 800 - 424 -5555 or 811, providing the proposed construction area and the
proposed schedule of work sequence, so the respective participating utilities may field -mark
their underground utility facilities, as provided for in RCW 19.122. The Contractor shall also
individually advise those utilities and private parties not participating in said one number locator
service. The Contractor shall, by letter and copies thereof, demonstrate to the Contracting
Agency its efforts to fully inform both the non - participating utilities and private parties and the
Utilities Underground Location Center of its activities. Furthermore, the Contractor shall
demonstrate full cooperation with each utility and private party involved in the Project. The
Contractor shall conform to all other provisions of RCW 19.122.
City of Federal Way
South 356`h Street Improvements
Page 123
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
As provided for in RCW 19.122, "reasonable accuracy" in field - locating (marking) underground
utility facilities means a field mark within twenty -four (24) inches of the outside dimensions of
both sides of an underground utility facility.
The minimum horizontal spacing between water mains and storm drains, gas mains, power
cable, telephone cable, cable TV, and other underground utility facilities, except sanitary
sewers, shall be three (3) feet, measured horizontally. The minimum vertical clearance /spacing
between walls of water main pipelines and pipeline /cable /conduits of other utility facilities,
except sanitary sewers, shall be six (6) inches. The minimum horizontal spacing between water
mains and sanitary sewers shall be ten (10) feet, measured horizontally, unless a closer
spacing is shown on the Plans, in which case certain pipe protection provisions are shown. For
water mains crossing over sanitary sewers, a minimum vertical clearance /spacing between the
walls of these pipelines shall be eighteen (18) inches, as measured at the intersection thereof,
unless a narrower clearance /spacing is shown on the Plans, in which case certain pipe
protection measures shall be shown. If these horizontal spacing and /or vertical
clearance /spacing requirements cannot be met and are not already provided for in the Plans,
the Contractor shall immediately notify the Engineer and Contracting Agency in writing.
Certain alterations in alignment and grade of the proposed water system may be required if an
existing underground utility facility, by field - location, is found to occupy that corridor indicated on
the Plans to be reserved for construction of the proposed water system, or if the standard
spacing cannot otherwise be achieved. The Contractor shall do all necessary excavation and
potholing to expose such underground utility facilities to prevent damage to them which may
otherwise result from the Work. The Contractor shall protect all existing underground utility
facilities from damage resulting from the Work. The alignment and grade of the proposed water
system shown on the Plans shall only be altered upon the written express approval of the
Engineer.
The Contractor shall also notify those owners of underground utility facilities within close
proximity of the proposed water system, within a reasonable period of time prior to construction
at a particular location, so said owner and the Contractor can coordinate the precautions
necessary to facilitate construction of the proposed water system and protect that particular
underground utility facility.
Any damages or disruptions to underground utility facilities resulting from the Contractor's
operation shall be reported to the owner of said underground utility facility and to the
Contracting Agency. Repairs to the damaged or disrupted underground utility facility shall
immediately be made by the owner of said underground utility facility or by the Contractor, at
the sole discretion of the owner of said underground utility facility. The cost for repairs to
damaged or disrupted underground utility facilities shall be borne by the Contractor, unless the
underground utility facility was not field- marked within "reasonable accuracy" defined by
RCW 19.122.
Whenever existing drainage channels, ditches, culverts, storm drains or structures are
disturbed, the Contractor shall provide suitable means for diverting and maintaining all flows
during construction in that area. After construction has been completed in that area, all
channels, ditches, culverts, storm drains or structures shall be returned to their original location
and functional use.
City of Federal Way
South 356`h Street Improvements
Page 124
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Where the proposed water system is in close proximity of existing utility poles, the Contractor
shall coordinate construction procedures with the owners of the affected utility poles. The
Contractor shall give to the owners of affected utility poles reasonable advance notice so that
the Contractor and owners of affected utility poles can properly protect the integrity of the utility
poles by temporarily holding or moving the utility poles during construction of the proposed water
system.
To efficiently perform the Work, the Contractor shall be fully responsible to coordinate the Work
and make the necessary arrangements, including permits and payment of any associated
charges, with the respective owner of underground utility facilities to relocate, move, remove, or
alter their underground utility facilities to attempt to minimize or eliminate conflicts during
construction of the proposed water system in ways not otherwise shown on the Plans.
Any authorized agent of the Contracting Agency or owners of underground utility facilities may
enter the site of the water system improvements at any time to repair, rearrange, alter, or
connect their facilities. The Contractor shall cooperate with such efforts and shall avoid
creating delays or hindrances to those doing the work. As needed, the Contractor shall arrange
to coordinate work schedules.
All utility facilities, including, but not limited to, water main valve boxes, gas main valve boxes,
water meter boxes, and the like, shall remain accessible and marked by the Contractor at all
times during construction.
All costs to comply with this Section, including any repair and /or restoration of facilities
necessitated by the Contractor's operations, are incidental to the Contract and are the
responsibility of the Contractor, except as otherwise provided in RCW 19.122. The Contractor
shall include all related costs in the Contract bid prices.
7- 09.3(7) Trench Excavation
( * * * * * *)
Revise this subsection to read:
Excavation for water mains shall be measured and paid as `Structure Excavation CI B incl Haul
for Schedule B' in accordance with Section 2 -09. Excavation for water services and removal of
water facilities will not be measured for payment, but shall be included in the applicable unit
price item contained in the proposal. Excavation limits for applicable contract bid items are
shown on the water trench section detail.
The Contractor shall perform all excavation of every description and of whatever materials
encountered to the depth indicated on the Plans. All excavations shall be made by open cut
unless provided for otherwise. All trenches shall be excavated to true and smooth bottom
grades and in accordance with the lines given by the Engineer. The trench bottom shall provide
uniform bearing and support for each length of pipe. Bell holes shall be excavated to the extent
necessary to permit accurate work in making and inspecting the joints. The banks of the
trenches shall be kept as nearly vertical as soil conditions will permit. Where required to control
trench width or to protect adjacent structures, the trench shall be sheeted and braced. Trench
widths to one (1) foot above the top of the pipe shall not exceed thirty (30) inches maximum or
one and one -half (1 1/2) times the outside diameter of the pipe plus eighteen (18) inches,
whichever is greater. Standard excavating equipment shall be adjusted so as to excavate the
narrowest trench possible.
City of Federal Way
South 356h Street Improvements
Page 125
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Trench excavation shall be not more than two hundred (200) linear feet ahead of the pipe laying
and backfilling operation and all trenches shall be closed up and fully backfilled, leveled, and
temporarily patched or graveled, or protected with an anchored steel plate at the end of each
day as provided in Section 1- 07.23(1). In certain circumstances such as high -risk of trench
sidewall cave -in, paralleling in close proximity with another utility which could slough into the
open trench, critical street crossings, etc., this distance shall be shortened accordingly by the
Contractor.
The Contractor shall exercise sound engineering and construction practices in excavating the
trench and maintaining it so that no damage will occur to any foundation, structure, utility pole
or anchor, pipeline, or other facility because of sloughing or slopes, or from any other cause. If,
as a result of the excavation, there is disturbance of the ground which may endanger other
property, the Contractor shall immediately take remedial action. No act, representation, or
instruction of the Engineer or Contracting Agency shall in any way relieve the Contractor from
liability for damages or costs that result from trench excavation.
Care shall be taken not to excavate below the depth specified. Excavation below that depth
shall be backfilled with select backfill material and compacted as specified herein.
The Contractor shall prevent damage to major tree roots, particularly those equal to or larger
than two inches (2 ") in diameter.
7- 09.3(7)A Dewatering of Trench
Revise this subsection to read:
Where water is encountered in the trench and other excavations for structures, it shall be
removed during pipe - laying and backfilling operations and the trench and /or excavation so
maintained until the ends of the pipe are sealed and provisions are made to prevent floating of
the pipe, or the structure is placed or constructed and provisions are made to prevent it from
floating. Trench water or other deleterious materials shall not be allowed to enter the pipe at
any time.
The Contractor shall furnish all equipment necessary to dewater the excavation and shall
dispose of the water in such a manner as not to cause a nuisance or menace to the public, or
damage or cause deterioration of existing improvements or natural features. The dewatering
system shall be installed and operated by the Contractor so that the groundwater level outside
the excavation is not reduced to the extent that adjacent structures or property are endangered
or damaged. The release of groundwater to its static level shall be performed in such a manner
as to maintain the undisturbed state of the natural foundation soil, prevent disturbances of
backfill and prevent movement of structures and pipelines. Discharge to existing storm sewer
facilities, storm drain system, or containment and discharge of such collected groundwater shall
be in accordance with the TESC Plan as reviewed by the Engineer.
7- 09.3(7)B Rock Excavation
Revise this subsection to read:
City of Federal Way
South 356th Street Improvements
Page 126
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Rock excavation shall cover the removal and disposal of rock that requires systematic drilling
and blasting for its removal, and also boulders exceeding two (2) cubic yards in volume. Ledge
rock, stone larger than and one -half (11/2) inches, or boulders, shall be removed to provide a
minimum clearance of four inches (4 ") under the pipe, with additional clearance required for
pipe bells as necessary to provide uniform bearing and support for each length of pipe and
permit accurate Work in making and inspecting the joints.
Hardpan, hard clay, glacial till, sandstone, silt stone, shale, or other sedimentary rocks which
are soft, weathered, or extensively fissured will not be classified as rock excavation, even
though it may be advantageous to use explosives in its removal. Rock is defined as one which
has a modulus of elasticity of more than 200,000 psi or unconfined compressive strength at
field moisture content of more than 2,000 psi.
Materials removed shall be replaced with selected native materials from adjacent trenches or
from imported bedding or backfill as designated by the Engineer.
It is anticipated that solid rock will not be encountered. When such material is anticipated to be
encountered, it will be paid for through an established bid item.
7- 09.3(7)C Extra Trench Excavation
Revise this subsection to read:
Changes in grades of new water main, including hydrant laterals, from those shown on the
Plans may be necessary because of unmarked or unknown utilities or for other reasons. If, in
the opinion of the Engineer, it is necessary to adjust, correct, relocate or in any way change the
line and grade, such changes shall be made by the Contractor as specified herein.
When pipeline grade is lowered in excess of one foot (1') below the grade indicated on the
Plans, the Contractor shall make extra excavation as necessary.
When the pipeline horizontal alignment is changed by more than one foot (1') from the line
indicated on the Plans, after the trench has been excavated, the Contractor shall excavate the
trench at the changed location and backfill and compact the previous trench.
Additional excavation so required will be classified as extra trench excavation.
7- 09.3(7)D Trench Safety Systems
( * * * * * *) Addendum # 2
Add the following new subsection:
The work described in this section shall be specifically for removal of water facilities and
installation of service lines. Shoring or Extra Excavation CI B for Water Mains shall be
measured and paid per square foot in accordance with Section 2 -09.
The Contractor shall provide all materials, labor, and equipment necessary to shore trenches to
protect the Work, and existing improvements and natural features not designated for removal,
and to provide safe working
City of Federal Way
South 356th Street Improvements
Page 127
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
conditions in the trench. The Contractor may elect to use any combination of shoring and
overbreak, tunneling, boring, sliding trench shield, or other method of accomplishing the Work
consistent with applicable local, State, or Federal safety codes.
If workers enter any trench four (4) feet or more in depth that does not meet the open pit
requirements of Section 2- 09.3(3)B, the excavation shall be shored as provided in Section 2-
09.3(4). The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility.
Upon completing the Work, the Contractor shall remove all shoring unless the Plans or the
Engineer direct otherwise.
Shoring to be removed, or moveable trench shields or boxes, shall be located at least two and
one -half (21/2) pipe diameters away from metal or thermoplastic pipe if the bottom of the
shoring, shield, or box extends below the top of the pipe, unless a satisfactory means of
reconsolidating the bedding or side support material disturbed by shoring removal can be
demonstrated.
Damages resulting from improper shoring or failure to shore shall be the sole responsibility of
the Contractor.
The furnishing by the Contracting Agency of resident project representation and inspection shall
not make the Contracting Agency responsible for the enforcement of such laws, rules,
regulations, or procedures, nor shall such make the Contracting Agency responsible for
construction means, methods, techniques, sequences, procedures, or for the Contractor's
failure to properly perform the Work necessary for proper trench excavation safety.
7- 09.3(8) Removal and Replacement of Unsuitable Materials
( * * * * * *) Addendum # 2
Replace the first two paragraphs in this section to read:
When so directed by the Engineer, excavation shall be extended below the structure or pipeline
grades to permit the placing of foundation gravel.
Whenever in excavating a trench for water mains the bottom of the trench exposes peat, soft
clay, quicksand, or other unsuitable foundation material, such material shall be removed to the
depth directed by the Engineer and backfilled with foundation material. When determined by
the Engineer that such unsuitable foundation material has been encountered and the
Contractor has removed said material to the depth as directed by the Engineer, The Contractor
shall furnish and place a layer of quarry spalls followed by a nominal three inch deep layer of
CSBC, or a layer of CSBC as directed by the Engineer.
7- 09.3(9) Bedding the Pipe
Revise this subsection, including title, to read:
7- 09.3(9) Pipe Zone Bedding and Backfill
Gravel backfill for pipe zone bedding shall be placed to depths shown on the Plans, and shall
be rammed and tamped around the pipe to 95 percent of maximum density by the use of
City of Federal Way
South 356`h Street Improvements
Page 128
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
shovels or other approved hand -held tools, so as to provide firm and uniform support for the full
length of the pipe, valves, and fittings. Care shall be taken to prevent any damage to the pipe
or its protective coating.
(Addendum # 2) Gravel backfill for pipe zone bedding shall be used for pipe zone backfill and
shall be placed in uniform lifts on each side of and above the pipe as shown on the Plans, and
shall be compacted to 90 percent of maximum density.
The use of recycled material as pipe zone bedding or backfill shall not be permitted.
7- 09.3(10) Backfilling Trenches
( * * * * * *)
Revise this subsection to read:
Trench backfill material, placement and compaction for ductile iron pipe shall be as shown in
the Plans.
When all pipe, fittings, valves, valve boxes and other appurtenances have been properly
installed and inspected, the trench shall be backfilled. Prior to backfilling, all shoring or other
trench safety system components, and debris shall be removed from the trench. Shoring and
trench safety system components used by the Contractor shall be removed just ahead of the
backfilling operation. Backfill up to twelve (12) inches over the top of the pipe shall be evenly
and carefully placed. Materials capable of damaging the pipe or its coating, including, but not
limited to, large rocks, stumps, logs, brush, broken concrete, frozen dirt clumps, pavement
pieces, and other deleterious material, shall be removed from the backfill material. The
remainder of the material shall be continually placed from the end of the trench.
The use of ' ecycled material as trench backfill shall not be permitted.
A neoprene pad or high- density polyethylene foam) shall be placed between the water main
and existing pipelines, conduits, or other facilities when encountered during construction and as
directed by the Engineer.
7- 09.3(11) Compaction of Backfill
( * * * * * *)
Revise this subsection to read:
Unless the density of the trench backfill within a road right -of -way is required to be greater by
the jurisdictional road agency, the trench backfill material shall be compacted to at least
ninety -five percent (95 %) of the maximum density as specified in Section 2- 03.3(14)D
"Compaction and Moisture Control Tests," for the purposes of this project, the trench backfill
materials and compaction shall be as shown on the Plans."
Maximum density and optimum moisture for non - granular materials will be determined using
WSDOT Test Method No. 609. Maximum density and optimum moisture for granular materials
will be determined using WSDOT Test Method No. 606.
In -place density and moisture content will be determined using the Washington Densometer
method or Nuclear Gauge as outlined in the WSDOT Construction Manual.
City of Federal Way
South 356' Street Improvements
Page 129
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The backfill material shall be placed in successive layers not exceeding twelve inches (12 ") in
loose thickness, and each layer shall be mechanically compacted to the density specified
herein as the trench is backfilled.
At locations where paved streets, roadway shoulders, driveways, or sidewalks will be
constructed or reconstructed over the trench, the backfill shall be spread in layers and be
compacted by mechanical tampers. In such cases, the backfill material shall be placed in
successive layers not exceeding six inches (6 ") in loose thickness, and each layer shall be
compacted with mechanical tampers to the density specified herein. Mechanical tampers shall
be of the impact type as approved by the Engineer.
The Contractor shall provide the proper size and type of mechanical compaction equipment and
select the proper method of utilizing said equipment to attain the required compaction density.
The thickness of layers and the number of passes shall be adjusted to the extent necessary to
attain the required compaction density. Impact compactors shall be operated with the least
practical amount of pressure or weight applied, and vibratory compactors shall be operated with
no more weight applied than the unsupported weight of the machine's pad and boom, all to
achieve the required compaction density without overloading the pipe or structure.
Moisture content of the backfill material may be adjusted to achieve the required compaction
density. This adjustment may be attained by sprinkling the backfill material, or by adding and
mixing dry backfill material, or by windrowing the backfill material and allowing it to dry prior to
placement in the trench.
Contracting Agency, at its sole discretion, may perform compaction tests on the compacted
backfill material at any time. Areas to be tested shall be at the direction of the Engineer. The
Contractor shall perform all work necessary to allow compaction tests to be conducted. The
compaction tests shall be performed by a testing consultant /laboratory selected by the
Contracting Agency, and the costs expended for the services of said testing consultant/
laboratory shall be borne by the Contracting Agency.
The Contractor at its sole expense, shall remove and recompact material that does not meet
the specified compaction requirements; shall promptly and properly refill, regrade, restore, or
otherwise repair any trench settlement; and shall otherwise remedy any defects that appear in
the backfill. Where the required compaction density cannot be achieved on the existing backfill
material, the Contractor shall remove and replace said backfill with material able to meet said
compaction densities.
7- 09.3(12) General Pipe Installation
Supplement this subsection with the following new subsections:
7- 09.3(12)A Laying Ductile Iron Pipe, Fittings and Appurtenances
Ductile iron pipe shall be laid in accordance with AWWA C -151 and the recommendations of the
pipe manufacturer. The pipe shall be laid to the line and grade shown on the Plans, in the
Standard Plans, and as may be directed by the Engineer.
All pipe, fittings and appurtenances shall be carefully checked by the Contractor upon delivery
to the project site, as well as just prior to their installation and placement in the trench.
City of Federal Way
South 356th Street Improvements
Page 130
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The bottom of the trench shall be finished to grade in such a manner that the pipe will have
bearing along the entire length of the barrel.
The pipe, fittings and appurtenances shall be carefully bedded, joined, and protected. The pipe
interior at all times shall be kept free from dirt, gravel, water, and all other deleterious material.
The open ends of the pipe, fittings, and appurtenances shall be closed by a watertight plug or
by other means approved by the Contracting Agency to ensure cleanliness inside the pipe.
Except where necessary to make connections with other pipelines, and where otherwise
authorized by the Engineer, ductile iron pipe shall be laid with bells facing the direction of
laying. The bells shall face upward where pipelines are laid on an appreciable slope, as
authorized by the Engineer. A non -toxic pipe lubricant, as recommended by the pipe
manufacturer and approved for use in potable -water applicatgions, shall be applied to the
gasket and pipe mating surfaces. Bolts on mechanical joint and flanged pipe, fittings, spools,
and appurtenances shall be tightened uniformly to the torque recommended by the
manufacturer.
All joints in the pipe, fittings, valves, flexible couplings, etc., shall be fully seated with small
clearances allowed for pipe expansion. Where flexible couplings are required, the space
between pipe ends shall not exceed one quarter inch (1/4 ") to prevent pipe movement. When
the space between pipe ends is excessive, short sections of pipe may be inserted as a spacer
ring to limit such pipe movement within the coupling or mechanical joint sleeve fitting, to obtain
the one quarter inch (1/4 ") spacing limitation provided herein.
All fittings and pipe which will come in contact with cement concrete, such as from concrete
pipe encasement and thrust blocking, shall be protected by a layer of heavy building paper or
plastic sheeting. The material shall be wrapped loosely around the pipe and need not be water
tight, but no part of the pipe or fittings shall be exposed to the cement concrete. Care shall be
exercised during backfilling to prevent the plastic film wrap from becoming punctured or
otherwise damaged. The Contractor shall comply with other requirements for placing concrete
thrust blocking provided in Section 7- 09.3(21) "Concrete Thrust Blocking."
Only mechanical joint sleeve fittings shall be used to connect plain ends of ductile iron pipe
and /or spools; flexible couplings shall not be used for this purpose.
Fittings shall not be backfilled until first approved by the Engineer for compliance with the Plans
and Specifications.
Where shown on the Plans or otherwise directed by the Engineer, the Contractor shall install
pipe anchor blocks, sacked slope retainer and timber baffles meeting the requirements of the
Standard Plans in the backfilled trench where water mains are installed on slopes twenty
percent (20 %) or greater.
7- 09.3(12)B Taste and Odor
No water main pipe, fitting, or other appurtenances will be accepted by the Contracting Agency
in which an objectionable taste and /or odor is detected in water which has been in contact with
the interior surface(s) of said material, either before or after the material has been installed.
Taste and odor testing, if determined necessary by the Contracting Agency, shall be conducted
through Lakehaven Water & Sewer District in accordance with the Lakehaven Water & Sewer
District's testing procedures and requirements. Such testing shall be subject to the Lakehaven
City of Federal Way
South 356'^ Street Improvements
Page 131
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Water & Sewer District's schedule. All such testing by Lakehaven Water & Sewer District, and
resulting corrective actions required by the Contracting Agency to remedy a defect or defects as
may be determined by such testing, shall be at the Contractor's sole expense.
7- 09.3(13) Handling of Pipe
( * * * * * *)
Supplement this subsection with the following:
Each pipe, fitting, or other accessory shall be carefully inspected and thoroughly cleaned of any
dirt or deleterious material which might be present on the inside prior to its installation. Such
cleaning shall be accomplished prior to lowering the pipe or other accessories into the trench;
and after the materials are placed in the trench, care shall be taken to keep them internally
clean. To minimize risks and expedite the Work, it is suggested that the open ends of
stockpiled pipe be plugged, or sealed with a polyethylene bag or equivalent mechanism to
prevent the introduction of dirt or deleterious material, and that the pipe be cleaned using,
and /or swabbed with a clean foam cube designed for that purpose and saturated in, a one
percent (1 %) hypochlorite solution.
The Contractor shall exercise particular care to guard against the entrance of stormwater or
sewage into the trench during the course of construction. All sanitary sewers and storm drain
lines, house side sewers, and /or other subsurface drains shall be located prior to excavation.
The Contractor shall employ provisions to protect the Work from contamination by deleterious
liquids.
7- 09.3(14) Cutting Pipe
( * * * * * *)
Revise this subsection to read:
Whenever it becomes necessary to cut a length of pipe, the cut shall be made by abrasive saw
or by special pipe cutter. All pipe ends shall be square with the longitudinal axis of the pipe and
shall be reamed or otherwise smoothed so that good connections can be made. Threads shall
be cleanly cut. Oxyacetylene torch cutting of ductile iron pipe shall not be allowed.
Flaring of copper tubing shall be accurately and smoothly performed with tools designed
specifically for this task.
7- 09.3(15) Laying of Pipe on Curves
7- 09.3(15)A Ductile Iron Pipe
( * * * * * *)
Revise this subsection to read:
Long radius curves, either horizontal or vertical, may be laid with standard pipe by deflecting the
joints. If the pipe is shown curved on the Plans and no special fittings are shown, the
Contractor can assume that the curves can be made by deflecting the joints with standard
lengths of pipe. If shorter lengths are required, the Plans will indicate maximum lengths that
can be used. The amount of deflection at each pipe joint when pipe is laid on a horizontal or
vertical curve shall not exceed the manufacturer's printed recommended deflections. For the
purposes of this project, the maximum allowable deflection shall be three (3) degrees or the
manufacturer's recommendation, whichever is least.
City of Federal Way
South 356th Street Improvements
Page 132
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Where field conditions require deflection or curves not anticipated by the Plans, the Engineer
will determine the methods to be used. No additional payment will be made for laying pipe on
curves as shown on the Plans, nor for field changes involving standard lengths of pipe deflected
at the joints. When special fittings not shown on the Plans are required to meet field conditions,
additional payment will be made for special fittings.
When rubber - gasketed pipe is laid on a curve, the pipe shall be jointed in a straight alignment and
then deflected to the curved alignment. Trenches shall be made wider on curves for this
purpose.
7- 09.3(16) Cleaning and Assembling Joints
( * * * * * *)
Revise this subsection to read:
Joints shall be "made -up" in accordance with the manufacturer's recommendations. Standard
joint materials, including rubber ring gaskets, shall be furnished with the pipe. Materials shall
be suitable for the specified pipe sizes and pressures.
All parts of the pipe ends, coupling, fittings, and appurtenances shall be cleaned to remove oil,
grit, or other foreign matter from the joint. Care shall be taken to keep the joint from contacting
the ground.
Pipe not furnished with a depth mark shall be marked before assembly to ensure visual
observation of the work.
7- 09.3(19) Connections
7- 09.3(19)A Connections to Existing Mains
( * * * * * *)
Revise this subsection to read:
No connection to the existing water system shall be made until all provisions for hydrostatic
pressure testing, as required in Section 7- 09.3(23) "Hydrostatic Pressure Test," and
disinfection, as required in Section 7- 09.3(24) "Disinfection of Water Mains," have been met.
At least one connection to the existing water system shall be made within ninety -six (96)
consecutive hours of the time that written acceptable results of the most recent bacteriological
sampling are available as provided in Section 7- 09.3(24)W. "Subsequent Bacteriological
Sampling." If at least one connection is not made within the specified time period, additional
sampling meeting the requirements of Section 7- 09.3(24)0. "Repetition of Flushing and Testing"
shall be conducted.
Connections to the existing system shall not be made without first making the necessary
arrangements with the Contracting Agency at least twenty -four (24) hours in advance. Work
shall not be started until all of the materials, equipment and labor necessary to properly
complete the work, including that for temporary surface repair, are assembled on the site.
When work is once started on a connection, it shall proceed continuously without interruption
and as rapidly as possible until completed and under continuous observation by Contracting
City of Federal Way
South 356th Street Improvements
Page 133
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Agency. All existing mains shall be restored to service overnight and on weekends and
holidays.
The Contractor shall coordinate its work on connections to the existing system with that of
Contracting Agency's main cleaning efforts as provided for in Section 7- 09.3(24)X. "Main
cleaning." In certain cases, foam rubber cubes used for main cleaning must be inserted into
the new system prior to its connection to the existing system.
If the connection to the existing system involves temporarily discontinuing water service to
customers, the Contractor shall be responsible for notifying the customers affected by the
service interruption, as well as the fire protection authority having jurisdiction, per 7- 10.3(3).
Contracting Agency shall advise the Contractor as to which customers are affected by the
service interruption, and shall provide the forms ( "door- hangers ") to be used for said notification
efforts. The Contractor shall fill in the appropriate spaces in said forms. The Engineer may,
under certain special circumstances, require this connection work to be performed during times
other than normal working hours, at no additional expense to Contracting Agency.
Valves in the existing system, or between the existing system and the new system, shall be
operated only by Contracting Agency personnel or by others under the Engineer's specific
direction.
The work anticipated for each connection to the existing system is detailed on the Plans. If
conditions are subsequently found to differ from those shown on the Plans, revisions to the
connections to the existing system must first be approved by the Engineer.
The interior of all pipe and fittings used to make confections to the existing system shall be
cleaned of all deleterious material and swabbed and /or sprayed with a clean, one (1) percent
hypochlorite solution, mixed in a clean container, before they are installed. If any portion of the
new system becomes contaminated during the connection work by the inadvertent entry of ditch
water or any other reason, the new system shall again be disinfected in accordance with the
provisions of Section 7- 09.3(24) "Disinfection of Water Mains" before said connection work is
continued.
When 1) the existing water system is extended with new pipe to connect to a new system;
2) the new water system has successfully passed the hydrostatic pressure and disinfection
tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the
existing water system to the new water system is sixty feet (60') or less, this section of new pipe
shall be cleaned of all deleterious material and swabbed and /or sprayed with a clean, one (1)
percent hypochlorite solution before they are installed. If the length of pipe from the existing
water system to the new water system is longer than ten (10) feet, but no longer than sixty (60)
feet, this section of new pipe shall be subject to bacteriological testing as specified in
Section 7- 09.3(24) "Disinfection of Water Mains." The Contractor shall install temporary blowoff
assemblies as necessary to conduct these tests.
Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a
minimum pressure of one hundred pounds per square inch (100 psi), with no perceptible loss
after at least two (2) minutes, after placement onto the existing main and before cutting into the
existing main.
City of Federal Way
South 356th Street Improvements
Page 134
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
All pipe and fittings exposed by the excavation for a connection to an existing asbestos cement
water main shall be bedded with pea gravel meeting the requirements of Section 9 -03.25 "Pea
Gravel for Asbestos - Cement Pipe Connections."
Where shown on the Plans or directed by the Engineer, and after completion of connection(s) to
existing main(s), the Contractor shall excavate and remove any existing gate valves and other
fittings from water mains scheduled for removal, or decommissioning. Where shown on the
Plans, gate valves and other fittings removed shall be replaced with blind flange(s).
Where asbestos - cement water main pipe is encountered and removal of a section thereof is
required, the Contractor shall comply with all applicable statutes, regulations, and requirements
for disposal of said removed section of asbestos - cement pipe promulgated by the Puget Sound
Air Pollution Control Agency and any other City, County, State, or Federal governmental agency
having jurisdiction. For the purposes of the current project, the Contractor shall comply with the
requirements of these Special Provisions for the removal and disposal of asbestos cement pipe.
All costs to comply with this Section are incidental to the Contract and are the responsibility of
the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices
of the Contract.
7- 09.3(23) Hydrostatic Pressure Test
( * * * * * *)
Revise this subsection to read:
All water mains and appurtenances, including, but not limited to, water service connection taps,
service saddles, corporation stops, and service pipe and fittings, shall be tested in sections of
convenient length under a hydrostatic pressure equal to 250 pounds per square inch (250 psi),
or 150 pounds per square inch (150 psi) in excess of the normal operating pressure, whichever
is greater.
Sections to be tested shall normally be limited to 1,500 feet in length. The Engineer may
require that the first section of pipe, not less than 1,000 feet in length, installed by each of the
Contractor's working crews, be tested in order to qualify the crew and the material. Pipe - laying
shall not be continued more than an additional 1,000 feet until the first section has been tested
successfully.
Prior to requesting the Engineer to witness the "official" pressure test, the Contractor shall have
all equipment set up, completely ready for operation, and shall have successfully performed an
acceptable "pre- test" to assure that the pipe is in a satisfactory condition.
All costs to comply with this Section are incidental to the Contract and are the responsibility of
the Contractor. The Contractor shall include all related costs in the unit or lump sum bid prices
of the Contract.
7- 09.3(23)A Testing Extensions from Existing Mains
( * * * * * *)
Revise this subsection to read:
When 1) the existing water system is extended with new pipe to connect to a new system;
2) the new water system has successfully passed the hydrostatic pressure and disinfection
City of Federal Way
South 356th Street Improvements
Page 135
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
tests; 3) connection is approved by the Contracting Agency; and 4) the length of pipe from the
existing water system to the new water system is sixty feet (60') or less, this section of new pipe
and fittings shall require no hydrostatic test. However, all pipe and fittings required to effect this
connection shall be disinfected according to Section 7- 09.3(19)A. "Connections to Existing
Mains." Where the length of pipe between the existing water system and the new water system
exceeds sixty feet (60'), this section of new pipe shall pass the hydrostatic pressure test and
undergo the disinfection procedure, all as specified herein. The Contractor shall install
temporary blowoff assemblies as necessary to conduct these tests. Any visible leakage
detected from pipe, valves, and fittings required to effect the connection shall be corrected by
the Contractor and witnessed by the Contracting Agency, at no additional expense to the
Contracting Agency.
7- 09.3(23)C Testing Hydrants Installed on Existing Mains
Revise this subsection to read:
For hydrants installed and connected to existing water mains, and the connection /lateral pipe is
sixty (60) feet or less, the hydrant assembly including hydrant tee, connection /lateral pipe,
auxiliary gate valve and other fittings, shall not be subject to a hydrostatic pressure test. All
pipe, fittings, and appurtenances for the fire hydrant assembly shall be disinfected using the
same procedure provided in Section 7- 09.3(19)A. "Connections to Existing Mains." Any visible
leakage detected from the pipe, valves and fittings for the hydrant assembly shall be corrected
by the Contractor and witnessed by the Contracting Agency, at no additional expense to the
Contracting Agency, when subjected to the normal working pressure of the existing water
system.
Where the confection /lateral pipe exceeds sixty feet (60'), the connection /lateral pipe and
fittings between the auxiliary gate valve and main hydrant valve shall be subjected to the
hydrostatic pressure test and disinfection procedures as specified in Section 7- 09.3(24)
"Disinfection of Water Mains" and Section 7- 09.3(23) "Hydrostatic Pressure Test."
7- 09.3(23)D Equipment for Hydrostatic Pressure Test
( * * * * * *)
Add the following new subsection:
7- 09.3(23)D Equipment for Hydrostatic Pressure Test
All pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and piping, and
measuring equipment necessary for performing the test shall be furnished and operated by the
Contractor and witnessed by the Engineer.
A clean container of water from which the pressure pump suction shall draw shall be provided
while pumping pressure into the water system being tested.
This "make -up" water shall contain a minimum concentration of approximately fifty parts per
million (50 ppm) of free chlorine by the addition of a twelve percent (12 %) hypochlorite solution.
All pumps and other equipment used for this hydrostatic pressure test shall be properly
disinfected to prevent the introduction of contamination to the section being tested.
Gauges used in the test shall be accompanied with certifications of accuracy from a laboratory
approved by the Contracting Agency. If the gauge proposed for use by the Contractor by its
City of Federal Way
South 356th Street Improvements
Page 136
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
appearance could possibly provide erroneous test results, the Contracting Agency will provide
its own gauge for use during the hydrostatic pressure test(s).
The quantity of water required to restore the pressure (the "make -up" water) shall be accurately
determined by pumping through a positive displacement water meter with a sweep unit hand
registering one gallon per revolution. The meter shall be approved by the Engineer. As an
alternative, the Contractor may provide a volumetric graduated container approved by the
Engineer to accurately record the quantity of the "make -up" water.
7- 09.3(23)E Hydrostatic Pressure Test Procedure
Add the following new subsection:
7- 09.3(23)E Hydrostatic Pressure Test Procedure
The section of pipeline to be tested shall be backfilled sufficiently to prevent movement of the
pipe under test pressure. All thrust blocks shall be in place and time allowed for the concrete to
sufficiently cure before testing. Where permanent blocking is not otherwise required, the
Contractor shall furnish and install temporary blocking and remove it after testing is complete.
The water system to be tested shall be filled with a chlorinated water solution in accordance
with Section 7- 09.3(24)S. "Filling Procedure." The chlorinated water solution shall be allowed
to stand in the water system to be tested a sufficient length of time (approximately twenty -
four (24) hours) to allow the escape of air and allow the lining of the pipe to absorb water, all
before hydrostatic pressure testing is conducted.
The test shall be accomplished by pumping the water system to be tested up to the required
test pressure, stopping the pump for fifteen (15) minutes, and then pumping the water system to
be tested up to the beginning test pressure again. During the test, the water system being
tested shall be observed to detect any visible leakage.
Acceptability of the hydrostatic pressure test shall be determined by two (2) factors:
1. The quantity of chlorinated water solution required to restore the pressure (the "make-
up" water) shall not exceed the volume as determined by the formula:
L = ND(P)o.s
29,600
in which:
L = allowable leakage / "make -up" water volume within a fifteen (15) minute period in
gallons
N = number of joints in the length of pipeline tested
D = nominal inside diameter of the pipe in inches
P = average test pressure during the leak test in pounds per square inch (gauge) (PSIG)
City of Federal Way
South 356th Street Improvements
Page 137
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
( Table 7- 09.3(12) -A provides the solution to this formula for different diameters and
lengths of water main assuming an average test pressure of 250 psig and an assumed
number of joints per 100 feet of water main of seven (7). )
There shall be no appreciable or abrupt loss in pressure during the fifteen (15) minute
test period.
The hydrostatic pressure test shall be conducted with the hydrant auxiliary gate valve(s)
opened and the main hydrant valve(s) closed. At the acceptable conclusion of this hydrostatic
pressure test, and when the water system is placed into service, each hydrant will be inspected
for visible leakage under working pressure conditions while the hydrant ports are capped and
the main hydrant valve is fully opened (to close the hydrant barrel drain valve). Any visible
leakage or defects discovered from this visual inspection shall be corrected by the Contractor.
City of Federal Way
South 356`h Street Improvements
Page 138
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
TABLE 7- 09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE / "MAKE -UP" WATER VOLUME (L)
FOR 15- MINUTE HYDROSTATIC PRESSURE TEST
L = ND(P)o.s
29,600
ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7
DIAMETER (D) = 4 INCHES
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
50
0.007
0.030
0.060
1.728
0.006
0.103
100
0.015
0.060
0.120
3.455
0.013
0.206
150
0.022
0.090
0.179
5.183
0.019
0.308
200
0.030
0.120
0.239
6.910
0.026
0.411
250
0.037
0.150
0.299
8.638
0.032
0.514
300
0.045
0.179
0.359
10.365
0.039
0.617
350
0.052
0.209
0.419
12.093
0.045
0.720
400
0.060
0.239
0.479
13.820
0.051
0.823
450
0.067
0.269
0.538
15.548
0.058
0.925
500
0.075
0.299
0.598
17.275
0.064
1.028
550
0.082
0.329
0.658
19.003
0.071
1.131
600
0.090
0.359
0.718
20.730
0.077
1.234
650
0.097
0.389
0.778
22.458
0.084
1.337
700
0.105
0.419
0.838
24.185
0.090
1.440
750
0.112
0.449
0.897
25.913
0.096
1.542
800
0.120
0.479
0.957
27.640
0.103
1.645
850
0.127
0.509
1.017
29.368
0.109
1.748
900
0.135
0.538
1.077
31.095
0.116
1.851
950
0.142
0.568
1.137
32.823
0.122
1.954
1000
0.150
0.598
1.197
34.550
0.129
2.057
1050
0.157
0.628
1.256
36.278
0.135
2.159
1100
0.165
0.658
1.316
38.005
0.141
2.262
1150
0.172
0.688
1.376
39.733
0.148
2.365
1200
0.179
0.718
1.436
41.460
0.154
2.468
* For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches.
City of Federal Way
South 356th Street Improvements
Page 139
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
TABLE 7- 09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE / "MAKE -UP" WATER VOLUME (L)
FOR 15- MINUTE HYDROSTATIC PRESSURE TEST
L = ND(P)o.5
29,600
ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7
DIAMETER (D) = 6 INCHES
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
50
0.011
0.045
0.090
2.591
0.010
0.154
100
0.022
0.135
0.179
5.183
0.019
0.308
150
0.034
0.202
0.269
7.774
0.029
0.463
200
0.045
0.269
0.359
10.365
0.039
0.617
* For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches.
TABLE 7- 09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME (L)
FOR 15- MINUTE HYDROSTATIC PRESSURE TEST
L = ND(P)o.5
29,600
ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7
DIAMETER (D) = 8 INCHES
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
50
0.015
0.060
0.120
3.455
0.013
0.206
100
0.030
0.120
0.239
6.910
0.026
0.411
150
0.045
0.179
0.359
10.365
0.039
0.617
200
0.060
0.239
0.479
13.820
0.051
0.823
250
0.075
0.299
0.598
17.275
0.064
1.028
300
0.090
0.359
0.718
20.730
0.077
1.234
350
0.105
0.419
0.838
24.185
0.090
1.440
400
0.120
0.479
0.957
27.640
0.103
1.645
City of Federal Way
South 356th Street Improvements
Page 140
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
450
0.135
0.538
1.077
31.095
0.116
1.851
500
0.150
0.598
1.197
34.550
0.129
2.057
550
0.165
0.658
1.316
38.005
0.141
2.262
600
0.179
0.718
1.436
41.460
0.154
2.468
650
0.194
0.778
1.555
44.915
0.167
2.673
700
0.209
0.838
1.675
48.370
0.180
2.879
750
0.224
0.897
1.795
51.825
0.193
3.085
800
0.239
0.957
1.914
55.280
0.206
3.290
850
0.254
1.017
2.034
58.735
0.219
3.496
900
0.269
1.077
2.154
62.190
0.231
3.702
950
0.284
1.137
2.273
65.645
0.244
3.907
1000
0.299
1.197
2.393
69.100
0.257
4.113
1050
0.314
1.256
2.513
72.555
0.270
4.319
1100
0.329
1.316
2.632
76.010
0.283
4.524
1150
0.344
1.376
2.752
79.465
0.296
4.730
1200
0.359
1.436
2.872
82.920
0.308
4.936
1250
0.374
1.496
2.991
86.375
0.321
5.141
1300
0.389
1.555
3.111
89.830
0.334
5.347
1350
0.404
1.615
3.231
93.285
0.347
5.553
1400
0.419
1.675
3.350
96.740
0.360
5.758
1450
0.434
1.735
3.470
100.195
0.373
5.964
1500
0.449
1.795
3.590
103.650
0.386
6.170
1550
0.464
1.855
3.709
107.105
0.398
6.375
1600
0.479
1.914
3.829
110.560
0.411
6.581
1650
0.494
1.974
3.949
114.015
0.424
6.787
1700
0.509
2.034
4.068
117.470
0.437
6.992
1750
0.523
2.094
4.188
120.925
0.450
7.198
1800
0.538
2.154
4.308
124.380
0.463
7.404
1850
0.553
2.214
4.427
127.835
0.476
7.609
1900
0.568
2.273
4.547
131.290
0.488
7.815
1950
0.583
2.333
4.666
134.745
0.501
8.020
2000
0.598
2.393
4.786
138.200
0.514
8.226
2050
0.613
2.453
4.906
141.655
0.527
8.432
2100
0.628
2.513
5.025
145.110
0.540
8.637
2150
0.643
2.573
5.145
148.565
0.553
8.843
2200
0.658
2.632
5.265
152.020
0.566
9.049
2250
0.673
2.692
5.384
155.475
0.578
9.254
2300
0.688
2.752
5.504
158.930
0.591
9.460
City of Federal Way
South 356th Street Improvements
Page 141
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
2350
0.703
2.812
5.624
162.385
0.604
9.666
2400
0.718
2.872
5.743
165.840
0.617
9.871
2450
0.733
2.932
5.863
169.295
0.630
10.077
2500
0.748
2.991
5.983
172.750
0.643
10.283
* For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches.
City of Federal Way
South 356th Street Improvements
Page 142
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
TABLE 7- 09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE/ "MAKE -UP" WATER VOLUME (L)
FOR 15- MINUTE HYDROSTATIC PRESSURE TEST
L = ND(P)o.5
29,600
ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7
DIAMETER (D) = 12 INCHES
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
50
0.022
0.090
0.179
5.183
0.019
0.308
100
0.045
0.179
0.359
10.365
0.039
0.617
150
0.067
0.269
0.538
15.548
0.058
0.925
200
0.090
0.359
0.718
20.730
0.077
1.234
250
0.112
0.449
0.897
25.913
0.096
1.542
300
0.135
0.538
1.077
31.095
0.116
1.851
350
0.157
0.628
1.256
36.278
0.135
2.159
400
0.179
0.718
1.436
41.460
0.154
2.468
450
0.202
0.808
1.615
46.643
0.174
2.776
500
0.224
0.897
1.795
51.825
0.193
3.085
550
0.247
0.987
1.974
57.008
0.212
3.393
600
0.269
1.077
2.154
62.190
0.231
3.702
650
0.292
1.167
2.333
67.373
0.251
4.010
700
0.314
1.256
2.513
72.555
0.270
4.319
750
0.337
1.346
2.692
77.738
0.289
4.627
800
0.359
1.436
2.872
82.920
0.308
4.936
850
0.381
1.526
3.051
88.103
0.328
5.244
900
0.404
1.615
3.231
93.285
0.347
5.553
950
0.426
1.705
3.410
98.468
0.366
5.861
1000
0.449
1.795
3.590
103.650
0.386
6.170
1050
0.471
1.885
3.769
108.833
0.405
6.478
1100
0.494
1.974
3.949
114.015
0.424
6.787
1150
0.516
2.064
4.128
119.198
0.443
7.095
1200
0.538
2.154
4.308
124.380
0.463
7.404
1250
0.561
2.244
4.487
129.563
0.482
7.712
1300
0.583
2.333
4.666
134.745
0.501
8.020
1350
0.606
2.423
4.846
139.928
0.521
8.329
1400
0.628
2.513
5.025
145.110
0.540
8.637
1450
0.651
2.602
5.205
150.293
0.559
8.946
City of Federal Way
South 356th Street Improvements
Page 143
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
1500
0.673
2.692
5.384
155.475
0.578
9.254
1550
0.695
2.782
5.564
160.658
0.598
9.563
1600
0.718
2.872
5.743
165.840
0.617
9.871
1650
0.740
2.961
5.923
171.023
0.636
10.180
1700
0.763
3.051
6.102
176.205
0.656
10.488
1750
0.785
3.141
6.282
181.388
0.675
10.797
1800
0.808
3.231
6.461
186.570
0.694
11.105
1850
0.830
3.320
6.641
191.753
0.713
11.414
1900
0.853
3.410
6.820
196.935
0.733
11.722
1950
0.875
3.500
7.000
202.118
0.752
12.031
2000
0.897
3.590
7.179
207.300
0.771
12.339
2050
0.920
3.679
7.359
212.483
0.790
12.648
2100
0.942
3.769
7.538
217.665
0.810
12.956
2150
0.965
3.859
7.718
222.848
0.829
13.265
2200
0.987
3.949
7.897
228.030
0.848
13.573
2250
1.010
4.038
8.077
233.213
0.868
13.882
2300
1.032
4.128
8.256
238.395
0.887
14.190
2350
1.054
4.218
8.436
243.578
0.906
14.499
2400
1.077
4.308
8.615
248.760
0.925
14.807
2450
1.099
4.397
8.795
253.943
0.945
15.116
2500
1.122
4.487
8.974
259.125
0.964
15.424
* For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches.
City of Federal Way
South 356th Street Improvements
Page 144
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
TABLE 7- 09.3(23)E
MAXIMUM ALLOWABLE LEAKAGE / "MAKE -UP" WATER VOLUME (L)
FOR 15- MINUTE HYDROSTATIC PRESSURE TEST
L = ND(P)o.5
29,600
ASSUMED AVERAGE TEST PRESSURE (P): 250 PSIG
ASSUMED NUMBER OF JOINTS PER 100 FEET OF WATER MAIN (N): 7
DIAMETER (D) = 16 INCHES
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
50
0.030
0.120
0.239
6.910
0.026
0.411
100
0.060
0.239
0.479
13.820
0.051
0.823
150
0.090
0.359
0.718
20.730
0.077
1.234
200
0.120
0.479
0.957
27.640
0.103
1.645
250
0.150
0.598
1.197
34.550
0.129
2.057
300
0.179
0.718
1.436
41.460
0.154
2.468
350
0.209
0.838
1.675
48.370
0.180
2.879
400
0.239
0.957
1.914
55.280
0.206
3.290
450
0.269
1.077
2.154
62.190
0.231
3.702
500
0.299
1.197
2.393
69.100
0.257
4.113
550
0.329
1.316
2.632
76.010
0.283
4.524
600
0.359
1.436
2.872
82.920
0.308
4.936
650
0.389
1.555
3.111
89.830
0.334
5.347
700
0.419
1.675
3.350
96.740
0.360
5.758
750
0.449
1.795
3.590
103.650
0.386
6.170
800
0.479
1.914
3.829
110.560
0.411
6.581
850
0.509
2.034
4.068
117.470
0.437
6.992
900
0.538
2.154
4.308
124.380
0.463
7.404
950
0.568
2.273
4.547
131.290
0.488
7.815
1000
0.598
2.393
4.786
138.200
0.514
8.226
1050
0.628
2.513
5.025
145.110
0.540
8.637
1100
0.658
2.632
5.265
152.020
0.566
9.049
1150
0.688
2.752
5.504
158.930
0.591
9.460
1200
0.718
2.872
5.743
165.840
0.617
9.871
1250
0.748
2.991
5.983
172.750
0.643
10.283
1300
0.778
3.111
6.222
179.660
0.668
10.694
1350
0.808
3.231
6.461
186.570
0.694
11.105
1400
0.838
3.350
6.701
193.480
0.720
11.517
1450
0.867
3.470
6.940
200.390
0.745
11.928
City of Federal Way
South 356th Street Improvements
Page 145
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
LENGTH
OF MAIN
MAX ALLOWABLE LEAKAGE/
"MAKE -UP" WATER VOLUME
DEPTH IN
GARBAGE CAN *
(FEET)
(GALLONS)
(QUARTS)
(PINTS)
(CU IN)
DECIMAL
INCHES
16TH
INCHES
1500
0.897
3.590
7.179
207.300
0.771
12.339
1550
0.927
3.709
7.419
214.210
0.797
12.750
1600
0.957
3.829
7.658
221.120
0.823
13.162
1650
0.987
3.949
7.897
228.030
0.848
13.573
1700
1.017
4.068
8.136
234.940
0.874
13.984
1750
1.047
4.188
8.376
241.850
0.900
14.396
1800
1.077
4.308
8.615
248.760
0.925
14.807
1850
1.107
4.427
8.854
255.670
0.951
15.218
1900
1.137
4.547
9.094
262.580
0.977
15.630
1950
1.167
4.666
9.333
269.490
1.003
16.041
2000
1.197
4.786
9.572
276.400
1.028
16.452
2050
1.226
4.906
9.812
283.310
1.054
16.864
2100
1.256
5.025
10.051
290.220
1.080
17.275
2150
1.286
5.145
10.290
297.130
1.105
17.686
2200
1.316
5.265
10.530
304.040
1.131
18.097
2250
1.346
5.384
10.769
310.950
1.157
18.509
2300
1.376
5.504
11.008
317.860
1.183
18.920
2350
1.406
5.624
11.247
324.770
1.208
19.331
2400
1.436
5.743
11.487
331.680
1.234
19.743
2450
1.466
5.863
11.726
338.590
1.260
20.154
2500
1.496
5.983
11.965
345.500
1.285
20.565
* For a 32- gallon garbage can with a top diameter equaling approximately 18.5 inches.
7- 09.3(23)F Repetition of Pressure Test Procedure
Add the following new subsection:
7- 09.3(23)F Repetition of Pressure Test Procedure
Any visible leakage detected shall be corrected by the Contractor regardless of the allowable
leakage specified above. Should the water system being tested fail to successfully meet the
hydrostatic pressure test as specified, the Contractor shall, at no expense to the Contracting
Agency, locate and repair the defects and then re -test the water system as herein specified.
The Contracting Agency shall witness said repairs of the defects found.
Defective materials or workmanship, discovered as a result of the hydrostatic pressure test,
shall be replaced by the Contractor at no expense to the Contracting Agency. Whenever it is
necessary to replace defective material or correct the workmanship, the hydrostatic pressure
test procedure shall be repeated by the Contractor at its own expense until a satisfactory
hydrostatic pressure test is obtained.
City of Federal Way
South 356`h Street Improvements
Page 146
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
7- 09.3(24) Disinfection of Water Mains
( * * * * * *)
Revise this subsection to read:
All new water mains, water service connection pipelines and appurtenances thereof, and
repaired portions of existing water mains, or extensions thereto, shall be filled, flushed, and
disinfected using this procedure.
All costs to comply with this Section 7- 09.3(24) are incidental to the Contract and are the
responsibility of the Contractor. The Contractor shall include all related costs in the unit or lump
sum bid prices of the Contract.
7- 09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service
Connections
( * * * * * *)
Revise this subsection to read:
The disinfection procedure for connections to existing mains shall be as specified in
Section 7- 09.3(19)A. "Connections to Existing Mains." The disinfection procedure for service
connections shall be as specified in Section 7- 15.3(5) "Pressure Testing and Disinfection of
Water Service Connections."
7- 09.3(24)N Final Flushing and Testing
( * * * * * *)
Revise this subsection to read:
When satisfactory results of the intermediate chlorine residual test(s) have been achieved, the
disinfection solution shall be thoroughly flushed and expelled from all parts of the water system
to be tested, including from the water service connection pipelines. Replacement water shall
be fed into the water system to be tested through a flushing box obtained and connected by the
Contractor. To ensure expulsion of the solution, chlorine residual tests shall be conducted at
the designated non - source sample points, and at the end of each water service connection
pipeline, and the tests shall show a residual not in excess of that carried in the Contracting
Agency's system in the vicinity of the "feed point(s)."
Due to the restricted capacity of the flushing box, low flushing velocities should be anticipated.
Before flushing has commenced, the hydrant barrel and the flushing box and its appurtenances
shall be disinfected using the procedure as that provided in Section 7- 09.3(24)S. "Filling
Procedure."
Flushing overnight will not be permitted.
7- 09.3(24)0 Repetition of Flushing and Testing
( * * * * * *)
Revise this subsection to read:
Should the first disinfection procedure (consisting of the initial and subsequent bacteriological
tests constituting one "round" of tests) yield unsatisfactory bacteriological test results, the
City of Federal Way
South 356th Street Improvements
Page 147
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
disinfection procedure shall be repeated by the Contractor at its own expense until satisfactory
results are obtained. Failure to obtain satisfactory test results shall be considered as failure by
the Contractor to keep the pipe clean before and during construction, and /or failure to properly
disinfect the water system.
7- 09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing
( * * * * * *)
Add the following new subsection:
7- 09.3(24)P Sequence of Hydrostatic Pressure Testing and Water for Testing
The hydrostatic pressure test shall be performed after the water system to be tested has been
initially filled, but before bacteriological sampling is conducted. The Contractor shall comply
with the requirements for this procedure provided in Section 7- 09.3(23) "Hydrostatic Pressure
Test."
The Contracting Agency shall provide a reasonable quantity of water for the testing procedures
described herein. The Contracting Agency shall first provide approval to the Contractor for use
of said water, based upon its determination whether supply in excess of normal domestic
demands is available at that particular time. Excessive wasting of water shall not be permitted.
The cost for water in excess of a quantity deemed reasonable by the Engineer shall be borne
by the Contractor in accordance with the Contracting Agency's latest fee schedule.
7- 09.3(24)Q Equipment for Main Filling, Flushing and Disinfection
Add the following new subsection:
7- 09.3(24)Q Equipment for Main Filling, Flushing and Disinfection
In order to prevent possible contamination of the water system and to reduce wasting of water,
the Contracting Agency shall provide to the Contractor one of two devices each time the
Contractor requests water to be supplied to the water system to be tested. For the filling
procedure hereinafter detailed in Section 7- 09.3(24)S. "Filling Procedure," the Contracting
Agency shall provide a backflow prevention device (hereinafter referred to as a "chlorinator
box ") for this purpose. For the chlorine residual testing, flushing and sampling procedures
hereinafter detailed in Section 7- 09.3(24)T. "Intermediate Chlorine Residual Test," Section 7-
09.3(24)N. "Final Flushing and Testing," Section 7- 09.3(24)V. "Initial Bacteriological Sampling,"
and Section 7- 09.3(24)W. "Subsequent Bacteriological Sampling," the Contracting Agency shall
provide a different backflow prevention device, hereinafter referred to as the "flushing box."
The chlorinator box is equipped with an electrically- driven chemical feed pump which can be
adjusted to provide a free chlorine concentration of approximately fifty parts per million (50
ppm) at a variety of flow rates. The chlorinator box is also provided with a short section of two
and one -half (21/2) inch diameter inlet hose adaptable to a two and one -half (21/2) diameter NST
hose thread, and is equipped with a meter and double check valve assembly. A power source
with a minimum capacity of one hundred ten (110) volts A.C. and five hundred (500) watts shall
be supplied by the Contractor to operate the pump. The flushing box is also provided with a
short section of two and one -half (21/2) diameter inlet hose adaptable to a two and one -half
inch (21/2) NST hose thread, and is equipped with a meter and double check valve assembly,
but has no chemical feed pump. Both the chlorinator box and flushing box shall be checked out
by the Contractor at the Contracting Agency's Water Operations Building on an "as- available"
basis, upon execution of an agreement holding the Contracting Agency harmless from any
City of Federal Way
South 356Th Street Improvements
Page 148
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
damage to either device while in the Contractor's custody. Other sections of two and one -half
(21/2) diameter hose to be used for connecting either device to the water system to be tested
can also be provided to the Contractor on an "as- available" basis. The Contractor shall supply
all labor and equipment necessary to load and unload either device at the Water Operations
Building. The chlorinator box shall be returned to the Water Operations Building after each
day's use by the Contractor.
No other method of disinfection /chlorine solution injection will be acceptable, unless, prior to
use, the Contractor obtains written approval from the Engineer. The use of dry chlorine
compounds inserted into the water system during installation is prohibited and deemed an
unacceptable disinfection procedure by the Contracting Agency.
To provide access at all extremities of the water system to be tested and in the absence of a
permanent blowoff assembly or fire hydrant assembly necessary for filling, disinfecting, and
hydrostatically testing the water, the Contractor shall furnish temporary blowoff assemblies
meeting the requirements of the Standard Plans, including provisions for temporary thrust
restraint. During testing procedures, the Contractor shall furnish a standpipe assembly for
permanent blowoff assemblies as that shown for temporary blowoff assemblies in the Plans. All
hoses used for connecting the chlorinator box or flushing box will be furnished by the
Contracting Agency at the Water Operations Shop buiding. The Contractor shall furnish all
hoses, dechlorination equipment and materials, velocity dissipaters, and /or containment vessels
for flushing, draining, and disposing the disinfection solution from the water main.
In addition, the Contractor shall furnish containers of twelve percent (12 %) hypochlorite solution
and a chlorine residual testing kit (capable of detecting a range from 0 to no more than 250 ppm
free chlorine residual) required for the disinfection procedure.
7- 09.3(24)R Sample Collection and Bacteriological Testing Results
( * * * * * *)
Add the following new subsection:
7- 09.3(24)R Sample Collection and Bacteriological Testing Results
Bacteriological samples shall remain in the custody of the Contracting Agency at all times.
Sample bottles will be brought to the Project site and samples collected and delivered to the
laboratory by the Contracting Agency or an authorized agent thereof. Lakehaven Collections of
the first sample shall be limited to Monday, Tuesday and Wednesday between 8:00 a.m.. and
2:00 p.m., excluding holidays. Second day samples shall be limited to Tuesday, Wednesday, and
Thursday. between 8:00 a.m.. and 2:00 p.m., excluding holidays.
Copies of the written reports of bacteriological tests shall be obtained from the laboratory only
by employees of the Contracting Agency or an authorized agent thereof.
7- 09.3(24)S Filling Procedure
( * * * * * *)
Add the following new subsection:
7- 09.3(24)S Filling Procedure
Each extremity of the water main system to be tested shall be equipped with a fire hydrant
assembly or permanent blowoff assembly, as shown on the Plans. Other pipe extremities shall
be equipped with a temporary blowoff assembly meeting the requirements of the Standard
City of Federal Way
South 356'h Street Improvements
Page 149
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Plans. The end of each water service connection pipeline shall be equipped with a temporary
valve to be used during this main filling, flushing, disinfection, and hydrostatic pressure testing
procedure, if the meter setter has not been installed.
The water system to be tested, including water service connection pipelines, shall be filled with
a chlorinated water solution by use of the chlorinator box, so that all parts of the water system
to be tested shall have an initial free chlorine residual of at least fifty parts per million (50 ppm),
but not more than one hundred parts per million (100 ppm). The Contractor shall connect the
chlorinator box between the existing water system and a point on the water system to be
tested, which is selected by the Contractor and approved by the Engineer. Representatives of
the Contracting Agency shall observe this filling process.
If water is drawn from a fire hydrant on the existing water system, the flow shall be regulated
from said hydrant by use of the auxiliary gate valve, with the main hydrant valve fully opened (to
close the hydrant barrel drain valve).
The Contractor shall disinfect the hydrant barrel and the chlorinator box and its appurtenances
by infusing a one percent (1 %) hypochlorite solution into a hydrant port after the auxiliary gate
valve is closed and after the main hydrant valve is opened. This solution shall be discharged
from the hydrant barrel through the chlorinator box before it is connected to the water system to
be tested.
The initial chlorine content shall be tested at pipe extremities and other representative points,
the number of which is a function of the size of the water system to be tested, and shall be
determined by and at the direction of the Engineer, and witnessed by representatives of the
Contracting Agency. These points shall hereinafter be referred to as the "designated non -
source sample points."
During the filling process, all valves and other appurtenances to the water system to be tested
shall be operated by the Contractor.
The hydrostatic pressure test shall be undertaken at this time, before proceeding further, in
accordance with Section 7- 09.3(23) "Hydrostatic Pressure Test ".
7- 09.3(24)T Intermediate Chlorine Residual Test
Add the following new subsection:
7- 09.3(24)T Intermediate Chlorine Residual Test
The disinfection solution shall be retained in the water system to be tested for a period of at
least twenty -four (24) hours. After this period, the Contractor shall obtain and connect a flushing
box from the existing system to the water system to be tested in order to conduct a test for free
chlorine residual. This test shall be performed by the Contractor and witnessed by the Engineer.
The test will be deemed acceptable if the residual measured at the designated non - source
sample points is no lower than forty parts per million (40 ppm) less than the initial free chlorine
residual recorded during the filling procedure. If this residual is not achieved, the Contractor shall
clean and /or disinfect the water system by use of the chlorinator box to refill the system with more
disinfection solution and provide for a further retention period. The hydrant barrel and flushing
box and its appurtenances shall be disinfected using the procedure as that provided in
Section 7- 09.3(24)S. "Filling Procedure."
City of Federal Way
South 356`h Street Improvements
Page 150
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 09.3(24)U Discharge of Disinfection Solution
( * * * * * *)
Add the following new subsection:
7- 09.3(24)U Discharge of Disinfection Solution
The environment to which the chlorinated water disinfection solution is to be discharged shall
be inspected by the Contractor and if there is any question that the chlorinated discharge will
cause damage to the environment, a reducing agent shall be applied to the water to be wasted
to neutralize the chlorine residual remaining in the water (such as sodium thiosulfate in burlap
sacks placed across the water stream). Disposal may be made to any available sanitary sewer,
provided the rate of disposal does not overload the sewer and the disposal is approved by the
sewer agency having jurisdiction.
Where necessary, Federal, State, and local regulatory agencies should be contacted to
determine special provisions for the disposal of heavily chlorinated water.
7- 09.3(24)V Initial Bacteriological Sampling
( * * * * * *)
Add the following new subsection:
7- 09.3(24)V Initial Bacteriological Sampling
Bacteriological samples shall be collected by the Contracting Agency from the source(s) and
the designated non - source sample points, using the flushing box obtained and connected by
the Contractor. The hydrant barrel and the flushing box and its appurtenances shall be
disinfected using the procedure as provided in Section 7- 09.3(24)S "Filling Procedure." The
Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any
disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the
scheduled time for collection of the samples, the flow from the source tap(s) and the designated
non - source sample points shall be regulated by the Contractor to a flow conducive to the
collection of the samples.
Bacteriological samples will be analyzed for total coliform bacteria, and for heterotrophic
bacteria by the heterotrophic plate count (HPC) analysis. The maximum allowable coliform
content of the flushed sample shall be zero (0). The maximum allowable HPC population count
in all source samples shall be eighty counts per milliliter (80 /m1). The maximum allowable HPC
population count for samples from any of the designated non - source sample points shall be no
greater than twenty counts per milliliter (20 /m1) above the highest HPC population count from a
source sample.
The HPC population count from any source sample that exceeds eighty counts per
milliliter (80 /m1) shall be deemed as an indeterminate test and the Contractor shall obtain and
connect a flushing box to allow new samples to be drawn for initial bacteriological testing in
accordance with the procedures provided herein.
7- 09.3(24)W Subsequent Bacteriological Sampling
( * * * * * *)
Add the following new subsection:
City of Federal Way
South 356th Street Improvements
Page 151
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 09.3(24)W Subsequent Bacteriological Sampling
A subsequent bacteriological sample shall be collected by the Contracting Agency at each point
where an initial bacteriological sample was collected, again using a flushing box obtained and
connected by the Contractor. The hydrant barrel and the flushing box and its appurtenances shall
be disinfected using the procedure as provided in Section 7- 09.3(24)S. "Filling Procedure." The
Contractor shall not disconnect the box nor its appurtenances nor otherwise cause any
disturbance prior to the collection of the samples. At least fifteen (15) minutes prior to the
scheduled time for collection of the samples, the flow from the source tap(s) and the designated
non - source sample points shall be regulated by the Contractor to a flow conducive to the
collection of the samples.
These subsequent bacteriological samples shall be collected at least twenty -four (24) hours,
but no longer than forty -eight (48) hours after the initial bacteriological samples were collected.
However, the subsequent bacteriological samples may be collected later than forty -eight (48)
hours after the initial bacteriological samples were collected upon concurrence of the
Contractor. The results of the tests performed by the laboratory on these samples shall meet
the same criteria as those allowed for the initial bacteriological samples. No flushing of the
water system to be tested will be allowed between initial and subsequent bacteriological
sampling procedures. The Contractor may charge the system with the flushing box and run no
more than sixty (60) seconds of flow at each designated non - source sample point to purge the
sample station prior to collecting the test sample.
The water system shall be deemed disinfected when written results of both the initial and
subsequent bacteriological tests, constituting one "round" of tests, meet the criteria herein set
forth. Before placing the water system into service, a satisfactory written report shall be
received by the Contracting Agency from the certified laboratory evidencing successful tests.
The Contractor's attention is directed to Section 7- 09.3(19)A. "Connections to Existing Mains,"
which provides for the maximum allowable period when a connection to the existing system is
to be made by the Contractor after the water system has been deemed disinfected.
7- 09.3(24)X Main Cleaning
( * * * * * *)
Add the following new subsection:
7- 09.3(24)X Main Cleaning
The Contractor shall flush and drain the section of new main as directed by the Contracting
Agency's on -site representative immediately following satisfactory completion of all
bacteriological testing. After the main has been flushed to the satisfaction of the Contracting
Agency's on -site representative, the Contractor shall connect the new water main
improvements to the existing water system and the new water main improvements will be
placed into service as approved, and as may be directed, by the Contracting Agency's
representative.
In the event that the new water system improvements fail pass two (2) "rounds" of initial and
subsequent bacteriological tests, the Contractor may request to have the Contracting Agency
perform main cleaning. The Contractor must notify the Contracting Agency one (1) week in
advance of the time such main cleaning is desired to be performed. The Contractor shall
cooperate with the main cleaning efforts.
City of Federal Way
South 356`h Street Improvements
Page 152
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The main cleaning procedure will require the furnishing and installation by the Contractor at its
own expense, temporary cube launch facilities at the extremities of the water system to be
tested. For water mains less than or equal to 8 -inch diameter, permanent blowoff assemblies
meeting the requirements of Section 7- 09.3(22) "Blowoff Assemblies," temporary blowoff
assemblies meeting the requirements of Section 7- 09.3(24)Q. "Equipment for Main Filling,
Flushing and Disinfection," and fire hydrants are acceptable for use as cube launch facilities.
For water mains larger than 8 -inch diameter, the temporary cube launch facility shall consist of
ductile iron pipe and fittings connected to each end of the water main, extended to a point
between one (1) and three (3) feet above the ground surface with a blind flange tapped
two -inch (2 ") and providing the minimum size as follows:
12 -inch water main — 8 -inch cube launch facility
16 -inch and 24 -inch water main — 12 -inch cube launch facility
The interior of all pipe and fittings used for temporary cube launch facilities shall be cleaned of
all deleterious material and swabbed and /or sprayed with a clean, one percent (1 %)
hypochlorite solution mixed in a clean container, before they are installed. At the conclusion of
main cleaning, the Contractor shall remove and dispose the temporary cube launch facilities,
and restore the water system and ground surface to meet the requirements of the Plans and
these Specifications, all at its own expense.
The Contractor shall repair and restore at its own expense, any damage caused by the main
cleaning procedure, including, but not limited to, erosion caused by water flow from blowoffs,
fire hydrants, and cube launch facilities.
This main cleaning procedure shall not relieve the Contractor of its responsibility for ensuring
the proper disinfection of the water system it installed.
7- 09.3(26) Placing New Water Facilities Into Operation
( * * * * * *)
Add the following new subsection:
7- 09.3(26) Placing New Water Facilities Into Operation
Subsequent to satisfactory completion of hydrostatic pressure testing, disinfection, and
bacteriological testing, and taste and odor testing, the Contracting Agency will allow the new
water facilities to be directly connected to the existing Contracting Agency's water supply
system. The Contractor shall complete any remaining connections between the new water
facilities and existing water facilities, and the new facilities placed into active service, within 72-
hours of the satisfactory completion of the water quality testing. Opening of new or existing
valves to place the new water facilities into operation shall only be performed by the
Contracting Agency.
Before final acceptance, the new water facilities shall remain in operation for a period of at least
ten (10) calendar days. Any leaks or other defects in the Work detected in that period shall be
promptly corrected by the Contractor to the satisfaction of the Contracting Agency, at the sole
expense of the Contractor.
7- 09.3(28) Concrete Thrust Blocking
( * * * * * *)
Add the following new subsection:
City of Federal Way
South 356th Street Improvements
Page 153
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 09.3(28) Concete Thrust Blocking
Conform to The Lakehaven Water & Sewer District standard details for general blocking, and
vertical blocks herein. All fittings to be blocked as shown on the plans shall be wrapped with 8-
mil polyethylene plastic. Concrete blocking shall be properly formed with plywood or other
acceptable forming materials and shall not be poured around joints. The forms shall be
stripped prior to backfilling.
Blocking shall be commercial concrete (hand mixed concete is now allowed) and poured in
place.
7- 09.3(29) Relocate Reduced Pressure Backflow Device
( * * * * * *)
Add the following new subsection:
7- 09.3(29) Relocate Reduced Pressure Backflow Device
Preserve and protect existing reduced pressure backflow device during relocation. Reconnect
backflow device as shown on the contract plans.
7- 09.3(30) Tapping Sleeve and Tapping Gate Valve Installation
( * * * * * *)
Add the following new subsection:
Tapping sleeves and tapping gate valve assemblies shall be installed on existing water mains at
points of water main connections (normally denoted as "wet taps" or "tapping tees ") shown on
the Plans. Tapping sleeves and tapping gate valves shall be installed in accordance with the
manufacturer's recommendations using tools and equipment specifically designed for this work.
Tapping sleeves and tapping gate valve assemblies shall first be tested by air or water at a
minimum pressure of one hundred (100) pounds per square inch, with no perceptible loss after
at least two (2) minutes, after installation onto the existing main and before cutting into the
existing main. Bedding and backfill material shall be carefully compacted around the assembly
after it is installed. The Contractor shall also comply with applicable provisions of
Section 7- 09.3(19)A "Connections to Existing Mains."
7 -09.4 Measurement
( * * * * * *)
Revise this section to read:
Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and
tested, and shall be measured along the pipe through fitting, valves, and couplings. No
separate measurement or payment will be made for restrained joints as shown on the Plans.
If the Contractor over - excavates the pipe trench, or if otherwise the width of the pipe trench
becomes wider than the payment limit shown in the Contract Plans, all material removed and
placed outside the excavation payment limit shall be at the Contractor's sole expense. The
payment limits shown in the Contract Plans shall be considered for payment purposes only, and
are not a warranty that the trenches can be excavated and backfilled to those limits.
If a separate bid Proposal item is included, measurement for gravel base for trench backfill
shall be based on computed volume within the excavated neat line trench width and depth, not
City of Federal Way
South 356th Street Improvements
Page 154
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
to exceed the neat -line payment limits as shown on the Water Main Trench Detail, and for the
length measured horizontally along the pipeline where the material is used, as directed by the
Engineer. Otherwise, all such Work, including materials as designated on the Plans or
necessary to complete the trench backfill to subgrade or finish grade as applicable, shall be
considered incidental to the bid Proposal items for water facility installation.
No separate measurement or payment will be made for furnishing, placing, and compacting
pipe zone bedding or backfill as shown in the Plans. All costs for the Work shall be included in
and be incidental to the bid Proposal items(s) for installation of the respective water facilities.
(Addendum #2) Trench Safety System will not be measured for payment. A separate bid
Proposal item is included for shoring and extra excavation. The bid Proposal item for trench
safety system shall apply to all shoring or equivalent trench stabilization and worker protection
methods and materials required for work in Schedule B and not included under the bid Proposal
item for Shoring or Extra Excavation CI B for Water Main as described in Section 2 -09.
Measurement for payment of pipe for water mains will be by the linear foot of pipe laid and
tested and shall be along the pipe through fittings, valves, and couplings, and shall be
measured on a horizontal plane.
Measurement for concrete thrust blocking or concrete thrust restraint will be per cubic yard for
all concrete installed for thrust blocking in conformance with the contract documents.
7 -09.5 Payment
( * * * * * *)
Revise this section to read:
Payment will be made in accordance w th Section 1 -04.1 for each of the following Bid items that
are included in the Proposal:
"Ductile Iron Pipe for Water Main In. Diam.," per linear foot.
The unit Contract price per linear foot for each size of "Ductile Iron Pipe for Water Main
In. Diam." shall be full payment for all costs of the Work to complete the installation of
the water main as specified in this Section. In the absence of separate bid Proposal items,
the following shall be incidental to and included in the unit Contract price(s) for water main
as included in the Proposal: ; sawcutting; removing surface improvements including
pavement; furnishing and installing neoprene /polyethlene separation pad; protecting
existing surface and subsurface improvements that are to remain; excavating the trench
including extra trench excavation; removing and replacing unsuitable foundation material;
dewatering the trench; furnishing and installing restrained joints, cast iron fittings as shown
on the plans; couplings; concrete thrust blocking, and /or polyethylene encasement as
shown on the Plans or as may be required for the Work; furnishing and installing pipe zone
bedding and backfill; stockpiling including haul and protecting stockpiled excavated trench
materials if designated for trench backfill; backfilling the trench with suitable excavated
trench materials or classified aggregates materials as shown on the Plans; furnishing and
installing supplemental trench backfill; hauling and disposing removed or excess materials,
compacting and grading the bedding and backfill; furnishing, installing, maintaining, and
removing temporary surfacing; repairing and /or restoring surface and subsurface
improvements; furnishing, installing and maintaining temporary erosion and sediment
prevention; filling, flushing, draining, hydrostatic pressure testing, disinfecting,
City of Federal Way
South 356th Street Improvements
Page 155
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
bacteriological testing, taste and odor testing, and connecting the new pipeline to the
existing water system; sequencing of the Work; furnishing, installing, maintaining, and
removing temporary water mains and service connection and other associated Work not
otherwise specified that will result in complete restoration of the construction area to its
original or better condition, and all other incidental costs necessary for a complete
installation in full working order, all as herein specified and otherwise shown in the Plans.
Furnishing, maintaining, and removing temporary caps, flanges, and blowoffs, and
sequencing, notifications, and coordinating with water service customers as necessary shall
be incidental to the Work.
"Additional Cast Iron Fittings," per pound.
The unit Contract price per pound for "Additional Cast Iron Fittings" shall be full payment for
all costs of the Work to furnish and install additional cast iron fittings not shown on the
Plans, but required by the Engineer to provide a complete system, and shall include all
costs necessary for a complete installation in full working order, tested and disinfected, as
herein specified and otherwise shown on the Plans, including associated thrust or restraint
blocks, or restrained joint(s). No additional payment shall be made for fittings and couplings
which would be normally anticipated in the Work shown on the Plans, even though said
fittings and couplings were not specifically shown on the Plans.
"Connect to Existing Water Main In. Diam.," per each.
The unit contract price per each for "Connect to Existing Water Main _ In. Diam." shall be
full pay for all work, including labor, materials, tools, and equipment to expose the existing
water main, install, adjust, provide temporary blowoffs and blocking, and to complete the
connections of new water main to existing water main as specified herein and as shown and
noted in the Plans. Connections made to the main using tapping sleeves shall be paid and
included under the "Connect to Existing Water Main In. Diam.," bid item except where
connecting to a hydrant or hydrant assembly and shall include the furnishment, installation
and live -tap connection to the main. Tapping sleeves and valve assemblies used for 8 In. or
6 In. hydrant assemblies shall be included in pay item "Hydrant Assembly, _ In."
"Removal and Replacement of Unsuitable Foundation Material," per cubic yard.
The unit Contract price per cubic yard for "Removal and Replacement of Unsuitable
Foundation Material" shall be full payment for all costs for the Work to remove unsuitable
material and to furnish, place and compact suitable foundation material as specified in
Section 7- 09.3(8) "Removal and Replacement of Unsuitable Materials."
"Gravel Base for Trench Backfill," per cubic yard.
The unit Contract price per cubic yard for "Gravel Base for Trench Backfill" shall be full
payment for all cost for the Work to furnish, place, and compact gravel base for trench
backfill in supplement to native trench backfill, as shown and noted in the Plans, including
"Water Main Trench Detail," and as authorized in advance by the Engineer.
"Concrete for Thrust Blocking," per cubic yard.
City of Federal Way
South 356th Street Improvements
Page 156
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Payment for concrete thrust blocking shall cover the complete cost of providing all labor,
materials, tools, equipment required to complete the work specified in the contract
documents and plans.
(Addendum # 2)
"Trench Safety System," lump sum.
The lump sum Contract price for "Trench Safety System" shall be full payment for all costs
for the Work as specified in this Section.
"Shoring or Extra Excavation CI B for Water Main" shall be in accordance with Section 2 -09.
7 -10 VACANT
Revise this section, including heading, to read:
7 -10 TEMPORARY WATER MAINS AND WATER SERVICE CONNECTIONS
7 -10.1 Description
This work consists of constructing, operating, maintaining, and removing temporary water
mains and service connections in support of permanent water system improvements in
accordance with the Plans and Specifications.
7 -10.2 Materials
Materials shall meet the requirements of the following sections:
Pipe 9 -30.1
Ductile Iron Pipe 9- 30.1(1)
Steel Pipe (4" and Under) 9- 30.1(4)B
Polyvinyl Chloride (PVC) Pressure Pipe (under 4 inches) 9- 30.1(5)B
Polyethylene Pressure Pipe (under 4 inches) 9- 30.2(10)
Temporary Water Mains 9- 30.9(1)
Fittings 9 -30.2
Ductile Iron Pipe 9- 30.2(1)
Steel Pipe (4" and Under) 9- 30.2(4)B
Restrained Joints 9- 30.2(6)
Transition, Reducing and Flexible Couplings 9- 30.2(12)
For Temporary Water Mains 9- 30.9(1)
Valves 9- 30.3(2)
Tapping Sleeve and Valve Assembly 9- 30.3(8)
End Connections 9- 30.3(9)
Gate Valves (2" - 12 ") 9- 30.3(10)
Bronze Gate Valves (Under 3 ") 9- 30.3(15)
Ball Valves for Temporary Water Main and Service Connections 9- 30.9(1)
Water Service Connections (2- inches and Smaller) 9 -30.6
Saddles 9- 30.6(1)
Corporation Stops 9- 30.6(2)
Polyethylene Tubing 9- 30.6(3)B
Service Fittings 9- 30.6(4)
City of Federal Way
South 356th Street Improvements
Page 157
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Brass Nipples and Fittings
Insulating Service Couplings
Temporary Water Service Connections
Temporary Pipe and Hose Ramps
9- 30.6(6)
9- 30.6(8)
9- 30.9(2)
9 -37.2
The Contractor shall provide to the Engineer the names of the manufacturer(s) of the water
distribution materials proposed for inclusion in the Work, which materials shall conform in every
respect to these Specifications, and shall provide the Manufacturer's Certificate of Compliance
meeting the provisions of the General Conditions, for the materials proposed for inclusion in the
Work. As used in this Specification, the term "lot of material delivered to the Work" shall mean
a shipment of the water distribution materials as it is delivered to the job site.
The Engineer shall have free access to all testing and records pertaining to material to be
delivered to the job site. The Engineer may elect to be present at any or all material testing
operations.
7 -10.3 Construction Requirements
The Contractor shall furnish and install temporary water facilities, including a protected
connection or connections to active water facilities, temporary water mains and service
connections, and other temporary improvements as described in this Section and Appendix H
when and as shown on the Plans, in accordance with a proposed plan for Temporary Water
Service as approved by the Engineer, and as necessary to maintain water service and prevent
water service disruptions exceeding the threshold time limits set forth in subsections 7- 10.3(3)
"Allowable Water Service Disruption and Notice," and 7- 10.3(4) "Temporary Water Service."
Prior to commencing the Work under this Section, the Contractor shall prepare and submit for
the Engineer's review a proposed plan for temporary water service.. At a minimum, the Plans
shall include the proposed general configuration and location of the temporary water mains,
specific configuration for a typical temporary water service connection, and provisions for:
• Protecting the temporary facilities from damage due to traffic, weather, and vandalism.
• Accommodating the safe movement of vehicular and pedestrian traffic.
• Controlling discharges without damage to public or private improvements.
• Responding to temporary water main and service connection issues during work and non -
work hours.
Generally, temporary water facilities shall be installed in protected areas outside of traffic areas.
Where necessary to facilitate the safe movement of vehicles and pedestrians, and to protect the
temporary water facilities from damage or disruption, temporary pipe or hose ramps shall be
installed.
Temporary pipe or hose ramps across traveled public roadways shall be aligned on a slight
diagonal from perpendicular to centerline of the roadway to allow for staggered wheel and
impact loadings. Any such installation shall be subject to the review and approval of the
jurisdictional agency and such supplemental conditions as may be imposed, and shall be
accompanied by temporary traffic control signs as shown on the Plans, or reviewed Traffic
Control Plan. A Plan or proposed Plan for Temporary Water Service shall limit the number of
roadway crossings to the maximum practical extent.
City of Federal Way
South 356th Street Improvements
Page 158
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The design and installation of the temporary pipe or hose ramps shall provide for the safe
movement of traffic across the surface of the ramp, and protect the pipe or hose without
displacement, or damage to the pipe, or pavement under the temporary ramp.
Open cutting of driveways, roadways, or other paved surface for temporary water facilities will
not be allowed except in locations as shown on the Plans for removal and replacement of
existing surfacing. In lieu of temporary ramps, the Contractor may pneumatically bore and
install temporary water facilities under paved surfaces. The depth of the pneumatic bore shall
be sufficient to protect the temporary water facilities and surface improvements from damage,
and shall otherwise be aligned both horizontally and vertically to avoid damaging other
subsurface or surface facilities or other improvements.
Water in the temporary water mains shall be used only to provide temporary water service to
Contracting Agency water service accounts.
Disruptions of water service shall conform to the coordination and notification requirements of
Section 7- 10.3(3) "Allowable Water Service Disruption and Notice."
Following satisfactory completion of the new water main and /or restoration of water service, the
Contractor shall remove, dispose and /or salvage the used temporary water facilities, including
temporary pipe and hose ramps, and restore any improvements disturbed by such temporary
facilities.
7- 10.3(1) Temporary Water Mains
Connection to the existing active water main or main shall be protected by an approved
backflow prevention device, whether a chlorination or flush box, as furnished by the Contracting
Agency. The connection configuration shall be in accordance with the "Temporary Water Main
Assembly" detail as shown in the Plans and described in this subsection.
The Contractor shall be responsible to apply for and obtain the chlorination or flush box from
the Contracting Agency at the Water Operations building, including payment of the standard
deposit. No rental charge will be applied for water use through either the chlorination or flush
boxes when used in conjunction with Contracting Agency projects. The backflow device shall
either be connected to an available fire hydrant or temporary blowoff as identified in the Plans,
or approved Temporary Water Service Plan.
The Contractor shall furnish and install security measures to ensure the integrity of the
temporary connection and water mains. At a minimum, the backflow prevention device shall be
installed outside the traffic clear zone, and be secured to one or more ecology or equivalent
concrete blocks with stainless steel aircraft cable and high- strength steel padlock(s).
Temporary anchors and insulation shall be placed along the temporary water mains as
necessary to secure the pipe, and minimize the potential for freezing or other damage.
The Contractor shall furnish and install manifolds, fabricated or cut -in tees, control valves, and
temporary water main blowoff assembly as shown on the Plans or the approved Temporary
Water Service Plan to isolate and control flow to, and drainage form or flushing of the main or
mains. Temporary water main blowoff assemblies shall be placed and secured in a similar
manner as the backflow prevention device.
City of Federal Way
South 356th Street Improvements
Page 159
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Handling of temporary water main materials shall be in accordance with Section 7 -09 and
AWWA C651.
Prior to placing the temporary water main and connected temporary water service connection
stubs into service, the water main shall be hydrostatically tested to a minimum pressure of
150 psi, and disinfected and subjected to bacteriological testing as otherwise provided in
Section 7 -09. If authorized by the Contract Agency inspector, the method for chlorination as
provided in Section 4.5 of AWWA C615 -14, modified to include use of a flushing cube as
furnished by the Contracting Agency, may be used to disinfect the temporary water main.
7.10.3(2) Temporary Water Service Connections
The Contractor shall furnish and install temporary water service connections as shown on the
Plans, or the approved Temporary Water Service Plan, as necessary to maintain water service
to customers in accordance with subsections 7- 10.3(3) "Allowable Water Service Disruption and
Notice," and 7- 10.3(4) "Temporary Water Service," and as provided in this subsection.
Temporary water service lines shall have a minimum nominal diameter of one (1) inch, or the
dimension shown on the Plans, whichever is larger. The temporary water service line shall be
connected to the temporary water main at a fabricated tee, or corporation stop and saddle. If
connected at a fabricated tee, a ball valve or curb stop valve shall be installed after the tee to
control the flow to the service line.
The temporary water service lines shall be terminated with a temporary cap pending
confirmation of sound connections, and flushing to clear and disinfect the temporary service
lines prior to connection to the back (customer) side of the meter setter. A 90- degree street el
or swing joint shall be used with short segment of pipe and appropriate connector as shown on
the Plans or as necessary to complete the connection to the meter setter. The meter will be
removed in advance by the Contracting Agency.
Following confirmation of sound connections, and completion of disinfection and flushing to the
satisfaction of the Contracting Agency inspector, the Contractor shall complete the temporary
connection to the back (customer) side of the meter setter. The Contractor shall perform and
coordinated with the Contracting Agency inspector any subsequent flushing of the temporary
service connection and customer supply line as determined by the Contracting Agency
inspector.
7- 10.3(3) Allowable Water Service Disruption and Notice
For single family residential properties and irrigation service - the contractor shall coordinate
and confirm with the engineer a minimum of 48 -hours (2 business days) in advance of any
anticipated water service disruption less than 4 -hours during a calendar day or 24 -hour period,
and prepare and hand - deliver lakehaven- furnished notification forms to each affected water
system customer a minimum of 24 -hours prior to such disruption as may be authorized by
lakehaven. The contractor shall coordinate and confirm with the engineer a minimum of 72-
hours (3 business days) in advance of any anticipated water service disruption exceeding 4-
hours during a calendar day or 24 -hour period, and prepare and hand - deliver lakehaven -
furnished notification forms to each affected water system customer a minimum of 48 -hours
prior to such disruption as may be authorized by lakehaven.
For multi family and commercial properties - for service connections other than single - family
residential and irrigation, water service shall not be disrupted during business hours unless the
City of Federal Way
South 356Th Street Improvements
Page 160
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
contractor has coordinated with the potentially affected property and business owners a
minimum of five -(5) business days in advance of the proposed water service disruption, and
obtains written agreement to allow such water service disruption from those same property and
business owners a minimum of (3) days in advance of the proposed water service disruption
Water service disruptions of a maximum of one (1) hour may be allowed during business hours,
exclusive of restaurant and food preparations businesses, for service transfers or connections,
and subject to the following advance coordination and notifications requirements. The
contractor shall coordinate and confirm with the engineer a minimum of 72 -hours (3 business
days) in advance of water main shut -off or service disruption in accordance with the schedule
submitted to and reviewed by the engineer, and subject to the city of federal way's
authorization(s) as applicable. The contractor shall prepare and hand - deliver district furnished
notification forms ( "door hangers ") a minimum 48 -hours (2 business days) in advance of such
authorized water service disruption. The notices shall include the anticipated timing of the
water service disruption.
In the absence of such written authorization(s), the contractor shall perform the work requiring
water service disruption(s) during non - business hours, and /or install temporary water
service(s), as necessary to complete the work.
The Contracting Agency will provide the locations or addresses of the affected buildings and
premises.
7- 10.3(4) Temporary Water Service
The Contractor shall be responsible to develop a proposed plan to provide temporary water
service for any scheduled work requiring a water main or meter shutoff exceeding the
limitations set forth in 7- 10.3(3).
Such plan, as a prerequisite for performing the scheduled work, shall be submitted for the
Engineer's review a minimum of (7 business days) prior to the time that the Contractor needs
to commence work to complete the proposed temporary service(s). Acceptance of a proposed
plan for temporary water service shall be at the sole discretion of the Engineer and the
Contractor shall not presume that a proposed plan will be accepted.
7 -10.4 Measurement
If included as bid Proposal item, no specific unit of measurement shall apply to the lump sum
item for "Construction Sequencing and Temporary Water Service."
7 -10.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is
included in the Proposal:
"Construction Sequencing and Temporary Water Service," lump sum.
The lump sum Contract price for "Construction Sequencing and Temporary Water Service" shall
be full payment for all costs of the Work to sequence the Work as provided in Section 7 -10, and
to furnish, install, maintain, remove the temporary water facilities as set forth in this Section.
Additionally, the lump sum price shall include full payment to perform work at night as
City of Federal Way
South 356th Street Improvements
Page 161
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
necessary, work multiple crews at once and to coordinate with and notify water service
customers and the jurisdictional and use agency as applicable..
7 -12 VALVES FOR WATER MAINS
7 -12.1 Description
Revise the first paragraph to read:
Valves for water mains shall be suitable for a public potable water system environment, and for
installation in a plumb (vertical position) position andntended to be installed in a normal position
on buried and non - buried pipelines for water distribution and transmission systems.
7 -12.2 Materials
Revise the first paragraph to read:
Materials shall meet the requirements of the following Sections:
Concrete Blocks
Concrete Brick
Valves
Valve Boxes
Valve Marker Posts
Combination Air Release /Air Vacuum Valves
Tapping Sleeve and Valve Assembly
End Connecticns
Resilient- Seated Gate Valves (4" - 12 ")
Gate Valves (14 " -24 ")
Bronze Gate Valves
Check Valves
Pressure Reducing and Pressure Relief Valves
Precast Concrete Vaults
Steel Casing for Boring, Jacking and Direct Burial
Flow Strainers
Pressure Gauges
Precast Concrete Vaults
7 -12.3 Construction Requirements
Supplement this section with the following:
9 -12.1
9 -12.2
9 -30.3
9- 30.3(4)
9- 30.3(5)
9- 30.3(7)
9- 30.3(8)
9- 30.3(9)
9- 30.3(10)
9- 30.3(11)
9- 30.3(15)
9- 30.3(16)
9- 30.3(17)
9- 30.8(1)
9- 30.8(2)
9- 30.8(3)
9- 30.8(4)
9- 30.8(5)
Trench excavation, bedding and backfill materials and requirements shall conform to the
provisions of Section 7 -09 "Water Mains."
7- 12.3(1) Installation of Valve Marker Post
Revise this section to read:
Valve marker posts shall be furnished and installed at the locations shown on the Plans and in
accordance with the Standard Plans. Valve marker posts shall be placed at the edge of the
City of Federal Way
South 356`h Street Improvements
Page 162
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
right -of -way opposite the valve and be set with twenty (20) inches of the post exposed above
grade. The exposed portion of the valve marker post shall be painted with two (2) coats of
Sherwin- Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37. The Contractor
shall then note the size of the valve, and the distance in feet and inches to the valve from the
valve marker post, with black paint on the face of the post, using stencils which will produce
letters two (2) inches high.
7- 12.3(2) Valve Installation
Add the following new subsection:
Gate valves shall be resilient -seat gate valves unless otherwise shown on the Plans.
All valves shall be inspected upon delivery in the field to ensure proper working order before
installation. They shall be set and connected to the pipe in the manner as set forth in the
AWWA standard for the type of connecting ends furnished. The valves shall be carefully
inspected for injury to the outer protective coatings. At all places where the coating has been
ruptured or scraped off, the damaged area shall be cleaned to expose bare metal, and the area
cleaned shall then be recoated with two (2) or more field coats of approved protective coating.
Upon delivery to the Project, all valves shall be opened to prevent the collection of water in the
valve while being stored. The interiors of the valves shall be cleaned of all deleterious material
and shall be carefully inspected in both the open and closed position prior to installation. The
valve operating stem shall be set plumb when installed, unless otherwise shown in the Plans.
As provided for in Section 7- 09.3(5) "Grade, Depth and Alignment," the depth of trench
excavation shall be such that the minimum cover over any valve operating nut is one (1) foot.
No valve shall be placed in such a location as to be within any roadside ditch, drainage ditch,
drainage channel, or other low area that collects intermittent drainage water. Valves not flanged
to fitting groups shall be provided with concrete thrust blocking meeting the requirements of the
Standard Plans.
Backfilling and compaction around the valves shall be as specified in Section 7- 09.3(10)
"Backfilling Trenches" and Section 7- 09.3(11) "Compaction of Backfill." After installation, all
valves shall be subjected to hydrostatic pressure testing and disinfection procedures as
specified in Section 7- 09.3(24) "Disinfection of Water Mains" and Section 7- 09.3(23)
"Hydrostatic Pressure Test." Should any defects in the design, materials, or workmanship
appear during these tests, the Contractor shall correct such defects with the least possible
delay and to the satisfaction of the Contracting Agency.
7- 12.3(3) Valve Box Installation
Add the following new subsection:
Valve boxes shall be set plumb and centered over the valve or valve operator where the axis of
the valve box is common with the projected axis of the valve stem, in a manner that the valve
box does not transmit shock or stress to the valve. The valve box bottom section shall be
installed in a manner as to be supported by an Ethafoam® collar not less than two (2) inches in
thickness. The bottom section shall not rest directly upon the body of the valve or the water
pipeline.
Backfill shall be carefully tamped around the valve box bottom and top sections to a distance of
three (3) feet on all sides of it or to the undisturbed trench wall, if it is closer. The valve box
City of Federal Way
South 356th Street Improvements
Page 163
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
cover shall be set flush with the existing or proposed finished grade for streets, sidewalks,
driveways, and or other flexible or rigid pavement surface, whichever is applicable, with the lug
slots oriented such that the lugs of the cover are parallel with the water main. Where valves are
located in sections designated to receive more than one surfacing course of either aggregate or
pavement, and the intermediate surface courses will be opened to traffic prior to placement of
the final lift of surfacing material; the Contractor shall install the valve box extension to allow
adjustment to match the grade and surface of each intermediate and the final layer, and shall
adjust the valve box extension to match each such intermediate and final grade and surface.
See the contract plans for gate valve box detail.
7- 12.3(4) Asphalt Valve Box Protective Pad Installation
Add the following new subsection:
All valves with valve boxes located outside a paved surface shall be provided with an asphalt
valve box protective pad. The asphalt valve box protective pad shall be constructed to the
dimensions shown and otherwise in accordance with the Standard Plans. Valve boxes shall be
adjusted to match the finish grade and surface without depressions.
7- 12.3(5) Air Vacuum Valve Assembly Installation
Add the following new subsection:
Combination air release and vacuum valve assemblies shall be installed at locations shown on
the Plans and in accordance with the Standard Plans. The actual tap on the water main shall
be at the actual high point of the constructed water main. The standpipe and the box which
contains the valve shall be located outside the traveled portion of the roadway, preferably
behind the curb and sidewalk at property line intersections. All piping shall be continuously
sloped to permit escape of any entrapped air within the water mains.
7 -12.4 Measurement
Revise this section to read:
Measurement of valves shall be per each for each type and size installed as specified in this
Section, except those gate valves, resilient- seated gate valves, check valves, pressure
reducing valves, and pressure relief valves which are specifically included in other items of
work.
7 -12.5 Payment
Revise this section to read:
Payment will be made in accordance with Section 1 -04.1 for each of the following Bid items that
are included in the Proposal:
"Gate Valve, In.," per each.
The contract bid price for "Gate Valve _ In." shall be full compensation for all labor, material,
tools and equipment necessary to satisfactorily complete the work as defined in the Contract
Documents and details, including the valve box and all incidental work.
City of Federal Way
South 356th Street Improvements
Page 164
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
7 -14 HYDRANTS
7 -14.2 Materials
Revise this section to read:
Materials shall meet the requirements of the following Sections:
Hydrants
End Connections
Hydrant Dimensions
Hydrant Extensions
Hydrant Restraints
Traffic Flanges
Guard Posts
Hydrant Nozzles
Operating Nuts
Pipe for Water Main
Ductile Iron Pipe
Fittings
Ductile Iron Pipe
Restrained Joints
Bolted, Sleeve -Type Couplings for Plain End
Valves
Gravel Backfill for Drywells
Construction Geotextile for Underground Drainage
Low - density Polyethylene Foam
7 -14.3 Construction Requirements
Supplement this section with the following:
9 -30.5
9- 30.5(1)
9- 30.5(2)
9- 30.5(3)
9- 30.5(4)
9- 30.5(5)
9- 30.5(6)
9- 30.5(7)
9- 30.5(8)
9 -30.1
9- 30.1(1)
9 -30.2
9- 30.2(1)
9- 30.2(6)
Pipe 9- 30.2(7)
9- 30.3(11)
9- 03.12(5)
9 -33
9- 30.8(5)
Trench excavation, bedding, and backfill materials and requirements shall conform to the
provisions of Section 7 -09 "Water Mains."
Following completion of the installation, relocation, reconnecting, extending or removing a fire
hydrant or fire hydrant assembly, the surface or surfacing in the area affected by the Work shall
be constructed in accordance with the Plans, and /or restored to pre- construction conditions.
Hydrant laterals shall be constructed with six -inch (6 ") or eight -inch (8 ") diameter ductile iron
pipe Special Thickness Class 52 and have restrained joints. See contract plans for hydrant
lateral sizes. A thrust block shall be placed at the hydrant tee as shown in the plans; tie rods or
shackle rods shall not be used to provide thrust restraint for the hydrant lateral.
The lateral shall be extended perpendicular from the connecting main at the hydrant tee to the
fire hydrant, and be constructed with as few joints as possible. Where the distance between the
hydrant tee and the hydrant is Tess than an integral number of standard minimum standard
laying lengths of pipe from the pipe manufacturer, the number of joints between the hydrant
valve and the hydrant shall be limited to the next larger integral number of laying lengths minus
one (1), except where the Plans show or the Contracting Agency inspector determines that
bends are necessary. Where more than one segment of pipe is required such as at bends, the
City of Federal Way
South 356th Street Improvements
Page 165
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
minimum pipe length between fittings shall be two (2) feet. The length of the hydrant lateral
shall not exceed fifty (50) linear feet, unless otherwise shown on the Plans, or approved by the
Engineer.
7- 14.3(1) Setting Hydrants
Revise this subsection to read:
Fire hydrants shall be installed at the locations shown on the Plans and in accordance with the
Standard Plans. Hydrants shall not be installed within three (3) feet of the traveled portion of
the travelled way. In addition, a minimum three -foot (3') radius unobstructed, level working area
shall be provided around all hydrants. Hydrants shall be installed plumb (vertical) with the
hydrant pumper (steamer) port facing the street, or the most likely approach and location of a
fire truck while pumping at the hydrant, and as may be directed by the Contracting Agency's
Inspector.
The hydrant bury depth, defined by AWWA C502 -14 as the distance to the nearest six (6)
inches from the finished ground surface to the bottom of the connecting pipe, shall be a nominal
3.5 to 4.5 feet, except as otherwise shown on the Plans or directed by the Contracting Agency's
Inspector.
The bottom of the traffic safety flange shall be set between three (3) inches and six (6) inches
above the finished grade at the base of the fire hydrant. The level of the clear zone around the
fire hydrant shall match the back edge of sidewalk, or outside edge of pavement for the
travelled way in rural road sections.
All hydrants shall be set on a concrete block as shown in the Standard Plans. The hydrant
barrel drain shall waste into a pit of porous gravel material meeting requirements of
Section 9- 08.12(5) "Gravel Backfill for Drywells." The Contractor shall ensure that the drain is
not covered or otherwise constrained from draining. The gravel shall be separated from the
backfill material by construction geotextile for underground drainage.
Fire hydrants installed in unimproved areas not shown in the Plans to be surfaced with flexible
or rigid paving materials shall have a concrete collar as shown in the Standard Plans and as
specified hereunder. Concrete shall be Class 3000 as specified in subsection 6- 02.3(2)B, and
shall be a minimum of two (2) feet in diameter, centered on the hydrant, by 0.5 -foot thick. The
concrete shall be placed against and separated from the hydrant barrel by a 3/8 -inch thick
premolded joint filler conforming to subsection 9- 04.1(2). In areas adjacent to paved roadway
shoulder, sidewalks, or walkways, and the fire hydrant is less than five (5) feet from the edge of
such paved surface, the concrete collar shall be installed as a rectangular section with minimum
two (2) feet from the center of the hydrant to the edge of the concrete, and extended to the
meet the edge of the paved surface. When the collar is placed adjacent to Portland cement
concrete pavement, a 3/8 -inch premolded joint filler conforming to subsection 9- 04.1(2) shall be
installed between the two vertical surfaces. Concrete finishing shall be in accordance with
subsection 8- 04.3(1) at a minimum, or shall match the adjoining finished concrete surface.
All fire hydrants shall be inspected upon delivery in the field to ensure proper working order
before installation. After installation, auxiliary gate valves, fittings, other appurtenances, and fire
hydrants up to the main hydrant valve shall be subjected to the hydrostatic pressure test as
specified in Section 7- 09.3(23) "Hydrostatic Pressure Test." The fire hydrant itself shall be
subjected to the normal working pressure of the water system after it is placed into service and
City of Federal Way
South 356`h Street Improvements
Page 166
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
any detectable leakage from any portion of the hydrant assembly shall be corrected by the
Contractor at its own expense. After installation, fire hydrants, auxiliary gate valves, and other
appurtenances thereto shall be subjected to disinfection procedures as specified in
Section 7- 09.3(24) "Disinfection of Water Mains." If the fire hydrant itself is not subject to
disinfection as a designated non - source sample point, the fire hydrant shall be filled with a
clean, one percent (1%) hypochlorite solution with the auxiliary gate valve closed and the main
hydrant valve fully opened (to close the hydrant barrel drain valve).
Fire hydrants shall not be backfilled until first approved by the Engineer for compliance with the
Plans and Specifications. Standard hydrant bury depth shall be 3.5 to 4.5 feet. A non - standard
bury depth may be allowed.
After all installation and testing procedures are satisfactorily completed, the exposed portion of
the fire hydrant, except the Storz adapter, shall be painted with two (2) coats of
Sherwin /Williams industrial enamel paint, Gloss Safety Yellow No. B54Y37.
Any fire hydrant not in service shall be so identified by covering with a burlap or plastic bag
properly secured.
7- 14.3(2) Hydrant Connections
Revise this subsection to read:
Fire hydrant connections or laterals shall consist of six -inch (6 ") or eight -inch (8 ") ductile iron
pipe from the water main to the fire hydrant, and shall include an auxiliary gate valve set
vertically and placed in the connection or lateral in accordance with the Standard Plans. The
ductile iron pipe shall be Special Thickness Class Class 52, or the thickness class used for the
adjacent water mains, whichever is greater.
7- 14.3(2)A Hydrant Restraints
Revise this subsection to read:
The thrust created in the fire hydrant connection or lateral shall be restrained at the joints using
a thrust restraint system provided for in Section 9- 30.5(4) "Hydrant Restraints" and as shown in
the Standard Plans. Shackle or tie rods or thrust blocks shall not be used to restrain thrust.
7- 14.3(2)B Auxiliary Gate Valves and Valve Boxes
Revise this subsection read:
The auxiliary gate valve and valve box shall be installed in accordance with Section 7- 12.3(2)
"Valve Installation" and Section 7- 12.3(3) "Valve Box Installation." The auxiliary gate valve shall
be installed in a manner compatible with the hydrant connection /lateral thrust restraint system.
An asphalt valve box protective pad shall also be installed where required in accordance with
Section 7- 12.3(4) "Asphalt Valve Box Protective Pad Installation." A valve marker post for the
auxiliary gate valve shall not be installed.
7- 14.3(2)C Hydrant Guard Posts
Revise this subsection to read:
Fire hydrant guard posts shall be constructed at the locations shown on the Plans and in
accordance with the Standard Plans. The exposed portion of each fire hydrant guard post shall
City of Federal Way
South 356' Street Improvements
Page 167
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
be painted with two (2) coats of Sherwin /Williams industrial enamel paint, Gloss Safety Yellow
No. B54Y37.
7- 14.3(5) Reconnecting Existing Hydrants
Revise this subsection to read:
Existing fire hydrants shall be reconnected where shown on the Plans. The location and
elevation of the existing fire hydrant shall remain unchanged, but the existing fire hydrant
connection is changed to connect with a new hydrant lateral tee installed in a new water main.
Fire hydrant reconnections shall meet the requirements of Section 7- 14.3(1) "Setting Hydrants"
through Section 7- 14.3(2)C "Hydrant Guard Posts," as applicable. The existing hydrant lateral
tee shall be left in place or removed in accordance with the criteria set forth in Section 7- 14.3(7)
"Removing Existing Hydrant Assemblies."
Thrust restraint systems as provided for in Section 9- 30.5(4) "Hydrant Restraints" shall be used
to restrain thrust in the fire hydrant connection /lateral where possible. Any other method for
thrust restraint shall be expressly approved by the Engineer prior to its installation.
7- 14.3(6) Hydrant Extensions
Revise this subsection to read:
The Contractor shall furnish and install fire hydrant vertical barrel extensions where required
due to an unanticipated greater- than - normal water main depth, or the surface grade is raised or
lowered. The fire hydrant barrel extensions, operating stems for the hydrant main valve, and
traffic flanges shall conform to AWWA C502 in design, material, and workmanship. After
installation, the extended fire hydrant shall be painted as specified in Section 7- 14.3(1) "Setting
Hydrants," and shall be subjected to a hydrostatic pressure test and disinfection procedure as
specified in Section 7- 09.3(24) "Disinfection of Water Mains" and Section 7- 09.3(23)
"Hydrostatic Pressure Test." The bottom of the traffic safety flange shall be set between
three (3) inches and six (6) inches above the finished grade at the base of the fire hydrant
7- 14.3(7) Removing Existing Hydrant Assemblies
Add the following new subsection:
(NEW SUBSECTION)
7- 14.3(7) Removing Existing Hydrant Assemblies
Existing fire hydrant assemblies shall be removed and /or decommissioned where shown on the
Plans, or as may be directed by the Engineer.
The existing hydrant lateral tee shall be left in place or removed in accordance with the below
criteria.
1. If the water main to which the tee is connected is to remain active, and a flange connection
exists on the branch of the tee, all pipe, fittings, valves, etc., connected to the tee shall be
removed from the branch of the tee. A blind flange shall then be installed on the exposed
branch of the tee.
2. If the main to which the tee is connected is to remain active, and a flange connection does
not exist on the branch of the tee, the tee shall be removed from the water main which will
City of Federal Way
South 356`h Street Improvements
Page 168
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
remain in service. Then a new section of pipe shall be inserted into the water main in place
of the removed tee.
3. If the main to which the tee is connected is scheduled to remain in place and out -of- service
(deactivated), the tee shall not be disturbed unless otherwise required by adjacent work,
and the hydrant lateral and valve shall be removed.
4. If the main to which the tee is connected is scheduled for temporary reactivation for a short
duration (such as until all water service connections and fire hydrants are transferred to a new
water main), the branch of the tee shall be plugged or capped, and the hydrant lateral and
valve shall be removed after the fire hydrant is removed from service
5. If the main to which the tee is connected is scheduled to be removed, the tee shall be
disconnected from the hydrant lateral and removed with the main. The remaining portion of
the hydrant lateral and valve shall either be removed or decommissioned as provided in `6'
below.
6. If a portion of the hydrant assembly is designated on the Plans, or directed by the Contracting
Agency inspector, to not be removed, the following shall apply for decommissioning
components to remain:
• An open branch of the hydrant tee shall be terminated as provided above, or
decommissioned with a plug of concrete if connected to a permanently deactivated water
main.
• A hydrant valve shall have the valve box removed or a mud plug installed.
• An open (exposed) end of the hydrant lateral shall be decommissioned using a concrete
plug a minimum of three (3) pipe diameters in the exposed end of the pipe.
The Contractor shall remove, dispose, or salvage the existing fire hydrant, auxiliary gate valve,
and valve box. Fire component designated on the Plans shall be salvaged to the Contracting
Agency. The Contractor shall be responsible to load and haul the salvaged component to the
location designated by the Contracting Agency, and to coordinate with the Contracting Agency
inspector the timing of such haul, access to the designated site, and off - loading of the salvaged
component by the Contracting Agency.
7- 14.3(8) Hydrant Assemblies
Add the following subsection:
Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish
and install a hydrant assembly in accordance with these Specifications, and the Standard and
Contract Plans.
Installation of the hydrant tee fitting, auxiliary valve, and lateral main, and the hydrant shall be in
accordance with the respective sections of the specifications. All such work shall be incidental
to "Hydrant Assembly, _ In. ", and no separate measurement or payment will be made. When
a separate bid Proposal item is included, all costs for furnishing and installing one or more
restrained joint fittings, as determined necessary by the Contracting Agency's inspector to avoid
conflicts with other utilities or obstructions not shown on the Plans, shall be included in and
incidental to the lump sum or unit price per pound for "Additional Cast Iron Fittings ".
City of Federal Way
South 356th Street Improvements
Page 169
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 14.3(9) Hydrants, _ In. Diam
Add the following subsection:
Where shown on the Plans, or as may be directed by the Engineer, the Contractor shall furnish
and install a hydrant in accordance with these Specifications, and the Standard and Contract
Plans. Installation of the hydrant auxiliary valve (no tee), reducers /increasers, hydrant pipe,
blocking and the hydrant shall be in accordance with the respective sections of the
specifications. The existing tee to the main shall be preserved and connected to. All such work
shall be incidental to "Hydrant, _ In. ", and no separate measurement or payment will be made.
When a separate bid Proposal item is included, all costs for furnishing and installing one or
more fittings, as determined necessary by the Contracting Agency's inspector to avoid conflicts
with other utilities or obstructions not shown on the Plans, shall be included in and incidental to
the lump sum or unit price per pound for "Additional Cast Iron Fittings ".
7 -14.4 Measurement
Revise this section to read:
Measurement for setting hydrant assemblies or hydrants„ reconnecting existing hydrant
assemblies, and abandoning existing hydrant assemblies will be made per each.
If a bid item is included in the Proposal, measurement of a vertical hydrant extension will be
made per linear foot or portion thereof exceeding either the standard bury depth, or the bury
depth shown on the Plans and as directed by the Contracting Agency's inspector. If a bid
Proposal item is not included for "Hydrant Extension" all costs to perform the Work as specified
shall be considered incidental to the bid Proposal items for fire hydrants and water main
installation.
7 -14.5 Payment
Revise this section to read:
Payment will be made in accordance with Section 1 -04.1 for the following Bid items that are
included in the Proposal:
"Hydrant Assembly, _ In.," per each.
The unit Contract price per each for "Hydrant Assembly, _ In." shall be full pay for all work to
furnish and install a fire hydrant assembly as described in this Section and on the contract
plans, including, but not limited to, excavating; installing the hydrant assembly components,
placing and compacting pipe zone bedding and backfill, asphalt valve box protective pad, and
fire hydrant guard posts (if required); testing, disinfecting, and ensuring the satisfactory
operation of the installed hydrant assembly; painting, and restoring the surface in areas not
scheduled to receive other surface improvements. Payment shall also include bends, reducers
and associated restrained joints, and pipe segments as identified in the Plans, or as may be
determined necessary by the Contracting Agency inspector to avoid conflicts with other utilities
or objects. If included as a unit Proposal item, all costs for the Work to furnish and install
additional fittings and associated restrained joints shall be incidental to and included in unit
Proposal price per pound for "Additional Cast Iron Fittings." No separate measurement or
payment will be made for the connecting segments of ductile iron pipe.
City of Federal Way
South 356th Street Improvements
Page 170
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
(Addendum # 2) For this Contract, `Structure Excavation CI B incl. Haul for Schedule B' and
`Gravel Base for Trench Backfill' and `Shoring or Extra Excavation CI B for Water Main'
associated with Hydrant Assembly installation shall be measured and paid separately under the
bid items provided in the Proposal.
7 -15 SERVICE CONNECTIONS
7 -15.1 Description
Revise this section to read:
This work consists of installing water service connections from the Contracting Agency water
main to and including a meter box or vault with lid, meter setter, and connection to the customer
supply line for the premise or purpose served. Service connections shall be constructed at the
locations shown on the Plans and in accordance with the Standard Plans..
7 -15.2 Materials
Revise this section to read:
Materials shall meet the requirements of the following Sections:
Water Service Connections 9 -30.6
Saddles 9- 30.6(1)
Corporation Stops 9- 30.6(2)
Polyethylene Tubing 9- 30.6(3)B
Service Fittings 9- 30.6(4)
Meter Setters 9- 30.6(5)
Bronze Nipples and Fittings 9- 30.6(6)
Meter Boxes 9- 30.6(7)
Insulating Service Couplings 9- 30.6(8)
"U" Branch Connections 9- 30.6(9)
Service line bedding and backfill 9 -03.13
7 -15.3 Construction Requirements
Revise this section to read:
7 -15.3 Construction Requirements
(NEW SUBSECTION)
7- 15.3(1) Installing Water Service Connections
All service connections to water mains shall be made using saddles as specified, and be of the
size and type as shown on the Plans and compatible with the water main pipe. Service
pipelines (lines) shall be installed perpendicular to the main unless shown otherwise in the
Plans. Locate wire shall be installed with water service lines that are not installed perpendicular
to the water main.
City of Federal Way
South 356th Street Improvements
Page 171
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The depth of trenching for the water service line shall be a minimum of three (3) feet of cover
over the top of the pipe, or the depth of the water main to which the service line is connected,
whichever is deeper, and except in the immediate vicinity of and at transitions to the water main
or meter setter. Additional depth may be necessary to avoid obstructions and /or to meet
jurisdictional agency requirements. Particular care shall be exercised to ensure that the main is
not damaged by the Work undertaken to install the service connection.
Excavating and backfilling for service connections shall be as specified in Section 7 -09, except
that the service line shall be installed under pavement, curbs, gutters, and sidewalks by boring
or other methods approved by the jurisdictional road agency. Where applicable, existing
service lines shall be used to pull new service lines in order to avoid disturbing existing roadway
pavement, curbs, gutters, or sidewalks. Open cut trenching of pavement, curbs, gutters, or
sidewalks will not be allowed unless the Plans provide for removal, reconstruction or overlay of
the pavement, or removal or reconstruction of the curb, gutter and sidewalk at that location, and
approval is obtained from the jurisdictional agency. The Contractor shall be solely responsible
for compliance with such terms and conditions as may be imposed by the jurisdictional agency
as prerequisite for allowing open trenching of such surfaces in areas not otherwise shown on
the Plans for removal or improvement.
In areas outside the limits of pavement, curbs, gutters or sidewalks that are to remain, and in
the absence of other surface or subsurface constraints, or in the event that the Contractor is
unable to complete installation of a replacement water service line that is under pavement,
curb, gutter, or sidewalk by pulling the new line concurrently with removal of the existing
(disconnected) service line, or by boring, open trench excavation may be allowed subject to the
review of the jurisdictional road agency and Engineer. The trench section shall be as shown in
the Standard Plans for water mains except that the neat -line trench width shall be eight (8)
inches wide, or the outside diameter of the water service line (or lines) plus two (2) inches, plus
an additional one (1) inch separation between each service line when placed in a single trench,
whichever is larger.
Service lines shall be cut using a tool or tools specifically designed to leave a smooth, even,
and square end on the piping material to be cut. Cut ends shall be reamed to the full inside
diameter of the pipe. Pipe ends to be connected using couplings which seal to the outside
surface of the pipe shall be cleaned to a sound, smooth finish before the couplings are installed.
The meter box shall be adjusted to the finished grade after the surface has been acceptably
restored.
Where shown in the Plans, existing service connections shall be reconnected to the new main.
Where only the service line is being renewed, the existing corporation stop and service saddle
may be used subject to the Engineer's review. In the event that a service connection is
abandoned at the main, and the water main is to remain in service, and the corporation stop will
not be used, the corporation stop shall be removed, together with the pipe saddle if necessary.
A brass plug with rubber grommet or gasket with either the existing or new saddle shall be used
to seal the pipe penetration as directed by the Engineer.
The location of existing service lines and customer supply lines shall be verified in the field by
the Contractor. The Contractor shall notify affected customers of the service interruption in
accordance with Section 1- 08.4(3).
City of Federal Way
South 356^ Street Improvements
Page 172
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Pipe to extend or replace an existing customer supply line beyond the meter box (setter) shall
be polyethylene pipe, except as necessary for the transition to the remaining portion of the
customer supply line beyond the point of connection. Insulating couplings shall be used at any
connection between galvanized or iron pipe and copper pipe. All fittings, appurtenances, and
other miscellaneous materials on the sections of existing pipe that have been removed shall
become the property of the Contractor.
Typically, water meters shall only be furnished and installed by the Contracting Agency. At
locations shown on the Plans or where directed by the Engineer, the Contractor shall install a
Contracting Agency- furnished water meter within the meter setter. Furnishing of meters for
installation, whether by the Contracting Agency or the Contractor, shall be contingent on
satisfactory completion of the water main and service connection, and submittal of a
satisfactory service application where applicable for new installations. Where shown on the
Plans, or approved by the Engineer, "double meter installation" may be allowed consisting of a
single tap and service line connecting to two (2) separate meter setters, boxes, and supply line
connections, including associated fittings.
All piping and fittings for the water service connections shall be left exposed until they have
been inspected by the Contracting Agency and approval for backfill has been expressly
provided by the Contracting Agency. After the meter setter is installed, the Contractor shall
flush water through the new water service connection pipeline and meter setter to remove
sediment and debris, a minimum of two (2) minutes, or longer if necessary to achieve clean
water acceptable to the Engineer and to ensure the service connection has full - flowing capacity.
Typical meter box locations are outside of vehicle or pedestrian traffic areas and in an
accessible area of the right -of -way or easement side of the connecting water main. In the event
that a meter box is shown on the Plans to be installed in a traffic area, or a non - traffic area is
not available for installation of the meter box as determined by the Engineer, a meter box and
lid rated for HS20 -44 axle loadings shall be installed in accordance with the Standard Plan
detail for traffic meter box and lid. as shown in the Standard Plans.
The Contractor shall adjust the meter box to the finished grade after the surface has been
acceptably completed or restored.
(NEW SUBSECTION)
7- 15.3(3) Replacing Existing Service Connections
This work consists of furnishing and installing a new service saddle, corporation stop, service
line, fittings, meter setter, meter box, reconnecting to the customer supply line downstream of
the meter box, and decommissioning and removing the old service connection tap, service line,
setter, meter box and exposed portion thereof, where shown on the Plans and in accordance
with the Standard Plans. This work shall conform to applicable provisions of Section 7- 15.3(1)
"Installing Water Service Connections."
The Contractor shall provide notification of service disruption to the affected customers as
specified in Section 1- 08.4(3)A .
The Contractor shall install a new water service connection prior to disrupting service to the
affected customer. The Contractor shall flush water through the new water service connection
pipeline and meter setter inlet to remove sediment and debris. Flushing velocities shall be
sustained for a minimum of two (2) minutes, or longer if necessary to achieve clean water
City of Federal Way
South 356th Street Improvements
Page 173
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
acceptable to the Contracting Agency and to ensure the service connection has full - flowing
capacity.
The Contractor shall then reconnect the new water service connection to the customer supply
line downstream of the old meter box location, installing the pipeline in a route approved by the
Contracting Agency to a depth necessary to provide at least two (2) feet of cover over the pipe.
Pipe material used to extend and effect the reconnection of the customer supply line shall be
the same as that used for the service line. The new pipe size shall be one -inch (1 ") or the size
of the existing customer supply line, whichever is greater. Insulating couplings shall be used at
any connection between dissimilar metal pipelines. Compression couplings can be used to
connect pipes of the same material.
The Contracting Agency's inspector, or the Contractor as may be directed by the Contracting
Agency's inspector, shall then relocate the water meter from the existing meter setter to the new
meter setter. In certain circumstances the Contracting Agency will furnish a new meter to be
used for the new water service connection. Removed water meters shall remain the property of
the Contracting Agency. All costs for removing and installing water meters as may be directed
by the Contracting Agency inspector shall be incidental to the other bid Proposal items.
If the existing water service connection is on a water main which will remain in service, the
existing water service connection pipeline shall be severed at the existing corporation stop, the
corporation stop removed from the service saddle, and the tap on the service saddle plugged
with a brass pipe plug. If the existing water service connection is on a water main which will not
remain in service, the existing water service connection pipeline shall be severed at the existing
corporation stop and the corporation stop shall be permanently dosed. If the existing water
service connection is "direct- tapped" without a service saddle on a water main which will remain
in service, the corporation stop shall be removed, a service saddle installed centered over the
tapped hole, and the tap on the service saddle plugged with a brass pipe plug. The Contractor
shall remove and dispose of the old meter setter and meter box and salvage to the Contracting
Agency that material which the Contracting Agency has determined can be reused.
After installing the water meter in the new meter setter, the Contractor shall flush through the
nearest outside faucet of the premise served, for a minimum of two (2) minutes, to remove air
and deleterious material, or a sufficient time until clarity of the water is acceptable to the
Contracting Agency. The Contractor shall then reinstate water service to the affected customer.
(NEW SUBSECTION)
7- 15.3(4) Pressure Testing and Disinfecting Water Service Connections
All water service connection components, including the customer supply line, fittings, and
appurtenances, shall be pre- disinfected prior to installation, except that disinfection of the
service connection components from the water main tap to the end of the service line prior to
the connection to the meter setter may be disinfected and flushed with the disinfection solution
used to disinfect the water main subject to the determination of the Contracting Agency
Inspector.
All new water service connections, including those replacing existing service connections, shall
be subjected to the hydrostatic pressure test up to the meter stop on the meter setter in
accordance with Section 7- 09.3(23) "Hydrostatic Pressure Test." The service connection
pipeline and fittings used to effect a reconnection as specified in Section 7- 15.3(2)
"Reconnecting Existing Service Connections" shall be tested at the working pressure of the
City of Federal Way
South 356`h Street Improvements
Page 174
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
water main before backfilling. Any visible leaks or other defects shall be corrected by the
Contractor and witnessed by the Contracting Agency at no additional expense to the
Contracting Agency. Any visible leaks detected on the customer supply line installed by the
Contractor shall be corrected by the Contractor, and witnessed by the Contracting Agency, at no
additional expense to the Contracting Agency.
(NEW SUBSECTION)
7- 15.3(5) Removing and Decommissioning Existing Service Connections
Where a water service connection will not remain connected to a water main, or where shown
on the Plans or as may be directed by the Engineer, the Contractor shall remove, dispose
and /or salvage the existing service connection tap, meter setter(s), meter box(es), and
appurtenances.
Water meters will either be removed by the Contracting Agency inspector, or shall be removed
by the Contractor as may be directed by the Contracting Agency inspector, prior to removal of
any other water service components in and including the meter box and lid. All such removed
meters shall remain the property of the Contracting Agency and shall be directly delivered to the
custody of the Contracting Agency inspector.
If the existing water service connection is on a water main which will remain in service, the
existing water service connection pipeline shall be severed at the existing corporation stop, the
corporation stop removed from the service saddle, and the tap on the service saddle plugged
with a brass pipe plug. If the existing water service connection is on a water main which will not
remain in service, the existing water service connection pipeline shall be severed at the existing
corporation stop and the corporation stop shall be permanently closed. If the existing water
service connection is "direct- tapped" without a service saddle on a water main which will remain
in service, the corporation stop shall be removed, a service saddle installed cen'ered over the
tapped hole, and the tap on the service saddle plugged with a brass pipe plug.
Where water service connections will not remain connected to an active water main, or where
shown the Plans, or when the Contracting Agency inspector determines that a portion of water
service connection designated for removal is not accessible
Excavating and backfilling, for removing and decommissioning water service connections shall
be as specified in the applicable portions of Section 7 -09 "Water Mains."
7 -15.4 Measurement
Revise this section to read:
Measurement of water service connection installations, reconnections of existing service
connections, and replacements of existing service connections will be made per each for each
size of water service connection installed and tested. No differentiation will be made for the
depth of the water main to which connection is made or the depth of the water main where an
existing service connection is to be abandoned and disconnected. No differentiation will be
made for the depth to which the water service connection pipe must be laid to conform to the
requirements of the jurisdictional road agency, nor the method used to install said pipeline
either by boring methods, or by "open -cut" and surface restoration methods. Unless specific
Contract Bid items are provided, no differentiation will be made for traffic -rated meter boxes. A
single (not double) service line shall be presumed unless a specifically shown in the Plans and
City of Federal Way
South 356' Street Improvements
Page 175
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
specifically included as a bid Proposal item. No differentiation will be made for the length of
service connection installed, see contract plan and profiles for lengths of service lines and
depths of connections to water mains.
The size noted for a service connection is the size of the water meter for the service
connection, and not necessarily the size of the service connection pipeline or water main tap.
Measurement of customer supply line if included as a separate bid Proposal item, will be by the
linear foot of pipe laid and tested and shall be along the pipe through fittings, valves, and
couplings. The measurement will be on a horizontal plane along the route shown on the Plans,
or as may be approved by the Contracting Agency Inspector. The measurement shall exclude
the first ten (10) feet of pipe commencing at the outlet of the meter setter, which portion of the
customer supply line shall be included in the price for replacement of existing service
connections. The measurement shall terminate at the point of reconnection of the new
customer supply line with the old customer supply line. No differentiation will be made for the
depth to which the customer supply line must be laid, nor for the size of the pipe utilized.
Measurement of removing and decommissioning of existing service connections will be made
per each. No differentiation will be made for the size of the water service connection to be
abandoned, the depth of the water main from which the service line is to be disconnected.
7 -15.5 Payment
Revise this section to read:
Payment will be made in accordance with Section 1 -04.1 for the following Bid items that are
included in the Proposal:
"Service Connection In. Setter (2 In. Service Pipe)," per each.
The unit Contract price of the above item as included in the Contract Bid Proposal shall be full
pay for all work to install the 2" service line from the main to the setter, service connection, or
service replacement including, but not limited to, excavating, backfilling, compacting the backfill,
clearing and grubbing, , protection of existing utilities, bedding and backfilling the pipe,
backfilling the trench, all surface and subsurface facility restoration, temporary asphalt trench
patch or surfacing, dewatering the trench, handling, cutting, laying, and cleaning the pipe, and
assembling joints of pipe and fittings, tapping the water main, hydrostatic pressure testing,
flushing, disinfection, removing and decommissioning existing service connection tap, boring of
a new service connections, and reconnecting customers' customer supply line (if applicable)
with a maximum of ten (10) linear feet of new pipe, and all other incidental costs necessary for
a complete installation in full working order, tested and disinfected, as herein specified and
otherwise shown on the Plans.
"Customer Supply Line," per linear foot
The unit Contract price per linear foot for "Customer Supply Line" shall be full pay for all work to
complete the installation of the customer supply line from ten (10) linear feet beyond the
customer side of the setter to the point of connection to the remaining portion of the customer
supply line, including, but not limited to, clearing and grubbing, removal of existing surface
City of Federal Way
South 356`h Street Improvements
Page 176
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
improvements, protection of existing utilities, excavating, backfilling, compacting the backfill,
bedding the pipe, temporary asphalt trench patch or surfacing, dewatering the trench, handling,
cutting, laying or installing the pipe within a casing pipe, and cleaning the pipe, assembling
joints of pipe and fittings, flushing, disinfection, and all other incidental costs necessary for a
complete installation in full working order, tested and disinfected, as herein specified and
otherwise shown on the Plans
(Addendum # 2) For this Contract, `Structure Excavation CI B incl. Haul for Schedule B' and
`Gravel Base for Trench Backfill' and `Trench Safety System' associated with Service
Connection and Customer Supply Line installation shall be measured and paid separately
under the bid items provided in the Proposal.
7 -21 CATCH BASIN INSERTS FOR OIL CONTROL
7 -21.1 Description
7- 21.1(1) Work Included
This section covers work necessary to furnish and install FlexStorm® catch basin inserts for oil
control, including fittings, appurtenances, and all hardware necessary for a complete installation.
Required locations of catch basin inserts are shown on the Plans.
7- 21.1(2) Submittals
A. Submittals for the catch basin inserts shall include the following items in accordance with
Division 1, GENERAL REQUIREMENTS.
1. General manufacturer's drawing for typical catch basin insert installation including
locations, sizes, dimensions (insert and CB), elevations, piping for each insert to be
installed.
2. Complete materials list.
3. Manufacturer's recommended installation and maintenance procedures.
4. Manufacturer's certificate of satisfactory installation and warranty.
7 -21.2 Materials
Catch Basin Insert for oil control shall be FlexstormTM Pure Inlet Filter System with Post
Construction (PC) bag type, as manufactured by Inlet & Pipe Protection, Inc., a subsidiary of
Advanced Drainage Systems (ADS), 24137 W. 111th St — Unit A, Naperville, IL 60564, (866) 287-
8655, www.inletfilters.com.
Catch basin insert frame and bag shall be sized to fit the grate size and clear opening dimensions
the catch basin where the installation will occur, which includes both Type 1 and Through -Curb
inlets per City of Federal Way Drawing Nos. 4 -6 and 4 -8.
All metal parts shall be corrosion resistant.
City of Federal Way
South 356th Street Improvements
Page 177
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
7- 21.2(1) Warranties
A. Manufacturer shall warrant all products to be free from defects in materials and
workmanship for a minimum of 1 year from the date of installation. Manufacturer shall
inspect and repair and replace defective parts during warranty period at no additional cost
to Owner.
7 -21.3 Construction Requirements
7- 21.3(1) General
A. Installation of catch basin insert and appurtenances shall be in accordance with the
manufacturer's drawings and recommended installation procedures. It is the Contractor's
responsibility to verify a particular insert model will fit in the specified catch basins prior to
installation.
B. Catch basin inserts shall be designed to fit a standard catch basin grate that it is contained
in, be independent of the catch basin itself and be supported from the frame, i.e. not
requiring a permanent fastened attachment to the catch basin.
C. When spill control insert are installed properly, the maximum height of the grate above the
top of the frame shall not exceed 3/16 inch and the grate shall be non rocking. The insert
shall not extend below the top of the catch basin outlet pipe, obstructing its flow.
D. Contractor shall exercise extreme care in the site storage, transport, and installation of the
catch basin inserts, and appurtenant hardware. Damage as a result of improper handling or
installation shall be the sole responsibility of Contractor and shall be repaired in accordance
with manufacturer recommendations at no additional cost to Owner.
E. The installation of the catch basin inserts of either type shall occur after the road surface
has been paved and surrounding area stabilized. The catch basin insert shall be cleaned
and filter media for spill control replaced at no cost to the owner if installed and
contaminated prior to stabilization.
7- 21.3(2) Installation Warranty
Manufacturer's representative shall observe installation of the catch basin inserts and shall provide
a certificate of satisfactory installation to the Owner prior to operation.
7 -21.4 Measurement
Catch basin inserts for oil control shall be measured per each insert installed.
7 -21.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Catch Basin Insert for Oil Control ", per each
City of Federal Way
South 356`h Street Improvements
Page 178
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The unit contract price for Catch Basin Insert for Oil Control shall be full pay for furnishing all labor,
tools, equipment, and materials necessary to complete each unit according to the Plans and
Specifications, including submittals, cleaning and furnishing and placing mounting hardware, frame,
filter bag, and other items as specified.
Add the following New Section:
7 -22 STORMWATER TREATMENT SYSTEMS
(Special Provision)
7 -22.1 Description
This work shall consist of installing Contech Filterra® and /or MWS Linear Modular Wetland Units
for water quality treatment as shown on the Plans.
7- 22.1(1) Submittals
A. Submittals for the stormwater filters shall include the following items in accordance with
Division 1, GENERAL REQUIREMENTS.
1. Shop Drawings for each stormwater treatment system installation including size, location,
inlet and outlet inverts, appurtenant piping, valves, access ways, venting details; bedding,
backfill, concrete top slab, lid details, and anchorage tiedown system details. The concrete
top slab design shall be prepared by a registered structural engineer and provide HS -20
Icading for each system.
2. Complete materials list.
3. Manufacturer's recommended installation and maintenance procedures.
4. Manufacturer's certificate of satisfactory installation and warranty.
7 -22.2 Materials
7- 22.2(1) Filterra Units
Filterra stormwater media filter units shall consist of Precast Filterra® units, as manufactured by
Contech Engineered Solutions, 9025 Centre Pointe Dr. Suite 400, West Chester, Ohio 45069
(800) 338 -1122.
Filterra® units shall have a General Use Level Designation (GULD) for Enhanced treatment from
the State of Washington Department of Ecology through the TAPE program.
Each Filterra® unit consists of a precast concrete vault; underdrain system consisting of underdrain
stone, perforated pipe, and cleanout; filter media; top slab with integrally -cast tree frame and grate,
cleanout cover, and galvanized angle nosing; mulch; and plant material as specified on landscape
plans. Conduits shall be precast into the vault walls as detailed on the Plans to accommodate
irrigation supply lines.
City of Federal Way
South 356`h Street Improvements
Page 179
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Filterra® Top Slab: Standard Flat Top
Supplied Filterra® units shall include inspection and maintenance by the supplier, or a supplier -
approved contractor, for a minimum period of one year, consisting of two scheduled visits. The
maintenance visits shall include the following tasks:
1. Filterra® unit inspection.
2. Foreign debris, silt, mulch & trash removal.
3. Filter media evaluation and recharge as necessary.
4. Plant health evaluation and pruning or replacement as necessary.
5. Replacement of mulch.
6. Disposal of all maintenance refuse items.
7. Maintenance records updated, stored, and submitted to the City of Federal Way Surface
Water Management Division.
Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed
to inspect the facility and observe the maintenance of the Filterra® Bioretention System by the
supplier or supplier- approved contractor (contact Theresa Thurlow, Surface Water Management
Division: 253 - 835 - 2750).
7- 22.2(2) Modular Wetland Units
Modular Wetland stormwater media filter units shall consist of MWS Linear Modular Subsurface
Flow Wetland Systems, as manufactured by Bio Clean Enviornmental Services, Inc., 2972
San Luis Rey Road, Oceanside, CA 92058, (760) 433 -7640, or Modular Wetland Systems, Inc.,
P.O. Box 869, Oceanside, CA 92049, (760) 433 -7650.
Modular Wetland units shall have a General Use Level Designation (GULD) for Enhanced
treatment from the State of Washington Department of Ecology through the TAPE program.
Each Modular Wetland unit consists of a precast concrete vault containing a pretreatment chamber,
bioriltration chamber, and discharge chamber. The pretreatment chamber houses perforated
cartridge media filters, and is used for pretreating stormwater before it enters the bioriltration
chamber. The pretreatment chamber has a pervious floor connected to the underdrain system, to
function as a drain down system. The biofiltration chamber has a periphial void area around the
filtration media cells and a centralized and vertically extending underdrain to collect filtered water
from each cell. Treatment media within the biofiltration chamber consists of a sorptive media mix
which does not contain any organic material and a layer of plant establishment media. Pretreated
stormwater flows horizontally through the biofiltration material from the exterior void to the
underdrain at the center. Treated water collected by the underdrain flows horizontally to the
discharge chamber, which houses a flow control orifice plat that restrictes flows greater than the
treatment flow rate. The discharge chamber also contains a drain down filter to treat drain down
flows that are not treated by the biofiltration chamber.
Supplied Modular Wetland units shall include inspection and maintenance by the supplier, or a
supplier- approved contractor, for a minimum period of one year, consisting of two scheduled visits.
The maintenance visits shall include the following tasks:
1. Modular Wetland® unit inspection.
City of Federal Way
South 356th Street Improvements
Page 180
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
2. Cleaning pretreatment chamber.
3. Pretreatment media evaluation and replacement as necessary.
4. Disposal of all maintenance refuse items.
5. Maintenance records updated, stored, and submitted to the City of Federal Way Surface
Water Management Division.
Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed
to inspect the facility and observe the maintenance of the Modular Wetland unit by the supplier or
supplier- approved contractor (contact Theresa Thurlow, Surface Water Management Division:
253 - 835 - 2750).
The contractor shall have on site at all times two (2) sets of tools allowing access to the Modular
Wetlands. The contractor shall provide this set of tools to the city at the completion of the project.
7- 22.2(4) Stormwater treatment system Bedding and Backfill
A. Bedding and backfill materials for stormwater treatment system installation shall be in
accordance with Section 7 -05.3.
7- 22.2(5) Warranties
A. Manufacturer shall warrant all products to be free from defects in materials and workmanship
for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair or
replace defective parts during warranty period at no additional cost to Owner.
7 -22.3 Construction Requirements
7- 22.3(1) Filterra Unit Installation
Filterra® units shall be constructed as detailed in the Plans and in accordance with these Special
Provisions and the manufacturer's installation instructions.
Install Filterra® units in accordance with manufacturer's instructions.
Each unit shall be constructed at the locations and elevations according to the sizes shown on the
approved Plans. Any modifications to the elevation or location shall be at the direction of and
approved by the Engineer.lf the Filterra® unit is stored before installation, the top slab shall be
placed on the box using the 2x4 wood provided, to prevent any contamination from the site. All
internal fittings supplied (if any), must be left in place as per the delivery.
The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit
shall be placed such that the top slab matches the grade of the curb and sidewalk cross -slope in
the area of the unit. Compact undisturbed sub -grade materials to 95% of maximum density at +1-
2% of optimum moisture. Unsuitable material below sub -grade shall be replaced to the site
Engineer's approval.
The 4 -inch outlet pipe from each unit shall be connected to an adjacent catch basin as shown on
the Plans, using 8 -inch diameter corrugated polyethylene storm drain pipe, with a maximum of two
45- degree bend fittings.
City of Federal Way
South 356th Street Improvements
Page 181
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Once the unit is set, the internal wooden forms and protective mesh cover shall be left intact.
Remove only the temporary wooden shipping blocks between the box and top slab. The top lid
shall be sealed onto the box section before backfilling, using a non - shrink grout, butyl rubber or
similar waterproof seal. The boards on top of the lid and boards sealed in the unit's throat must
NOT be removed. The Supplier (Contech or its authorized dealer) will remove these sections at the
time of activation. Backfilling shall be performed in a careful manner, bringing the appropriate fill
material up in 6 -inch lifts on all sides. Precast sections shall be set in a manner that will result in a
watertight joint. Installation of Filterra® unit shall conform to ASTM specification C891 "Standard
Practice for Installation of Underground Precast Utility Structures ".
The contractor is responsible for inlet protection /sediment control and cleaning around each Filterra
unit.
The curb and gutter adjacent to each Filterra unit shall be cast in place following installation of the
Filterra unit, providing a depressed gutter section as detailed in the Plans. Dowel bars from the
pre -cast Filterra unit shall be bent to extend into the cast -in -place depressed gutter as detailed on
the Plans. Throat protection device provided with Filterra unit shall remain in place until the site is
stabilized and the Filterra unit is activated by Filterra supplier.
The contractor shall verify that the elevation of the next downstream catch basin is lower than the
gutter elevation adjacent to the Filterra unit.
7- 22.3(2) Modular Wetland Unit Installation
Modular Wetland units shall be constructed as detailed in the Plans and in accordance with these
Special Provisions and the manufacturer's installation instructions.
Each unit sha l be constructed at the locations and elevations according to the sizes shown on the
approved Plans. Any modifications to the elevation or location shall be at the direction of and
approved by the Engineer.
The contractor shall exercise care in the storage and handling of the Modular Wetland unit and all
components prior to and during installation. Any repair or replacement costs associated with
events occurring after delivery is accepted and unloading has commenced shall be born by the
contractor.
The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit
shall be placed such that the unit and top slab match the grade of the curb in the area of the unit.
Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum
moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval.
Once the unit is set, the internal wooden forms and protective silt fabric cover must be left intact (if
Wetland Media pre - installed). The top lid(s) shall be sealed onto the box section before backfilling,
using a non - shrink grout, butyl rubber or similar waterproof seal. The boards on the top of the lid
and boards sealed in the unit's throut must not be removed. The supplier will remove these
sections at the time of activation.
Outlet connections shall be aligned and sealed in accordance with the Plans and approved shop
drawings. The correct outlet will be marked on the Modular Wetland unit.
Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch
lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint.
City of Federal Way
South 356th Street Improvements
Page 182
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Installation of the Modular Wetland unit shall conform to ASTM specification C891 "Standard
• Practice for Installation of Underground Precast Utility Structures ".
If not pre - installed, the contractor shall install Wetland Media in accordance with the manufacturer's
insallation instructions. Plants for Modular Wetland units (where specificed) shall be supplied and
installed by the Contractor.
The curb and gutter adjacent to each Modular Wetland unit shall be cast in place following
installation of the Modular Wetland unit, constructing a depressed gutter section and fabricated
steel curb hood as detailed in the Plans. It is the responsibility of the Contractor to provide curb and
gutter transition to the Modular Wetland unit for positive stormwater flow into the system through
the thoat, pipe or grate opening.
7- 22.3(3) Installation Warranty
Manufacturer's representative shall observe installation of the stormwater filters and shall provide a
certificate of satisfactory installation to Owner prior to operation.
7- 22.3(4) Operational Testing
The manufacturer's representative shall participate in and observe operational testing of the
stormwater treatment systems for design performance. All observed problems shall be rectified
prior to Owner acceptance.
7 -22.4 Measurement
Stormwater Media Filters will be measured per each.
Modular Wetlands will be measured per each.
7 -22.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Stormwater Media Filter (Filterra or Modular Wetland Unit) x ", per each
The unit contract prices per each for Stormwater Media Filter (Filterra or Modular Wetland Unit),
shall be full pay for furnishing all labor, tools, equipment, and materials necessary to install each
Filterra or Modular Wetland unit of the size according to the Plans, at locations where the Plans
indicate that either a Filterra Unit or Modular Wetland unis is acceptable, in accordance to the
Plans and Specifications. One manufacturer shall provide all stormwater media filtes paid for by
the Stormwater Media Filter (Filterra or Modular Unit) bid item.
The unit contract price per each for Stormwater Media Filter (Filterra or Modular Wetland Unit) shall
also include excavation, plant material (where applicable), gravel base, pipe connection to CB
indicated on the Plans, grate or cover, backfill, compaction, adjustment to finished grade,
depressed gutter, curb hood (for Modular Wetland), facility activation, and one year of inspection
and maintenance by supplier.
Shoring shall be paid as specified in 2 -09.5.
City of Federal Way
South 356th Street Improvements
Page 183
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Gravel borrow used for backfill when the engineer has determined that native material is not
satisfactory for backfill shall be paid in accordance with 2 -03.5.
City of Federal Way
South 356`h Street Improvements
END OF DIVISION 7
Page 184
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
DIVISION 8: MISCELLANEOUS CONSTRUCTION
8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL
8 -01.3 Construction Requirements
8- 01.3(1) General
Section 8- 01.3(1) is supplemented with the following:
(April 1, 2002 WSDOT GSP)
Offsite Storm water
Storm water is known to enter the project site at the following locations:
** *204 +45 LT Public Storm Drain
211 +10 LT Public Storm Drain
214 +10 LT Public Storm Drain
220 +50 LT Private Drain
* **
The Contractor shall, prior to disruption of the normal water course, intercept the offsite storm
water and pipe it either through or around the project so it is discharged at its pre- construction
outfall point in such a manner that there is no increase in erosion below the site.
• The method for performing this work shall be included in the Contractor's temporary erosion
control plan.
Section 8- 01.3(1) is supplemented with the following:
( * * * * *)
The Contractor shall be responsible for all Work required for compliance with the Construction
Stormwater General Permit (CSWGP) including annual permit fees. In this section, replace
the term "Temporary Erosion and Sediment Control Plan" (TESC) with "Stormwater Pollution
Prevention Plan" (SWPPP).
The first through eighth paragraphs of 8- 01.3(1) are deleted and replaced with the following:
(January 5, 2015 WSDOT GSP)
The Contractor shall install a high visibility fence along the site preservation lines shown in the
Plans or as instructed by the Engineer.
Throughout the life of the project, the Contractor shall preserve and protect the delineated
area, acting immediately to repair or restore any fencing damaged or removed.
Controlling pollution, erosion, runoff, and related damage requires the Contractor to perform
temporary Work items including but not limited to:
1. Providing ditches, berms, culverts, and other measures to control surface water.
City of Federal Way
South 356th Street Improvements
Page 185
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
2. Building dams, settling basins, energy dissipaters, and other measures, to control
downstream flows.
3. Controlling underground water found during construction.
4. Covering or otherwise protecting slopes until permanent erosion - control measures are
working.
To the degree possible, the Contractor shall coordinate this temporary Work with permanent
drainage and erosion control Work the Contract requires.
All sediment control devices including, but not limited to, sediment ponds, perimeter silt
fencing, or other sediment trapping BMPs shall be installed prior to any ground disturbing
activity. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never
expose more erodible earth than as listed below:
Western Washington
(West of the Cascade Mountain
Crest)
Eastern Washington
(East of the Cascade
Mountain Crest)
May 1 through
September 30
17 Acres
April 1 through
October 31
17 Acres
October 1
throughApril 30
5 Acres
November 1
through March 31
5 Acres
8- 01.3(1)A Submittals
Section 8- 01.3(1)A is revised to read:
( * * * * * *)
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and
submitted for approval to the Engineer. The plan shall consist of the Contractor's complete
strategy to meet the requirements of the Department of Ecology's NPDES and State Waste
Discharge General Permit for Stormwater Discharges Associated With Construction Activity
(General Permit). The SWPPP shall include and modify as necessary the Site Preparation and
Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall
prepare review and modify the SWPPP as necessary to be consistent with the actual work
schedule, sequencing, and construction methods that will be used on the project. The
Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's
modifications to the SWPPP shall also incorporate the content and requirements for the Spill
Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-
07.15(1).
The SWPPP shall document all the erosion and sediment control Best Management Practices
(BMPs) proposed, whether permanent or temporary. The plan shall document installation
procedures, materials, scheduling, and maintenance procedures for each erosion and
sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval
before any work begins. The Contractor shall allow at least five working days for the
Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable to the
Contractor for any work delays. The Contractor may not begin work without an approved
Contractor's SWPPP.
City of Federal Way
South 356' Street Improvements
Page 186
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and
method of construction. All TESC Plans shall meet the requirements of the current edition of
the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as
needed throughout construction based on site inspections and discharge samples to maintain
compliance with the CSWGP. The Contractor shall develop a schedule for implementation of
the SWPPP work and incorporate it into the Contractor's progress schedule.
In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater
or dewatering water from entering surface waters. The plan shall include how the pH of the
water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project
or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor
shall submit the plan, for the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General
Permit, including:
Narrative discussing and justifying erosion control decisions (12 elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs, including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP, using project -
specific information added by the Contractor. The template and instructions are available at:
http: / /www.ecy.wa.gov /programs /wq /stormwater /construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the
following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures /revisions including additional
source control, BMP maintenance, and /or additional stormwater treatment BMPs that
are necessary to prevent continued exceedance of turbidly and /or pH benchmarks.
2. The regulatory notification to the Dept of Ecology and to the Engineer of any
monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the General Permit
to verify when project site runoff is in compliance.
8- 01.3(1)B Erosion and Sediment Control (ESC) Lead
The second and third paragraphs in Section 8- 01.3(1)B are revised to read:
City of Federal Way
South 3561h Street Improvements
Page 187
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
(January 5, 2015 WSDOT GSP)
The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited
to:
1. Installing and maintaining all temporary erosion and sediment control Best
Management Practices (BMPs) included in the TESC Plan to assure continued
performance of their intended function. Damaged or inadequate TESC BMP's shall be
corrected immediately.
2. Updating the TESC Plan to reflect current field conditions.
3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to Ecology
in accordance with the CSWGP.
4. Develop and maintain the Site Log Book as defined in the CSWGP. As a part of the
Site Log Book, the Contractor shall develop and maintain a BMP tracking table to show
that identified TESC compliance issues are fully resolved within 10 calendar days. The
table shall include the date an issue was identified, a description of how it was
resolved, and the date the issue was fully resolved.
The ESC Lead shall also inspect all areas disturbed by construction activities, all on -site
erosion and sediment control BMP's, and all stormwater discharge points at least once every
calendar week and within 24 -hours of runoff events in which stormwater discharges from the
site. Inspections of temporarily stabilized, inactive sites may be reduced to once every
calendar month. The Erosion and Sediment Control Inspection Form (WSDOT Form 220 -030)
shall be completed for each inspection and a copy shall be submitted to the Engineer no later
than the end of the next working day following the inspection.
8 -01.2 Materials
Section 8 -01.2 is supplemented by the following:
( * * * * * *)
Restoration Seed Mix 9 -14.2
8- 01.3(2) Seeding, Fertilizing, and Mulching
8- 01.3(2)B Seeding and Fertilizing
Section 8- 01.3(2)B is supplemented by the following:
(
* * * * * *)
Restoration Seed Mix shall be measured and paid for under bid item "Seeding, Fertilizing and
Mulching" per Section 8 -01.4 and 8 -01.5 of the Standard Specifications.
Topsoil required for Restoration Seeding and property restoration shall be measured and paid
for under item "Topsoil Type A ", as described in Section 8 -02 of these Special Provisions.
Restoration Seeding shall be measured and paid for under "Seeding, Fertilizing and Mulching ".
8- 01.3(2)B Seeding and Fertilizing
Section 8- 01.3(2)B is supplemented with the following:
City of Federal Way
South 356'n Street Improvements
Page 188
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients:
Total Nitrogen as N - 80 pounds per acre.
Available Phosphoric Acid as P2O5 - 20 pounds per acre.
Soluble Potash as K2O - 40 pounds per acre.
50 pounds of nitrogen applied per acre shall be derived from isobutylidene diurea (IBDU),
cyclo -di -urea (CDU), or a time release, polyurethane coated source with a minimum release
time of 6 months. The remainder may be derived from any source.
The fertilizer formulation and application rate shall be approved by the Engineer before use.
8- 01.3(2)D Mulching
Section 8- 01.3(D) is supplemented with the following:
( * * * * * *)
Mulch shall be applied at the rate of 2,000 pounds per acre. The Contractor shall follow
manufacturer's / suppliers recommended quantities of mulch in pounds to tank capacity in
gallons.
8- 01.3(15) Maintenance
(January 5, 2015 WSDOT GSP)
The fifth paragraph of Section 8- 01.3(15) is deleted.
8 -01.4 Measurement
Section 8 -01.4 is supplemented with the following:
( * * * * * *)
"Seeding, Fertilizing and Mulching" will be measured by the square yard by ground slope
measurement or through the use of design data.
(January 5, 2015 WSDOT GSP)
When the Bid Proposal contains the lump sum item "Erosion Control and Water Pollution
Prevention" there will be no measurement of unit or force account items for Work defined in
Section 8 -01.
8 -01.5 Payment
Section 8 -01.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Erosion Control and Water Pollution Prevention ", lump sum.
City of Federal Way
South 356th Street Improvements
Page 189
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Seeding, Fertilizing and Mulching ", per square yard
The lump sum Contract price for "Erosion Control and Water Pollution Prevention" shall be full
payment to perform the Work as specified in Section 8 -01. Progress payments for the lump sum
item "Erosion Control and Water Pollution Prevention" will be made as follows:
1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for
the item. Initial set up includes the following:
a. Acceptance of the TESC Plan provided by the Contracting Agency or submittal
of a new TESC Plan,
b. Submittal of a schedule for the installation of the BMP's,
c. Identifying water quality sampling locations, and
d. Initial installation of BMP's associated with sensitive areas delineation,
clearing /grubbing and perimeter control.
2. The remaining seventy -five percent of the bid amount shall be paid in accordance with
Section 1 -09.9.
8 -02 ROADSIDE RESTORATION
8 -02.1 Description
The first paragraph of Section 8 -02.1 is revised to read:
This work shall consist of furnishing and placing topsoil, sod, mulch, planting for detention pond
areas, planting trees, shrubs, and ground covers in accordance with these Specifications and
as shown in the Plans or as directed by the Engineer.
Topsoil required for restoration seeding shall be measured and paid for under item "Topsoil
Type A" as described in this section of Special Provisions.
8 -02.2 Materials
This section is supplemented with the following:
( * * * * * *)
Topsoil Type A 9- 14.1(1)
Bark or Wood Chip Mulch 9- 14.4(3)
Sod 9- 14.6(8)
Water Quality Grass Seed Mix 9 -14.2
8 -02.3 Construction Requirements
Section 8- 02.3(1) is supplemented with the following:
City of Federal Way
South 356`" Street Improvements
Page 190
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated
roadside work is completed. Landscape materials shall not be installed until weather permits
and installation has been authorized by the Engineer. If water restrictions are anticipated or in
force, planting of landscape materials may be delayed until the restrictions are lifted.
Throughout planting operations, the Contractor shall keep the premises clean, free of excess
soils, plants, and other materials, including refuse and debris, resulting from the Contractor's
work. At the end of each work day, and as each planting area is completed, it shall be neatly
dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the
Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove
surplus soils, materials, and debris from the construction site and shall leave the project in a
condition acceptable to the Engineer.
8- 02.3(3) Roadside Work Plan
Section 8- 02.3(2) is supplemented with the following:
( * * * * * *)
The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating
proposed work. The use of chemical herbicides shall be considered on a case -by -case basis.
The contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to
the Engineer for approval prior to use.
8- 02.3(4) Topsoil
Section 8- 02.3(4) is supplemented with the following:
( * * * * * *)
Remove all construction debris prior to placing topsoil.
Subgrade will require review and approval by the Project Engineer prior to the placement of
topsoil.
Thoroughly scarify subgrade in detention pond planting and seeding areas, restoration seeding
areas and sod areas to a minimum depth of six inches. Scarified subgrade shall be inspected
and approved by the Engineer prior to placement of topsoil. Remove all construction debris
and rocks over two inches (2 ") in diameter prior to the placement of topsoil.
Upon approval of the subgrade by Engineer, place Topsoil Type A to depth as indicated in
detention pond planting and seedings areas, restoration seeding areas and sod areas as
shown on the Plans. Lightly compact soil and establish a smooth and uniform finished grade
that protects against obstruction to surface drainage and ponding. Materials shall be placed so
that after settlement of finished grades the top of the root zone will be flush with the top of
sidewalks in lawn areas. For bark mulch areas, finish grade prior to placement of bark shall be
one (1) inch plus the specified depth of mulch, below top of sidewalk.
Areas around existing trees to remain shall not be cultivated within the drip line of the tree or
any other areas which appear to have a significant number of existing tree roots.
The costs of removing all excess material and debris shall be considered incidental to and
included in the unit contract prices of other items in this contract.
City of Federal Way
South 356th Street Improvements
Page 191
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8- 02.3(4)A Topsoil Type A
Section 8- 02.3(4) A is supplemented with the following:
( * * * * * *)
Topsoil Type A shall conform to Section 9- 14.1(1) of these Special Provisions and shall be
supplied by a Contractor's supplied source, and as approved by the Engineer.
8- 02.3(5) Planting Area Preparation
Section 8- 02.3(5) is supplemented with the following:
( * * * * * *)
Upon approval of subgrades by the Engineer, imported topsoil Type A shall be placed to a
compacted depth four (4) inches in sod lawn areas, and in sides and bottoms of all tree and
shrub pits as shown in Plans, two (2) inches in restoration seeding areas, and 4" in detention
pond planting and seeding areas, or as otherwise noted on the plans. Lightly compact soil and
establish a smooth and uniform finished grade that protects against obstruction to surface
drainage and ponding. Materials shall be placed so that after settlement of finished grades the
top of the sod soil level will be even and 1/4 to 1/2 inch below the top of sidewalks in lawn areas.
For bark - mulched areas, finish grade of bark mulch shall be one (1) inch below top of curb or
sidewalk.
For planting areas that become compacted due to construction use, such as staging areas and
access roads, the Contractor shall loosen and cultivate to a minimum depth of 12 inches prior
to planting operations.
No cultivation shall occur in areas within the drip line of existing vegetation scheduled to
remain.
Topsoil shall not be placed until the Engineer has approved the planting area subgrade.
8- 02.3(8) Planting
Section 8- 02.3(8) is supplemented with the following:
( * * * * * *)
Bare root stock shall be planted only from October to February.
When performing the following work do not injure the root system. Do not over excavate
planting pit depth.
Trees and shrubs shall be installed by individually excavating planting pits, as detailed in the
Plans. Test holes for drainage by flooding prior to planting. If water does not seep away within
30 minutes, notify Engineer. Scarify the sides of the pit prior to planting. Sufficient topsoil shall
be placed under the plant and compacted to ensure that the location of the root flare (crown) at
the top of the ball or container is located slightly above the finished grade (1/2" to 1 ").
Balled and burlapped plants shall be placed in the planting pits with the burlap intact; the
binding shall be removed and all of the burlap or cloth wrapping materials shall be removed
from the root ball. Remove all plastic, twine and ropes. The plant shall be rejected if the root
ball is cracked or broken during removal of wrapping or during the planting process.
City of Federal Way
South 356th Street Improvements
Page 192
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to
adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been
backfilled and tamped firmly around the ball of roots.
When pit is backfilled halfway, place fertilizer plant tablets, and stake if necessary, as shown in
the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent
to the root system. Carefully place, water and compact planting topsoil, fill all voids.
When planting pit is three - quarters (3/4) backfilled, fill with water and allow water to soak away.
Fill pits with additional topsoil to finish grade and continue backfilling as detailed in the Plans.
Water trees immediately after planting.
8- 02.3(10) Fertilizers
Section 8- 02.3(10) is supplemented with the following:
( * * * * * *)
Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified in
Section 9 -14.3. All fertilizers shall be furnished in standard unopened containers with weight,
name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked,
in accordance with State and Federal law.
Trees and shrubs shall be fertilized at a rate according to manufacturer's recommendations.
Fertilizer shall be considered incidental to and included in the lump sum contract prices in the
Contract.
8- 02.3(11) Bark or Wood Chip Mulch
Section 8- 02.3(11) is supplemented with the following:
( * * * * * *)
Bark Mulch shall be placed over all planting beds and around all Street Trees as detailed on
the Plans to a depth no less than two (2) inches. Thoroughly water and hose down plants with
a fine spray to wash the leaves of the plants immediately after application.
Bark Mulch shall meet the requirements of Section 9- 14.4(3) Bark or Wood Chips of these
Special Provisions.
8 -02.3 (16)B Lawn Establishment
Section 8- 02.3(16)B is supplemented with the following:
( * * * * * *)
Lawn establishment shall also consist of insuring resumption and continued growth of sod
lawn. This shall include, but is not limited to labor and materials necessary for removal and
replacement of any rejected sod lawn planted under this contract.
8 -02.4 Measurement
Section 8 -02.4 is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356th Street Improvements
Page 193
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Topsoil Type A" and "Bark or Wood Chip Mulch" shall be measured by the cubic yard in the
haul conveyance at the point of delivery.
"Water QualityGrass Seed Mix" will be measured by the square yard by ground slope
measurement or through the use of design data.
8 -02.5 Payment
Section 8 -02.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Topsoil Type A ", per cubic yard
"Bark Mulch ", per cubic yard
"PSIPE, Plant Material ", per each
"Sod Installation ", per square yard.
"Water Quality Grass Seed Mix" per square yard
8 -03 IRRIGATION SYSTEMS
8 -03.1 Description
Section 8 -03.1 is supplemented with the following:
( * * * * * *)
Some private irrigation systems exist within the project limits which will be impacted by the
project improvements. The Contractor shall minimize the impacts to these facilities to the
maximum extent possible. In the event that irrigation systems are found to encroach within the
limits of the project improvements, they shall be modified as necessary per Engineer directed
force accounts to ensure satisfactory operation upon completion of the improvements.
8 -03.3 Construction Requirements
Section 8 -03.3 is supplemented with the following:
( * * * * * *)
The Contractor shall apply and pay for associated fees for the water meter and installation
through the Lakehaven Water & Sewer District. Permit fees will be reimbursed at actual
invoice cost in accordance with Section 8- 03.3(15). Application review may take up to 6
weeks.
The Contractor shall provide, install and set the irrigation meter in location as shown on the
Plans. The Contractor shall coordinate installation and all required inspections with the
Lakehaven Water & Sewer District.
All work shall be in strict conformance with the Lakehaven Water & Sewer District Water
System and Sewer Standards, together with the plans, details and manufacturer's written
information regarding recommended installation procedures. References to the use of
City of Federal Way
South 356th Street Improvements
Page 194
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
galvanized pipe in the Standard Specifications and Amendments shall be replaced with
Schedule 80 PVC or other Engineer accepted pipe material.
Private sprinkler irrigation systems found to encroach within the limits of improvements shall be
modified as necessary to remove the encroachment and to ensure satisfactory operation of the
remaining system. The Contractor shall ensure that existing private systems remain in
operation during the construction of this project. The Contractor shall furnish temporary water
to disconnected existing irrigation systems. Private irrigation systems that have been damaged
during construction activities shall be repaired within 5 working days. The Contractor shall be
liable for any damage due to irrigation facilities damaged by his operations and shall repair
such damaged facilities to an "equal or better than" original condition. This work will include,
but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler
heads new pipe heads and connections, and testing of the system. Payment will be included in
the unit bid item price for Repair Existing Irrigation System per Section 8 -03 these Standard
Specifications.
8- 03.3(7) Flushing and Testing
Section 8- 03.3(7) is supplemented with the following:
The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours
before pressure and coverage tests are to be conducted and shall have the approval of the
Engineer before backfilling. Mainlines shall be tested at 140 PSI and PVC lateral lines at 50
PSI. Before the sprinkler system will be accepted, the Contractor, in the presence of the
Engineer, shall perform a drip emitter water coverage test to determine if the water coverage
and operation of the system is complete and satisfactory. This test will take place prior to the
placement of bark mulch in drip irrigation areas. If any part of the system is inadequate it shall
be repaired or replaced at the Contractor's expense and the test repeated until accepted.
The entire sprinkler system shall be guaranteed by the Contractor to give complete and
satisfactory service for a period of one year from the date of Initial Planting Acceptance by the
City of Federal Way.
Should any trouble develop within the one year period, which in the opinion of the Engineer, is
due to faulty material or workmanship, the trouble shall be corrected, without delay, to the
satisfaction of the Engineer at the Contractor's expense.
All backfilled trenches shall be repaired by the Contractor at his expense, including restoration
of plant materials.
8- 03.3(14) Irrigation Electrical Service
Section 8- 03.3(14) is supplemented with the following:
( * * * * * *)
Furnish and install each irrigation controller in an Engineer approved single sided 12" x 24" x
36" height, vandal resistant locking, 12 gauge pre - galvanized steel, NEMA 3R pad -mount
enclosures complete with 120V power source, and 28" x 28" x 12" thick concrete pad complete
with all fasteners, hardware, bolts, nuts and washers of stainless steel or galvanized if
accepted by the Engineer and sized per manufacturer's instructions. Install pad, pedestal,
City of Federal Way
South 356'h Street Improvements
Page 195
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
controller, 120V control wire, conduits at locations staked by Contractor and approved by
Engineer.
Contractor will furnish conduit, wiring, labor, equipment, and materials and pay for all power
service connections.
8- 03.3(15) Lakehaven Water & Sewer District Connection Fees
Section 2- 02.3(8) is a new section:
Fees payable to the Lakehaven Water & Sewer District for permitting and connection of one
irrigation meter will be reimbursed at actual cost.
For the purpose of providing a common proposal, and for that purpose only, the Contracting
Agency has estimated the cost of permit fees and has arbitrarily entered that amount in the bid
proposal to become part of the total bid by the Contractor.
Any labor, materials, or equipment necessary to prepare the necessary applications to obtain
the permit and coordinate necessary inspections and approval shall be included in the lump
sum price bid for `Automatic Irrigation System, Complete' and shall not be reimbursable under
the item `Lakehaven Water & Sewer District Connection Fee'.
8 -03.4 Measurement
Section 8 -03.4 is supplemented with the following:
( * * * * * *)
Measurement for Automatic Irrigation System, Complete will be by lump sum for the installation
of the new irrigation system within the City's right -of -way outlined in the contract documents,
complete and in full operating condition.
No separate measurement will be made for Lakehaven Water & Sewer District Connection
Fee, as all work shall be reimbursed at actual cost.
8 -03.5 Payment
Section 8 -03.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Automatic Irrigation System, Complete ", per lump sum
The lump sum contract price for Automatic Irrigation System, Complete shall be full
compensation for furnishing all labor, materials, tools, electrical services connection costs, and
equipment necessary or incidental to the construction of the complete and operable sprinkler
irrigation system as shown in the Plans or as directed by the Engineer.
Application review may take up to 6 weeks.
City of Federal Way
South 356`h Street Improvements
Page 196
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
All costs for furnishing and installing controller pad, enclosure, conduit, wiring and Puget Sound
Energy service, irrigation controller, all control wiring, backflow preventer, vault enclosures,
valves, piping, and all other required components for a fully functional system where indicated
and as detailed in the Plans and all costs of inspections and tests performed on Cross
Connection Control shall be considered incidental to and included in the unit contract price for
Automatic Irrigation System.
"Lakehaven Water & Sewer District Connection Fees ", estimate.
The Contractor shall apply for water service connections and pay the Lakehaven Water &
Sewer District access fees at the time they purchase the meters. Payment for Lakehaven Water
& Sewer District Connection Fee shall be a reimbursement for actual permit cost and no
additional payment will be made.
8 -04 CURBS, GUTTERS, AND SPILLWAYS
8 -04.1 Description
Section 8 -04.1 is supplemented with the following:
( * * * * * *)
This work shall also consist of constructing cement concrete curbs and retaining walls integral
with the sidewalk in accordance with these Specifications and in conformity with the
dimensions and cross - sections shown in the Plans and to the lines and grades as staked.
8 -04.2 Materials
Section 8 -04.2 is supplemented with the following:
( * * * * * *)
Materials for Integral Curb shall meet the requirements of the following sections:
Portland Cement 9 -01
Aggregates 9 -03
Premolded Joint Filler 9 -04.1
Reinforcing Steel 9 -07
8 -04.3 Construction Requirements
Section 8 -04.3 is supplemented with the following:
( * * * * * *)
The sub -base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2- 03.3(14)D revised, before placing the curb
and gutter.
White - pigmented curing compounds will not be allowed.
City of Federal Way
South 356`h Street Improvements
Page 197
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The top of the finished concrete shall not deviate more than one - eighth (1/8 ") in ten feet (10')
or the alignment one - fourth (1/4 ") in ten feet (10').
Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the
City Standard Plan Details.
Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow paint.
Paint and application shall conform to the Standard Specifications for traffic paint striping.
Integral Curb
The concrete in the integral curb retaining walls shall be of the same mix and shall conform in
all respects to the specifications for the cement concrete sidewalk and shall be cured for the
same period and in the same manner as the concrete sidewalk.
The sidewalk as constructed shall extend to the back of the curb line. The sidewalk where the
curb is to be placed shall be roughened or otherwise treated so that a permanent bond will be
secured between the curb and the sidewalk. The curb forms shall be securely fastened so that
the finished curb has a true, uniform alignment. The face of the finished curb shall have a
smooth, uniform appearance. The top shall be troweled smooth, and the edge between the
face and the top shall be rounded with an edging tool to a radius of one inch, and the top and
face of the curb shall receive a light brush finish. All expansion joints in the sidewalk shall
extend entirely through the curb. Wherever contraction joints occur in the sidewalk,
construction joints conforming to Section 8- 04.3(1) shall be constructed in the curb.
Reinforced Traffic Curb & gutter
The concrete in the reinforced curb shall be of the same mix and shall conform in all respects
to the specifications for the cement concrete driveway entrance and shall be cured for the
same period and in the same manner as the concrete driveway.
The reinforced traffic curb & gutter shall be installed per the detail in the plans and /or adjacent
to industrial style driveway entrances.
8- 04.3(3) Painting of Curbs
Section 8- 04.3(3) is supplemented with the following:
( * * * * * *)
When shown on the plans, concrete curbing shall be painted with two full coats of Paint
formula No. H -2 -83 or H -3 -83 as shown on the plans or directed by the Engineer. The paint
can be applied by brush or spray.
8 -04.4 Measurement
Section 8 -04.4 is supplemented with the following:
All curbs and curb and gutter will be measured by the linear foot along the line and slope of the
completed curb and gutter.
City of Federal Way
South 356' Street Improvements
Page 198
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Painting of curbs will not be measured and is considered incidental to the unit price of the type
of curb.
Measurement of Integral Curb will be by the square foot. The curb shall be only that portion
above the sidewalk; the concrete below the curb shall be included in the measurement in
square yards of sidewalk.
8 -04.5 Payment
Section 8 -04.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Integral Curb ", per square foot.
"Extruded Curb, Type 6 ", per linear foot.
"Cement Conc Traffic Curb and Gutter ", per linear foot.
"Reinforced Cement Conc. Traffic Curb & Gutter ", per linear foot.
8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES
8 -06.3 Construction Requirements
Section 8 -06.3 is supplemented with the following:
Section 1 -07 of these Special Provisions describes the restrictions to driveway closures and
construction that will be in place for this contract. To meet these requirements, the Contractor
may use a quick setting concrete. The Engineer shall approve the quick- setting mix prior to
use.
Driveway entrances shall be constructed per City of Federal Way Standard Details and the
details shown in the plans.
8 -06.5 Payment
Section 8 -06.5 is supplemented with the following:
(* * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Cement Conc. Pavement Approach 3 -Day" per square yard.
"Reinforced Cement Conc. Industrial Pavement Approach, 3 -Day" per square yard
If the Contractor chooses to use a quick- setting concrete mix to meet the requirements of
Section 1 -07, it will be measured per the square yard and paid for as Cement Conc. Driveway
Entrance 3 -Day. Any additional costs to use such mix shall be incidental to the bid item for
Cement Conc. Driveway Entrance 3 -Day, and no additional payment will be made.
City of Federal Way
South 356th Street Improvements
Page 199
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8 -09 RAISED PAVEMENT MARKERS
8 -09.3 Construction Requirements
Section 8 -09.3 is supplemented as follows:
RPMs shall be installed per City of Federal Way Standard Details
8 -09.5 Payment
Section 8 -09.5 is supplemented as follows:
(* * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Raised Pavement Markers, Type 2 ", per Hundred.
8 -11 GUARDRAIL
Section 8 -11.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
inclJded in the proposal:
"Beam Guardrail Type 1 ", per linear foot
8 -12 CHAIN LINK FENCE AND WIRE FENCE
8 -12.2 Materials
(August 3, 2009 WSDOT GSP)
Section 8 -12.2 is supplemented with the following:
Coated Chain Link Fence
Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square
foot of surface area.
Fencing materials shall be coated with an ultraviolet - insensitive plastic or other inert material at
least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the
manufacturer's written instructions. The Contractor shall provide the Engineer with the
manufacturer's written specifications detailing the product and method of fabrication. The color
shall match Federal Standard 595 color number * ** 37038 * * *, or be as approved by the
Engineer.
City of Federal Way
South 356`h Street Improvements
Page 200
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Samples of the coated fencing materials shall be approved by the Engineer prior to installation
on the project.
The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of
14 ounces each of paint of the color specified above. The touch -up paint shall be compatible
with the coating system used.
8 -12.3 Construction Requirements
Section 8- 12.3(3) is supplemented with the following:
Retrofit Existing Black Vinyl Coated Chain Link Fence Top Rail
The contractor shall retrofit a top rail for an existing black vinyl coated chain link fence to the
limits shown in the plans. The top rail shall match the existing fence length between posts.
The top rail shall conform in all respects to the specifications for the black vinyl coated chain
link fence.
8 -12.5 Payment
Section 8 -12.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Black Vinyl Coated Chain Link Fence — 4 Ft. ", per linear foot.
"Double 20' Chain Link Gate ", per each.
"Single 6 Ft. Chain Link Gate ", per each.
"Retrofit Black Vinyl Coated Chain Link Fence Top Rail ", per linear foot.
"Remove and Reset Chain Link Fence ", per linear foot.
"Remove and Reset Chain Link Gate ", per each
8 -13 MONUMENT CASES
8 -13.1 Description
(March 13, 1995 WSDOT GSP)
Section 8 -13.1 is deleted and replaced by the following:
This work shall consist of furnishing and placing monument cases, covers, and pipes in
accordance with the Standard Plans and these Specifications, in conformity with the lines and
locations shown in the Plans or as staked by the Engineer.
8 -13.2 Materials
Section 8 -13.2 is supplemented with the following:
(March 13, 1995 WSDOT GSP)
City of Federal Way
South 356th Street Improvements
Page 201
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The pipe shall be Schedule 40 galvanized pipe.
8 -13.3 Construction Requirements
Section 8 -13.3 is supplemented with the following:
Where shown in the Plans or where directed by the Engineer, the existing monument case and
cover shall be adjusted to the grade as staked or otherwise designated by the Engineer. The
existing monument shall be carefully protected so as not to disturb its location in any way. The
Contractor shall have a licensed professional land surveyor locate the monument in
accordance with 1- 05.5(2) prior to the case and cover adjustment if any disturbance of the
existing monument is probable. The existing cast iron ring and cover shall first be removed
and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing
structure shall be raised or lowered to the required elevation. The materials and method of
construction shall conform to the requirements of the Standard Plan as approved by the
Engineer.
The last paragraph of Section 8 -13.3 is revised to read:
The Contractor will be responsible for placing the concrete core and tack or wire inside the
pipe.
8 -13.4 Measurement
(March 13, 1995 WSDOT GSP)
Section 8 -13.4 is deleted and replaced by the following:
Measurement of monument case, cover, and pipe will be by the unit for each monument case,
cover, and pipe furnished and set.
8 -13.5 Payment
Section 8 -13.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Adjust Monument Case and Cover ", per each.
8 -14 CEMENT CONCRETE SIDEWALKS
8 -14.4 Measurement
Section 8 -14.4 is supplemented with the following:
( * * * * * *)
Curb ramps shall be measured separately from sidewalks. Cement Conc. Curb Ramp Type
will be measured per each for the complete curb ramp type installed, including any
adjacent pedestrian curbs, and furnishing and installing the detectable warning surface.
City of Federal Way
South 356`h Street Improvements
Page 202
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8 -14.5 Payment
Section 8 -14.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Thickened Edge Sidewalk ", per linear foot
Payment for `Thickened Edge Sidewalk' per linear foot will be made in addition to any payment
per square yard for `Cement Conc. Sidewalk'.
"Cement Conc. Sidewalk ", per square yard
"Cement Conc. Single Direction Curb Ramp ", per each
8 -15 RIPRAP
8 -15.5 Payment
Section 8 -15.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Quarry SpaIls ", per cubic yard
8 -18 MAILBOX SUPPORT
8 -18.5 Payment
Section 8 -18.5 is supplemented with the following:
(* * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Relocate Mailbox ", per each
Measurement shall be per mailbox relocated, regardless of the number of mailbox supports.
8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT
TRANSPORTATION SYSTEMS, AND ELECTRICAL
8 -20.1 Description
Section 8 -20.1 is replaced with the following:
City of Federal Way
South 356th Street Improvements
Page 203
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Work includes furnishing and installing all materials necessary to provide:
1. Installation of a new street light system on South 356th Street.
2. Modifications to the existing traffic signal system at South 356th Street and Pacific
Highway South.
3. Installation of new 24 count fiber optic cable on South 356th Street between the existing
signal at Pacific Highway South (SR -99) and the existing signal at Enchanted Parkway
South (SR -161).
All work shall be performed as shown in the Plans in accordance with applicable Standard
Specifications and Standard Plans included herein and the following Special Provisions. Work
shall include the supply, testing, and installation of all traffic signal and illumination hardware
including the communication cable and interface system, and when specified, the modification
and /or removal of such an existing system.
The work includes, but shall not be limited to, the following:
1.Luminaires
2.Luminaire poles and foundations
3.Junction boxes
4.Conduit and wire
5. Emergency Pre - emption equipment modifications
6. Electrical service, enclosures, connections, and bases
7.Signal interconnect fiber system
8.Vehicle signal heads
9.Mast arm mounted signs
8- 20.1(1) Regulations and Code
Section 8- 20.1(1) is supplemented with the following:
(March 13, 2012 City of Federal Way)
Where applicable, materials shall conform to the latest requirements of the Washington State
Department of Labor and Industries and Puget Sound Energy.
8- 20.1(2) Industry Codes and Standards
The following is added at the end of the first paragraph of this section:
(March 13, 2012 City of Federal Way)
National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office
Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331.
Add the following new Section:
8- 20.1(3) Warranties
The Contractor shall provide a warranty for all materials to be furnished under this Contract for
a period of one (1) year, unless otherwise specified, from the date of actual turn -on. The
warranty shall apply to all material including those items not manufactured by the Contractor.
City of Federal Way
South 356th Street Improvements
Page 204
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The warranty shall provide that all material at the time of delivery shall be free from defects in
material and workmanship and shall be fit for the uses set forth in these Specifications.
The warranty shall assign responsibility to the Contractor for all costs of replacement or repair
of defective materials except those materials supplied by the City. Replacement or repair shall
be made within five (5) working days following notification of a discrepancy.
8- 20.1(4) Electrical Permits
The Contractor shall be responsible for obtaining all required electrical permits, including all
required City electrical permits. All costs to obtain and comply with electrical permits shall be
included in the applicable bid items for the work involved.
8- 20.2(1) Equipment List and Drawings
The first paragraph is deleted and replaced with the following:
(January 26, 2012 City of Federal Way)
Within one (1) week following the pre- construction conference, the Contractor shall submit to
the Engineer a completed "Request for Approval of Materials" that describes the material
proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information
shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction
boxes, and all other items to be used on the project. Approvals by the Engineer must be
received before material will be allowed on the job site. Materials not approved will not be
permitted on the job site.
Section 8- 20.2(1) is supplemented with the following:
( * * * * * *)
Shop drawing for signal standards and lighting standards shall be provided in an electronic
format (AUTOCAD), as well as complying with Section 6- 03.3(7).
Manufacturer's data for all materials proposed for use in the contract which require
approval shall be submitted in one complete package.
8 -20.3 Construction Requirements
8- 20.3(1) General
Section 8- 20.3(1) is supplemented with the following:
(January 26, 2012 City of Federal Way)
Signal System Changeover
The Contractor shall provide a detailed work plan for the signal system changeover to be
approved by the Engineer. They shall not deviate from the work plan without prior written
approval from the Engineer. The work plan shall show the exact date of the signal system
changeover.
City of Federal Way
South 356th Street Improvements
Page 205
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The changeover of the signal equipment shall commence after 8:30 AM and be completed by
3:00 PM on the same day. During changeover, traffic control shall be provided. The exact work
plan and schedule for changeover shall be pre- approved by the Engineer. See Section 1 -10 of
these Special Provisions.
(November 14, 2014 City of Federal Way)
Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal
materials not directed by the Engineer to remain property of the City shall become the property
of the Contractor, except the existing controller cabinet and all its contents shall remain as
property of the City.
Removed signal and electrical equipment which remains the property of the Contracting
Agency shall be delivered to:
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206 - 396 -3763
Forty eight (48) working hours advance notice shall be communicated to both the Engineer
and the Signal Technician at the address listed above. Delivery shall occur during the hours of
8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the
required advance notice.
Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's
satisfaction at no cost to the Contracting Agency.
The Contractor shall be responsible for unloading the equipment where directed by the
Engineer at the delivery site.
(January 26, 2012 City of Federal Way)
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to remain the
property of the Contracting Agency, shall become the property of the Contractor and shall be
removed from the project.
The Contractor shall:
1. Remove all wires for discontinued circuits from the conduit system or as directed by the
Engineer.
2. Remove elbow sections of abandoned conduit entering junction boxes or as directed
by the Engineer.
3. Remove abandoned conduit encountered during excavation to the nearest outlets or as
directed by the Engineer.
4. Remove foundations entirely, unless the Plans state otherwise.
a. Backfill voids created by removal of foundations and junction boxes.
b. Backfilling and compaction shall be performed in accordance with Section 2 -19
09.3(1)E.
City of Federal Way
South 356`" Street Improvements
Page 206
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Signal Display Installation
Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or
changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on
or changeover shall be covered and not visible to vehicular traffic at any time.
(May 15, 2000 WSDOT NWR)
Energized Equipment
Work shall be coordinated so that electrical equipment, with the exception of the service
cabinet, is energized within 72 hours of installation.
(June 20, 1995 WSDOT NWR)
Pole Removal
Poles designated for removal shall not be removed prior to approval of the Engineer.
(October 31, 2005 WSDOT NWR)
Construction Core Installation
The Contractor shall coordinate installation of construction cores with Contracting Agency
maintenance staff through the Engineer. The Contractor shall provide written notice to the
Engineer, a minimum of seven working days in advance of proposed installation. The
Contractor shall advise the Engineer in writing when construction cores are ready to be
removed.
(May 15, 2000 WSDOT NWR)
Electrical Equipment Removals
Removals associated with the electrical system shall not be stockpiled within the job site
without the Engineer's approval.
8- 20.3(2) Excavating and Backfilling
Section 8- 20.3(2) is supplemented with the following:
( * * * * * *)
Underground utilities of record are shown on the construction plans insofar as information is
available. These, however, are shown for convenience only and the City assumes no
responsibility for improper locations or failure to show utility locations on the construction
plans.
The location of existing underground utilities, when shown on the plans, is approximate only,
and the Contractor shall be responsible for determining their exact location. The Contractor
shall check with the utility companies concerning any possible conflict prior to commencing
excavation in any area, as not all utilities may be shown on the plans.
The Contractor shall be responsible for potholing for conflicts with underground utility locations
prior to determining exact locations of signal and luminaire pole foundations, and underground
vaults. Prior to construction, if any conflicts are expected, it shall be brought to the attention of
the Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility companies and
arranging for the movement or adjustment, either temporary or permanent, of their facilities
within the project limits.
City of Federal Way
South 356th Street Improvements
Page 207
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City
shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get
approval from the Engineer prior to installation. The Contractor may consider changing depth
or alignment of conduit to avoid utility conflicts.
Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs,
the contractor shall confirm that the location proposed on the Contract Plans does not conflict
with utility location markings placed on the surface by the various utility companies. If a conflict
is identified, the following process shall be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for the
foundation, junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work, select a
location that may be acceptable and pothole to determine the exact location of other
utilities. Potholing must be approved by the Engineer.
3. If an adequate alternate alignment still cannot be identified following potholing
operations, the pothole area should be restored and work in the area should stop until
a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless specifically
agreed to by the utility owner.
8- 20.3(4) Foundations
Pole foundations within the sidewalk area shall be constructed in a single pour up to the
bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour.
The void between the foundation and the pole flange shall be no larger than 4 inches and shall
be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A plastic
drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the interior of
the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with the surfaces.
Add the following new Section:
8- 20.3(4)A Cabinet Foundations
Exact dimensions for cabinet foundations shall be verified with the cabinet manufacturer prior
to constructing foundation.
8- 20.3(5) Conduit
8- 20.3(5)A General
Section 8- 20.3(5)A is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356th Street Improvements
Page 208
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be
equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy transformer vault and the
service panel shall be schedule 80 PVC.
All conduit installed underground shall have polyethylene underground hazard marking tape, 6
inches wide, red, legend "Caution- Electric Line Buried Below," placed approximately 12 inches
above the conduit.
8- 20.3(5)B Conduit Type
Section 8- 20.3(5)B is supplemented with the following:
All conduits under driveways shall be Schedule 80 polyvinyl chloride (PVC).
8- 20.3(5)E1 Open Trenching
Section 8- 20.3(5)E1 is supplemented with the following:
(January 8, 2013 City of Federal Way)
The Contractor shall supply all trenching necessary for the complete and proper installation of
the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching
shall conform to the following:
1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and
sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as
narrow in width as practical to provide a minimum of pavement disturbance. The
existing pavement shall be removed in an approved manner. The trench bottom shall
be graded to provide a uniform grade.
2. Trenches located under existing traveled ways shall provide a minimum of 24 inches
cover over conduits and shall be backfilled with 21 inches of controlled density fill,
vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 , or a
surface matching the existing pavement section, whichever is greatest. The asphalt
concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or
approved equal immediately before resurfacing, applied to the entire edge and full
depth of the pavement cut. Immediately after compacting the new asphalt surface to
conform to the adjacent paved surface, all joints between new and original pavement
shall be filled with joint sealant meeting the requirements of Section 9 -04.2.
3. Trenches for Schedule 40 PVC conduits to be located within the right -of -way and
outside the traveled way shall be backfilled with bedding material three inches (3 ")
above and below the conduit, with the remaining depth of trench backfilled with native
material. If the Engineer determines that the native material is unsuitable, Gravel
Borrow shall be used.
4. When trenches are not to be placed under sidewalks or driveways, the backfill shall
match the elevation of the surrounding ground, including a matching depth of top soil.
mulch and /or sod if necessary to restore the trench area to its prior condition.
5. Contractor shall use joint trench where possible.
City of Federal Way
South 356th Street Improvements
Page 209
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in
any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8 ") layers with
each layer compacted to ninety -five percent (95 %) of maximum density in traveled ways, and
ninety percent (90 %) of maximum density elsewhere at optimum soil moisture content.
Bank Run Gravel for Trench Backfill shall conform to Section 9 -03.19 of the Standard
Specifications.
Gravel Backfill for Pipe Zone Bedding material shall conform to Section 9- 03.12(3) of the
Standard Specifications.
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
All trenches shall be properly signed and /or barricaded to prevent injury to the public.
8- 20.3(5)E3 Boring
Section 8- 20.3(5)E3 is supplemented with the following:
Should the contractor elect to utilize a boring method of installation, they shall first obtain
approval by the City before proceeding. The City reserves the right to require open trench
excavation.
A complete set of as -built plans showing all bores (successful and failed) within 10 calendar
days of completing the boring shall be submitted to the Engineer. The plans shall be copies of
the Contract Plans and include roadway profile, cross - section, boring location and subsurface
conditions. The plans must include elevations of the installation.
8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
Section 8- 20.3(6) is supplemented with the following:
( * * * * * *)
Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults
and pull boxes shall not be placed within the traveled way or shoulders.
All streetlight junction box lids shall be welded shut after final inspection and approval by King
County.
Wiring shall not be pulled into any conduit until all associated junction boxes have been
adjusted to, or installed in, their final grade and location, unless installation is necessary to
maintain system operation. If wire is installed for this reason, sufficient slack shall be left to
allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section 8- 20.3(8) is not
maintained. No splicing will be permitted.
Junction boxes for fiber signal interconnect shall be inscribed with "TS" as described on
WSDOT Standard Plan J- 40.30.
City of Federal Way
South 356`h Street Improvements
Page 210
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
8- 20.3(8) Wiring
Section 8- 20.3(8) is modified as follows:
The following is inserted between the 3rd and 4th paragraph of this section:
(March 6, 2012 City of Federal Way)
Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape,
3 -M 06147, leaving 3 feet of loose wire.
Connectors will be copper and sized for the wire. Mastik splice material will be centered on
the wire and folded up around both sides and joined at the top. Splice will then be worked
from the center outward to the ends. The ends will be visible and fully sealed around the wire.
The end of the lead -in cables shall have the sheathing removed 8 inches and shall be dressed
external to the splice.
City of Federal Way
South 356th Street Improvements
Page 211
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The following is inserted between the 11th and 12th paragraphs of this section:
(March 6, 2012 City of Federal Way)
Field Wiring Chart (IMSA Standards)
501 +Input
502 AC-
503 AC +Lights
504 AC +Lights
505 AC +Lights
506 AC +Control
507 AC +Crosswalk
Phases 1
Emergency
Vehicle
Preemption
Vehicle
Heads
Pedestrian
Heads and
PPB
Orange (B +)
Yellow (Call)
508
509
510
511
512 -520
551 -562
593 -598
2 3 4
581 584
AC +Detectors
AC +12 Volts
Remote -Flash
Remote -All Red
Special
Interconnect
Rail Road Preemption
5 6 7 8 A B
587 590
582
585
588
591
Blue (BB)
Red
Orange
Green
611
612
613
583 586 589 592
------------------------------- - - - - -- 621 631 641 651 661 671 681 691 601
622 632 642 652 662 672 682 692 602
623 633 643 653 663 673 683 693 603
Black 614 624
Vehicle
Detectors
White
(Common)
634 644 654 664 674 684 694 604
616 626 636 646 656 666 676 686 696 606
Red (Hand)
Green (Man)
White (Common
for Lights)
Orange
(Push button)
Black (Common
for Push button)
Loop 1
711 721 731 741 751 761 771 781 791 701
712 722
732 742 752 762 772 782
716 726
736 746 756 766 776 786
792 702
796 706
714 724 734 744 754 764 774 784 794 704
715 725
735 745 755 764 775 785 795 705
811 821
Loop 1 812 822
Loop 2 813 823
Loop 2 814 824
Loop 3 815 825
Loop 3 816 826
Loop 4 817 827
Loop 4 818 828
Vehicle
Detectors/
Count Loops
Loop1 911 921
Loop 1 912 922
Loop 2 913 923
Loop 2 914 924
Loop 3 915 925
Loop 3 916 926
Loop 4 917 927
Loop 4 918 928
831 841 851 861 871 881 891 801
832 842 852 862 872 882 892 802
833 843 853 863 873 883 893 803
834 844 854 864 874 884 894 804
835 845 855 865 875 885 895 805
836 846 856 866 876 886 896 806
837 847 857 867 877 887 897 807
838 848 858 868 878 888 898 808
- --------------- - - - - -- - - - - - --
931 941 951 961 971 981 991 901
932 942 952 962 972 982 992 902
933 943 953 963 973 983 993 903
934 944 954 964 974 984 994 904
935 945 955 965 975 985 995 905
936 946 956 966 976 986 996 906
937 947 957 967 977 987 997 907
938 948 958 968 978 988 998 908
City of Federal Way
South 356`b Street Improvements
Page 212
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Section 8- 20.3(8) is supplemented with the following:
(March 6, 2012 City of Federal Way)
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit
number and be thoroughly tested before being connected to the appropriate terminal.
(March 13, 1995 WSDOT NWR)
Wire Splices
All splices shall be made in the presence of the Engineer.
(May 1, 2006 WSDOT NWR)
Illumination Circuit Splices
Temporary splices shall be the heat shrink type.
Add the following new Sections:
(March 14, 2012 City of Federal Way)
8- 20.3(8)A Fiber Optic Cable Installation
Fiber optic cable conduit shall be installed along Pacific Highway South from the existing
underground interconnect conduit which terminates just north of S 340th St to S 356th St.
The fiber optic cable shall be singlemode cable conforming to the requirements of Section 9-
29.3(1) Fiber Optic Cable and Section 9- 29.3(1)A Singlemode Fiber Optic Cable. Fiber Optic
Cable shall be Corning ALTOS All- Dielectric Cableor approved equal.
8- 20.3(8)A1 Fiber Optic Cable Submittals
The Engineer's approval of any submitted documentation shall in no way relieve the
Contractor from compliance with the safety and performance requirements as specified herein.
Submittals required by this item shall include, but not be limited to, the following:
1. A material staging plan, should the Contractor propose City owned property as a
staging area.
2. Manufacturer's complete specifications for all communication system cables and
associated electronics and hardware components.
3. Manufacturer's complete specifications for optical fiber and twisted -pair cable splice
enclosures.
4. A detailed fiber optic installation procedure including the following:
a. Fiber optic cable cutting lengths reflecting the cable order and reel allocations.
b. Cable pulling plan which shall state the exact operational procedures to be
utilized and which identifies the physical locations for equipment placement,
proposed equipment setup at each location, pulling tension on all cables for
each pull, staffing, and the pulling methodology for each type of cable.
c. Exact splice points as provided for herein.
d. Workforce proposed for all equipment, safety, and manual assist operations.
5. Factory test data sheets for each reel of cable delivered.
City of Federal Way
South 356th Street Improvements
Page 213
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8- 20.3(8)A2 Fiber Optic Cable Installation
The Contractor shall determine a suitable cable installation method to ensure that all cable
installation requirements shall be met in all conduit sections. All work shall be carried out in
accordance and consistent with the highest standards of quality and craftsmanship in the
communication industry with regard to the electrical and mechanical integrity of the
connections; the finished appearance of the installation; as well as the accuracy and
completeness of the documentation.
The Contractor shall make a physical survey of the project site for the purpose of establishing
the exact cable routing and cutting lengths prior to the commencement of any fiber optic work
or committing any fiber optic materials. Unless otherwise directed by the Engineer,
underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All
termination splicing will take place in the traffic signal controller cabinets.
All work areas shall be clean and orderly at the completion of work and at times required by
the Engineer during the progress of work.
Fiber Optic Cables shall be installed in continuous lengths without intermediate splices
throughout the project, except at the location(s) specified in the Plans.
The Contractor shall comply with the cable manufacturer's specifications and recommended
procedures including, but not limited to the following:
1. Installation.
2. Proper attachment to the cable strength elements for pulling during installation.
3. Bi- directional pulling.
4. Cable tensile limitations anc the tension monitoring procedure.
5. Cable bending radius limitations.
The Contractor shall protect the loops from tangling or kinking. At no time during the length of
the project shall the cable's minimum bending radius specifications be violated.
In all cable vaults and /or junction boxes designated in the plans, minimum cable slack of 15
yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack
length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as
specified in the plans.
The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled over
any sheave blocks.
When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed
30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded
under any circumstances.
Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the
appropriate bending radius. Tension monitoring shall be accomplished using commercial
dynamometers or load -cell instruments.
Patch cords placed between pad mounted cabinets shall be protected by plastic spiral
wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of
City of Federal Way
South 356`" Street Improvements
Page 214
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and
be rated for use in electrical installations.
8- 20.3(8)A3 Fiber Optic Cable Splicing
This section describes the minimum requirements for splicing and connecting of the specified
fiber optic cables.
Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction
boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal
controller cabinets.
The Contractor shall provide all required brackets and other racking hardware required for the
fiber optic cable racking operations as specified.
All fusion splicing equipment shall be in good working order, properly calibrated, and meeting
all industry standards and safety regulations. Splices shall utilize two half shells bolted together
with stainless steel bolts and be fitted neoprene gasket. Selected splices shall not require a re-
entry kit. Cable preparation, closure installation and splicing shall be accomplished in
accordance with accepted and approved industry standards.
Upon completion of the splicing operation, all waste material shall be deposited in suitable
containers for fiber optic disposal, removed from the job site, and disposed of in an
environmentally acceptable manner.
The Contractor shall use the fusion method with local injection and detection for all fiber optic
splicing.
The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice
loss is defined as the summation of the attenuation as measured in both directions through the
fusion splice, divided in half.
No individual splice loss measured in a single direction shall exceed 0.20 dB.
The Contractor shall seal all cables where the cable jacket is removed. The cable shall be
sealed per the cable manufacturer's recommendation with an approved blocking material.
If approved, all below ground splices shall be contained in waterproof splice enclosures. All
splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as
recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor
shall show that the closure maintains 68.4 kPa of pressure for a 24 -hour period.
8- 20.3(8)A4 Fiber Optic Cable Terminations
Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type
connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable.
8- 20.3(8)A5 Fiber Optic Cable Patch Panels
Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch
panels. Patch panel(s) shall be Corning model Single -Panel Housing (SPH -01 P) or approved
equal with Corning CCH 12 adapter, LC duplex ceramic panel (CN- CCH- CP24 -A9) or
City of Federal Way
South 356'h Street Improvements
Page 215
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
approved equal. Housing(s) shall be wall mountable. Mounting location shall be as directed
by the Engineer.
8- 20.3(8)A6 Fiber Optic Cable Labeling
Permanent cable labels shall be used to identify fibers and patch cords at each termination
point. The cable labels shall consist of white colored heat shrink wraps with identification.
8- 20.3(8)A7 Fiber Optic As -Built Records
The Contractor shall provide the Engineer with a cable route diagram indicating the actual
cable route and "meter marks" for all intersections, directional change points in the cable
mounting, and all termination points. The Contractor shall record these points during cable
installation. The Contractor shall provide Cable system "as- built" drawings showing the exact
cable route to the Engineer. Information such as the location of slack cable and its quantity
shall also be recorded in the cable route diagram.
8- 20.3(8)A8 Fiber Optic Cable Testing
The installed optical fiber cable shall be tested for compliance with the transmission
requirements of this specification, the cable and hardware manufacturer's specifications, and
prescribed industry standards and practices.
8- 20.3(8)A9 Type of Testing
The types or acceptance testing for optical fiber cable system certification are:
1. Attenuation testing
2. Optical Time Domain Reflectometer (OTDR) testing
8- 20.3(8)A10 Attenuation Testing
Insertion loss testing shall be used to measure end -to -end attenuation on each new fiber
installed between a field device and a fiber termination cabinet. Insertion loss testing shall be
performed at the 1310 nanometer wavelength in both directions.
Prior to commencing testing, the Contractor shall submit the manufacturer and model number
of the test equipment along with certification that is has been calibrated within 6 months of the
proposed test dates.
The following information shall be documented for each fiber test measurement:
1. Wavelength
2. Fiber type
3. Cable, tube and fiber IDs
4. Near end and far end test locations
5. End -to -end attenuation
6. Date, time and operator
8- 20.3(8)A11 Optical Time Domain Reflectometer (OTDR Testing)
An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test
the end -to -end transmission quality of each optical fiber. Quality tests shall consider both
attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550
nanometer light sources for singlemode optical fibers.
City of Federal Way
South 356'h Street Improvements
Page 216
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
The OTDR shall be capable of providing electronic and hard copy records of each test
measurement.
The OTDR shall be equipped with sufficient internal masking to allow the entire cable section
to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to
display the required cable section or by using an ODTR with sufficient normalization to display
the required cable section.
Prior to commencing testing, the Contractor shall submit the manufacturer and model number
of the OTDR test unit along with certification that it has been calibrated within the 6 months of
the proposed test dates.
Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550
nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re- spliced as
part of this contract shall also be tested in both directions and at both wavelengths.
The following information shall be documented for each fiber test measurement:
1. X -Y scatter plot for fiber length
2. Wavelength
3. Refraction index
4. Fiber type
5. Averaging time
6. Pulse width
7. Cable and fiber IDs
8. Near end and far end test locations
9. Date, time, and operator
10. Event table that includes: event ID, type, location, loss and reflection
8- 20.3(8)Al2 Fiber Optic Cable Testing Documentation
The Contractor shall submit on hard copy and one electronic copy of the fiber test results to
the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber
installation determined to be out of compliance with these specifications.
Upon acceptance of the cable installation and test results, the Contractor shall submit three (3)
hard copies and one electronic copy of the fiber test results to the Engineer.
Hard copy submittals shall be bound in 3 -ring binders. The electronic submittal shall be on a
compact disk and include one licensed copy of the applicable OTDR reader program.
The following information shall be included in each test result submittal:
1. Contract number, contract name, Contractor name and address.
2. Dates of cable manufacture, installation and testing.
3. Cable specifications.
4. Locations of all splices.
5. OTDR test results.
6. Attenuation test results.
8- 20.3(8)A13 Racking in Fiber Vaults
The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling
slack from the vault without introducing twist to the cable. The splice closures shall also be
racked.
City of Federal Way
South 356th Street Improvements
Page 217
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Cables shall be racked and secured with nylon ties. Nylon ties shall not be over - tightened.
Identification or warning tags shall be securely attached to the cables in at least two locations
in each fiber vault.
All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall
include securing cables to brackets (racking hardware) that extend from the sidewalls of the
fiber vault.
8- 20.3(8)A14 Documentation
Documentation for each system element shall consist of the manufacturer's name and model
number, serial number when available, materials and operating specifications, wiring
schematic and parts list, owner's manuals, factory service manuals, and procedures for factory
testing and system acceptance testing specified elsewhere herein. The Contractor shall submit
three (3) copies of the documentation specified above prior to installation of the cable or
components described in the submittal. In addition, the Contractor shall submit three (3) copies
of an overall system wiring schematic and termination chart for the installed elements
(operation and maintenance manuals). All documentation for each individual element shall be
neatly bound in a way for the information is secured together and is totally legible without
removing the information from the binding. This documentation shall be in addition to any other
data, shop drawings, etc. required to be submitted as specified in these Special Provisions.
8- 20.3(8)A15 Warranty
The Fiber Optic System and components shall be provided with a one -year minimum, on -site
parts and labor warranty from the date that the system successfully completed testing. This
quality assurance shall cover each piece of equipment and shall be provided by the
manufacturer or agent of said equipment.
8- 20.3(9) Bonding, Grounding
Section 8- 20.3(9) is supplemented with the following:
(March 13, 2012 City of Federal Way)
Delete the last sentence of paragraph seven and replace with the following:
Ground electrodes shall be copper clad steel, 3/4 -inch in diameter by 10 -feet long.
Delete paragraph eight and replace with the following:
Connection of the grounding electrode conductor to the grounding electrode shall be made
with thermite welds.
Section 8- 20.3(9) is supplemented with the following:
At points where shields of shielded conductors are grounded, the shields shall be neatly wired
and terminated on suitable grounding lugs.
( * * * * * *)
Contractor shall provide and install bonding and grounding wires as described in Standard
Specifications and the National Electric Code for any modified existing junction boxes that are
not properly bonded /grounded. For the purposes of this section, a box shall be considered
"modified" if new current - carrying conductors are installed, including low- voltage conductors.
City of Federal Way
South 356th Street Improvements
Page 218
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
8- 20.3(10) Service, Transformer, and Intelligent Transportation System (ITS)
Cabinets
Section 8- 20.3(10) is supplemented with the following:
( * * * * * *)
The City has completed an electrical service application with Puget Sound Energy, paid
associated fees, and made arrangements for a new electrical service connection. The
Contractor shall coordinate with PSE to schedule the service connection, meter installation,
and all required inspections.
The Engineer will approve electrical service installations. The Contractor shall request the City
of Federal Way Building Division to perform required inspections for service approval.
A two - circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground
electrical service shall be brought to the load center in conduit specified in the Plans. The
service shall be split in the load center into a 120 -volt circuit for the signals and 240 volt for the
illumination.
Electrical service cabinet will be painted inside with white polyurethane or polyester urethane
power coat. Outside will be bare aluminum finish.
The twist lock photocell shall be mounted on top of the luminaire closest to the electrical
service.
All circuit breakers shall be clearly labeled.
8- 20.3(11) Testing
Section 8- 20.3(11) is supplemented with the following:
( * * * * * *)
The signal re- programming shall be put into operation by King County personnel. The
Contractor shall be present during the turn -on with adequate equipment to repair any
deficiencies in operation. The Contractor shall notify King County five working days in advance
of any signal re- programming.
8- 20.3(13)A Light Standards
The 8th paragraph of this section is deleted and replaced with the following:
(March 15, 2012 City of Federal Way)
All new and relocated metal light standards shall be numbered per City of Federal Way
Development Standard Drawing number 3 -39B.
8- 20.3(13)C Luminaires
Section 8- 20.3(13)C is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356`h Street Improvements
Page 219
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
All Roadway luminaires shall be provided with either an internal or external houseside shield
per Section 9- 29.10(3) of these Special Provisions. Fixtures shall be installed, directed,
shielded, and maintained to avoid light trespass and to minimize direct light and glare on
neighboring properties. The Contractor shall make a night inspection and subsequent shield
adjustments as necessary to provide shielding as required by the Engineer. Installation and /or
adjustment of shielding is considered incidental.
All luminaires shall be provided with markers for positive identification of light source type and
wattage. Markers shall conform to ANSI C136.15 -2011 "American National Standard for
Roadway and Area Lighting Equipment — Luminaire Field Identification"
Each Roadway luminaire shall be installed with a shorting cap on each individual luminaire
fixture, unless otherwise specified.
8- 20.3(14) Signal Systems
8- 20.3(14)B Signal Heads
Section 8- 20.3(14)B is supplemented with the following:
Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to
system operation.
The type of mounting hardware specified for the mast arm mounted vehicle signals may
require modification at the time of installation to accommodate as built conditions. After the
pole assembly has been installed and leveled, the Contractor shal measure the distance
between each mounting point on the arm and the roadway. A type of mounting bracket different
from that specified on the Plans shall be provided and installed by the Contractor if necessary
to achieve the following criteria:
1. Red indications shall be in as straight a line as possible.
2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the
pavement.
8- 20.3(14)C Induction Loop Vehicle Detectors
Section 8- 20.3(14)C is modified as follows:
(December 18, 2009 City of Federal Way)
Items 2 and the last two sentences of Item 4 are deleted.
(December 18, 2009 City of Federal Way)
Item no. 5 of this section is deleted and replaced with the following:
5. Each loop shall have 3 turns of loop wire.
(December 18, 2009 City of Federal Way)
Item no. 11 of this section is deleted and replaced with the following:
City of Federal Way
South 356`h Street Improvements
Page 220
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
11. The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traffic to pass over the properly
filled sawcut within five minutes after installation without cracking of material. The
encapsulement shall form a surface skin allowing exposure to vehicular traffic within
30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within
two to seven days after installation. Properly installed and cured encapsulement shall
exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze
solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner
that the performance of the vehicle detector loop wire is not adversely affected.
Section 8- 20.3(14)C is supplemented with the following:
(January 31, 2012 City of Federal Way)
One- quarter -inch (1/4 ") saw cuts shall be cleared of debris with compressed air before
installing three turns of loop wire. All detector loops shall be 6- foot - diameter circle with
diagonal mini -cut corners (no 90 degree corners) of not more than 1 -inch on the diagonal.
From the loops to the junction box, the loop wires shall be twisted two turns per foot and
labeled at the junction box in accordance with the loop schematics included in these Plans. A
3/8 -inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any
manhole or utility risers located in the street. Loops and lead -ins will not be installed in broken
or fractured pavement. Where such pavement exists it will be replaced in kind with minimum
12 -foot sections. Loops will also not be sawed across transverse joints in the road. Loops to
be placed in concrete will be located in full panels, a minimum 18 inches from any expansion
joint.
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working
days in advance of pavement removal in the loop areas. The Contractor shall install and
maintain interim video detection until the permanent systems are in place. The interim video
detection shall be operational simultaneously with decommission of the existing pavement
loops.
If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced,
may have resulted from Contractor's operations, the Engineer may order the Contractor to
perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and
submitted to the Engineer. Loops that fail any of these tests shall be replaced.
Loops that fail the tests, as described above, and are replaced shall be installed in accordance
with current City of Federal Way design standards and Standard Plans, as determined by the
Engineer.
If traffic signal loops that fail the tests, as described above, are not replaced and operational
within 48 hours, the Contractor shall install and maintain interim video detection until the
replacement loops are operational. The type of interim video detection furnished shall be
approved by the Engineer prior to installation.
( * * * * * *)
Preformed loops shall not be permitted.
City of Federal Way
South 356`" Street Improvements
Page 221
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8- 20.3(14)D Test for Induction Loops and Lead -in Cable
Section 8- 20.3(14)D is supplemented with the following:
(March 13, 2012 City of Federal Way)
Test A - The resistance shall not exceed values calculated using the given formula.
Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft
R = 3.26 x distance of lead -in cable (ft)
1000 ft
Test B and Test C in this section are deleted and replaced with the following:
Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier
connection. The 200 megohms or more shall be maintained after the splices are tested by
submerging them in detergent water for at least 24 hours. The tests will be conducted with
County personnel at the request of the Contractor. All costs incurred to meet this minimum
standard will be the responsibility of the Contractor.
Section 8- 20.3(14)D is supplemented with the following:
( * * * * * *)
Existing Lead -in Cable Test
When new Induction loops are scheduled to be installed and spliced to an existing two -
conductor shielded detector lead -in cable, the Contractor shall perform the following:
1. Disconnect the existing detector lead -in cable in the controller cabinet and at the loop
splice.
2. Megger test both detector lead -in cable conductors. A resistance reading of less than
100 - megohms is considered a failure.
3. Detector lead -in cables that fail the test shall be replaced and then retested.
4. After final testing of the detector lead -in cable, the loop installation shall be completed
and the loop system tested according to Tests A, D and these Special Provisions.
5. Connect the detector lead -in cables in the controller cabinet.
8- 20.3(17) "As Built" Plans
Section 8- 21.3(17) is deleted and replaced with the following:
(December 18, 2009 City of Federal Way)
Upon completion of the project, the Contractor shall furnish an "as- built" drawing of the
intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination
system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to
the signal controller cabinet, and with a special symbol identifying those items that have been
changed from the original contract drawings. All items shall be located to within one foot (1')
horizontally and six inches (6 ") vertically above or below the finished surface grade.
8 -20.4 Measurement
Section 8 -20.4 is replaced with the following:
City of Federal Way
South 356'h Street Improvements
Page 222
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
"Illumination System, Complete ", "Traffic Signal System Modifications at Pacific Highway S,
Complete" and "Interconnect System Complete" shall be per lump sum and no specific unit of
measurement will apply, but measurement will be for the sum total of all items for a complete
system to be furnished.
No specific unit of measurement shall be applied to "Modification of Existing Private Luminaire
Conduit /Wiring ", which will be paid per force account.
Coordination of service connections with Puget Sound Energy and any necessary permits and
fees associated with the service connections shall be considered incidental to the bid items
included in this section and no additional compensation will be made.
All potholing associated with the bid items herein shall be considered incidental to the bid
items included in this section and no additional compensation will be made.
Adjustment of junction boxes shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
8 -20.5 Payment
Section 8 -20.5 is deleted and replaced with the following:
(* * * * * *)
Payment will be made in accordance with Section 1 -04.1 for each of the following Bid Items:
"Illumination System, Complete ", per lump sum
"Traffic Signal System Modifications at S 356th St & Pacific Highway S, Complete ", per lump
sum
"Interconnect System, Complete ", per lump sum
"Modification of Existing Private Luminaire Conduit /Wiring ", force account
"Illumination System, Complete" shall be measured per lump sum for the total of all items for
complete illumination system. All items and labor necessary to supply, install, and test the:
luminaire poles and arms, LED luminaires, foundations, electrical service cainet, conduit,
junction boxes, connections with existing conduit and junction boxes, adjusting junction boxes
to grade, excavation, backfilling, directional boring, restoring facilities destroyed or damaged
during construction, salvaging existing materials, permits, inspections, as -built plans and all
other components necessary to make a complete system shall be included within the lump
sum measurement. All painting of components shall be considered incidental to the lump sum
measurement.
The lump sum price for "Traffic Signal System Modifications at S 356th St & Pacific Highway S,
Complete" shall be measured per lump sum for the total of all items installed or relocated as
City of Federal Way
South 356th Street Improvements
Page 223
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
part of the existing traffic signal system at S 356th Street and Pacific Highway S. All items and
labor necessary to supply, install, and test the emergency vehicle preemption modifications,
vehicle signal heads, signage, vehicle loop detectors, connections with existing conduit and
junction boxes, conduit, wiring, junction boxes, excavation, backfill, directional boring, restoring
facilities destroyed or damaged during construction, salvaging existing materials, permits,
inspections, as -built plans and all other components necessary to provide full functionality of
the equipment as specified on the Plans shall be included within the lump sum measurement.
The lump sum price for "Interconnect System, Complete" shall be measured per lump sum for
the total of all items for a complete system. All items and labor necessary to supply, install,
and test the conduit, singlemode fiber optic cable, fiber splices, fiber termination panels,
junction boxes, connections with signal controllers, connections with existing conduit, junction
boxes, connections with existing interconnect systems, pull rope, plugs, restoring facilities
destroyed or damaged during construction, salvaging existing materials, as -built plans and all
other components necessary to make a complete interconnect communication system shall be
included within the lump sum measurement.
Conduit for the Interconnect System shall be installed in the Illumination System Trench and no
additional payment will be made for excavation or backfill associated with the interconnect
system.
"Modification of Existing Private Luminaire Conduit/Wiring" will be paid by estimate in
accordance with Section 1 -09. To provide a common proposal for all bidders, the Contracting
Agency has estimated the amount for "Remove and Relocate Existing Private Luminaire
Conduit/Wiring" and entered the amount in the proposal to become a part of the total bid by the
Contractor. This bid item covers relocating existing illumination system conduit and wiring
owned and operated by private landowners including but not limited to: conduit, wiring,
trenching, backfill, surface restoration, required testing, electrical permits, inspections,
coordination with the property owner, removal of unused equipment (as directed by the
property owner and approved by the Engineer), and all other Work and materials as directed
by the Engineer.
8 -21 PERMANENT SIGNING
8 -21.5 Payment
Section 8 -21.5 is supplemented with the following:
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Permanent Signing ", per lump sum
This work shall consist of furnishing and installing permanent signing, sign removal, sign
relocation, and the project sign installations and removals, in accordance with the Plans, these
Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at
the locations shown in the Plans or where designated by the Engineer. Signs to be removed as
shown on the Plans, shall be returned to the Owner.
City of Federal Way
South 356th Street Improvements
Page 224
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8 -22 PAVEMENT MARKING
8- 22.3(6) Removal of Pavement Markings
Section 8- 22.3(6) is supplemented with the following:
( * * * * * *)
As indicated on the Plans, the Contractor shall remove existing pavement markings consisting
of paint and thermoplastic and raised pavement markings.
8 -22.5 Payment
(Special Provision)
Section 8 -22.5 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
"Plastic Stop Line Type A ", per linear foot.
"Profiled Plastic Line Type D ", per linear foot.
"Plastic Wide Line Type D ", per linear foot.
"Profiled Plastic Wide Line Type D ", per linear foot.
"Profiled Plastic Dotted Wide Line Type D ", per linear foot.
"Paint Bicycle Lane Symbol Type A ", per each.
"Plastic Traffic Arrow Type A ", per each.
8 -22 TEMPORARY PAVEMENT MARKINGS
8 -23.2 Materials
(Special Provision)
Section 8 -23.2 is supplemented with the following:
( * * * * * *)
Material for temporary markings shall be paint and selected from the approved materials listed
in the Qualified Products List.
8 -23.5 Payment
(Special Provision)
Section 8 -23.2 is supplemented with the following:
( * * * * * *)
Payment will be made in accordance with Section 1 -04.1 for the following bid items when
included in the proposal:
City of Federal Way
South 356'h Street Improvements
Page 225
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Temporary Paint Stripe," per linear foot.
Payment will be made only for Temporary Paint Stripe installed in accordance with the
requirements of Section 8 -22 of the Standard Specifications in accordance with the approved traffic
control plan. The unit price per linear foot shall include subsequent removal of the paint stripe as
required for approved traffic shifts. No payment will be made for temporary tape or other short term
measures, which shall be incidental to the various items in the contract.
Add the following New Sections:
8 -31 RESOLUTION OF UTILITY CONFLICTS
8 -31.1 Description
This work involves the identification and resolution of utility conflicts not identified in the plans
between proposed improvements and existing utilities. The Contracting Agency will pay these
costs by force account if the work proves to be acceptable and the Contractor had performed the
work with the authority of and due notice to the Engineer.
8 -31.3 Construction Requirements
The contracting agency may direct the Contractor to pothole existing utilities to verify the field
location and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line size, material type and condition and the survey work to locate the
facility horizontally and vertically. Survey information to be obtained shall include station and offset
to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the
nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC
compacted to 95 %, or with CDF, as directed by the Engineer. In areas subject to public traffic, the
HMA patch shall match the depth of the surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing utility, the
Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional
work in the following manner:
1. Standby time resulting from existing utility conflicts.
a) Standby time is defined as time the Contractor is unable to proceed with progression of a
specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts
with existing facilities. However, payment for standby time shall be limited to:
(1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be
paid for actual delay of labor and equipment due to a utility conflict. The Contractor
shall be responsible to adjust his work schedule and /or reassign his work forces and
equipment to other areas of work to minimize standby time.
(2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby
time will be paid.
City of Federal Way
South 356th Street Improvements
Page 226
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the
associated work. Work that can be measured and paid for at the unit contract prices shall not
be identified as force account work. This work includes but is not limited to:
a) Storm drainage manhole, pipe, vault, and conduit realignments of line and /or grade for the
storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts.
b) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in
alignment, and /or grade, not exceeding the limits set in section 1 -04.4 of the Standard
Specifications.
8 -31.4 Vacant
8 -31.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Resolution of Utility Conflicts" will be paid by force account as provided in section 1 -09.6.
"Potholing ", will be paid by force account as provided in Section 1 -09.6.
All costs for resolving utility conflicts and potholing will be paid for by force account in accordance
with section 1 -09.6. To provide a common proposal for all bidders, the Contracting Agency has
estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts
in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the
Contractor's actions or operations shall be resolved by the Contractor at no expense to the
Contracting Agency.
8 -32 UTILITY UNDERGROUNDING
8 -32.1 Description
The work to be performed shall consist of installation of conduit, handholes and vaults for the
conversion of overhead utilities to underground facilities and the conversion of services as shown
on the Plans. Using the information shown in the Plans the Contractor will coordinate closely with
each utility company to develop a detailed trenching plan and sequence of construction to perform
the following:
1. Sawcut pavement as required by the plans and excavate trenches for underground
facilities for Puget Sound Energy (PSE), and Comcast.
2. Install conduit, conduit bends, connections, pole risers, handholes, junction boxes and
vaults provided by PSE, and Comcast. PSE, and Comcast will furnish and install cable,
conductors, and electrical equipment for their systems.
3. Furnish, place, and compact conduit bedding.
4. Furnish and install identification tape.
City of Federal Way
South 356th Street Improvements
Page 227
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Furnish, place, and compact backfill, surface restoration for trenches associated with
undergrounding of overhead utilities (Gravel Borrow, Gravel Base Course, or Controlled
Density Fill).
5. Connecting conduits to existing vaults, including all bends and fittings required.
6. Installing ground rods, ground plates, conduit risers, and other electrical hardware
furnished by PSE and required by the Plans and Specifications and Special Provisions.
7. Cutting and capping conduit.
8. Clearing of structures and testing of conduit.
9. Proof conduits and install fish line.
10. Other work indicated on the Plans and in the Specifications and Special Provisions.
The individual utility companies will be responsible for furnishing and installing all cables,
conductors, electrical equipment, temporary utility poles, conversion to underground, and for the
removal of poles, and other equipment no longer needed.
8- 32.1(1) Regulations and Code
Installation of all electrical and telecommunication equipment shall conform to the appropriate
sections of the National Electrical Code, the City of Federal Way Building Code, utility company
standards and these Special Provisions. The Contractor shall install a complete and operable
system in compliance with the plans and specifications as set forth and to the satisfaction of the
Engineer. All work shall conform to the provisions of the current National Electric Code (NEC).
Service customers shall be provided a minimum 48 hour notice of any planned service
interruptions. The Contractor is advised that minor scheduling adjustments may be necessary to
minimize impacts to service customers.
8 -32.2 Materials
Materials shall conform to the requirements of Division 9 of the Standard Specifications and these
Special Provisions and the standards of the utility agencies (PSE and COMCAST) as indicated in
these Special Provisions, and on the Plans and details. Puget Sound Energy's Specifications are
included in Appendix I.
PSE and Comcast will provide all materials required for a bare conduit and vault system, including
conduits, vaults, and handholes.
The Contractor shall furnish and install all materials for the City spare conduit system per Standard
Specification 8 -20 and these Special Provisions.
Vaults and Handholes
PSE vault dimensions are shown on their undergrounding plans. Comcast vaults and
handholes are supplied by Utility Vault. Cut sheets for each vault are included in the standard
plans.
Identification Tape
Polyethylene, 5 Mil Tape, 1/2 mil Aluminum Center Core
City of Federal Way
South 356`h Street Improvements
Page 228
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Electrical —Six inch (6 ") wide, red in color, with non - ferrous metal conductor sandwiched in the
tape for detection purposes imprinted with black lettering "CAUTION - ELECTRIC UTILITIES
BELOW ".
Telecommunication - - -Six inch (6 ") wide, orange in color, with non - ferrous metal conductor
sandwiched in the tape for detection purposes imprinted with black lettering "CAUTION -
COMMUNICATION LINE BELOW ".
8 -32.3 Construction Requirements
8- 32.3(1) Excavating and Backfilling
Excavations shall conform to the requirements of Section 2 -09 Structure Excavation. Excavations
greater than 8 feet may be required. In areas of congested underground utilities the Contractor
shall make provisions within the project schedule for less than optimal production rates.
The excavations required for the installation of conduit, vaults, and other appurtenances shall be
performed in a manner to cause the least possible disturbance to the streets, sidewalks, and other
improvements. The trenches shall not be excavated wider and /or deeper than necessary for the
proper installation of the conduit, vaults, handholes, and other necessary appurtenances.
Excavation shall not be performed until immediately before installation of conduit and other
appurtenances. The material from the excavation shall be placed where the least interference to
vehicular and pedestrian traffic, and to surface drainage, will occur.
Locations of conduit ducts and vaults shown in the plans are approximate. The Engineer, utility
company representatives, and the Contractor will coordinate actual location of vaults, handholes
and conduits as necessary to avoid conflicts with the existing and proposed utilities and
appurtenances. The Contracting Agency reserves the right to adjust these locations as necessary
to accommodate existing or newly installed utilities at no additional cost to the Contracting Agency.
Adjustments to the utility trench depth and width will be required when crossing utilities shown in
the Plans as existing or proposed, and that the changes in depth will be done with field bends in the
conduit, not conduit fittings.
If the Engineer determines that the native material is unsuitable for use as backfill, gravel borrow
conforming to Section 9- 03.14(1) of the Standard Specifications shall be used to backfill the trench.
All surplus excavated material shall be removed and disposed of by the Contractor in accordance
with Section 2 -03, or as directed by the Engineer.
Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained
condition until permanent repairs are made.
At the end of each day's work and at all other times when construction operations are suspended,
all equipment and other obstructions shall be removed from that portion of the roadway open for
use by public traffic.
Pipe Zone Bedding within the "pipe zone" shall conform to Section 9- 03.12(6). Trench backfill
material, above the pipe zone, in non - pavement areas, shall be Gravel borrow Including Haul
conforming to Section 9- 03.14(1) of the Standard Specifications. Backfill material in areas where
City of Federal Way
South 356th Street Improvements
Page 229
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
full -depth pavement replacement is not occurring and inside the roadway area or where trenches
cross the roadway shall be Controlled Density Fill. Backfill material above the pipe zone in full
depth pavement reconstruction areas shall be Gravel Borrow.
After the new underground power distribution system is energized, additional excavation may be
necessary for Puget Sound Energy to retrain existing underground cables int the new vaults. 48
hours notice will be provided for this excavation.
8- 32.3(2) Removing and Replacing Improvements
Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt concrete
pavement, bituminous surfacing, base material, and any other improvements removed, broken, or
damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as
found on the work or with other materials satisfactory to the Engineer.
Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or
damaged, the entire square or slab shall be removed and the concrete reconstructed as above
specified.
The outline of all areas to be removed in Portland cement concrete sidewalks and pavements and
asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to
removing the sidewalk and pavement material. The cut for the remainder of the required depth
may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter
outside the removal area.
8- 32.3(3) Conduit
Installation of conduit shall conform to appropriate articles of the NEC and these Specifications.
The size of conduit used shall be as shown in the Plans.
The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be
made square and true.
Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at
least 18 inches below grade. All conduit stubs shall be capped.
Nonmetallic conduit bends, where allowed, shall conform to Article 347 -13 of the NEC.
Conduit shall be laid to the depth required by each respective utility company standard but not less
than 36 inches below finish grade.
Where new construction occurs, conduit shall be placed prior to placement of base course
pavement. Conduit terminating in foundations shall extend a maximum of 2 inches above the
foundation vertically.
Suitable marker stakes shall be set at the ends of conduits which are buried so that they can be
easily located.
All conduits installed shall be prepared as follows:
City of Federal Way
South 356`h Street Improvements
Page 230
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
After final assembly in place, the conduit shall be blown clean with compressed air. Then, in
the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall
be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel
has been pulled through, both ends of the conduit shall be sealed with conduit caps. Conduits
noted as "spare" shall have a pull string installed and have a removable plug installed.
Existing conduit in place scheduled to receive new conductors shall have any existing conductors
removed and a cleaning mandrel sized for the conduit shall be pulled through.
8- 32.3(4) Vaults, Handholes and Appurtenances
Vaults, handholes, and other appurtenances shall be installed at the locations shown in the Plans.
Vault and handhole installation shall conform to the respective utility companies standards. Vaults
and handholes shall be adjusted to be flush with the finished grade.
8- 32.3(5) Existing Utilities
The Contractor is alerted to the presence of existing underground utilities within the project area.
The Project plans indicate approximate locations of those utilities, however it is the responsibility of
the Contractor to verify those locations prior to excavation.
The Contractor shall prepare and submit to the Engineer a written trench excavation plan that
indicates the location of existing utilities within the trench and vault excavation areas. Depth to
existing utilities based on pothole data provided, and potholing information obtained by the
Contractor shall be shown.
Conflicts between existing utilities, new conduit, new vaults, handholes, and appurtenances shall
be shown. The Contractor will identify those conflicts requiring immediate resolution based on the
CPM schedule and request in writing to the Engineer authorization to resolve unforeseen conflicts
per 8 -31 Resolution of Existing Utility Conflicts. Upon authorization, the Contractor shall diligently
and without delay perform such work as necessary to resolve the conflicts.
The Contractor shall protect and support all existing utilities not identified to be removed, relocated,
or abandoned. The existing telecommunication and electrical system shall remain operational
during the installation of the underground utility system. The respective utility companies will
furnish and install all conductors and make all final connections necessary to energize the system.
PSE, Comcast, or their contractors will require approximately 60 working days of construction crew
time to complete and energize the new underground distribution system following installation of the
duct and vault system by the Contractor and approval by the Engineer. The Contractor shall
coordinate the installation of conduits and vaults to accommodate the utility company requirements
in the total number of working days allowed. Removal of existing utility poles will be performed by
established agreement among the utilities. The Contractor is responsible for coordinating and
planning adjacent work with the appropriate utility to avoid impacts and delays to the project
schedule. The Contractor will be responsible for coordinating with all the utility companies and
incorporating time allowances into the project schedule for these work elements.
City of Federal Way
South 356'h Street Improvements
Page 231
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8- 32.3(6) Underground Service Conversions
8- 32.3(6)A Existing Underground Services
Contractor shall be responsible for assisting Puget Sound Energy with the interception and
retraining of existing underground service duct(s) for new service connection. This work shall
include all necessary trenching, installing PSE provided conduits, trench backfill, and surface
restoration. PSE crews will intercept the existing ducts and retrain conductors / install new
conductors as necessary to restore the underground service. Contractor shall coordinate with PSE
to accomplish this work.
8 -32.4 Measurement
Excavation of the trench will be measured as "Structure Excavation Class B Incl. Haul for Under
grounding Overhead Utilities ", by the cubic yard as specified in Section 2 -09. When excavation
below grade is necessary, excavation will be measured to the limits ordered by the Engineer.
"Pitrun Sand ", will be measured by the cubic yard.
"Install Conduit, " will be measured by the linear foot for the actual neat line length in place.
"Install PSE [Vault, JB, Handhole], [Size]" will be measured per each, installed complete in place.
"Install Vault, Type " will be measured per each, installed complete in place.
8 -32.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Pitrun Sand ", per cubic yard. The unit contract price will be full pay for all labor, materials,
tools and equipment necessary to furnish, haul, place and compact Pitrun Sand required for
utility trench bedding.
"Install Conduit, ", per linear foot. The unit contract price will be full pay for complete
installation including connection to existing vaults, pole risers, testing and other items in
accordance with the Plans and these Special Provisions.
"Install PSE [Vault, JB, Handhole], [Size] ", per each. The unit contract price will be full pay for
complete installation with lid in accordance with the Plans and these Special Provisions.
"Install Vault, Type ", per each. The unit contract price will be full pay for complete
installation with lid in accordance with the Plans and these Special Provisions.
"Excavation for Retraining PSE conduit ", per force account.
Payment for excavation for retraining PSE conduit will be as provided in Section 1 -09.6, unless
such work is explicitly included as a part of another pay item in the contract. Payment will only be
made under this item for excavation work required to intercept and retrain existing underground
services as directed by the Engineer or Engineer authorized PSE representative.
City of Federal Way
South 356th Street Improvements
Page 232
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Add the following New Section:
8 -35 ADJUST UTILITY APPURTENANCES (NEW SECTION)
8 -35.1 Description
This section describes the requirements for adjusting valve boxes, sewer manholes, and junction
boxes to grade. Water and sewer facility construction shall be in accordance with Lakehaven
Water & Sewer District Standards. The requirements of this Section apply to both Schedules A and
B, as described in Section 8 -35.5.
8 -35.2 Materials
Materials shall meet the requirements of the following sections:
Concrete 6.02
Asphalt 9- 02.1(4)
Blending Sand 9- 03.8(4)
Concrete Blocks 9 -12.1
Concrete Bricks 9 -12.2
8 -35.3 Construction Requirements
8- 35.3(1) Valve Boxes
Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section
8- 35.3(2) of these special provisions. Valve box adjustments shall include, but not be limited to, the
locations shown on the Plans.
Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final
installation shall be made in accordance with the applicable portions of Section 7 -12.
In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use
whatever means necessary to remove such debris, leaving the valve installation in a fully operable
condition.
The valve box shall be set to an elevation tolerance of one - fourth inch (1/4 ") to one -half inch (1/2 ")
below finished grade.
8- 35.3(2) Adjust Existing Sewer Manhole to Grade
Existing sewer manholes shall be adjusted to final grade after final grading has been
established or the asphalt concrete paving operations are complete. The Contractor shall
adjust the concrete riser rings as required. Existing frame and cover shall be re -used or
salvaged to Lakehaven Water & Sewer District as indicated on the Plans. Lakehaven Water &
Sewer District will furnish all replacement frames and covers for installation by the Contractor.
City of Federal Way
South 356`h Street Improvements
Page 233
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
The asphalt concrete pavement shall be removed to a neat circular shape. The edge of the cut
shall be 1 foot from the outside edge of the manhole frame. The base materials and crushed
rock shall be removed. The valve box frame shall be reset to the final grade, plumb to the
roadway, and remain operational and accessible. Commercial class concrete shall be placed in
the entire void up to within, but not to exceed, 2 inches of the finished pavement surface.
Twenty -four hours after placement of the concrete, or as directed by the Engineer, the edges of
the removed asphalt pavement, the concrete surface, and the outer edge of the reset frame
shall be painted with asphalt for tack coat. Hot mix asphalt shall then be placed and properly
compacted to finished grade. The hot mix asphalt shall meet the requirements of Section 5 -04
of the Standard Specifications.The joint between the patch and existing pavement shall then be
painted with asphalt for tack coat and immediately covered with dry paving sand before the
asphalt for tack coat solidifies.
8- 35.3(3) Reconstruct Manhole
Completed manholes shall conform to Lakehaven Water & Sewer District Standards. Raise
Manhole, where indicated on the Plans, shall include the following work:
(Special Provision)
Completed manholes shall conform to Lakehaven Water & Sewer District Standards.
Reconstruct Sewer Manhole, where indicated on the Plans, shall include the following work:
A. Structure excavation or concrete collar removal as necessary to expose and remove
existing cone.
B. Where indicated on the plans, furnish and install new manhole barrel section(s) and
cone on existing manhole barrel. Where key sections of new and existing manholes
are not compatible, cut key off bottom of new section and provide a 12" by 12 "cast in
place class 3000 concrete collar around manhole perimeter centered on joint. Grout
all joints inside, outside, and in between to achieve a watertight construction. Finish
smooth the inside of structure. Use non - shrink grout only.
C. Where new barrel section is required to meet the requirements of item B of this
Section, existing cone section shall be disposed of by the contractor and replaced
with a new cone section to ensure only one incompatible joint.
D. Furnish and install riser rings, 16 -inch max between top of cone and base of frame.
E. Install frame and cover (to be provided by Lakehaven Water & Sewer District).
Salvage Existing frame and cover to Lakehaven Water & Sewer District.
F. Adjustment to final grade in accordance with 7- 05.3(1) is included in the unit price
for Reconstruct Sewer Manhole and no additional payment will be made.
City of Federal Way
South 356`h Street Improvements
Page 234
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
8 -35.4 Measurement
"Adjust Water Valve Box to Grade ", shall be measured per each."
Measurement of valve or meter box adjustment, if included as a separate bid Proposal item,
shall be one time per facility, regardless of the number of valve box, meter box and lid
adjustments are necessary in conjunction with intermediate and final surfacing courses.
"Adjust Existing Sewer Manhole to Grade ", shall be measured per each.
"Reconstruct Manhole ", shall be measured per each.
8 -35.5 Payment
Payment will be made in accordance with Section 1 -04.1 for the following bid items when included
in the proposal:
"Adjust Water Valve Box to Grade ", per each.
The unit contract price "Adjust Water Box," shall include one (1) adjustment to final grade and
shall not include interim adjustments in conjunction with intermediate and final surfacing courses.
"Adjust Existing Sewer Manhole to Grade ", per each.
"Adjust Existing Sewer Manhole to Grade" shall be full pay for adjusting sewer manholes to grade.
No payment will be made under this item for final adjustment of manholes to be raised and paid for
as "Reconstruct Manhole ".
"Reconstruct Manhole," will be measured per each.
The unit contract price "Reconstruct Manhole," per each includes all labor, tools, equipment, and
materials necessary to perform the work described in this section. Adjustment of reconstructed
manholes shall be included in the unit contract price "Reconstruct Mahnhole." The unit contract
price "Reconstruct Manhole," shall include one (1) adjustment to final grade and shall not include
interim adjustments.
City of Federal Way
South 356th Street Improvements
END OF DIVISION 8
Page 235
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9 -03 AGGREGATES
Add the following New Section:
9- 03.12(6) Pit Run Sand
( * * * * * *)
DIVISION 9:MATERIALS
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9- 03.14(3) Common Borrow
Section 9- 03.14(3) is modified with the following requirements:
( * * * * * *)
Material from on -site excavations meeting the requirements for Common Borrow shall be used
to the extent practicable. Material for common borrow shall consist of granular soil and /or
aggregate which is free of trash, wood, debris, and other deleterious material.
Common Borrow material shall be at the proper moisture content for compaction. This
material is generally moisture sensitive. The natural moisture content shall range from not
more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined
in accordance with Section 2- 03.3(14)D. The material shall not pump or yield under the weight
of compaction equipment and construction traffic. The Contractor is responsible for protecting
the material from excess moisture wherever /whenever possible. To the extend practicable,
this material should be handled only during non -rainy periods and should be removed, hauled,
placed, and compacted into final embankments without intermediate handling or stockpiling.
Surfaces should be graded and sloped to drain and should not be left uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square' 100
4" square 90 — 100
2" square 75 - 100
U.S. No. 4 50 - 80
U.S. No. 40 50 max.
U.S. No 200 25 max.
City of Federal Way
South 356th Street Improvements
Page 236
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
1 For geosynthetic reinforced walls or slopes, 100percent passing 11/4 -inch square sieve
and 90 to 100 percent passing the 1 -inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil
mass together to form a stable surface when heavy construction equipment is operated on its
surface.
9 -05 DRAINAGE STRUCTURES AND CULVERTS
9 -05.15 Metal Castings
(Special Provision)
9- 05.15(4) Heavy Duty Hinged Style Ductile Iron Frame and Cover
Section 9- 05.15(4) is a new section:
The covers shall be hinged and incorporate a 90- degree blocking system to prevent accidental
closure and come complete with a hinge infiltration plug. The lid shall be operable by one
persion using standard tools and capable of withstanding a test load of 100,000 lbs. Frames
shall be circular, compatible with City of Federal Way standard top slab openings, incorporate
a seating ring, and be available in a 24 -inch clear opening. The frame depth shall not exceed
4 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall
be black coated.
9 -13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION
AND SCOUR PROTECTION AND ROCK WALLS
Section 9 -13 is supplemented with the following:
9 -13.8 Rock Lining
( * * * * * *)
Rock lining shall meet the following requirements for grading:
Sieve Size Percent Passing
12" 100
8" 40 max.
2" 2 max.
City of Federal Way
South 356`h Street Improvements
Page 237
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9 -14 EROSION CONTROL AND ROADSIDE PLANTING
9- 14.1(1) Topsoil Type A
Section 9- 14.1(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil
shall be high in organic content and compromised of fully composted and mature organic
materials.
Refer to Section 9- 14.4(8) Compost of the Standard Specifications for compost requirements.
No fresh sawdust or other fresh wood by- products shall be added to extend the volume after
the composting process.
Chemical and physical characteristic of Topsoil Type A shall comply with the following:
Screen Size 7/16" Maximum
(Approximate Particle Size)
Total Nitrogen 0.25% Minimum
Organic Matter 10% Minimum
pH Range 5.5 to 7.5
Conductivity 5 mmhos /cm Maximum
The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for
review and approval.
9 -14.2 Seed
Section 9 -14.2 is supplemented with the following:
( * * * * * *)
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Hydroseed shall be composed of the
following varieties mixed in the proportions indicated, or approved equal:
City of Federal Way
South 3561h Street Improvements
Page 238
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Restoration Seed Mix
Name
By Weight
% Purity
%
Germination
Tall Fescue
40%
98%
90%
Creeping Red Fescue
25%
98%
90%
Highland Colonial Bentgrass
5%
98%
90%
Perennial Rye (blend of two)
Fiesta II, Prelude II, Palmer II,
Commander
30%
95%
90%
Seeding Rate: 1 PLSIbs. Per 1000 sq ft
Water Quality Grass Seed Mix
Name
By Weight
% Purity
%
Germination
Hordeum brachyantherum/ Meadow
Barley
40%
98%
90%
Bromus carinatus/ California Brome
35%
98%
90%
Festuca rubra rubra/ Native Red Fescue
20%
98%
90%
Deschampsia cespitosa/ Tufted
Hairgrass
3%
98%
90%
Agrostis exerata/ Spike Bentgrass
2%
98%
90%
Seeding Rate: 1 PLSIbs. Per 1000sq ft, 43.63 PLS lbs. per acre
9 -14.3 Fertilizer
Section 9 -14.3 is supplemented with the following:
Fertilizer for trees and shrubs shall be
manufacturer's recommendations.
Fertilizer for sod lawn and seeded
recommendations.
City of Federal Way
South 356`h Street Improvements
biodegradable fertilizer packets, 20 -10 -5. Apply per
lawn areas shall be per seed manufacturer's
Page 239
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9- 14.4(3) Bark or Wood Chips
Section 9- 14.4(3) is supplemented with the following:
( * * * * * *)
Bark mulch shall be medium grade composted ground fir or hemlock bark.
The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch
shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The
moisture content of bagged mulch shall no exceed 22 %. The acceptable size range of bark
mulch material is IA" to 1" with maximum of 20% passing the 'A" screen.
9 -14.6 Plant Materials
9- 14.6(2) Quality
Section 9- 14.6(2) is supplemented with the following:
( * * * * * *)
Plant material shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark
abrasions, evidence of improper pruning or other objectionable disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure survival and
healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its
delivery container for not less than six (6) months, but not for more than two (2) years. Root
bound or broken containers will not be accepted. Bare root, liner and root stock with dried or
shriveled roots from exposure will not be accepted.
Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump)
trees. Trees shall have full crowns and balanced branching. All trees shall meet WSDOT
standard Stree Tree Grade.
Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code
of Standards of the American Associate of Nurserymen in the American Standard for Nursery
Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal
growing position. Plants shall not be pruned prior to delivery to site.
9- 14.6(3) Handling and Shipping
Section 9- 14.6(3) is supplemented with the following:
( * * * * * *)
All plant material shall be transported to planting locations with care to prevent damage. Tie
back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant
materials along ground without proper protection of roots and branches. Protect rootballs from
environmental or mechanical damage and water as necessary to keep roots moist. Do not
store plants for more than one week.
City of Federal Way
South 356th Street Improvements
Page 240
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9- 14.6(4) Tagging
Section 9- 14.6(4) is supplemented with the following:
( * * * * * *)
All plant material except ground cover shall be legibly tagged. Tagging may be by species or
variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to
final acceptance.
9- 14.6(5) Inspection
Section 9- 14.6(5) is supplemented with the following:
( * * * * * *)
The Contracting Agency shall reserve the option of selecting and inspecting plant material at
the nursery. The contractor shall provide the Contracting Agency with at least one week notice
prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site
nor install plant materials until authorized by the Contracting Agency.
9- 14.6(7) Temporary Storage
Section 9- 14.6(4) is supplemented with the following:
( * * * * * *)
Cold storage of pants shall not be permitted.
If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the
ground, well protected with soil or wet peat. Adequately cover all roots of bare root material
with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage.
Water as necessary until planted.
Plants shall not be stored for more than one week. Longer storage period at project site will
result in rejection of plant materials by the Contracting Agency.
9- 14.6(8) Sod
Section 9- 14.(8) is supplemented with the following:
( * * * * * *)
Sod Lawn shall be JB Pacific Northwest Sod, 60% Perennial Ryegrasses,40% Fine Fescue
with degradable netting, or approved equal.
9 -14.7 Stakes, Guys, and Wrapping
Section 9 -14.7 is supplemented with the following:
( * * * * * *)
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product.
No wrapping required.
City of Federal Way
South 356th Street Improvements
Page 241
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9 -15 IRRIGATION SYSTEM
9 -15.1 Pipe, Tubing And Fittings
Section 9 -15.1 is supplemented with the following:
( * * * * * *)
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
sleeving shall be Sch 40 PVC.
9- 15.1(2) Polyvinyl Chloride Pipe And Fittings
Section 9- 15.1(2) is supplemented with the following:
( * * * * * *)
PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves (purple non -
potable pipe for lateral and mainlines).
9 -15.5 Valve Boxes And Protective Sleeves
Section 9 -15.5 is supplemented with the following:
( * * * * * *)
Valve boxes for automatic control valve with extensions as necessary and bypass assemblies
shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in
locking, 17'L x 24" D x 12" W with green HDPE drop in locking lid.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared
box with bolt down cover.
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top
dimensions 25 "L x 15 -16 "W and 24" D designed to withstand H -10 and H -20 loading in
incidental and non - deliberate traffic areas. Valve box must be compliant with AASHTO H -10
Design Load; ASTM C 857 -95 Design Load of A -8, 8,000lbs. Box shall be alkaline, acid and
weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check
Valve Assembly.
9 -15.6 Gate Valves
Section 9 -15.6 is supplemented with the following:
( * * * * * *)
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for
residential or commercial potable water applications, with screwed bonnet, non - rising stem,
solid wedge disc and integral seats.
9 -15.8 Quick Coupling Equipment
Section 9 -15.8 is supplemented with the following:
( * * * * * *)
City of Federal Way
South 356th Street Improvements
Page 242
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
Quick coupling valves shall be two piece brass body design, with corrosion resistant steel
springs. The quick coupler shall be rated for 5 to 125psi, 10 -125 GPM, with non - potable
purple, locking, thermoplastic cover.
9 -15.17 Electrical Wire And Splices
Section 9 -15.17 is supplemented with the following:
( * * * * * *)
Electrical Wire shall be #14 OF wire. Direct bury splice kits shall be premium moisture - resistant
connectors, max wire gauge 10AWG minimum wire gauge 18AWG, flame retardant.
Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same
manner as conduit couplings. Electroplated fittings are not allowed.
Steel conduit entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum
1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be
installed per the manufacturer's recommendations.
Galvanizing repair paint requirements for conduit couplings shall also apply to end bushings.
9 -28 SIGNING MATERIALS AND FABRICATION
9 -28.12 Reflective Sheeting
Section 9 -28.12 is supplemented with the following:
All roadside mounted signs shall use High Intensity Encapsulated Lens sheeting. All mast arm
mounted signs shall use type IX micro prismatic retroreflective sheeting.
9 -28.14 Sign Support Structures
(April 7, 2008 WSDOT GSP)
Sign Support Structures
Section 9 -28.14 is supplemented with the following:
Manufacturers for Steel Sign Supports
The Standard Plans lists several steel sign support types. These supports are patented
devices and many are sole- source. All of the sign support types listed below are acceptable
when shown in the plans.
Steel Sign Support Type Manufacturer
Type TP -A & TP -B Transpo Industries, Inc.
Type PL, PL -T & PL -U Northwest Pipe Co.
Type AS Transpo Industries, Inc.
Type AP Transpo Industries, Inc.
Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products,
Allied Tube & Conduit, Inc.,
City of Federal Way
South 356th Street Improvements
Page 243
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Type SB -1, SB -2, & SB -3
Northwest Pipe, Inc.
Ultimate Highway Products, Xcessories
Squared Development and Manufacturing
Incorporated, ,
Northwest Pipe, Inc.
9- 28.14(1) Timber Sign Posts
(Special Provision)
Section 9- 28.14(1) is supplemented with the following:
( * * * * * *)
All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post
backfill shall be compacted at several levels to minimize settling. All posts shall be two -way
plumb.
9 -29 ILLUMINATION, SIGNAL, ELECTRICAL
9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes
9- 29.2(1) Standard Duty and Heavy -Duty Junction Boxes
9- 29.2(1)A Standard Duty Junction Boxes
Section 9- 29.2(1)A is supplemented with the following:
(January 7, 2013 WSDOT GSP)
Concrete Junction Boxes
Both the slip- resistant lid and slip- resistant frame shall be treated with Mebac #1 as
manufactured by IKG industries, or SIipNOT Grade 3- coarse as manufactured by W.S. Molnar
Co. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment
may be omitted on that portion of the frame. The slip- resistant lid shall be identified with
permanent marking on the underside indicating the type of surface treatment ( "M1" for
Mebac #1; or "S3" for SIipNOT Grade 3- coarse) and the year manufactured. The permanent
marking shall be 1/8 inch line thickness formed with a stainless steel weld bead.
9 -29.3 Fiber Optic Cable, Electrical Conductors, and Cable
9- 29.3(1)A Singlemode Fiber Optic Cable
Section 9- 29.3(1)A is supplemented with the following:
(January 31, 2012 City of Federal Way)
Optical fiber shall meet the requirements of ITU G652 and specifically meet ITU G652.D
Attributes. The fibers shall support the transmission of wavelengths for Coarse Wavelength
Division Multiplexing (CWDM) as defined in ITU G694.2.
Products shall meet or exceed the applicable provisions of the latest edition of the following
documents:
City of Federal Way
South 356th Street Improvements
Page 244
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Document
Title
ANSI, C8.47 -1983
American National Standard for Polyolefin- insulated
Thermoplastic Jacketed Communication Cables
CFR 1755.900-
RUS
Code of Federal Regulations - Rural Utility Services
Specification for Filled Fiber Optic Cables
EIA- 455 -27A
Electronic Industries Alliance, Method of Measuring
(Uncoated) Diameter of Optical Waveguide Fibers
EIA- 455 -28B
Electronic Industries Alliance, Method For Measuring Tensile
Failure Point of Optical Waveguide Fibers
EIA- 455 -34
Electronic Industries Alliance, Interconnection Device Insertion
Loss Test
EIA- 455 -95
Electronic Industries Alliance, Absolute Optical Power Test for
Optical Fibers and Cables
EIA- 455 -103
Electronic Industries Alliance, Buffered Fiber Bend Test
EIA- 359 -A -1
Electronic Industries Alliance, Special Colors
9- 29.3(2) Electrical Conductors and Cable
9- 29.3(2)F Detector Loop Wire
Section 9- 29.3(2)F is deleted and replaced with the following:
(October 5, 2009 WSDOT NWR)
Detector Loop Wire
Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA
Specification 51 -7, with cross - linked polyethylene (XLPE) insulation encased in a polyethylene
outer jacket (PE tube).
9 -29.6 Light and Signal Standards
Section 9 -29.6 is supplemented with the following:
( * * * * * *)
Light Standards
Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish
with Davit bracket arm, as shown in Federal Way Standard Detail 3 -39, except that luminaire
mounting height shall be as shown on the Luminaire Schedule.
9- 29.6(1) Steel Light and Signal Standards
Section 9- 29.6(1) is supplemented with the following:
(December 18, 2009 City of Federal Way)
Traffic signal standards and illumination standards shall be furnished and installed in
accordance with the methods and materials noted in the applicable Standard Plans, pre -
approved plans, or special design plans. All welds shall comply with the latest AASHTO
Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals.
Welding inspection shall comply with Section 6- 03.3(25)A, Welding Inspection.
City of Federal Way
South 356th Street Improvements
Page 245
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
After delivering the poles or arms to the job site and before they are installed, they shall be
stored in a place that will not inconvenience the public. All poles and arms shall be installed in
compliance with Washington State Utility and Electrical Codes.
9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases,
Cantilever Bases, and Sign Bridges
9- 29.7(2) Fused Quick- Disconnect Kits
Delete the second paragraph and replace with the following:
( * * * * * *)
Fuses shall be slow burn, rated 10 amps.
Section 9- 29.7(2) is supplemented with the following:
(March 13, 2012 City of Federal Way)
Fused quick- disconnect kits shall be of the SEC type. Underground illumination splices shall
be epoxy or underground service buss /light connector kits. Installation shall conform to details
in the Standard Plans.
9- 29.10(3) Vacant
Section 9- 29.10(3) is deleted and replaced with the following:
9- 29.10(3) LED Roadway Luminaires
(March 15, 2012 City of Federal Way)
Units shall incorporate the following features:
1. A housing capable of being mounted on a standard 2 -inch roadway pole pipe tenon.
2. A housing manufactured from a die -cast low copper alloy aluminum designed to
minimize corrosion.
3. Electrical components accessible through a swing -down entry door secured by a trigger
latch or similar tool -less entry mechanism.
4. Resistance to vibration and impact.
5. Provisions for installing a photoelectric cell or shorting cap, whichever is required.
6. An LED light engine protected from the elements by a prismatic glass lens.
7. A thermal management system that promotes maximum air flow through the luminaire
to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with no
appreciable loss of lumen output.
8. Protection against solar heating when not in operation.
9. Dark sky optics.
10. Glass tertiary optics that will not discolor or become brittle over time.
11. Sealed optics system rated for IP66 against water and dirt infiltration.
12. Surge protection module to protect the LED drivers, photo controls, transfer switches,
and relays from electrical disturbances as defined by ANSI /IEEEC62.41, Category C.
The unit shall be replaceable through the use of modular plug and wiring.
13. Solid state multi volt electrical drivers with a rated life of 50,000 hours.
14. Electrical drivers mounted in a heat sink and located such that they are isolated from
heating by the sun when not in use.
City of Federal Way
South 356`h Street Improvements
Page 246
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
15. Photo control receptacle that is adjustable without tools and is designed to meet
U11598 specifications for wet operation.
( * * * * * *)
All new roadway luminaire installations shall be LED luminaires with house side shields.
LED luminaires shall be furnished and installed by the Contractor. The units shall meet City
standards for average maintained footcandles, uniformity ratio, mounting height, and
distribution pattern as indicated in City of Federal Way Development Standard Drawings 3 -38
and 3 -42 without modifying the locations in the Plans. LED luminaires shall have a correlated
color temperature (CCT) of 4000K +1- 300K. The Contractor shall provide computer printouts
of the systems for multiple roadway widths in order to substantiate the performance levels.
The following luminaire brands have been pre- approved for this project:
• American Electric Lighting (AEL)
• Cree
• General Electric (GE)
• LeoTek
• E -lite Star
9 -29.11 Control Equipment
9- 29.11(2) Photoelectric Control
Section 9- 29.11(2) is supplemented with the following:
(December 18, 2012 City of Federal Way)
One photocell shall be installed for all luminaires in the same electrical service system. The
photocell shall be located on the top of the luminaire closest to the electrical service.
( * * * * * *)
All other luminaires shall have shorting caps installed.
9 -29.13 Control Cabinet Assemblies
9- 29.13(2) Traffic Signal Controller Assembly Testing
Section 9- 29.13(2) is supplemented with the following:
(October 23, 2014 City of Federal Way)
Replace all references to "WSDOT Materials Laboratory", " WSDOT facility ", and " WSDOT"
with "King County Traffic Maintenance ".
9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets
9- 29.13(10)A Auxiliary Equipment for NEMA Controllers
Section 9- 29.13(10A) is supplemented with the following:
At the locations specified in the Plan, the Ethernet switch shall be a RuggedSwitch RS900G.
City of Federal Way
South 356th Street Improvements
Page 247
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9 -29.16 Vehicular Signal Heads, Displays, and Housing
Section 9 -29.16 is modified as follows:
Paragraph 2, is deleted and replaced with the following:
(February 24, 2012 City of Federal Way)
All lenses shall meet I.T.E. specifications for light output with 12- inch - diameter faces.
All vehicular signal heads shall be dark green baked enamel and shall be equipped with 5"
wide black - polycarbonate back plates and black - polycarbonate tunnel visors of a length equal
to the lens diameter. All hardware for attaching visors and back plates shall be non - corrosive
stainless steel. Vehicle signal head polycarbonate materials shall not be painted. A 2 -inch-
wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements
of Section 9- 28.12, shall be applied around the perimeter of each back plate.
9- 29.16(2) Conventional Traffic Signal Heads
9- 29.16(2)A Optical Units
Section 9- 29.16(2)A is deleted and replaced with the following:
(December 18, 2009 City of Federal Way)
Lenses shall be of the color indicated, circular in shape, with a visible diameter of 12 inches,
as specified in the contract, and of such design as to give an outward and downward
distribution of light with a minimum above the horizontal. The lenses shall be standard red,
amber, and green, prismed traffic signal lenses and shall conform to the specifications of ITE
Standards (Standards for Adjustable Face Vehicle Traffic Control Signal Heads, 1977 edition).
The lenses shall fit into a red silicon gasket in a manner to render the interior of the lens and
reflector weather and dust - tight. Signal heads shall have hinged aluminum reflector rings. The
lens and gasket shall be secured to the door with four noncorrosive lens clips.
LED Traffic Signal Modules
All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from one of
the following manufacturers:
Dialight Corporation
1913 Atlantic Avenue
Manasquan, NJ 08736
Telephone: (732) 223 -9400
FAX: (732) 223 -8788
GELcore, LLC
6810 Halie Drive
Valley View, OH 44125
Telephone: (216) 606 -6555
FAX: (216) 606 -6556
Precision Solar Controls, Inc.
2960 Market Street
Garland, TX 75041
Telephone: (972) 278 -0553
FAX: (972) 271 -9583
Each LED signal module shall be designed to be installed in the doorframe of a standard traffic
signal housing. The lamp socket, reflector, reflector holder, and lens used with an incandescent
lamp shall not be used in a signal section in which a LED signal module is installed. The
installation of an LED signal module shall not require any modification to the housing. The LED
City of Federal Way
South 356`^ Street Improvements
Page 248
RFB # 17 -001
January 2017
•
•
SPECIAL PROVISIONS
signal module shall be a single, self- contained device, not requiring on -site assembly for
installation into an existing traffic signal housing.
All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources
and green LED signal modules shall be manufactured with a matrix of InGaN LED light
sources. The LED traffic signal module shall be operationally compatible with controllers and
conflict monitors on this Project. The LED lamp unit shall contain a disconnect that will show
an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are
operational.
Each LED signal module shall conform to the current standards in Institute of Transportation
Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall be
submitted by the manufacturer for each type of signal head. The certificate shall state that the
lot of signal heads meets the current ITE specification. A label shall be placed on each LED
signal module certifying conformance to this specification. The manufacturer's name,
trademark, serial number and other necessary identification shall be permanently marked on
the backside of the LED signal module. LED signal modules used on this Project shall be from
the same manufacturer. A label shall be provided on the LED housing and the Contractor shall
mark the label with a permanent marker to note the installation date.
LED signals shall show no evidence of illumination for input voltages below 35 volts. LED
signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts
(and conform to appropriate intensity requirements specified above 80 volts).
The manufacturer shall provide a written warranty against defects in materials and
workmanship for the LED signal modules for a period of 60 months after installation of the
modules. All warranty documentation shall be given to the Engineer prior to installation.
9- 29.16(2)B Signal Housing
Section 9- 29.16(2)B is supplemented with the following:
(December 18, 2009 City of Federal Way)
The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25 -gust
factor without permanent distortion or failing (torque at attachment of 6,000 pound- feet).
9 -29.17 Signal Head Mounting Brackets and Fittings
Section 9 -29.17 is supplemented with the following:
( * * * * * *)
Mast arm mounting hardware for vehicle signal heads shall be arm mount Type N with clamp
style plumbizer PELCO AS -0116, and shall be field installed by the Contractor. Fittings shall be
painted with two (2) coats of factory- applied traffic - signal dark green baked enamel. A
watertight seal shall be provided where the signal head mounting bracket attaches to the mast
arm or signal pole.
All components shall be painted with traffic - signal dark green baked enamel.
9 -29.24 Service Cabinets
Section 9 -29.24 is supplemented with the following:
City of Federal Way
South 356th Street Improvements
Page 249
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
(December 18, 2009 City of Federal Way)
The service cabinet shall be aluminum, and shall conform to Federal Way Drawing Number
3 -45 included in the appendices of these Special Provisions. The unit shall be modified as
necessary to meet all current requirements of the Department of Labor and Industries and
Puget Sound Energy. The service cabinet shall be equipped with a lockable stainless steel
handle and a three -point locking system. The service cabinet shall contain one (1) ground fault
receptacle. Main breaker, branch breakers, and contactors shall be rated per the Breaker
Schedule on the Plans.
The service cabinet shall be equipped with a door -in -door, dead -front assembly, which shall
prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece
of apparatus may be removed without disconnecting any wiring, except the lead to that piece
of apparatus. All wiring shall be appropriately marked with a permanent, indelibly marked, clip -
sleeve wire marker. All wiring shall conform to NEMA Class II C.
The service cabinet shall be aluminum, and shall be Skyline Electric Series 47700 with
Underwriters Laboratory label on the panel boards.
A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside
the service cabinet. Nameplates shall be provided for each control component and shall be
embossed phenolic with white letters on black background. Nameplates shall be screw -
fastened.
Add the following new Section:
9 -29.26 Detectable Pull Tape
The Contractor shall furnish and install a flat polyester woven pre -lubed tape that contains a
22 -gauge wire.
The tape will be marked with sequential footage markings and be continuous.
The tape shall meet or exceed a breaking strength of 900 Ib., with a width of 1/2 -inch.
9 -30 WATER DISTRIBUTION MATERIALS
Revise the first paragraph to read:
This Specification addresses pipe and appurtenances 24 inches in diameter and smaller for the
treatment, processing, transmission, and distribution of potable water in a public water supply
system.
Insert the following paragraph after the first paragraph:
All materials shall be new and undamaged. All materials in contact with potable water shall be
lead -free in conformance with the provisions of NSF /ANSI Standards 61 and 372, in addition to the
requirements of the Safe Drinking Water Act.
9 -30.1 Pipe
Revise this section to read:
City of Federal Way
South 356th Street Improvements
Page 250
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
All pipe shall be clearly marked with the manufacturer's name, type, class, and thickness as
applicable. Lettering shall be legible and permanent under normal conditions of handling and
storage. The same manufacturer of each item shall be used throughout the Work.
Only ductile iron pipe, fittings, and couplings shall be used for permanent water transmission and
distribution facilities, except as may be shown on the Plans or approved by the Engineer.
9- 30.1(1) Ductile Iron Pipe
Revise this subsection to read:
Ductile iron pipe shall be centrifugally cast conforming to AWWA C151 and shall have a cement -
mortar lining and seal coat conforming to AWWA C104. The minimum delivered laying length for
push -on joint ductile iron pipe shall be eighteen (18) feet. The minimum length of ductile iron pipe
to be used on a project shall be fifteen (15) feet, unless a shorter length is required between fittings
or is otherwise shown on the Plans. Ductile iron pipe shall be a minimum Standard Thickness
Class 52, or the thickness class shown on the Plans, whichever has a thicker wall.
Only ductile iron pipe from pre- approved manufacturers of ductile iron pipe as currently listed by the
City of Seattle will be allowed. Manufacturers not on the City of Seattle's list of pre- approved
manufactures may qualify by following the steps outlined in Section 7- 11.2(2), "Pre- Installation
Taste and Odor Rating Test," of the City of Seattle's "Standard Specifications for Road, Bridge and
Municipal Construction" (2014 edition). The Contractor shall be solely responsible for all risks,
schedule impacts, and costs associated with any testing by the City of Seattle for ductile iron pipe
for water main from a manufacturer not on the City of Seattle's list of pre- approved manufacturers.
No water main pipe, fitting, or other appurtenances will be accepted by the Contracting Agency in
which an objectionable taste and /or odor is detected in water which has been in contact with the
interior surface(s) of said material, either before or after the material has been installed. Taste and
odor testing, if determined necessary by the Contracting Agency, shall be conducted though the
City of Seattle in accordance with the City of Seattle's testing procedures and requirements. Such
testing shall be subject to the City of Seattle's schedule. All such testing by the City of Seattle, and
resulting corrective actions required by the Contracting Agency to remedy a defect or defects as
may be determined by such testing, shall be at the Contractor's sole expense.
Non - restrained joints between lengths of ductile iron pipe shall be rubber gasket, push -on type, or
mechanical joint conforming to AWWA C111.
The dimensions and drilling of flange connections on flanged pipe and spools shall conform to the
dimensions of ANSI B16.1 for cast iron or ductile iron flanges and flanged fittings, Class 125,
unless otherwise shown on the Plans. All flanged faces shall be machined.
Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system
between lengths of 4 -inch ductile iron pipe shall be as shown on the Plans or in the Standard Plans.
Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system
between lengths of ductile iron pipe with push -on type joints shall be:
"Series 1100 HD MEGALUG ® Harness" as manufactured by EBAA Iron Sales, Inc., of Eastland,
Texas, "Grip Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast- Grip" ® gaskets.
City of Federal Way
South 356`h Street Improvements
Page 251
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system
between lengths of ductile iron pipe with mechanical joints shall be:
"Series 1100 MEGALUG ®" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip
Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast- Grip" ® gaskets.
All thrust restraint system devices shall be UL listed and FM approved. Locking gaskets shall be
specifically stated as compatible with the pipe, without qualification relative to the warranty by the
respective manufacturers.
9 -30.2 Fittings
Supplement this section with the following:
The type, material, and identification mark for bolts and nuts shall be provided.
9- 30.2(1) Ductile Iron Pipe
Revise this subsection to read:
Fittings for ductile iron pipe shall meet the following requirements:
Ductile iron mechanical joint, "long" body rated for 350 psi working pressure, unless a different
working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and
manufacturing process shall conform to AWWA C110. Rubber gaskets for mechanical joints shall
be in accordance with AWWA C111.
Ductile iron mechanical joint, compact/ "short" body rated for 350 psi working pressure, unless a
different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and
manufacturing process shall conform to AWWA C110. Rubber gaskets for mechanical joints shall
be in accordance with AWWA C111.
Ductile iron push -on joint, "long" body rated for 350 psi working pressure, unless a different working
pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing
process shall conform to AWWA C110. Rubber gaskets for push -on joints shall be in accordance
with AWWA C111.
Ductile iron push -on joint, compact/ "short" body rated for 350 psi working pressure, unless a
different working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and
manufacturing process shall conform to AWWA C153. Rubber gaskets for push -on joints shall be in
accordance with AWWA C111.
Ductile iron flanged joint, rated for 350 psi working pressure, unless a different working pressure is
shown on the Plans. The fitting dimensions, metal thicknesses, and manufacturing process shall
conform to AWWA C110. The dimensions and drilling of flange connections shall conform to the
dimensions of ANSI B16.1 for cast iron /ductile iron flanges and flanged fittings, Class 125, unless
otherwise shown on the Plans. All flanged faces shall be machined. Gasket material for flat -faced
or raised -face flanges shall be one - eighth inch (1/8 ") minimum thickness synthetic rubber having a
durometer measurement of sixty (60). Gaskets for flanges having a recess machined to receive an
0-ring shall be Neoprene and shall have the dimensions and durometer measurement as
recommended by the manufacturer for the particular service application.
City of Federal Way
South 356th Street Improvements
Page 252
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Ductile iron, plain end, compact / "short" body rated for 350 psi working pressure, unless a different
working pressure is shown on the Plans. The fitting dimensions, metal thicknesses, and
manufacturing process shall conform to AWWA C153.
All fittings shall be cement - mortar lined and seal coated in accordance with AWWA C104.
9- 30.2(6) Restrained Joints
Revise this subsection to read:
Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for
mechanical joint fittings shall be:
"Series 1100 MEGALUG ®" as manufactured by EBAA Iron Sales, Inc., of Eastland, Texas, "Grip
Ring" ®, "Field -Lok" ® 350 gaskets, or "Fast- Grip" ® gaskets.
All thrust restraint system devices shall be UL listed and FM approved, shall be new and
undamaged, and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of
the Safe Drinking Water Act. Locking gaskets shall be specifically stated as compatible with the
pipe, without qualification relative to the warranty by the respective manufacturer.
9- 30.2(12) Transition, Reducing and Flexible Couplings
Add the following new subsection:
(NEW SUBSECTION)
9- 30.2(12) Transition, Reducing and Flexible Couplings
Transition couplings, reducing couplings, transition - reducing couplings, and flexible couplings for
water mains shall be compression type with ductile iron components conforming to AWWA C219.
Center rings /sleeves shall be ductile iron conforming to ASTM A536, grade 65 -45 -12 or malleable
iron conforming to ASTM A47, grade 32510 or 35018. End rings /followers shall be ductile iron
conforming to ASTM A536, grade 65 -45 -12 or malleable iron conforming to ASTM A47,
grade 32510 or 35018.
Gaskets shall be vulcanized, molded, or extruded, natural or synthetic rubber free from porous
areas, foreign materials, and visible defects. Reclaimed rubber shall not be used. Gaskets shall
meet the requirements of ASTM D2000.
Bolts shall be carriage -type, high- strength, low alloy steel meeting the requirements of ASTM A307
or ASTM F568 or high- strength ductile iron meeting the requirements of ASTM A536,
grade 65- 45 -12. The bolts shall have national course rolled threads and heavy hexagon nuts.
The coating of the coupling components shall be as applied in the factory by and to the standards
of the manufacturer.
Reducing and flexible /straight couplings shall not be used for plain -end ductile iron /ductile iron pipe
connections, or ductile iron /PVC pipe connections; only mechanical joint sleeve fittings shall be
used in these cases.
9 -30.3 Valves
City of Federal Way
South 356th Street Improvements
Page 253
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Revise this section and subsections including titles to read:
Valves shall be standard pattern of a manufacturer whose products are approved by the Engineer
and shall have the name or mark of the manufacturer, year valve casting was made, size, and
working pressure plainly cast in raised letters on the valve body.
The valve bodies shall be cast iron, ductile iron, or other approved material mounted with approved
non - corrosive metals. All wearing surfaces shall be bronze or other approved non - corrosive
material, and there shall be no moving bearing or contact surfaces of iron in contact with iron.
Contact surfaces shall be machined and finished in the best workmanlike manner and all wearing
surfaces shall be easily renewable.
9- 30.3(1) Valve Boxes
Valve boxes shall be installed on all buried valves. The box shall be of cast iron, two - piece,
slip -type, standard design with a minimum five (5) inch inside diameter, and base section
corresponding to the size and depth of the valve. The box shall be coal -tar painted by the
manufacturer using its standard. The cover shall be cast -iron "Lug" -type, having the word
"WATER" cast into it.
9- 30.3(2) Valve Marker Posts
Valve marker posts shall be of cement concrete containing at least one (1) No. 3 reinforcing steel
bar along its entire length. The post shall have a minimum four -inch (4 ") square cross - section and
a minimum length of forty -two (42) inches . All edges shall be beveled and the top shall be cast at
an approximate forty -five degree (45 °) angle to the perpendicular, with the letter "V" cast into it.
Painting of the exposed portion of the post and marking certain numerals thereon shall be as
specified in Section 7- 12.3(1) "Installation of Valve Marker Post."
9- 30.3(3) Combination Air Release /Air Vacuum Valves
Combination air release /air vacuum valves (or universal air release valves) shall be installed in air
vacuum valve assemblies. The valve shall be designed to withstand a 300 psi pressure, where the
normal operating pressure does not exceed 100 psi.
The valve body and cover shall be cast iron conforming to ASTM A126, Class B. The float shall be
stainless steel conforming to ASTM A240. Valve seats shall be Buna N rubber. All other internal
parts of the valve shall be constructed of stainless steel or bronze.
Combination air release /air vacuum valves shall conform to AWWA C512.
For one -inch (1 ") and two -inch (2 ") valves, the inlet shall be equal in size to the outlet /large orifice.
Both inlet and outlet shall have NPT screwed connections. The small orifice for a one -inch (1 ")
valve shall be a minimum of 5/64 -inch and that for a two -inch (2 ") valve shall be a minimum
of 3/32 -inch.
The combination air release / air vacuum valve (universal air release valve) shall be manufactured
by APCO Valve and Primer Corporation of Schaumburg, Illinois, Crispin /Multiplex Manufacturing
Company of Berwick, Pennsylvania, or an approved equal.
The following table provides applicable model numbers for the two (2) manufacturers listed:
Size of Valve
City of Federal Way
South 356`h Street Improvements
Apco Crispin
Page 254
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
1"
2"
143C UL10
145C UL20
9- 30.3(4) Tapping Sleeve and Valve Assembly
Tapping valves shall be furnished with flanged inlet end connections. The outlet ends shall conform
in dimensions to the AWWA Standards for flange, hub, or mechanical joint connections, except that
the outside of the hub shall have a large flange for attaching a drilling machine. The seat opening
of the valve must permit a diameter cut no less than one half (1/2) inch smaller than the valve size.
Valves specifically designed for tapping and meeting the requirements of AWWA C500, and valves
meeting the requirements of AWWA C509 shall be permitted. Tapping valves shall be permitted.
Tapping valves shall be of the same type as other valves on the project.
Size -on -size tapping sleeves shall be cast iron, ductile iron, or stainless steel, except cast iron or
ductile iron size -on -size tapping sleeves shall only be used on ductile iron or cast iron water mains.
Reducing tapping sleeves shall be cast iron, ductile iron, stainless steel, or epoxy- coated steel.
9- 30.3(5) End Connections
The dimensions of hub or bell end connections shall conform to the dimensions of AWWA C100.
The dimensions of mechanical joint connections shall conform to the dimensions of ANSI A21.11.
The dimensions and drilling of flange connections shall conform to the dimensions of ANSI B16.1
for cast iron /ductile iron flanges and flanged fittings, Class 125, unless otherwise shown on the
Plans. The bolt holes shall straddle the vertical centerline. All flanged faces shall be machined.
• Where shown on the Plans or otherwise required to restrain thrust, the thrust restraint system for
valves with mechanical joints shall conform to Section 9- 30.2(6) "Restrained Joints."
•
Tapered threaded ends shall conform to National Pipe Thread dimensions.
9- 30.3(6) Resilient- Seated Gate Valves (4 Inches to 12 Inches
Gate valves four (4) inches to twelve (12) inches in size shall conform to the requirements of
AWWA C509 for resilient- seated gate valves for water supply service. The resilient valve seats
may be applied to the body or gate and shall seat against a corrosion - resistant surface on the
interior of the valve body. If guiding is necessary to obtain shutoff, the design shall be such that
corrosion in the guide area does not affect sealing. These valves shall have 0-ring backing plates.
Resilient- seated gate valves four (4) inches to twelve (12) inches in size shall open
counterclockwise and shall have non - rising stems, except OS & Y valves shall have rising stems.
Buried resilient- seated gate valves four (4) inches to twelve (12) inches in size shall be equipped
with standard two -inch (2 ") wrench nuts. Non - buried valves shall be equipped with hand wheels,
unless otherwise shown on the Plans.
9- 30.3(7) Resilient- Seated Gate Valves (14 -24 Inches)
Resilient- seated gate valves fourteen to twenty -four (14 -24) inches in size shall conform to the
requirements of AWWA C509 for resilient- seated gate valves for water supply service. Resilient
valve seats may be applied to the body or gate and shall seat against a corrosion - resistant surface
on the interior of the valve body. If guiding is necessary to obtain shutoff, the design shall be such
City of Federal Way
South 356th Street Improvements
Page 255
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
that corrosion in the guide area does not affect sealing. Resilient- seated gate valves sixteen (16)
inches in size shall incorporate O -rings for the stem seal.
Resilient- seated gate valves sixteen (16) inches in size shall open counterclockwise and shall have
non - rising stems, except OS & Y valves shall have rising stems.
Buried resilient- seated gate valves sixteen (16) inches in size shall be equipped with standard
two -inch (2 ") wrench nuts. Non - buried valves shall be equipped with hand wheels, unless
otherwise shown on the Plans.
9- 30.3(9) Bronze Gate Valves (Under 3 Inches)
Bronze gate valves shall be provided only where shown on the Plans. Bronze gate valves shall
have bronze bodies with solid bronze discs. Bronze gate valves shall have non - rising stems, open
counterclockwise, and furnished with a hand wheel. Bronze gate valves shall not be furnished
where they will be buried.
9- 30.3(10) Check Valves
The body and cover of check valves shall be made of gray cast iron or cast ductile iron, with bronze
rings mounted to the cast iron swing gate. Check valves shall be for 150 psi working pressure,
unless otherwise shown on the Plans. The check valves shall have adjustable tension lever and
spring to provide non - slamming action under all conditions, unless the Plans call for something
other than a lever and spring feature.
Swing -check valves shall confirm to AWWA C508.
9- 30.3(11) Pressure Reducing and Pressure Relief Valves
To minimize requirements for spare parts and maintenance tools and expertise, pressure reducing
and pressure relief valves shall be:
"Model 90 -01 Series Pressure Reducing Valve" as manufactured by Cla -Val Company of Newport
Beach, California.
"Model 50 -01 Series Pressure Relief Valve" as manufactured by the Cla -Val Company of Newport
Beach, California.
The pressure reducing valves shall maintain a constant downstream pressure regardless of varying
inlet pressure. The valve shall be a hydraulically operated, diaphragm- actuated, globe style valve
with a gray cast iron body. The pilot control shall be a direct - acting, adjustable, spring - loaded,
normally -open, diaphragm valve, designed to permit flow when the controlled pressure is less than
the spring setting. The pilot control system shall include a fixed orifice.
The pressure relief valve shall maintain constant upstream pressure by relieving excess pressure
or by- passing and shall maintain close pressure limits without causing surges. The valve shall be
hydraulically operated, diaphragm- actuated, globe valve with a gray cast iron body. The pilot
control shall be a direct - acting, adjustable, spring - loaded, normally - closed, diaphragm valve,
designed to permit flow when controlling pressure exceeds spring setting. The pilot control system
shall operate such that as excess line pressure is dissipated, the main valve shall gradually close to
a positive, drip -tight seating.
City of Federal Way
South 356th Street Improvements
Page 256
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
All diaphragm- actuated valves shall contain a resilient, synthetic rubber disc, having a rectangular
cross - section, contained on three and one -half (3 -1/2) sides by a disc retainer and forming a tight
seal against a single removable seat insert. The diaphragm assembly containing a valve stem
shall be fully guided at both ends by a bearing in the valve cover and an integral bearing in the
valve seat. This diaphragm assembly shall be the only moving parts and shall form a sealed
chamber in the upper portion of the valve, separating operating pressure from line pressure. The
diaphragm shall consist of nylon fabric, bonded with synthetic rubber, and shall not be used as a
seating surface. Packing glands and /or stuffing boxes are not permitted and there shall be no
pistons operating the valve or pilot controls. All necessary repairs shall be possible without
removing the valve body from the line.
Pressure reducing and pressure relief valves shall conform to AWWA C530.
9 -30.5 Hydrants
Revise this section and subsections including titles to read:
Fire hydrants shall be the center -stem, compression -type conforming to the requirements of
AWWA C502.
To minimize requirements for spare parts and maintenance tools and expertise, fire hydrants shall
be:
"Medallion Model" as manufactured by Clow Corporation of Oskaloosa, Iowa.
"M & H Model 929" as manufactured by Dresser Industries, Inc., of Bradford, Pennsylvania.
"Centurion Model" as manufactured by Mueller Company of Decatur, Illinois.
Fire hydrant operating stems shall have square threads.
9 -30.5 (1) End Connections
The end connection for fire hydrants shall be mechanical joint conforming to AWWA C110.
9- 30.5(2) Hydrant Dimensions
The minimum nominal diameter of the main hydrant valve opening shall be five (5) inches. The
inside diameter of the hydrant end connection shall be six (6) inches. The minimum inside
diameter of the hydrant barrel /standpipe shall be seven (7) inches.
The minimum nominal bury length from the bottom of the connecting pipe to the ground line of the
hydrant, as shown in the Standard Plans, shall be forty -three (43) inches. The maximum nominal
bury length shall be fifty -five (55) inches unless a different bury length required for a particular
hydrant installation is shown on the Plans.
The size of the hydrant auxiliary gate valve shall be six (6) inches.
An outlet for drainage shall be provided in the base or barrel, or between the base and barrel of the
hydrant.
Field painting of the fire hydrant shall be as specified in Section 7- 14.3(1) "Setting Hydrants."
City of Federal Way
South 356th Street Improvements
Page 257
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9- 30.5(3) Hydrant Extensions (Vertical)
Vertical fire hydrant extensions shall have an inside diameter matching that of the hydrant within
which it is installed. The material shall be gray cast iron or ductile iron and shall conform to the
AWWA Standards for such castings. The drillings of the connecting flanges on the extensions shall
match the drillings of the flanges on the hydrant, if applicable.
Hydrant extensions shall also include the necessary hydrant operating stem extensions.
9- 30.5(4) Hydrant Lateral Restraints
The thrust restraint system for fire hydrant laterals with mechanical joints shall conform to
Section 9- 30.2(6) "Restrained Joints."
9- 30.5(5) Traffic Safety Flanges
Hydrants shall be provided with a traffic safety flange and be equipped with breaking devices at the
traffic flange which will allow the hydrant barrel to separate at this point with a minimum breakage
of hydrant parts from impact. There shall also be provided at this point a safety stem coupling on
the main hydrant valve stem that will shear at the time of impact.
9- 30.5(6) Guard Posts
Guard posts for fire hydrants shall be provided only where shown on the Plans and spaced as
shown in the Standard Plans. Guard posts shall be reinforced concrete, six (6) feet in length by
nine (9) inches in diameter. Reinforcing shall consist of a minimum of four (4) No. 3 reinforcing
steel bars. Painting of the exposed portion of the post shall be as specified in Section 7- 14.3(2)C
"Fire Hydrant Guard Posts."
9- 30.5(7) Hydrant Nozzles
Each fire hydrant shall be provided with one (1) four -inch (4 ") diameter steamer nozzle and two (2)
two - and - one - half -inch (2.5 ") diameter hose nozzles. Fire hydrants in the City of Auburn shall be
provided with one (1) four - and - one - half -inch (4.5 ") diameter pumper port and two (2)
two- and - one - half -inch (2.5 ") diameter hose ports. All nozzles shall be equipped with brass nipples
screwed into the hydrant barrel and locked into place.
The hose nozzles shall have National Standard Hose Threads. The hose nozzles shall be fitted
with cast iron threaded caps with an operating nut of the same design and proportions as the main
hydrant valve stem nut. The caps shall be threaded to fit the corresponding nozzles and shall be
fitted with suitable Neoprene gaskets for positive watertightness under test pressures. There shall
be no chain or cable connecting the hose nozzle caps to the hydrant body.
The steamer nozzle shall have a Pacific Coast Standard Thread on which shall be installed a
four -inch (4 ") rigid female x four -inch (4 ") Storz smooth -faced adapter with a four -inch (4 ") Storz
blind cap and rubber sealing gasket. The steamer nozzle for fire hydrants in the City of Auburn
shall have National Standard Thread with a five- inch (5 ") Storz adaptor and cap. The Storz
adapter and cap shall be made of anodized aluminum, heat - treated to T -6 condition strength. The
Storz adapter and cap shall withstand a working pressure of 300 psi and a momentary burst
pressure of 600 psi. A stainless steel set screw shall be used to permanently attach the Storz
adapter to the steamer nozzle to prevent unauthorized removal. The Storz cap shall be tethered to
the hydrant barrel with an eighteen -inch (18 ") length of one - eighth -inch (1/8 ") aircraft cable, the
ends of which shall be connected to its respective part with NICO sleeves. The Storz adapter shall
not be painted.
City of Federal Way
South 356`h Street Improvements
Page 258
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
9- 30.5(8) Operating Nuts
• The operating nut on the main hydrant valve stem and hose nozzle caps shall be as follows:
Pattern of nut - Tapered pentagonal
Height— 1 -1/16 inch
Size of pentagon - (measured from point to flat)
1.35 -inch at bottom of nut
1.23 -inch at top of nut
The direction of opening shall be clearly marked on the operating nut or hydrant and shall be
counterclockwise.
9 -30.6 Water Service Connections (2- inches and Smaller)
Revise this section and subsections, including titles, to read:
9- 30.6(1) Saddles
Service saddles shall meet the requirements of the Standard Plans. The bodies of service saddles
shall be ductile iron. Straps, nuts, and washers shall be galvanized steel. Wide bands with bolts,
washers, and nuts shall be stainless steel.
Service saddles shall be:
"Style 101, 101S, 202, or 202S" as manufactured by Romac Industries, Inc., of Seattle,
Washington.
For one -inch (1 ") taps on ductile iron and asbestos cement water mains twelve (12) inches and
smaller, single strap saddles shall be used. For one -inch (1 ") taps on PVC water mains twelve (12)
inches and smaller, bolted /banded service saddles shall be used.
For one -inch (1 ") taps on ductile iron and asbestos cement water mains larger than twelve (12)
inches, double strap service saddles shall be used. For one -inch (1 ") taps on PVC water mains
larger than twelve (12) inches, double bolted /banded service saddles shall be used.
For service taps larger than one (1) inch on ductile iron and asbestos cement water mains larger
than twelve (12) inches, double strap service saddles shall be used. For service taps larger than
one (1) inch on PVC water mains larger than twelve (12) inches, double bolted /banded service
saddles shall be used.
The threads on the service tap on the saddle body shall be CC (AWWA taper) for one -inch (1 ") size
and Female Iron Pipe thread for service taps larger than one -inch (1 ") size.
9- 30.6(2) Corporation Stops
Corporation stops shall meet the requirements of the Standard Plans and these Specifications.
Corporation stops shall be:
"Model 1 -inch H- 15008, 1 -1/2 -inch H -9969, or 2 -inch H- 9969" as manufactured by Mueller
Company of Decatur, Illinois.
City of Federal Way
South 356th Street Improvements
Page 259
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
"Type 1 -inch F1000G 'GripJoint,' 1 -1/2 -inch FB500, or 2 -inch FB500" as manufactured by the Ford
Meter Box Company, Inc., of Wabash, Indiana.
"Model 1 -inch 4701T, 1 -1/2 -inch 3131B, or 2 -inch 3131B" as manufactured by A. Y. McDonald Mfg.
Company of Dubuque, Iowa.
Corporation stops shall be made of bronze alloy.
For one -inch (1 ") service taps, the inlet connection shall be CC (AWWA taper) male thread. For
service taps larger than one -inch (1"), the inlet connection shall be Male Iron Pipe thread.
For one -inch (1 ") service taps, the outlet connection shall be compression - gasket type compatible
with the connection piping, with no special adapters required. Pipeline insert stiffener devices shall
be installed for compression -end fittings on polyethylene pipe. For service taps larger than
one -inch (1 "), the outlet connection shall be Male Iron Pipe thread for the attachment of a special
adapter.
9- 30.6(3) Service Pipes
9- 30.6(3)A Polyethylene Tubing
Polyethylene tubing shall meet the requirements of AWWA C901 for potable water service, and
conform to the following specifications:
1. Polyethylene Cell Classification:
2. Polyethylene Material:
ASTM D1248
3. Nominal Size
corresponding to
the bid Proposal item.
4. Thickness:
5. Diameter:
6. Pressure Class:
PE 4710
Type III, Category 5, Grade 34, Class C per
As shown in the Plans, or in the Standard Plan
SDR 9
Copper Tube Size (CTS)
250 psi
The finished product shall satisfactorily flare, without cracking, to standard brass water works flare
fittings when using cold flaring methods and thereafter perform to the requirements herein
specified.
The polyethylene tubing shall be marked in accordance with ASTM D2737 for CTS tubing sizes. It
shall also carry the seal of the National Sanitation Foundation (NSF). A copy of the pertinent
quality control test information shall be submitted in accordance with Section 5.5 of AWWA C901
for the polyethylene tubing furnished and installed in the completed Work.
All coils of polyethylene tubing shall be protected in shipment. Each coil shall be labeled clearly to
show the size, coil length, and pressure rating of the tubing. The tubing shall be stored outside of
direct sunlight.
9- 30.6(4) Service Fittings
Couplings and adapters shall only be used where shown in the Standard Plans, on the Plans, or
otherwise directed by the Engineer, and shall conform to the provisions of NSF /ANSI 61 in addition
to the requirements of the Safe Drinking Water Act.
City of Federal Way
South 356th Street Improvements
Page 260
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Compression service couplings and adapters shall be:
"Model H -15428 or H -15451 [with Liners #504281 (3/4- inch), #504385 (1- inch),
#506139 (1 -1/2- inch), or #506141 (2- inch)]" as manufactured by Mueller Company of Decatur,
Illinois.
"Model C84 -34G, C84 -44G, C84 -66G, C84 -77G, C14 -66G, or C14 -77G 'GripJoint' [with Insert
Stiffeners #51 (3/4- inch), #52 (1- inch), #54 (1 -1/2- inch), or #55 (2- inch)]" as manufactured by the
Ford Meter Box Company, Inc., of Wabash, Indiana.
"Model 4753T or 4754T with Insert Stiffeners #6133T (3/4 -inch to 2 -inch size)" as manufactured by
A. Y. McDonald Mfg. Company of Dubuque, Iowa.
Couplings and adapters for water service connections shall be made of bronze or brass alloy. The
connections for the couplings and adapters shall be Iron Pipe threads or outside compression -
gasket type, as shown in the Standard Plan or otherwise necessary for the specific application.
Pipeline insert stiffener devices shall be installed for compression -end fittings on polyethylene pipe.
9- 30.6(5) Meter Setters
Meter setters shall meet the requirements of the Standard Plans and applicable parts of
AWWA C800, and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements
of the Safe Drinking Water Act.
Meter setters shall be:
"Model VH72 -12WC, VH74 -12WC, VH76- 12 -11 -66 (with 0-ring groove machined in face of
flanges), or VH77- 12 -11 -77 (with 0-ring groove machined in face of flanges)" as manufactured by
the Ford Meter Box Company, Inc., of Wabash, Indiana.
"Model H- 1404 - 2x12 -inch with two (2) H -14222 ends for 5/8 x 3/4 -inch and 1 -inch meters, and
B- 2422 -2- 12x13" for 1 -1/2 -inch meter (grooved for 0-ring gaskets on both flanges), and
B- 2422 -2- 12x17 -inch for 2 -inch meter (grooved for 0-ring gaskets on both flanges)" as
manufactured by Mueller Company of Decatur, Illinois.
For a one -inch (1 ") or less service connection, the meter setter shall have double purpose
couplings on both inlet and outlet connections (female iron pipe union, swivels, or flared copper),
an angle meter valve with drilled padlock wings, an outlet angle single or double check valve, and
measuring twelve (12) inches high. For service connections larger than one -inch (1 ") size, the
meter setter shall have Female Iron Pipe threads on the horizontal inlet and outlet, an angle
inverted key valve with drilled padlock wings on the inlet, grooved for 0-ring meter gaskets, no
bypass, an angle single or double check valve on the outlet, and measuring twelve (12) inches
high.
9- 30.6(6) Bronze Nipples and Fittings
Brass nipples and fittings shall be installed where shown in the Standard Plans and shall meet the
requirements of ANSI B- 16.15, ASA 125 pound class.
9- 30.6(7) Meter Boxes
Meter boxes for a particular installation shall meet the requirements of the applicable Standard
Plans.
City of Federal Way
South 356'h Street Improvements
Page 261
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
Meter boxes in non - traffic areas shall be high density polyethylene (HDPE):
" "Model #RMB 13x24 -12 -inch (for a 5/8 x 3/4 -inch water meter), "Model #RMB 13x24 -12 -inch (for a
1 -inch water meter), or "Model #RMB 17x30 -12 inch (for a 1 -1/2 -inch or 2 -inch water meter)," as
manufactured by Raven Products, including mouseholes or pipe knockouts.
Meter box covers shall be Sigma ductile iron with hinged meter reading lids.
Meter boxes in traffic areas shall be rated for HS 20 -44 loading and shall be:
" "Model #Christy B1017" (for a 5/8 x 3/4 -inch water meter), "Model #Christy B1324" (for a 1 -inch
water meter), or "Model #Christy B1730" (for a 1 -1/2 -inch or 2 -inch water meter)," as manufactured
by Oldcastle Enclosure Solutions, including mouseholes or pipe knockouts.
Meter box covers shall be non -skid, bolt -down galvanized steel with hinged meter reading lids.
9- 30.6(8) Insulating Service Couplings
Insulating couplings preventing a continuous electrical path shall be required at any point of
connection of two (2) dissimilar metallic pipes (e.g., copper to galvanized iron or steel). The fitting
used shall be manufactured for the purpose for which it is intended. The couplings shall be the
outside compression - gasket type. Pipeline insert stiffener devices shall be installed for
compression -end fittings on polyethylene pipe.
All materials shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the
Safe Drinking Water Act.
9- 30.6(9) "U" Branch Connections
"U" branch connections shall meet the requirements of the applicable Standard Plans, and conform
to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act.
"U" branch connections shall be:
"Model H- 15363" as manufactured by Mueller Company of Decatur, Illinois.
"Model U48- 43 -14G" as manufactured by Ford Meter Box Company, Inc, of Wabash, Indiana.
"U" branch connections shall be made of bronze alloy. The outlets shall be 3/4" M.I.P. thread
straight line. The inlet shall be conductive compression for 1" CTS O.D. copper or polyethylene
service pipe. Maintain a branch spacing minimum of 13 -1/2 inches between the outlets.
9 -30.7 Flow Detection /Backflow Prevention Devices
Add the following new Section:
(NEW SECTION)
9 -30.7 Flow Detection /Backflow Prevention Devices
9 -30.7 (1) Detector Double Check Valve Assemblies (DDC)
Detector double check valve assemblies shall conform to AWWA C506. The detector double check
valve assembly shall consist of two (2) internally - loaded check valves, either spring - loaded or
City of Federal Way
South 356th Street Improvements
Page 262
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
internally weighted, installed as a unit, and include a smaller, factory - installed double check valve
assembly and water meter in a bypass configuration to detect leakage or water theft. The
manufacturer of the detector double check valve assembly shall be listed on the most current copy
of the "Accepted Cross - Connection Control Assemblies" published by the Washington State
Department of Health. The end connections shall be flanged, conforming to AWWA C110.
Test cocks shall be installed and located in accordance with AWWA C506 for both mainline and
bypass double check valve assemblies. The outlets to the test cocks shall be plugged.
The detector water meter shall be:
"Model PDR- 10 -100FS Remote - Reading 518x3/4 -inch water meter registering in cubic feet" as
manufactured by Precision Meters, Inc., of Orlando, Florida.
9- 30.7(2) Detector Reduced Pressure Principle Backflow Devices (DRP)
Detector reduced pressure principle backflow prevention devices shall conform to AWWA C506,
and shall conform to the provisions of NSF /ANSI 61 in addition to the requirements of the Safe
Drinking Water Act. The detector reduced pressure principle backflow prevention device shall
consist of two (2) independently acting, spring - loaded check valves separated by a spring - loaded
differential pressure relief valve, and shall include a smaller, factory- installed reduced pressure
principle backflow device and water meter in a bypass configuration to detect leakage or water
theft. The manufacturer of the detector reduced pressure principle backflow device shall be listed
on the most current copy of the "Accepted Cross - Connection Control Assemblies" published by the
Washington State Department of Health. The end connections shall be flanged, conforming to
AWWA C110.
Test cocks shall be installed and located in accordance with AWWA C506 for both mainline and
bypass reduced pressure principle backflow prevention devices. The outlets to the test cocks shall
be plugged.
The detector water meter shall be:
"Model PDR- 10 -100FS Remote - Reading 5/8x3/4 -inch water meter registering in cubic feet" as
manufactured by Precision Meters, Inc., of Orlando, Florida.
9- 30.7(3) Double Check Valve Assemblies (DCVA)
Double check valve assemblies ( DCVA's) shall conform to AWWA 0506, and conform to the
provisions of NSF /ANSI 61 in addition to the requirements of the Safe Drinking Water Act. DCVA's
shall consist of two (2) internally - loaded check valves, either spring - loaded or internally weighted,
installed as a unit. The manufacturer of the double check valve assembly shall be listed on the
most current copy of the "Accepted Cross - Connection Control Assemblies" published by the
Washington State Department of Health. The end connections shall be flanged, conforming to
AWWA C110.
Test cocks shall be installed and located in accordance with AWWA C506. The outlets to the test
cocks shall be plugged.
9- 30.7(4) Reduced Pressure Principle Backflow Devices (RPBD)
Reduced pressure principle backflow prevention devices shall conform to AWWA C506, and shall
consist of two (2) independently acting, spring - loaded check valves separated by a spring - loaded
City of Federal Way
South 356th Street Improvements
Page 263
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
differential pressure relief valve. The manufacturer of the reduced pressure principle backflow
device shall be listed on the most current copy of the "Accepted Cross - Connection Control
Assemblies" published by the Washington State Department of Health. The end connections shall
be flanged, conforming to AWWA C110.
Test cocks shall be installed and located in accordance with AWWA C506. The outlets to the test
cocks shall be plugged.
9- 30.7(5) Backflow Prevention Device Shutoff Valves
Backflow prevention device shutoff valves three (3) inches through twelve (12) inches in size shall
be gate valves conforming to AWWA C500 or resilient- seated gate valves conforming to
AWWA C509. Backflow prevention device shutoff valves larger than twelve (12) inches shall
conform to AWWA C500. The end connections on shutoff valves three (3) inches and larger shall
be flanged, conforming to AWWA C110. The shutoff valves shall be the outside screw and yoke
(OS & Y) rising -stem type with hand wheels.
Backflow prevention device shutoff valves smaller than three (3) inches shall be ball valves with
bronze bodies, quarter -turn handle, and tapered thread end connections.
A test cock shall be installed on the supply (inlet) side of the upstream supply shutoff valve. The
outlet to the test cock shall be plugged.
9- 30.7(6) Single Detector Check Valve Assembly
Single detector check valve assemblies shall consist of a single, internally - loaded, soft- seated
check valve, and include a smaller single brass -to -brass check valve and water meter in a bypass
configuration to detect leakage or water theft. The end connections shall be flanged, conforming to
AWWA C110.
Test cocks shall be installed and so located to allow for periodic testing. The outlets to the test
cocks shall be plugged.
The detector water meter shall be:
"Model PDR- 10 -100FS Remote - Reading 5/8x3/4 -inch water meter registering in cubic feet" as
manufactured by Precision Meters, Inc., of Orlando, Florida.
9- 30.7(7) Vacuum Breakers
9- 30.7(7)A. Pressure Vacuum Breaker Assemblies
Pressure vacuum breaker assemblies shall consist of a spring - loaded check valve [three -inch (3 ")
and larger sizes consist of two (2) check valves], an independently operating air inlet valve, inlet
and discharge shutoff valves, and properly installed test cocks. The air inlet valve is internally
loaded to the open position, normally by means of a spring. This internal loading allows the device
to be installed on the pressure side of a shutoff valve. The manufacturer of the pressure vacuum
breaker assembly shall be listed on the most current copy of the "Accepted Cross - Connection
Control Assemblies" published by the Washington State Department of Health. The end
connections shall have tapered threads. The outlets to the test cocks shall be plugged.
9- 30.7(7)B. Atmospheric Vacuum Breaker (AVB)
City of Federal Way
South 356`^ Street Improvements
Page 264
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
The atmospheric vacuum breaker is a device which allows air to enter the water line when the line
pressure is reduced to a gauge pressure of zero or below. Poppets of AVB's shall be precision -
fitted to ensure positive closure. No test cocks are required. The end connections shall have
tapered threads.
9 -30.8 Miscellaneous Water Distribution Materials
Add the following new Section:
(NEW SECTION)
9 -30.8 Miscellaneous Water Distribution Materials
9- 30.8(1) Steel Casing for Boring, Jacking and Direct Burial
Where indicated on the Plans, steel casings shall be bored, jacked, or direct buried into place. The
steel casing shall be black steel pipe conforming to ASTM A53. The joints between sections shall
be butt welded to produce a continuous bead around the full circumference of the casing to
produce a rigid, watertight encasement. The minimum wall thickness of the casing shall be
0.250 inches for casings twenty -four (24) inches or less in diameter, unless a larger wall thickness
is shown on the Plans. The minimum wall thickness of the casing shall be 0.375 inches for casings
over twenty -four (24) inches in diameter, unless a larger wall thickness is shown on the Plans.
9- 30.8(2) Flow Strainers
Flow strainers shall be iron - bodied, basket -type configuration of the size shown in the Standard
Plans where flow strainers are required. The flow strainers shall feature a bolted cover machined
to securely hold the screen in place and include a tapped boss at the bottom of the bowl for a
blowoff outlet. The screen shall be constructed from perforated stainless steel and wire mesh
screens shall not be allowed. Flow strainers two inches (2 ") and larger shall have flanged end
connections conforming to AWWA C110.
9- 30.8(3) Pressure Gauges
Pressure gauges shall conform to applicable AWWA and ANSI standards. The gauge shall be a
premium grade industrial gauge, with a stainless steel Bourdon tube element; 270° milled stainless
steel movement; phenolic case; liquid - filled with an inert viscous fluid; high - impact, non - cracking
plastic lens; four - and - one - half -inch (4.5 ") dial; and a one -half- inch- (1/2 ") N.P.T. bottom male
connection. All other exposed parts shall be stainless steel. The accuracy shall meet ANSI B40.1
specifications, Grade A: ±1% of span in middle half of scale, with the balance of the scale ±2% of
span. The gauges shall be protected by compatible snubbers and ball valves. The gauges shall be
Marsh Mastergauge or equal.
The range of pressure scale shall be 0 to 200 pounds per square inch, unless shown otherwise on
the Plans or in the Standard Plans.
9 -30.9 Temporary Water Facilities
Add the following new Section:
(NEW SECTION)
9 -30.9 Temporary Water Facilities
9- 30.9(1) Temporary Water Mains
Temporary water mains, including bends, fittings, and couplings shall be in accordance with the
corresponding subsections hereinabove for permanent water facilities, or be in accordance with
City of Federal Way
South 356th Street Improvements
Page 265
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
the requirements of AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13
mm) Through 3 In. (76 mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene
(PEX) Press Pipe, 1/2 In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water
mains, bends, fittings, and couplings shall have a minimum pressure class rating of 160 psi.
9- 30.9(2) Temporary Water Service Connections
Temporary water service connections, including service lines, fittings, and couplings shall be in
accordance with the corresponding subsections hereinabove for permanent water service
connections, except that water service lines may be in accordance with the requirements of
AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13 mm) Through 3 In. (76
mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene (PEX) Press Pipe, 1/2 In.
(12 mm) Through 3 In.(76 mm), for Water Service." Temporary water service lines shall have a
minimum pressure class rating of 160 psi.
In addition, connections may be fused, grip fitting, threaded, or barbed provided that the
connection is sufficient for the minimum pressure rating of 160 psi.
SECTION 9 -37 MISCELLANEOUS MATERIALS
Add the following new Section:
(NEW SECTION)
9 -37 MISCELLANEOUS MATERIALS
9 -37.1 Location Wire and Locate Stations
9- 37.1(1) Location Wire
Location wire (or tracer wire) for decommissioned water mains shall be steel core copper clad
size AWG 14 insulated conductor . The insulation shall be 30 -mil, orange High Density
Polyethylene (HDPE), with minimum insulation rating of 300 volts, and comply with ASTM -D-
1248, 30 volt rating, and Restriction of Use of Hazardous Substances (RoHS) requirements.
Location wire shall be continuous and not be spliced between pairs of locate stations.
Connections at terminations shall be installed so that no portion of uninsulated wire is exposed.
The location wire shall have a minimum of one (1) foot of slack at the Locate Station after the
station is set to final grade
Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite moisture displacement
connections, or Engineer- approved equal. Non - locking friction fit, twist -on, or taped connectors
will not be allowed.
9- 37.1(2) Locate Station
Location stations shall consist of an in- ground access box either fabricated or manufactured for
the purpose of location wire terminations and tracer equipment connections for locating buried
underground facilities.
Fabricated access boxes for locate stations shall consist of a six -inch (6 ") diameter valve box
meeting the requirements of subsection 9- 30.3(4). The valve box shall include an isolated
terminal block with stainless steel nuts and bolts for each of the location and grounding wires.
Terminal block posts shall be of sufficient length to allow a solid connection by standard line
tracing equipment. If the terminal block is mounted externally, the valve box shall be installed in a
City of Federal Way
South 356`h Street Improvements
Page 266
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
the requirements of AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, 1/2 In. (13
mm) Through 3 In. (76 mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene
(PEX) Press Pipe, 1/2 In. (12 mm) Through 3 In.(76 mm), for Water Service." Temporary water
mains, bends, fittings, and couplings shall have a minimum pressure class rating of 160 psi.
9- 30.9(2) Temporary Water Service Connections
Temporary water service connections, including service lines, fittings, and couplings shall be in
accordance with the corresponding subsections hereinabove for permanent water service
connections, except that water service lines may be in accordance with the requirements of
AWWA C901 -08 "Polyethylene (PE) Pressure Pipe and Tubing, % In. (13 mm) Through 3 In. (76
mm), for Water Service," or AWWA C904 -06 "Cross- Linked Polyethylene (PEX) Press Pipe, % In.
(12 mm) Through 3 In.(76 mm), for Water Service." Temporary water service lines shall have a
minimum pressure class rating of 160 psi.
In addition, connections may be fused, grip fitting, threaded, or barbed provided that the
connection is sufficient for the minimum pressure rating of 160 psi.
SECTION 9 -37 MISCELLANEOUS MATERIALS
Add the following new Section:
(NEW SECTION)
9 -37 MISCELLANEOUS MATERIALS
9 -37.1 Location Wire and Locate Stations
9- 37.1(1) Location Wire
Location wire (or tracer wire) for decommissioned water mains shall be steel core copper clad
size AWG 14 insulated conductor . The insulation shall be 30 -mil, orange High Density
Polyethylene (HDPE), with minimum insulation rating of 300 volts, and comply with ASTM -D-
1248, 30 volt rating, and Restriction of Use of Hazardous Substances (RoHS) requirements.
Location wire shall be continuous and not be spliced between pairs of locate stations.
Connections at terminations shall be installed so that no portion of uninsulated wire is exposed.
The location wire shall have a minimum of one (1) foot of slack at the Locate Station after the
station is set to final grade
Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite moisture displacement
connections, or Engineer- approved equal. Non - locking friction fit, twist -on, or taped connectors
will not be allowed.
9- 37.1(2) Locate Station
Location stations shall consist of an in- ground access box either fabricated or manufactured for
the purpose of location wire terminations and tracer equipment connections for locating buried
underground facilities.
Fabricated access boxes for locate stations shall consist of a six -inch (6 ") diameter valve box
meeting the requirements of subsection 9- 30.3(4). The valve box shall include an isolated
terminal block with stainless steel nuts and bolts for each of the location and grounding wires.
Terminal block posts shall be of sufficient length to allow a solid connection by standard line
tracing equipment. If the terminal block is mounted externally, the valve box shall be installed in a
City of Federal Way
South 356th Street Improvements
Page 266
RFB # 17 -001
January 2017
SPECIAL PROVISIONS
5/8 -inch x 3/4 -inch meter box as specified in subsection 9- 30.6(7). The terminal block shall be
located within six (inches) of the meter box lid.
Manufactured locate (test) stations shall be Copperhead SnakePit test stations, Valvco tracer wire
access box or Engineer approved equal. Locate stations with exposed (not internal) terminal
blocks shall enclosed either in a meter box as provided above for fabricated access boxes, or
shall be enclosed in a proprietary enclosure suitable for the location as approved by the Engineer.
Terminal blocks shall include a removable jumper between the posts for each of the location and
grounding wires. The wire shall be as specified in subsection 9- 37.1(1).
The locate station shall be installed so that the access lid, and enclosure as applicable, are flush
to and match finish grade.
9- 37.1(3) Grounding
Location wire shall be properly grounded at each Locate Station by using a magnesium grounding
anode rod. A steel core copper clad size AWG 14 insulated conductor shall connect the
grounding anode rod to the locate wire at the terminal block in the Locate Station as specified in
subsection 9- 27.1(2).
The grounding rod shall be a minimum of 18.5 inches long and 1.3 inches in diameter, with a
minimum weight of one (1) pound, and specifically configured for the purpose of locate wire and
locate station pairs for buried underground facilities. The grounding rod shall be driven into solid
native soil, directly underneath the Locate Station so that the top of the grounding rod shall be at
the same depth as the location wire's exit from the decommissioned water main, or at the location
recommended by the manufacturer of the Locate Station.
The insulation for the grounding wire shall be 30 -mil. red HDPE, with a minimum insulation rating
of 300 volts, and comply with ASTM -D -1248, 30 volt rating, and with RoHS requirements. The
grounding wire shall have a minimum of one (1) foot of slack at the Locate Station after the station
is set to final grade. Wire connectors shall be waterproof, 3M DBR, Copperhead SnakeBite
moisture displacement connections, or Engineer- approved equal. Non - locking friction fit, twist -on,
or taped connectors will not be allowed. Connections at terminations shall be installed so that no
portion of uninsulated wire is exposed.
9 -37.2 Pipe and Hose Ramps
Pipe and hose ramps for protecting temporary water mains and service lines, and maintaining
safe movement of traffic through the Work area shall be prefabricated, rated for a minimum
HS 20 -44 axle loading, and provide transition approach and departure ramps suitable for the
anticipated traffic speeds.
Installed temporary ramps shall have sufficient stability to ensure that ramp is not displaced by
vehicle or pedestrian movement over the surface of the ramp. In addition, the ramp configuration
shall ensure that vehicle and pedestrian traffic over the surface of the ramp do not damage either
the pipe or hose, or the existing pavement under the ramp.
Ramps across roadway surfaces shall be placed on a slight diagonal offset from perpendicular to
the roadway centerline. Transition slopes and temporary traffic signing for the ramp crossings
shall be as approved by the jurisdictional agency.
City of Federal Way
South 356th Street Improvements
Page 267
RFB # 17 -001
January 2017
•
SPECIAL PROVISIONS
Fabricate temporary pipe or hose ramps shall be as manufactured by Brahman Systems, LLC,
American Recycled Products, Mentor Hose Ramps, Rubberform, or Engineer- reviewed equal.
City of Federal Way
South 356'h Street Improvements
END OF DIVISION 9
Page 268
RFB # 17 -001
January 2017
•
•
•
APPENDIX A
PREVAILING WAGE RATES
Page 1 of 17
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360- 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate
of fringe benefits. On public works projects, worker's wage and benefit rates must add to
not less than this total. A brief description of overtime calculation requirements are
provided on the Benefit Code Key.
Journey Level Prevailing Wage Rates for the Effective Date: 12/20/2016
County
Trade
Job Classification
Wage
Holiday
Overtime
Note
King
Asbestos Abatement Workers
Journey Level
$45.25
5D
1H
King
Boilermakers
Journey Level
$64.29
5N
1C
King
Brick Mason
Journey Level
$54.32
5A
1M
King
Brick Mason
Pointer- Caulker - Cleaner
$54.32
5A
1M
King
Building Service Employees
Janitor
$22.84
5S
2F
King
Building Service Employees
Traveling Waxer /Shampooer
$23.29
55
2F
King
Building, Service Employees
Window Cleaner (Non-
Scaffold)
$23.99
5S
2F
King
Building Service Employees
Window Cleaner (Scaffold)
$26.78
5S
2F
King
Cabinet Makers (In Shop)
Journey Level
$22.74
1
King
Carpenters
Acoustical Worker
$55.51
5D
4C
King
Carpenters
Bridge, Dock And Wharf
Carpenters
$55.51
5D
4C
King
Carpenters
Carpenter
$55.51
5D
4C
King
Carpenters
Carpenters on Stationary Tools
$55.64
5D
4C
King
Carpenters
Creosoted Material
$55.61
5D
4C
King
Carpenters
Floor Finisher
$55.51
5D
4C
King
Carpenters
Floor Layer
$55.51
5D
4C
King
Carpenters
Scaffold Erector
$55.51
5D
4C
King
Cernent Masons
Journey Level
$55.56
7A
1M
King
Divers Et Tenders
Diver
$108.77
5D
4C
8A
King
Divers Et Tenders
Diver On Standby
$66.05
5D
4C
King
Divers Et Tenders
Diver Tender
$59.88
5D
4C
King
Divers Et Tenders
Surface Rcv Et Rov Operator
$59.88
5D
4C
King
Divers Et Tenders
Surface Rcv Et Rov Operator
Tender
$55.76
5A
4C
King
Dredge Workers
Assistant Engineer
$56.44
5D
3F
King
Dredge Workers
Assistant Mate (Deckhand)
$56.00
5D
3F
King
Dredge Workers
Boatmen
$56.44
5D
3F
King
Dredge Workers
Engineer Welder
$57.51
5D
3F
King
Dredge Workers
Leverman, Hydraulic
$58.67
5D
3F
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 2 of 17
King
Dredge Workers
Mates
$56.44
5D
3F
King
Dredge Workers
Oiler
$56.00
5D
3F
King
Drywall Applicator
Journey Level
$55.51
5D
111
King
Drywall Tapers
Journey Level
$55.66
5P
1 E
King
Electrical Fixture Maintenance
Journey Level
$27.24
5L
1 E
Workers
King
Electricians - Inside
Cable Splicer
$69.77
7C
4E
King
Electricians - Inside
Cable Splicer (tunnel)
$74.95
7C
4E
King
Electricians - Inside
Certified Welder
$67.41
7C
4E
King
Electricians - Inside
Certified Welder (tunnel)
$72.37
7C
4E
King
Electricians - Inside
Construction Stock Person
$37.94
7C
4E
King
Electricians - Inside
Journey Level
$65.05
7C
4E
King
Electricians - Inside
Journey Level (tunnel)
$69.77
7C
4E
King
Electricians - Motor Shop
Craftsman
$15.37
1
King
Electricians - Motor Shop
Journey Level
$14.69
1
King
Electricians - Powerline
Cable Splicer
$71.85
5A
4D
Construction
King
Electricians - Powerline
Certified Line Welder
$65.71
5A
4D
Construction
King
Electricians - Powerline
Groundperson
$44.12
5A
4D
Construction
King
Electricians - Powerline
Heavy Line Equipment
Operator
$65.71
5A
4D
Construction
King
Electricians - Powerline
Journey Level Lineperson
$65.71
5A
4D
Construction
King
Electricians - Powerline
Line Equipment Operator
$55.34
5A
4D
Construction
King
Electricians - Powerline
Pole Sprayer
$65.71
5A
4D
Construction
King
Electricians - Powerline
Powderperson
$49.16
5A
4D
Construction
King
Electronic Technicians
Journey Level
$31.00
1
King
Elevator Constructors
Mechanic
$85.45
7D
4A
King
Elevator Constructors
Mechanic In Charge
$92.35
7D
4A
King
Fabricated Precast Concrete
All Classifications - In- Factory
Work Only
$16.55
5B
1R
Products
King
Fence Erectors
Fence Erector
$15.18
1
King
Flaggers
Journey Level
$38.36
7A
31
King
Glaziers
Journey Level
$58.31
7L
1Y
King
Heat Et Frost Insulators And
Journeyman
$65.43
5J
1S
Asbestos Workers
King
Heating Equipment Mechanics
Journey Level
$75.46
7F
1E
King
Hod Carriers Et Mason Tenders
Level
$46.66
7A
31
King
_Journey
Industrial Power Vacuum
Journey Level
$9.47
1
Cleaner
King
Inland Boatmen
Boat Operator
$56.78
5B
1K
King
Inland Boatmen
Cook
$53.30
5B
1K
King
Inland Boatmen
Deckhand
$53.30
5B
1K
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 3 of 17
King
Inland Boatmen
Deckhand Engineer
$54.32
5B
1K
King
Inland Boatmen
Launch Operator
$55.57
5B
1K
King
Inland Boatmen
Mate
$55.57
5B
1K
King
Inspection /Cleaning /Seating
Cleaner Operator, Foamer
Operator
$31.49
1
Of Sewer & Water Systems By
Re -note Control
King
Inspection /Cleaning /Sealing
Grout Truck Operator
$11.48
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Head Operator
$24.91
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Seating
Technician
$19.33
1
Of Sewer & Water Systems By
Remote Control
King
Inspection /Cleaning /Sealing
Tv Truck Operator
$20.45
1
Of Sewer & Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$55.51
5D
4C
King
Ironworkers
Journeyman
$65.53
7N
10
King
Laborers
Air, Gas Or Electric Vibrating
Screed
$45.25
7A
31
King
Laborers
Airtrac Drill Operator
$46.66
7A
31
King
Laborers
Ballast Regular Machine
$45.25
7A
31
King
Laborers
Batch Weighman
$38.36
7A
31
King
Laborers
Brick Pavers
$45.25
7A
31
King
Laborers
Brush Cutter
$45.25
7A
31
King
Laborers
Brush Hog Feeder
$45.25
7A
31
King
Laborers
Burner
$45.25
7A
31
King
Laborers
Caisson Worker
$46.66
7A
31
King
Laborers
Carpenter Tender
$45.25
7A
31
King
Laborers
Caulker
$45.25
7A
31
King
Laborers
Cement Dumper - paving
$46.09
7A
31
King
Laborers
Cement Finisher Tender
$45.25
7A
31
King
Laborers
Change House Or Dry Shack
$45.25
7A
31
King
Laborers
Chipping Gun (under 30 Lbs.)
$45.25
7A
31
King
Laborers
Chipping Gun(30 Lbs. And
Over)
$46.09
7A
31
King
Laborers
Choker Setter
$45.25
7A
31
King
Laborers
Chuck Tender
$45.25
7A
31
King
Laborers
Clary Power Spreader
$46.09
7A
31
King
Laborers
Clean -up Laborer
$45.25
7A
31
King
Laborers
Concrete Dumper /chute
Operator
$46.09
7A
31
King
Laborers
Concrete Form Stripper
$45.25
7A
31
King
Laborers
Concrete Placement Crew
$46.09
7A
31
King
Laborers
Concrete Saw Operator /core
Driller
$46.09
7A
31
https: // fortress. wa. gov/ Ini /wagelookup /prvWagelookup.aspx
12/20/2016
Page 4 of 17
King
Laborers
Crusher Feeder
$38.36
7A
31
King
Laborers
Curing Laborer
$45.25
7A
31
King
Laborers
Demolition: Wrecking &
Moving (incl. Charred
Material)
$45.25
7A
31
King
Laborers
Ditch Digger
$45.25
7A
31
King
Laborers
Diver
$46.66
7A
31
King
Laborers
Drill Operator
(hydraulic,diamond)
$46.09
7A
31
King
Laborers
Dry Stack Walls
$45.25
7A
31
King
Laborers
Dump Person
$45.25
7A
31
King
Laborers
Epoxy Technician
$45.25
7A
31
King
Laborers
Erosion Control Worker
$45.25
7A
31
King
Laborers
Faller & Bucker Chain Saw
$46.09
7A
31
King
Laborers
Fine Graders
$45.25
7A
31
King
Laborers
Firewatch
$38.36
7A
31
King
Laborers
Form Setter
$45.25
7A
31
King
Laborers
Gabian Basket Builders
$45.25
7A
31
King
Laborers
General Laborer
$45.25
7A
31
King
Laborers
Grade Checker & Transit
Person
$46.66
7A
31
King
Laborers
Grinders
$45.25
7A
31
King
Laborers
Grout Machine Tender
$45.25
7A
31
King
Laborers
Groutmen (pressure)including
Post Tension Beams
$46.09
7A
31
King
Laborers
Guardrail Erector
$45.25
7A
31
King
Laborers
Hazardous Waste Worker
(level A)
$46.66
7A
31
King
Laborers
Hazardous Waste Worker
(level B)
$46.09
7A
31
King
Laborers
Hazardous Waste Worker
(level C)
$45.25
7A
31
King
Laborers
High Scaler
$46.66
7A
31
King
Laborers
Jackhammer
$46.09
7A
31
King
Laborers
Laserbeam Operator
$46.09
7A
31
King
Laborers
Maintenance Person
$45.25
7A
31
King
Laborers
Manhole Builder - mudman
$46.09
7A
31
King
Laborers
Material Yard Person
$45.25
7A
31
King
Laborers
Motorman -dinky Locomotive
$46.09
7A
31
King
Laborers
Nozzleman (concrete Pump,
Green Cutter When Using
Combination Of High Pressure
Air & Water On Concrete &
Rock, Sandblast, Gunite,
Shotcrete, Water Bla
$46.09
7A
31
King
Laborers
Pavement Breaker
$46.09
7A
31
King
Laborers
Pilot Car
$38.36
7A
31
King
Laborers
Pipe Layer Lead
$46.66
7A
31
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 5 of 17
King
Laborers
Pipe Layer /tailor
$46.09
7A
31
King
Laborers
Pipe Pot Tender
$46.09
7A
31
King
Laborers
Pipe Reliner
$46.09
7A
31
King
Laborers
Pipe Wrapper
$46.09
7A
31
King
Laborers
Pot Tender
$45.25
7A
31
King
Laborers
Powderman
$46.66
7A
31
King
Laborers
Powderman's Helper
$45.25
7A
31
King
Laborers
Power Jacks
$46.09
7A
31
King
Laborers
Railroad Spike Puller - Power
$46.09
7A
31
King
Laborers
Raker - Asphalt
$46.66
7A
31
King
Laborers
Re- timberman
$46.66
7A
31
King
Laborers
Remote Equipment Operator
$46.09
7A
31
King
Laborers
Rigger /signal Person
$46.09
7A
31
King
Laborers
Rip Rap Person
$45.25
7A
31
King
Laborers
Rivet Buster
$46.09
7A
31
King
Laborers
Rodder
$46.09
7A
31
King
Laborers
Scaffold Erector
$45.25
7A
31
King
Laborers
Scale Person
$45.25
7A
31
King
Laborers
Sloper (over 20 ")
$46.09
7A
31
King
Laborers
Sloper Sprayer
$45.25
7A
31
King
Laborers
Spreader (concrete)
$46.09
7A
31
King
Laborers
Stake Hopper
$45.25
7A
31
King
Laborers
Stock Piler
$45.25
7A
31
King
Laborers
Tamper Et Similar Electric, Air
Et Gas Operated Tools
$46.09
7A
31
King
Laborers
Tamper (multiple Et Self-
propelled)
$46.09
7A
31
King
Laborers
Timber Person - Sewer
(lagger, Shorer Et Cribber)
$46.09
7A
31
King
Laborers
Toolroom Person (at Jobsite)
$45.25
7A
31
King
Laborers
Topper
$45.25
7A
31
King
Laborers
Track Laborer
$45.25
7A
31
King
Laborers
Track Liner (power)
$46.09
7A
31
King
Laborers
Traffic Control Laborer
$41.02
7A
31
8R
King
Laborers
Traffic Control Supervisor
$41.02
7A
31
8R
King
Laborers
Truck Spotter
$45.25
7A
31
King
Laborers
Tugger Operator
$46.09
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 0 -30 psi
$83.12
7A
31
E,
King
Laborers
Tunnel Work- Compressed Air
Worker 30.01 -44.00 psi
$88.15
7A
31
King
Laborers
Tunnel Work- Compressed Air
Worker 44.01 -54.00 psi
$91.83
7A
31
sg
King
Laborers
Tunnel Work- Compressed Air
Worker 54.01 -60.00 psi
$97.53
7A
31
8g
King
Laborers
Tunnel Work- Compressed Air
Worker 60.01 -64.00 psi
$99.65
7A
31
M
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 6 of 17
King
Laborers
Tunnel Work- Compressed Air
Worker 64.01 -68.00 psi
$104.75
7A
31
8�(
King
Laborers
Tunnel Work- Compressed Air
Worker 68.01 -70.00 psi
$106.65
7A
31
King
Laborers
Tunnel Work- Compressed Air
70.01 -72.00 psi
$108.65
7A
31
8Q
King
Laborers
Tunnel Work- Compressed Air
Worker 72.01 -74.00 psi
$110.65
7A
31
8Q,
King
Laborers
Tunnel Work -Guage and Lock
Tender
$46.76
7A
31
K
King
Laborers
Tunnel Work -Miner
$46.76
7A
31
..8g.
King
Laborers
Vibrator
$46.09
7A
31
King
Laborers
Vinyl Seamer
$45.25
7A
31
King
Laborers
Watchman
$34.86
7A
31
King
Laborers
Welder
$46.09
7A
31
King
Laborers
Well Point Laborer
$46.09
7A
31
King
Laborers
Window Washer /cleaner
$34.86
7A
31
King
Laborers - Underground Sewer
General Laborer Et Topman
$45.25
7A
31
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$46.09
7A
31
Et Water
King
Landscape Construction
Irrigation Or Lawn Sprinkler
Installers
$13.56
1
King
Landscape Construction
Landscape Equipment
Operators Or Truck Drivers
$28.17
1
King
Landscape Construction
Landscaping or Planting
Laborers
$17.87
1
King
Lathers
Journey Level
$55.51
5D
1H
King
Marble Setters
Journey Level
$54.32
5A
1M
King
Metal Fabrication (In Shop)
Fitter
$15.86
1
King
Metal Fabrication (In Shop)
Laborer
$9.78
1
King
Metal Fabrication (In Shop)
Machine Operator
$13.04
1
King
Metal Fabrication (In Shop)
Painter
$11.10
1
King
Metal Fabrication (In Shop)
Welder
$15.48
1
King
Millwright
Journey Level
$57.01
5D
4C
King
Modular Buildings
Cabinet Assembly
$11.56
1
King
Modular Buildings
Electrician
$11.56
1
King
Modular Buildings
Equipment Maintenance
$11.56
1
King
Modular Buildings
Plumber
$11.56
1
King
Modular Buildings
Production Worker
$9.47
1
King
Modular Buildings
Tool Maintenance
$11.56
1
King
Modular Buildings
Utility Person
$11.56
1
King
Modular Buildings
Welder
$11.56
1
King
Painters
Journey Level
$40.60
6Z
2B
King
Pile Driver
Journey Levet
$55.76
5D
4C
King
Plasterers
Journey Level
$53.20
7.
1R
King
Playground & Park Equipment
Journey Level
$9.47
1
Installers
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 7 of 17
King
Plumbers Et Pipefitters
Journey Level
$75.06
6Z
1G
King
Power Equipment Operators
Asphalt Plant Operators
$58.69
7A
3C
8P
King
Power Equipment Operators
Assistant Engineer
$55.21
7A
3C
8P
King
Power Equipment Operators
Barrier Machine (zipper)
$58.17
7A
3C
8P
King
Power Equipment Operators
Batch Plant Operator,
Concrete
$58.17
7A
3C
8P
King
Power Equipment Operators
Bobcat
$55.21
7A
3C
8P
King
Power Equipment Operators
Brokk - Remote Demolition
Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Brooms
$55.21
7A
3C
8P
King
Power Equipment Operators
Bump Cutter
$58.17
7A
3C
8P
King
Power Equipment Operators
Cableways
$58.69
7A
3C
8P
King
Power Equipment Operators
Chipper
$58.17
7A
3C
8P
King
Power Equipment Operators
Compressor
$55.21
7A
3C
8P
King
Power Equipment Operators
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$58.69
7A
3C
8P
King
Power Equipment Operators
Concrete Finish Machine -laser
Screed
$55.21
7A
3C
8P
King
Power Equipment Operators
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$57.72
7A
3C
8P
King
Power Equipment Operatcrs
Concrete Pump: Truck Mount
With Boom Attachment Up To
42m
$58.17
7A
3C
8P
King
Power Equipment Operatcrs
Conveyors
$57.72
7A
3C
8P
King
Power Equipment Operatcrs
Cranes Friction: 200 tons and
over
$60.47
7A
3C
8P
King
Power Equipment Operators
Cranes: 20 Tons Through 44
Tons With Attachments
$58.17
7A
3C
8P
King
Power Equipment Operators
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$59.28
7A
3C
8P
King
Power Equipment Operators
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$59.88
7A
3C
8P
King
Power Equipment Operators
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$60.47
7A
3C
8P
King
Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$58.69
7A
3C
8P
King
Power Equipment Operators
Cranes: A -frame - 10 Tons And
Under
$55.21
7A
3C
8P
King
Power Equipment Operators
Cranes: Friction cranes
through 199 tons
$59.88
7A
3C
8P
King
Power Equipment Operators
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$57.72
7A
3C
8P
https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx
12/20/2016
Page 8 of 17
King
Power Equipment Operators
Crusher
$58.17
7A
3C
8P
King
Power Equipment Operators
Deck Engineer /deck Winches
(power)
$58.17
7A
3C
8P
King
Power Equipment Operators
Derricks, On Building Work
$58.69
7A
3C
8P
King
Power Equipment Operators
Dozers D -9 Et Under
$57.72
7A
3C
8P
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck
Or Crane Mount
$57.72
7A
3C
8P
King
Power Equipment Operators
Drilling Machine
$59.28
7A
3C
8P
King
Power Equipment Operators
Elevator And
Permanent And Shaft Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Finishing Machine, Bidwell
And Gamaco a Similar
Equipment
$58.17
7A
3C
8P
King
Power Equipment Operators
Forklift: 3000 Lbs And Over
With Attachments
$57.72
7A
3C
8P
King
Power Equipment Operators
Forklifts: Under 3000 Lbs.
With Attachments
$55.21
7A
3C
8P
King
Power Equipment Operators
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$58.17
7A
3C
8P
King
Power Equipment Operators
Gradechecker /stakeman
$55.21
7A
3C
8P
King
Power Equipment Operators
Guardrail Punch
$58.17
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Locator
$57.72
7A
3C
8P
King
Power Equipment Operators
Horizontal /directional Drill
Operator
$58.17
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks Over
10 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Hydralifts /boom Trucks, 10
Tons And Under
$55.21
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead 8 Yards. Et
Over
$59.28
7A
3C
8P
King
Power Equipment Operators
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$58.69
7A
3C
8P
King
Power Equipment Operators
Loaders, Overhead Under 6
Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Loaders, Plant Feed
$58.17
7A
3C
8P
King
Power Equipment Operators
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
King
Power Equipment Operators
Locomotives, All
$58.17
7A
3C
8P
King
Power Equipment Operators
Material Transfer -
$58.17
7A
3C
8P
King
Power Equipment Operators
Mechanics, All (leadmen -
$0.50 Per Hour Over
Mechanic)
$59.28
7A
3C
8P
King
Power Equipment Operators
Motor Patrol Graders
$58.69
7A
3C
8P
King
Power Equipment Operators
$58.69
7A
3C
8P
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 9 of 17
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
King
Power Equipment Operators
Oil Distributors, Blower
Distribution Et Mulch Seeding
Operator
$55.21
7A
3C
8P
King
Power Equipment Operators
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$57.72
7A
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$58.17
7,4
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 100
Tons And Over
$59.28
7,4
3C
8P
King
Power Equipment Operators
Overhead, Bridge Type: 45
Tons Through 99 Tons
$58.69
7,4
3C
8P
King
Power Equipment Operators
Pavement Breaker
$55.21
7,4
3C
8P
King
Power Equipment Operators
Pile Driver (other Than Crane
Mount)
$58.17
7A
3C
8P
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$57.72
7,4
3C
8P
King
Power Equipment Operators
Posthole Digger, Mechanical
$55.21
7,4
3C
8P
King
Power Equipment Operators
Power Plant
$55.21
7A
3C
8P
King
Power Equipment Operators
Pumps - Water
$55.21
7A
3C
8P
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$58.69
7,4
3C
8P
King
Power Equipment Operators
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$55.21
7A
3C
8P
King
Power Equipment Operators
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$58.69
7A
3C
8P
King
Power Equipment Operators
Rigger And Bellman
$55.21
7,4
3C
8P
King
Power Equipment Operators
Rigger /Signal Person, Bellman
(Certified)
$57.72
7,4
3C
8P
King
Power Equipment Operators
Ro flagon
$58.69
7A
3C
8P
King
Power Equipment Operators
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
Materials
$57.72
7A
3C
8P
King
Power Equipment Operators
Roto -mill, Roto - grinder
$58.17
7A
3C
8P
King
Power Equipment Operators
Saws - Concrete
$57.72
7A
3C
8P
King
Power Equipment Operators
Scraper, Self Propelled Under
45 Yards
$58.17
7A
3C
8P
King
Power Equipment Operators
Scrapers - Concrete Et Carry
All
$57.72
7A
3C
8P
King
Power Equipment Operators
Scrapers, Self - propelled: 45
Yards And Over
$58.69
7A
3C
8P
King
Power Equipment Operators
Service Engineers - Equipment
$57.72
7A
3C
8P
King
Power Equipment Operators
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
King
Power Equipment Operators
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$57.72
7A
3C
8P
King
Power Equipment Operators
$58.69
7A
3C
8P
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page l0 of 17
https: // fortress. wa. gov/l ni /wagelookup /prvWagelookup.aspx
12/20/2016
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$58.17
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$59.28
7A
3C
8P
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$59.88
7A
3C
8P
King
Power Equipment Operators
Slipform Pavers
$58.69
7A
3C
8P
King
Power Equipment Operators
Spreader, Topsider Et
Screedman
$58.69
7A
3C
8P
King
Power Equipment Operators
Subgrader Trimmer
$58.17
7A
3C
8P
King
Power Equipment Operators
Tower Bucket Elevators
$57.72
7A
3C
8P
King
Power Equipment Operators
Tower Crane Up To 175' In
Height Base To Boom
$59.28
7A
3C
8P
King
Power Equipment Operators
Tower Crane: over 175'
through 250' in height, base
to boom
$59.88
7A
3C
8P
King
Power Equipment Operators
Tower Cranes: over 250' in
height from base to boom
$60.47
7A
3C
8P
King
Power Equipment Operators
Transporters, All Track Or
Truck Type
$58.69
7A
3C
8P
King
Power Equipment Operators
Trenching Machines
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver - 100
Tons And Over
$58.17
7A
3C
8P
King
Power Equipment Operators
Truck Crane Oiler /driver
Under 100 Tons
$57.72
7A
3C
8P
King
Power Equipment Operators
Truck Mount Portable
Conveyor
$58.17
7A
3C
8P
King
Power Equipment Operators
Welder
$58.69
7A
3C
8P
King
Power Equipment Operators
Wheel Tractors, Farman Type
$55.21
7A
3C
8P
King
Power Equipment Operators
Yo Yo Pay Dozer
$58.17
7A
3C
8P
King
Power Equipment Operators-
Asphalt Plant Operators
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator,
Concrete
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bobcat
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
Equipment
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Brooms
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$58.17
7A
3C
8P
Underground Sewer & Water
https: // fortress. wa. gov/l ni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 11 of 17
King
Power Equipment Operators-
Cableways
$58.69
7A
3C
8P
Underground Sewer E Water
King
Power Equipment Operators-
Chipper
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Compressor
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Over
42 M
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Finish Machine -laser
Screed
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump - Mounted Or
Trailer High Pressure Line
Pump, Pump High Pressure.
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Concrete Pump: Truck Mount
With Boom Attachment Up To
42 m
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Conveyors
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes Friction: 200 tons and
over
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 20 Tons Through 44
Tons With Attachments
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom
(Including Jib With
Attachments)
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
250' of boom including jib
with attachments
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Cranes: 300 tons and over or
300' of boom including jib
with attachments
$60.47
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With
Attachments)
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: A -frame - 10 Tons And
Under
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: Friction cranes
through 199 tons
$59.88
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Crusher
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Deck Engineer /deck Winches
(power)
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Derricks, On Building Work
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Dozers D -9 Et Under
$57.72
7A
3C
8P
Underground Sewer & Water
https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx
12/20/2016
Page 12 of 17
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
Or Crane Mount
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Drilling Machine
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators
Elevator And Man lift:
Permanent And Shaft Type
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Finishing Machine, Bidwell
And Gamaco Et Similar
Equipment
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklift: 3000 Lbs And Over
With Attachments
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Forklifts: Under 3000 Lbs.
With Attachments
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Gradechecker /stakeman
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off- Road
Equipment 45 Yards. Et Over
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
Articulating Off -road
Equipment Under 45 Yards
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal /directional Drill
Locator
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Horizontal /directional Drill
Operator
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts /boom Trucks Over
10 Tons
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Hydralifts /boom Trucks, 10
Tons And Under
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead 8 Yards. Et
Over
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards.
But Not Including 8 Yards
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Overhead Under 6
Yards
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders, Plant Feed
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Mechanics, All (teadmen -
$0.50 Per Hour Over
Mechanic)
$59.28
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Motor Patrol Graders
$58.69
7A
3C
8P
Underground Sewer Et Water
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 13 of 17
King
Power Equipment Operators-
Mucking Machine, Mole,
Tunnel Drill, Boring, Road
Header And /or Shield
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Oil Distributors, Blower
Distribution EC Mulch Seeding
Operator
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
$57.72
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type Crane:
20 Tons Through 44 Tons
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Overhead, Bridge Type: 100
Tons And Over
$59.28
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Overhead, Bridge Type: 45
Tons Through 99 Tons
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Pavement Breaker
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
Mount)
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Power Plant
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Pumps - Water
j55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Quad 9, Hd 41, D10 And Over
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Quick Tower - No Cab, Under
100 Feet In Height Based To
Boom
$55.21
7A
3C
8P
Unclerground Sewer & Water
King
Power Equipment Operators-
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rigger And Bellman
$55.21
7A
3C
8P
Unclerground Sewer & Water
King
Power Equipment Operators-
Rigger /Signal Person, Bellman
(Certified)
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Rotlagon
$58.69
7A
3C
8P
Unclerground Sewer & Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
Materials
$57.72
7A
3C
8P
Unclerground Sewer & Water
King
Power Equipment Operators-
Roto -mill, Roto - grinder
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Saws - Concrete
$57.72
7A
3C
8P
Unclerground Sewer & Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
45 Yards
$58.17
7A
3C
8P
Unclerground Sewer & Water
King
$57.72
7A
3C
8P
https: // fortress. wa. gov/ Ini /wagelookup /prvWagelookup.aspx
12/20/2016
Page 14 of 17
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Power Equipment Operators-
Scrapers - Concrete Et Carry
All
Underground Sewer & Water
King
Power Equipment Operators-
Scrapers, Self - propelled: 45
Yards And Over
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Service Engineers - Equipment
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Shotcrete /gunite Equipment
$55.21
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel , Excavator, Backhoe,
Tractors Under 15 Metric
Tons.
$57.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50
Metric Tons
$58.69
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
$58.17
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90
Metric Tons
$59.28
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
$59.88
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Slipform Pavers
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider a
Screedman
$58.69
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Subgrader Trimmer
$58.17
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$57.72
7A
3C
8P
Underground Sewer a Water
King
Power Equipment Operators-
Tower Crane Up To 175' In
Height Base To Boom
$59.28
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Tower Crane: over 175'
through 250' in height, base
to boom
$59.88
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Tower Cranes: over 250' in
height from base to boom
$60.47
7A
3C
8P
Underground Sewer Et Water
King
Power Equipment Operators-
Transporters, All Track Or
Truck Type
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Trenching Machines
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Crane Oiler /driver - 100
Tons And Over
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Crane Oiler /driver
Under 100 Tons
$57.72
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Truck Mount Portable
Conveyor
$58.17
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Welder
$58.69
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$55.21
7A
3C
8P
Underground Sewer & Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$58.17
7A
3C
8P
Underground Sewer & Water
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx
12/20/2016
Page 15 of 17
King
Power Line Clearance Tree
Journey Level In Charge
$47.08
54
4A
Trimmers
King
Power Line Clearance Tree
Spray Person
$44.64
5A
44
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$47.08
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer
$42.01
5A
4A
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$31.65
5A
4,4
Trimmers
King
Refrigeration Et Air
Journey Level
$74.66
6Z
1G
Conditioning Mechanics
King
Residential Brick Mason
Journey Level
$54.32
5A
1M
King
Residential Carpenters
Journey Level
$28.20
1
King
Residential Cement Masons
Journey Level
$22.64
1
King
Residential Drywall
Journey Level
$41.69
5D
4C
Applicators
King
Residential Drywall Tapers
Journey Level
$55.66
5P
1E
King
Residential Electricians
Journey Level
$30.44
1
King
Residential Glaziers
Journey Levet
$38.40
7L
1H
King
Residential Insulation
Journey Level
$26.28
1
Applicators
King
Residential Laborers
Journey Level
$23.03
1
King
Residential Marble Setters
Journey Level
$24.09
1
King
Residential Painters
Journey Level
$24.46
1
King
Residential Plumbers Et
Journey Level
$34.69
1
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$74.66
6Z
1G
Conditioning Mechanics
King
Residential Sheet Metal
Journey Level (Field or Shop)
$45.99
7F
1R
Workers
King
Residential Soft Floor Layers
Journey Level
$45.86
5A
3D
King
Residential Sprinkler Fitters
Journey Level
$42.73
5C
2R
(Fire Protection)
King
Residential Stone Masons
Journey Level
$54.32
5A
1M
King
Residential Terrazzo Workers
Journey Level
$48.86
5A
1M
King
Residential Terrazzo /Tile
Journey Level
$21.46
1
Finishers
King
Residential Tile Setters
Journey Level
$25.17
1
King
Roofers
Journey Level
$46.46
54
3H
King
Roofers
Using Irritable Bituminous
Materials
$49.46
5A
3H
King
Sheet Metal Workers
Journey Level (Field or Shop)
$75.46
7F
1E
King
Shipbuilding a Ship Repair
Boilermaker
$41.72
7M
1H
King
Shipbuilding Et Ship Repair
Carpenter
$41.06
7T
2B
King
Shipbuilding Et Ship Repair
Electrician
$41.09
7T
4B
King
Shipbuilding Et Ship Repair
Heat Et Frost Insulator
$65.43
5J
1S
King
Shipbuilding & Ship Repair
Laborer
$41.08
7T
4B
https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx
12/20/2016
Page 16 of 17
King
Shipbuilding & Ship Repair
Machinist
$41.32
7T
4B
King
Shipbuilding Et Ship Repair
Operator
$41.03
7T
4B
King
Shipbuilding Et Ship Repair
Painter
$41.05
7T
4B
King
Shipbuilding Et Ship Repair
Pipefitter
$41.05
7T
4B
King
Shipbuilding Et Ship Repair
Rigger
$41.12
7T
4B
King
Shipbuilding & Ship Repair
Sheet Metal
$41.04
7T
4B
King
Shipbuilding & Ship Repair
Shipfitter
$41.12
7T
4B
King
Shipbuilding Et Ship Repair
Trucker
$41.01
7T
4B
King
Shipbuilding & Ship Repair
Warehouse
$41.02
7T
4B
King
Shipbuilding & Ship Repair
Welder /Burner
$41.12
7T
4B
King
Sign Makers & Installers
Sign Installer
$22.92
1
(Electrical)
King
Sign Makers & Installers
Sign Maker
$21.36
1
(Electrical)
King
Sign Makers & Installers (Non-
Sign Installer
$27.28
1
Electrical)
King
Sign Makers & Installers (Non-
Sign Maker
$33.25
1
Electrical)
King
Soft Floor Layers
Journey Level
$45.86
5A
3D
King
Solar Controls For Windows
Journey Level
$12.44
1
King
Sprinkler Fitters (Fire
Journey Level
$72.49
5C
1X
Protection)
King
Stage Rigging Mechanics (Non
Journey Level
$13.23
1
Structural)
King
Stone Masons
Journey Level
$54.32
5A
1M
King
Street And Parking Lot
Journey Level
$19.09
1
Sweeper Workers
King
Surveyors
Assistant Construction Site
Surveyor
$57.72
7A
3C
8P
King
Surveyors
Chainman
$57.17
7A
3C
8P
King
Surveyors
Construction Site Surveyor
$58.69
7A
3C
8P
King
Telecommunication
Journey Level
$22.76
1
Technicians
King
Telephone Line Construction -
Cable Splicer
$37.60
5A
2B
Outside
King
Telephone Line Construction -
Hole Digger /Ground Person
$20.79
5A
2B
Outside
King
Telephone Line Construction -
Installer (Repairer)
$36.02
5A
2B
Outside
King
Telephone Line Construction -
Special Aparatus Installer I
$37.60
5A
2B
Outside
King
Telephone Line Construction -
Special Apparatus Installer II
$36.82
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Heavy)
$37.60
5A
2B
Outside
King
Telephone Line Construction -
Telephone Equipment
Operator (Light)
$34.94
5A
2B
Outside
King
Telephone Line Construction -
Telephone Lineperson
$34.93
5A
2B
Outside
https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx
12/20/2016
Page 17 of 17
King
Telephone Line Construction -
Television Groundperson
$19.73
5A
2B
Outside
King
Telephone Line Construction -
Television
Lineperson /Installer
$26.31
5A
2B
Outside
King
Telephone Line Construction -
Television System Technician
$31.50
5A
2B
Outside
King
Telephone Line Construction -
Television Technician
$28.23
5A
2B
Outside
King
Telephone Line Construction -
Tree Trimmer
$34.93
5A
2B
Outside
King
Terrazzo Workers
Journey Level
$48.86
5A
1M
King
Tile Setters
Journey Level
$21.65
1
King
Tile, Marble Et Terrazzo
Finisher
$39.69
5A
1B
Finishers
King
Traffic Control Stripers
Journey Level
$44.35
7A
1K
King
Truck Drivers
Asphalt Mix Over 16 Yards (W.
WA -Joint Council 28)
$51.25
5D
3A
8L
King
Truck Drivers
Asphalt Mix To 16 Yards (W.
WA -Joint Council 28)
$50.41
5D
3A
8L
King
Truck Drivers
Dump Truck Et Trailer
$51.25
5D
3A
8L
King
Truck Drivers
Dump Truck (W. WA -Joint
Council 28)
$50.41
5D
3A
8L
King
Truck Drivers
Other Trucks (W. WA -Joint
Council 28)
$51.25
5D
3A
8L
King
Truck Drivers
Transit Mixer
$43.23
1
King
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$17.71
1
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$12.97
1
Installers
King
Well Drillers Et Irrigation Pump
Well Driller
$18.00
1
Installers
https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 12/20/2016
•
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.
Supplemental to Wage Rates 1
08/31/2016 Edition, Published August 1st, 2016
WSDOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
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
Metal rectangular frames, solid metal covers, herringbone grates,
and bi- directional vaned grates for Catch Basin
Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans
2.
3.
NO
X
Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3,
Drywell Types 1, 2, and 3 and Catch Basin Type 2.
See Std. Plans
Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and
3 structural tubing grates for Drop Inlets. See Std. Plans.
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.
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.
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.
X
Supplemental to Wage Rates 2
08/31i2016 Edition, Published August 1St, 2016
•
•
ITEM DESCRIPTION YES NO
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.
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- 28.14(3).
X
10. Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges.
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
shcp
drawings.
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- 28.14(3).
X
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..
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment
sections and flat top slabs. See Std. Plans.
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections.
See Std. Plans.
16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans.
Supplemental to Wage Rates 3
08/31/2016 Edition, Published August 1St, 2016
•
ITEM DESCRIPTION
YES NO
1t.
recast Concrete inlet - witn aajustment sections,
See Std. Plans
X
18.
Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans.
X
19.
Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans
is
20.
Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans
X
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
22. Vault Risers - For use with Valve Vaults and
Utilities
X
Vaults.
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.
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
X
X
Supplemental to Wage Rates 4
08/31 /2016 Edition, Published August 1S', 2016
•
•
ITEM DESCRIPTION YES NO
27. Precast Railroad Crossings - Concrete Crossing Structure
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)A
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)A
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)A
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)A.
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(25)A
33. Monument Case and Cover
See Std. Plan.
X
X
X
Supplemental to Wage Rates 5
08/31/2016 Edition, Published August 1st, 2016
•
ITEM DESCRIPTION YES NO
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO -M -183. See Std.
Plans, 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.
36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO -M -138 for Aluminum Alloys.
See Std. Plans, 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
Plans. 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. Plans. See Specia
Provisions for pre- approved drawings.
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.
See Special Provisions for pre- approved drawings
41. Precast Concrete Sloped Mountable Curb (Single and
DualFaced)
See Std. Plans.
X
X
Supplemental to Wage Rates 6
08/31/2016 Edition, Published August 1st, 2016
•
•
ITEM DESCRIPTION YES NO
42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved 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
44. Guardrail components
45. Aggregates /Concrete mixes
46. Asphalt
47. Fiber fabrics
48. Electrical wiring /components
49. treated or untreated timber pile
50. Girder pads (elastomeric bearing)
51. Standard Dimension lumber
52. Irrigation components
X
Custom
Message
Std
Signing
Message
X
X
Custom
End Sec
X
Standard
Sec
Covered by
WAC 296- 127 -018
Covered by
WAC 296 -127 -018
X
X
X
X
X
Supplemental to Wage Rates 7
08/31/2016 Edition, Published August 1St, 2016
ITEM DESCRIPTION YES NO
53. Fencing materials
54. Guide Posts
55. Traffic Buttons
56. Epoxy
57. Cribbing
x
58. Water distribution materials
59. Steel "H" piles
60. Steel pipe for concrete pile casings
61. Steel pile tips, standard
62. Steel pile tips, custom
x
Prefabricated items specifically produced for public works projects that are prefabricated in a
county other than the county wherein the public works project is to be completed, the wage for
the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual
prefabrication takes place.
It is the manufacturer of the prefabricated product to verify that the correct county wage rates are
applied to work they perform.
See RCW 39.12.010
(The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department
interprets this phrase to mean the actual work site.
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits in
Supplemental to Wage Rates 8
08/31/2016 Edition, Published August 1st, 2016
•
the contract provisions, as provided by the state Department of Labor and Industries.
The following list of occupations, is comprised of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or building
heavy and highway construction projects for, or administered by WSDOT, these
Occupations will be excepted from the included "Washington State Prevailing Wage Rates
For Public Work Contracts" documents.
• Building Service Employees
• Electrical Fixture Maintenance Workers
• Electricians - Motor Shop
• Heating Equipment Mechanics
• Industrial Engine and Machine Mechanics
• Industrial Power Vacuum Cleaners
• Inspection, Cleaning, Sealing of Water Systems by Remote Control
• Laborers - Underground Sewer & Water
• Machinists (Hydroelectric Site Work)
• Modular Buildings
• Playground & Park Equipment Installers
• Power Equipment Operators - Underground Sewer & Water
• Residential * ** ALL ASSOCIATED RATES'` **
• Sign Makers and Installers (Non - Electrical)
• Sign Makers and Installers (Electrical)
• Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
• Fabricated Precast Concrete Products
• Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296 -127.
Supplemental to Wage Rates 9
08/31/2016 Edition, Published August 1st, 2016
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
WAC 296- 127 -018 Agency filings affecting this section
Coverage and exemptions of workers involved in the production and delivery of
gravel, concrete, asphalt, or similar materials.
(1) The materials covered under this section include but are not limited to: Sand, gravel,
crushed rock, concrete, asphalt, or other similar materials.
(2) All workers, regardless of by whom employed, are subject to the provisions of
chapter 39.12 RCW when they perform any or all of the following functions:
(a) They deliver or discharge any of the above - listed materials to a public works project
site:
(i) At one or more point(s) directly upon the location where the material will be
incorporated into the project; or
(ii) At multiple points at the project; or
(iii) Adjacent to the location and coordinated with the incorporation of those materials.
(b) They wait at or near a public works project site to perform any tasks subject to this
section of the rule.
(c) They remove any materials from a public works construction site pursuant to
contract requirements or specifications (e.g., excavated materials, materials from
demolished structures, clean -up materials, etc.).
(d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry,
etc.,) which is established for a public works project for the specific, but not necessarily
exclusive, purpose of supplying materials for the project.
(e) They deliver concrete to a public works site regardless of the method of
incorporation.
(f) They assist or participate in the incorporation of any materials into the public works
project.
Supplemental to Wage Rates 10
08/31/2016 Edition, Published August 1St, 2016
•
•
(3) All travel time that relates to the work covered under subsection (2) of this section
requires the payment of prevailing wages. Travel time includes time spent waiting to load,
loading, transporting, waiting to unload, and delivering materials. Travel time would
include all time spent in travel in support of a public works project whether the vehicle is
empty or full. For example, travel time spent returning to a supply source to obtain another
load of material for use on a public works site or returning to the public works site to obtain
another Toad of excavated material is time spent in travel that is subject to prevailing wage.
Travel to a supply source, including travel from a public works site, to obtain materials for
use on a private project would not be travel subject to the prevailing wage.
(4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver
materials to a stockpile.
(a) A "stockpile" is defined as materials delivered to a pile located away from the site
of incorporation such that the stockpiled materials must be physically moved from the
stockpile and transported to another location on the project site in order to be incorporated
into the project.
(b) A stockpile does not include any of the functions described in subsection (2)(a)
through (f) of this section; nor does a stockpile include materials delivered or distributed
to multiple locations upon the project site; nor does a stockpile include materials dumped
at the place of incorporation, or adjacent to the location and coordinated with the
incorporation.
(5) The applicable prevailing wage rate shall be determined by the locality in which the
work is performed. Workers subject to subsection (2)(d) of this section, who produce such
materials at an off -site facility shall be paid the applicable prevailing wage rates for the
county in which the off -site facility is located. Workers subject to subsection (2) of this
section, who deliver such materials to a public works project site shall be paid the
applicable prevailing wage rates for the county in which the public works project is located.
[Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, §
296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12
RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and
4/1/92, effective 8/31/92.]
Supplemental to Wage Rates 11
08/31/2016 Edition, Published August 1st, 2016
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
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.
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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on
Sundays and holidays shall be paid at double the hourly rate of wage.
D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and
the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly
rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly
rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, 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.
G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a
four -ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess
of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at
double 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 Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.
J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday
through Saturday, 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.
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.
1
•
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Overtime Codes Continued
1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All
hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on
Saturday shall be paid at double the hourly rate of wage.
P. All hours worked on Saturdays (except makeup days if circumstances warrant) 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. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on
Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10)
hours per day Monday through Saturday and 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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other
overtime hours worked, 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.
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 rate of wage.
V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and
one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at
double the hourly rate of wage.
W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the
employer)) 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.
X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on
Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours
Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls
on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the
holiday and all work performed shall be paid at double the hourly rate of wage.
Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any
employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10
workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate
of wage. (except for employees who are absent from work without prior approval on a scheduled workday during
the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10
workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours
and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.
Z. 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 the straight time rate of pay in addition to holiday pay.
2
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Overtime Codes Continued
2. 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.
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.
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 in excess of eight (8) hours on holidays shall be paid at double the hourly rate of
wage.
G. All hours worked on Sunday shall be paid at two times 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.
H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall
be paid at one and one -half times 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.
R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week 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
over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.
W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day,
ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten
shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one
and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on
holidays shall be paid at double the hourly rate of wage.
3. 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. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours
worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday
and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm
and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer
shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall
be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has
worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate
until such time as the employee has had a break of eight (8) hours or more.
C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when
four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or
outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage.
All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate
of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at
the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.
3
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Overtime Codes Continued
3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am 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.
E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of
straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid
at double the hourly wage rate.
F. All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on
Sunday shall be paid at two times 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.
H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at
two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be
compensated at one and one half (1 -1/2) times the regular rate of pay.
All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is
down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work
week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate.
However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday
through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the
hourly rate of wage.
4. 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 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.
B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly
rate of wage.
C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be
paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has
been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday
through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and
one half (1 -1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at
one and one half (1 -1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday
due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on
Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all
hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.
4
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Overtime Codes Continued
4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay.
Rates include all members of the assigned crew.
EXCEPTION:
On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating
plants, industrial plants, associated installations and substations, except those substations whose primary function is
to feed a distribution system, will be paid overtime under the following rates:
The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall
be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2)
times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1 -1/2)
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 will be at the double the hourly rate of wage.
All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the
hourly rate of wage.
E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday
shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday,
and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.
On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours
worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal
four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the
first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and
holidays shall be paid at double the hourly rate of wage.
F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium
rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage.
G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked
Monday through Saturday over twelve (12) hours and all hours worked on 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, Presidents' Day, 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).
H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,
And Christmas (6).
5
•
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Holiday Codes Continued
5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6).
J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,
Christmas Eve Day, And Christmas Day (7).
K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,
Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).
L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8).
N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,
Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday
After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The
Following Monday Shall Be Considered As A Holiday.
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 After
Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2).
S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, And Christmas Day (7).
T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas
(9).
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, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8).
E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a
Half -Day On Christmas Eve Day. (9 1/2).
G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day,
Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas
Eve Day (11).
H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating
Holiday (10).
I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday
After Thanksgiving Day, And Christmas Day (7).
6
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Holiday Codes Continued
6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,
Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day,
And Christmas Day (9).
Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be
considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the
holiday.
7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be
Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding
Friday shall be a regular work day.
B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and
Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as
a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the
preceding Friday.
C. 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). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving
Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid
holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which
falls on a Saturday shall be observed as a holiday on the preceding Friday.
E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
F. 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). Any holiday which falls on a
Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.
H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day,
Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas
Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
1. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The
Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls
on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall
be observed as a holiday on the preceding Friday.
J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day
(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday
which falls on a Saturday shall be observed as a holiday on the preceding Friday.
7
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Holiday Codes Continued
7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after
Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day
before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday
on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding
Friday.
M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day
after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the
following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.
N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.
P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on
the following Monday.
Q.
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). Any holiday which falls on
a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,
the preceding Friday shall be a regular work day.
R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day
after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be
observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be
considered a holiday and compensated accordingly.
S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after
Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays
falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.
T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day,
Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day
after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation
shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be
observed as a holiday on the preceding Friday.
Note Codes
8. A. 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' -$2.00 per Foot for Each Foot Over 50 Feet
Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet
Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet
Over 220' -$5.00 per Foot for Each Foot Over 220 Feet
8
Benefit Code Key — Effective 8/31/2016 thru 3/2/2017
Note Codes Continued
8. C. 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.
L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And
Level C: $0.25.
M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:
$0.50.
N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level
C: $0.50, And Level D: $0.25.
P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit:
$1.50, Class C Suit: $1.00, And Class D Suit $0.50.
Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the
shift shall be used in determining the scale paid.
R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance
and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle,
and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective
on or after August 31, 2012.
S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or
spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on
approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current
flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on
or after August 31, 2012.
T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all
temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian
traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic
Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card
issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after
August 31, 2012.
U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit:
$1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any
and all work performed underground, including operating, servicing and repairing of equipment. The premium for
underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive
an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers
who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade
elevation receive an additional $0.50 per hour.
9
• DEPARTMENT OF
ECOLOGY
State of Washington
Notice of Termination Form
Construction Stormwater General
Permit
Use this form to request termination of permit
coverage
Permit # WAR
I. Operator /Permittee (Party with operational control over plans and specifications, or day -to -day operational
control of activities which ensure compliance with SWPPP and permit conditions. Ecology will send
correspondence and permit fee invoices to the permit holder on record.)
Name:
Company:
Business Phone: Ext. Cell Phone (Optional): Fax (Optional):
E -mail:
Mailing Address:
City:
State:
Zip + 4:
11. Site Location /Address
Site name:
Total area of soil disturbance for your site /project:
acres
Street address (or location description):
City (or nearest city):
Zip:
County:
/111. Construction Activity- The site is eligible for termination by one of the following methods:
❑ The site has undergone final stabilization. The operator has permanently stabilized all exposed soils,
removed all temporary BMPs, and eliminated all stormwater discharges associated with construction
activity.
❑ Permit coverage on all portions of the site that have not undergone final stabilization (Permit Condition
S10.A.1) are being, or have been, transferred (Permit Condition G9), and the Permittee no longer has
operational control of the construction activity.
We provided the new owner Transfer of Coverage paperwork on:
❑ All portions of the site that have not undergone final stabilization (Permit Condition S10.A.1) have been
sold and the Permittee no longer has operational control of the construction activity. We will not be
submitting Transfer of Permit coverage paperwork. (Optional).
Please provide new owner contact info:
IV. Certification of Permittees. Please read the certification statement carefully before signing.
"1 certify under penalty of law that all stormwater discharges associated with construction activity from the identified site that are authorized by
the National Pollution Discharge Elimination System (NPDES) and State Waste Discharge general permit have been eliminated, or that I no
longer own or operate on this site. I understand that by submitting this Notice of Termination that I am no longer authorized to discharge
stormwater associated with construction activity by the general permit, and that discharging pollutants in stormwater to waters of the State of
Washington is unlawful under the Clean Water Act where the discharge is not authorized by a NPDES permit. I also understand that the
submittal of this Notice of Termination does not release the permittee from liability for any violations of this permit or the Clean Water Act."
• Operator printed name
Operator signature
ECY 020 -87 (Rev. 04/10)
Title
Date
Instructions for Notice of Termination Form
Submit a Notice of Termination Form to the Department of Ecology when
1.) All stormwater discharges from a construction site are eliminated, and the site has undergone final stabilization.
2.) The site has been sold or transferred to a different operator(s). The permit fees will continue until the permit is terminated.
1. Operator
11. Site Location
111. Construction Activity
IV. Certification of Permittee(s)
Give the name, address, and telephone number of the person who is responsible for
the permit. This person will also be sent the final fee invoice.
Enter the street address or location description, including the city or nearest city and
county for the construction site. Construction sites that do not have a street address
must also provide a legal description in the space provided, or as an attachment.
Indicate:
1. That all stormwater discharges associated with construction activity are eliminated
and final stabilization of all exposed soils is completed. Final stabilization means
the establishment of a permanent vegetative cover, or equivalent permanent
stabilization measures, that prevents erosion.
2. That the permit has been transferred to another responsible party(ies) for
management. (Provide the information required on the Transfer of Coverage
form.)
3. That all portions of the site that have not undergone final stabilization have been
sold.
Read this statement carefully. The operator, or authorized representative of the
operator, must print his or her name for clarity, then sign and date the document on
the lines provided. (Refer to General Condition G2 in the permit for signatory
requirements.)
Please sign and return this original document to the following address and retain a copy for your records:
Department of Ecology
Stormwater Unit — Construction
PO Box 47696
Olympia, WA 98504 -7696
Note: Your site remains under permit and subject to all permit conditions until your termination is effective. Continue to
comply with permit conditions until the earlier of the following two dates:
1) The date you receive written notification from Ecology that termination is effective.
2) The 31' day following Ecology's receipt of this form.
Questions?
Call:
• 360- 407 -7451 Josh Klimek for city of Seattle or counties: Kitsap, Pierce, and Thurston.
• 360- 407 -6048 Clay Keownfor counties: King, Island, San Juan.
• 360 -407 -6442 Shawn Hopkins for counties: Whatcom, Skagit, Snohomish, Ferry, Stevens, Pend Oreille, Lincoln,
Spokane, Grant, Adams, Whitman, Franklin, Walla Walla, Columbia, Garfield, and Asotin.
• 360- 407 -6858 Joyce Smith for counties: Okanogan, Chelan, Douglas, Kittitas, Yakima, Benton, Klickitat,
Skamania, Clark, Cowlitz, Wahkiakum, Lewis, Pacific, Grays Harbor, Mason, Jefferson, and Clallam.
To ask about the availability of this document in a version for the visually impaired, call the Water Quality Program at 360- 407 -6401.
Persons with hearing loss may call 711 for Washington Relay Service. Persons with a speech disability may call 877 - 833 -6341.
ECY 020 -87 (Rev. 04/10)
rte Instructions for Transfer of Coverage
Construction Stormwater General Permit
• DEPARTMENT OF
ECOLOGY
State of Washington
Instructions
This form is used to process two types of permit transfers: 1) Complete Transfer, or 2) Partial
Transfer. Determine which type of transfer applies to your situation before filling out this form.
1. Complete Transfer: The original permittee has sold, or otherwise released control of, the entire
site to another party.
Required Paperwork for Complete Transfer:
• Either the current permittee, or the new permittee(s), must submit a complete and accurate
Transfer of Coverage form for each new party to Ecology. The form must be signed by the
current permittee and the new permittee.
2. Partial Transfer: The original permittee retains control over some portion of the site after selling or
releasing control over a portion of the site.
Required Paperwork for Partial Transfer
• Either the current permittee or the new permittee(s) must submit a complete and accurate
Transfer of Coverage Form for each new operator to Ecology. The form must be signed by
the current permittee and the new permittee.
• For partial transfers, once all transfers are submitted, the original permittee should submit
the Notice of Termination only if the portion(s) they still own or control have undergone
final stabilization and meet the criteria for termination.
For Your Information
• When this form is 1) completed, 2) signed by the current and new permittee, and 3)
submitted to Ecology, permit transfers are effective on the date specified at the top page 1
(unless Ecology notifies the current permittee and new permittee of its intention to revoke
coverage under the General Permit or if Ecology sends notice that the application is
incomplete).
• The new permittee should keep a copy of the signed Transfer of Coverage form (which
serves as proof of permit coverage) until Ecology sends documentation in the mail.
• Following the transfer, the new permittee must either: (1) use the Stormwater Pollution
Prevention Plan (SWPPP) developed by the original operator, and modified as necessary,
or (2) develop and use a new SWPPP which meets the requirements of the Construction
Stormwater General Permit.
• For projects for which the original permittee has completed a Proposed New Discharge to
an Impaired Waterbody Form (ECY070 -399) or for projects that are operating on sites with
soil or groundwater contamination: By completing the Transfer of Coverage form, the new
permittee will adopt any special provisions made to protect water quality for sites that have
existing contamination or that discharge to an impaired waterbody.
To ask about the availability of this document in a version for the visually impaired, call the Water Quality Program at
360- 407 -6600. Persons with hearing loss, call 711 for Washington Relay Service. Persons with a speech disability, call
877 -833 -6341.
ECY 020 -87a (Rev. 12/2014) Instructions Page 1
This page is purposely left blank
•
•
ePARTMENT OF
COLOGY
State of Washington
Transfer of Coverage
Construction Stormwater General Permit
This form transfers permit coverage for all, or a portion Permit # WAR —
of a site to one or more new operators.
Type of permit transfer (check one): ❑ Partial transfer ❑ Complete transfer
Specific date that permit responsibility, coverage, and liability, is transferred to new operator:
Please see instructions for details on type of transfer.
Current Operator /Permittee Information
For partial transfers:
'List total size of proiectlsite remaining
under your operational
remaining under your operational
control following transfer:
control following
NOI (General Permit
acres.
Ext:
•List total area of soil disturbance
transfer: acres.
•Submitting this form meets the requirement to submit an updated
Condition G9)
Current Operator /Permittee Name:
Company:
Business Phone:
Ext:
Mailing Address:
Cell Phone:
Fax (optional):
Email:
City:
State:
Zip +4:
Signature* (see signatory requirements in Section VIII): Title:
' Date:
New Operator /Permittee Information
I. New Operator /Permittee (Party with operational control over plans and specifications or day -to -day operational control of activities
which ensure compliance with Stormwater Pollution Prevention Plan (SWPPP) and permit conditions. Ecology will send correspondence
and permit fee invoices to the permittee on record.)
Name:
Company:
Business Phone:
Ext:
Unified Business Identifier (UBI):
(UBI is a nine -digit number used to identify a business entity.
Write "none" if you do not have a UBI number.)
Cell Phone (Optional):
Fax (Optional):
E -mail:
Mailing Address:
City:
State:
Zip + 4:
II. Property Owner (The party listed on the County Assessor's records as owner and taxpayer of the parcel[s] for which permit coverage
is requested. Ecology will not send correspondence and permit fee invoices to the Property Owner. The Property Owner information will
be used for emergency contact purposes.) •
Name:
Company:
Business Phone:
Ext:
Unified Business Identifier (UBI):
(UBI is a nine -digit number used to identify a business entity.
Write "none" if you do not have a UBI number.)
611 Phone (Optional):
Fax (Optional):
E -mail:
Mailing Address:
City:
State:
Zip + 4:
ECY 020 -87a (Rev. 12/14)
Form Page 1
III. On-Site Contact Person(s) (Typically the Certified Erosion and Sediment Control Lead or Operator /Permittee)
Name:
Company:
Business Phone:
Ext:
Mailing Address:
II
CeII Phone:
Fax(Optional):
City:
State:
Zip +4:
Email:
IV. Site /Project Information
Site or Project Name
Site Acreage
Total size of your site /project
(Note: 1 acre = 43,560 ft2.)
Total area of soil disturbance
site /project over the life of
Concrete / Engineered Soils
(that you own /control):
(grading and /or excavating)
the project: acres.
acres.
Street Address or Location Description (If the site lacks a
street address, list its specific location. For example,
Intersection of Highway 61 and 34.)
for your
yd3 (estimate)
Parcel ID #: (Optional)
How many yards of concrete
How many yards of recycled
(estimate)
Will any engineered soils be
cement kiln dust, etc.)
Yes ❑ No
will be poured?
Type of Construction Activity (check all that apply):
❑ Residential
❑ Commercial
❑ Industrial
❑ Highway or Road (city ,county, state)
❑ Utilities (specify):
concrete will be used?
used? (For example:
yd3
cement treated base,
❑ Other (specify): .
City (or nearest city):
Zip Code:
Estimated project start -up date (mm /dd /yy):
Estimated project completion date (mm /dd /yy): II
County:
Record the latitude and longitude of the main entrance to the site
Latitude: °N
or the
approximate center of site.
Longitude: °W
For assistance with latitude and longitude, refer to any of the following
http:// www. worldatlas .com /aatlas /imageq.htm. Please convert all
latitude
/DDDMMSS-
websites: www.getlatlon.com or
format. For
and longitude coordinates into decimal degrees
decimal.html.
help with this process, go to: http: / /www.fcc.gov /mb/ audio /bickel
V. Existing Site Conditions
1. Are you aware of contaminated
2. Are you aware of groundwater
3. If you answered yes to questions
discharged due to the proposed
[ "Contaminated" and "contamination"
occur naturally or occurs at greater
If you answered yes to Question 3,
concentrations, and pollution prevention
Ecology may request a copy of your
soils present on the site? ❑ Yes ❑ No
contamination located within the site boundary? ❑ Yes
1 or 2, will any contaminated soils be disturbed or will
construction activity? ❑ Yes ❑ No
here mean containing any hazardous substance (as defined
than natural background levels.]
please explain below or on a separate paper in detail the
❑ No
any contaminated groundwater be
in WAC 173 - 340 -200) that does not
locations, contaminants, and
of soil /groundwater contaminants.
II
and /or treatment BMPs proposed to control the discharge
SWPPP.
ECY 020 -87a (Rev. 12/14)
Form Page 2
VI. WQWebDMR (Electronic Discharge Monitoring Reporting)
You must submit
register a new site,
register
under
may contact Ecology
Only a permittee
use the system immediately,
have questions on
monthly discharge monitoring reports using Ecology's
go to www.ecy.wa.qov/stormwater, and click on the "Construction
WQWebDMR system. To sign up for WQWebDMR, or to
Stormwater" link. You will find information on
If you are unable to submit your DMRs electronically, you
requests to those permittees without internet access.
to or a waiver from WQWebDMR. To have the ability to
with your transfer of coverage form. If you
or 360- 407 -7097.
the "WQWebDMR and PARIS" link on the right -hand side.
to request a waiver. Ecology will generally only grant waiver
or representative, designated in writing, may request access
you must submit the Electronic Signature Agreement
this process, contact Ecology's WQWebDMR staff at WebDMR-Stormwater@ecy.wa.gov
VII. Discharge /Receiving Water Information
Indicate whether your site's
❑ Water will discharge directly
(wetlands, creeks, lakes,
If your discharge is to
(e.g., City of Tacoma):
(NOTE: If your stormwater
County, City of Tacoma,
jurisdiction.)
❑ Water will discharge to
If your project includes dewatering,
Prevention Plan.
stormwater and /or dewatering water could enter surface waters, directly and /or indirectly:
or indirectly (through a storm drain system or roadside ditch) into one or more surface waterbodies
and all other surface waters and water courses).
a storm sewer system, provide the name of the operator of the storm sewer system:
discharges to a storm sewer system operated by the City of Seattle, King County, Snohomish
Pierce County, or Clark County, you must also submit a copy of this NOl to the appropriate
ground with 100% infiltration, with no potential to reach surface waters under any conditions.
you must include dewatering plans and discharge locations in your site Stormwater Pollution
Location of Outfall into Surface Waterbody
Enter the outfall identifier code, waterbody name, and latitude /longitude of the point(s) where the site has the potential to discharge into a
waterbody (the outfall). Enter all locations.
'
• Include the names and locations of both direct and indirect discharges to surface waterbodies, even if the nsk of discharge is
low or limited to periods of extreme weather. Attach a separate list if necessary.
• Give each point a unique 1 -4 digit alpha numeric code. This code will be used for identifying these points in WQWebDMR.
• Some large construction projects (for example, subdivisions, roads, or pipelines) may discharge into several waterbodies.
• If the creek or tributary is unnamed, use a format such as "unnamed tributary to Deschutes River."
• If the site discharges to a stormwater conveyance system that in turn flows to a surface waterbody, include the surface
waterbody name and location.
Outfall Identifier Code. These
cannot be symbols. (Maximum
of 4 characters).
Surface Waterbody Name at the
Outfall
Latitude
Decimal Degrees
Longitude
Decimal Degrees
Example: 001A
Example: Puget Sound
47.5289247° N
- 122.3123550° W
°N
°W
°N
°W
°N
°W
If your site discharges to a waterbody that is on the impaired waterbodies list (e.g., 303[d] list) for turbidity, fine sediment, high pH, or phosphorus,
Ecology will require additional documentation before issuing permit coverage and these sites will be subject to additional sampling and numeric
effluent limits (per Permit Condition S8). Ecology will notify you if any additional sampling requirements apply. Information on impaired waterbodies is
available online at: http: / /www.ecv.wa.gov /programs /wq /303d /index.html.
•
ECY 020 -87a (Rev. 12/14) Form Page 3
Before signing, please use the following checklist to ensure this form is complete:
❑ All spaces on this form have been completed (attach additional sheets if necessary).
❑ The transfer form is signed by both the current permittee and the new permittee(s).
❑ New Operator /Permittee: Before you submit this form to Ecology, please retain a copy for your records — this will serve as
proof of permit coverage until documentation arrives from Ecology.
❑ For partial transfers: If the original permittee no longer owns or controls any portions of the site that meet the criteria for
termination, the original permittee must submit a Notice of Termination to terminate permit coverage.
( http: / /www.ecy .wa.gov /biblio /ecy02087.html)
❑ For sites with contaminated soils /groundwater or a new discharger to an impaired waterbody: Any special provisions to
protect water quality put in place at the time of initial coverage have been reviewed and adopted by the new permittee.
VIII. Certification of Permittee
"1 certify under penalty of law that this document and all attachments were prepared under my direction or supervision in
accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted.
Based on my inquiry of the person or persons who manage the system or those directly responsible for gathering the information,
the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are
significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations."
Printed /Typed Name
Company (operator /permittee only) Title
Signature of Operator /Permittee
Date
* Signature of Operator / Permittee requirements:
A. For a corporation: By a principal executive officer of at least the level of vice president.
B. For a partnership or sole proprietorship: By a general partner or the proprietor, respectively.
C. For a municipality, state, federal, or other public facility: By either a principal executive officer or ranking elected official.
Please sign and return this document to the following address:
Washington Department of Ecology - Stormwater
PO Box 47696
Olympia, WA 98504 -7696
If you have questions about this form, contact the following Ecology staff:
Location
Contact Name
Phone
E -mail
City of Seattle, and Kitsap, Pierce, and Thurston counties
Josh Klimek
360 - 407 -7451
josh.klimek@ecy.wa.gov
Island, King, and San Juan counties
Clay Keown
360- 407 -6048
clay.keown(c�ecy.wa.gov
Adams, Asotin, Columbia, Ferry, Franklin, Garfield, Grant,
Lincoln, Pend Oreille, Skagit, Snohomish, Spokane,
Stevens, Walla, Whatcom, and Whitman counties.
Shawn Hopkins
360- 407 -6442
shawn.hopkins(c�ecy.wa.gov
Benton, Chelan, Clallam, Clark, Cowlitz, Douglas, Grays
Harbor, Jefferson, Kittitas, Klickitat, Lewis, Mason,
Okanogan, Pacific, Skamania, Wahkiakum, and Yakima
counties.
Joyce Smith
360 - 407 -6858
joyce.smith @ecy.wa.gov
To request materials in a format for the visually impaired, call the Water Quality Program at 360 - 407 -6600, Relay Service 711, or TTY 877 -833-
6341.
ECY 020 -87a (Rev. 12/14)
Form Page 4
•
•
•
APPENDIX C
WSDOT STANDARD PLANS
IARDRAIL
FACE OF GUARDRAIL
IARDRAIL
N
8.2 12' -53/4"
MIN. LENGTH
3ES 1 & 2
TYPE 2
SEE NOTE 6
SEE NOTE 4
N
PRE - DRILLED HOLES FOR
1O FUTURE GUARDRAIL
RAISING
FACE OF
GUARDRAIL
5/8" (IN) CARRIAGE BOLT
W/ HEX NUT & POST
BOLT WASHER
IN 3/4" (IN) HOLE
INITIAL INSTALLATION
FACE OF GUARDRAIL Z�
TYPE 1 ALTERNATIVE
FACE OF
GUARDRAIL
N
C6 . 8.2 x12' - 53/4"
MIN. LENGTH
1 3/4" (IN) POST BOLT WASHER -
FOR TYPES 1 & 2 ONLY
" (IN) BUTTON HEAD
32" (IN) OVAL GRIP
SSED HEX NUT
/4" (IN) BUTTON HEAD
)LT W/ 7/32" (IN) OVAL
tECESSED HEX NUT -
EQUIRED PER SPLICE)
TIMBER POST
TYPE 3
TIMBER BLOCK
FOR STEEL POST
5/8" (IN) ■ 10" (IN) BUTTON HEAD
kV
BOLT W/ 7/32" (IN) OVAL GRIP &
HEX NUT W/ CUT WASHER
TYPES 1 & 2
ASSEMBLY DETAIL
TYPE 1 AND 2
SEE NOTE 6
5/8" (IN) CARRIAGE BOLT
W/ HEX NUT & POST
BOLT WASHER
IN 3/4" (IN) HOLE
TYPES 3 & 4
5/8" (IN) ■ 25" (IN) BUTTON HEAD
BOLT W/ 7/32" (IN) OVAL GRIP
& RECESSED HEX NUT
OR
5/8" (IN) ROD THREADED BOTH
ENDS W/ HEX NUTS
FACE OF
GUARDRAIL Z�
RAIL ELEMENT RAISED
FACE
GUAR(
TYPE 4
W8 ■ 8.5 OR
WB ■ 9 OR 5/8" (IN) x 1 1/4" (IN) BUTTON
WB ■ 15 HEAD SPLICE BOLT W/ 7/32" (IN)
OVAL GRIP & RECESSED HEX NUT -
(EIGHT REQUIRED PER SPLICE) -
(TYP.)
STEEL POST
ALL MOUNTING AND SPLICE
HARDWARE SAME AS FOR TIMBER
POST EXCEPT AS NOTED
TIMBER POST
5/8" (IN) ■ 10" (IN) BUTTON HEAD
BOLT W/ 7/32" (IN) OVAL GRIP &
HEX NUT W/ CUT WASHER (TYP.)
TYPES 3 & 4
AL
HARD
ASSEMBLY DETAIL P
TYPE 3 AND 4
•
•
2" j 4 1/4" L4 114 "J
I I
I I
6' -3"
13' -61/2"
6' -3"
41/4" 41/4" 2"
SPLICE BOLT SLOTS - POST BOLT SLOT -
29/32" (IN) x 1 1/8" (IN) 3/4" (IN) x 2 1/2" (IN)
(TYP.) (TYP.)
TYPICAL RAIL ELEMENT
13' - 6 1/2"
r
4 1/4" j 4 1/4",..1
I I I
1 1
6' - 2 1/4"
6' -3"
L.41/4" 41/4" j
ALT SLOT POST BOLT SLOTS -
(IN) x 2" (IN)
(TYP.)
3/4" (IN) x 33/4" (IN)
POST BOLT SLOT -
3/4" (IN) x 2 1/2" (IN)
EXPANSION SECTION
2"
SNOW LOAD
POST WASHER
SEE NOTE 1
•
11/16" (IN) HOLE
1/4" (IN) PLATE
3/4" (IN) SPLICE HOLES IN CHANNEL
RAIL AND SPLICE PLATE, FOR
5/8" (IN) CARRIAGE BOLTS
' SPLICE BOLT SLOTS -
29/32" (IN) x 1 1/8" (IN)
(TYP.)
L 1 1/2"
SNOW LOAD
RAIL WASHER
SEE NOTES 1 & 2
1
7 7/8"
3 3/8"
3/4" (IN) x 2" (IN) POST BOLT SLOT
IN CHANNEL RAIL AND SPLICE
PLATE, FOR 5/8" (IN) BUTTON
HEAD BOLT W/ 7/32" (IN) OVAL
GRIP AND RECESSED NUT
11/16" (IN) x 31/32" (IN)
SLOT
8 GAGE MIN.
PLATE
POST
CONNECTION
1 7/8"
CHANNEL RAIL SPLICE
FRONT VIEW
SIDE VIEW
ANCHOR POST ASSEMBLY
WOOD BREAKAWAY POST
5/8" (IN) ■ 10" (IN) BOLT,
NUT AND WASHER
5/8" (IN) 10" (IN) BOLTS,
NUTS, AND WASHERS -
TWO (2) REQUIRED PER POST)
/4
WELDED OPTION FOR
STEEL TUBE AND
SOIL PLATE CONNECTION
(SEE NOTE 8)
SOIL PLATE
FOUNDATION TUBE
TIMBER POST
(SEE NOTE 5) (SEE NOTE 5)
STEEL POST
PARTIAL ASSEMBLY DETAIL
G -2 POST
•
3/8" (IN) DIAM. HOLE
5/8" (IN) DIAM. HOLE
S3 5.7
1/4
1/4" PLATE
TYP.
BOTTOM CORNERS MAY
BE CLIPPED 2" (IN) x 2" (IN)
TO AID DRIVING
ANCHOR POST
ISOME
•
•
r 01119
(NONL
8' OR 10'
(NOM)
W-BEAM
WOOD POST
THRIE BEAM
1 irn (IN FOR V•9
OR W6•6.5
9
5 ■8OR10t10
i
POST LENGTH TABLE
GUARDRAIL
LENGTH
TYPE
W*
1 through 4 & 31
6' - 0"
10 or 11
6' - 6'
W -BEAM
HOLEF(rYPM
1 314' (IN) FOR W6•15 5 1/2 "1
z
(SEE NOTE 2) tl;
Z
co
a
THRIE BEAM
STEEL POST
(SEE NOTES 3 AND 4)
POST
A
a
AS ■9
W*
41/4'
%IS • 15
6"*
6 114"
0.15 • 6 5
r*
8 1/4-
* NOMINAL (NOM )
AM WOOD BLOCK
WOOD POST
•
W -BEAM WOOD BLOCK THRIE BEAM WOOD BLOCK
FOR WOOD POST FOR STEEL POST
9M` tIM OW11.
3/4" (IN) DIAM.
HOLE (TYP.)
(SEE NOTE 2)
THRI
DI
HI
FOUNDA
B' (N(
F.
r
W -BEAM WOOD BLOCK CONTR(
FOR STEEL POST TERM
C
w .2g
"-
8 • wY t
O —
. a w a g
m O E I
g
p o L t
.= ▪ � $o � o .w 3
8
O
A � U
! ~ Ol y NN L M w y
w v US E
F w a w n £ C _ E Q 1 y o g �a �1
E o Q iu
S 0 1p 13
0 0. • E£ ,8 UtS
_3 0�1e =_
0
o i• m1 oil d W AU
s Gi n E °c o-
n� �' 1 taw $w �s
�7 b V7
E— c is c
�8 U 5 po • coNm WQ ��U
_ N o') Y l0 6 r-,
LL K
2N
C
�C
grg
e 3 -
>
Ell E
El
C •K L
c Ej
0 2.
00u
as F2
E 4>E
w �
E2 e
gig a
�'r rn5
ID CR 2.4
W
<
g q
g0.
N s
2bn qg gLcv 6 Zo __. V pi
62iN wXy O (og e
l Z
0 n
1130011 112W :AB NMV(0O Ul
SLOPE IN EITHER DIRECTION
mnr.eeaar1e16.w.me. ria..or
110111.0■20~1•111,VNIMPOPORR Un.
NA �
'Wpm G 0I oncury 3W aaa.
acucirKmeaulawelva Ma/ VIM NVLIT.
Z
0
W
z
0
WNg
O m
Wrg
V V
z
0
APPROVED FOR PUBUCATION
a
4',
•
z
1. Coir logs shall be installed starting at the bottom of the slope and working uphill.
/ f [
k/ / » k 3 2
(
\
8
(
§
m__._ w_
_.
i I
0
§
k
01210dA0 V w __
k
\
s
k
S2
N ei
JUNCTION BOX DIMENSION TABLE
K
O
N
se se
i.
ry
N
k
m1
N
1 a
t
m
.-
m
�
k
51
.1: m
H a
60
a b
I
OUTSIDE LENGTH OF JUNCTION BOX
OUTSIDE WIDTH OF JUNCTION BOX
IINSIDE LENGTH OF JUNCTION BOX
INSIDE WIDTH OF JUNCTION BOX
ILID LENGTH
!,LID WIDTH
CAPACITY - CONDUIT DIAMETER
)4 VW
< m
u
a w
u
N5
x?
08
OL(OJAO YSII :AS NMV80
N YD
r D x
O !.:.§.4>1 Sit
_ N ;3>. 0 E?
c2 ' o'g 3 rot 8
V • a t X20 N
c
v
S g Bg E 8 Say -Da
ppp po
04 CO W CO cQ d C m N N
N O 7W� b
T W Nri CD cos ii
'� C� N a yy� L� 7 F UNI
m W s, . CPW E y a i iWN
$ m c V§E cgx « g ir
;la 3° t'-ft -Y_3 w g4
.. $1 m 'olW «yy itiu coa 3 mS ( c f • m vi �
g c qi g
,2 oW l'§75 Al d em= w iu
f4 1
c n 1 o
h. {2{p NUL W vxd= ~ =0.
✓ d 3 O d Fn C t0 QD Q C
E. dQ E~C ag m
E.
v •6 Cgg t5y gE
U E No, REZ' ccc cc of
D W Oai U) QL N �?D CI8 ,g
.5 2 ._1 ., -yai -10
g" 5u) 8 ,10X0,0 t.dL
c f- o 7.5 2,E44 27.6cN
i A =tai °i a A ' 2-11, o i W E
1.11.1.00 1.73■01.0 MO 11,03 Willutlad
VOW 40 JIMMY., ilYI6ACahliVix 3Ml IV Mu
1101110,1... Maw., an WIlMons
o O
Rj�
9 �/
O
Z WZ
10•
op, 5
coo 0=
00 4
F
to
SHEET 1 OF 2 SHEETS
APPROVED FOR PUBLICATION
41)
0 f m
3SYS AVMOVON d0 d01
O
4
aW
rg
d N
741
9
(00
❑ Z
t
a1W
oo
LL
�K
pmz
22
u)
z
— Z- t
Zoo
sc
o
-J
--
Y^
'NM .S `LA
{
e
r
Ar
(00
❑ Z
t
a1W
oo
LL
�K
pmz
22
u)
z
— Z- t
Zoo
sc
o
-J
O
J
L OZN . p
n9
'IOWA n0. 0 W NAMAcoJ Y VOUILW
srmu n.nauwAO.r.sxxve/....■ rnu
5.0.1.1W alltWoO Mq rIte*M4a
Ym.V15 sVn
`5r�01111 t 10.1.0 7011rM r".
z
6J
O
o9
pK
6
0
I II NM 41
W0
pib
r
UUUwa
Br
w�
IR
RN
LID LIFTING NOTCH - 114' x 3/4'
SEE NOTE 6
IN
r
o11
La
11-E gt
0210JA0 VSI1 :AS NMV210
tu
-
Zllt� WO O ❑�L
as. N ci0W E5
�lI a
tow $cm SR.jJ
aop0
= z� riPF
All box dimensions are approximate. Exact configurations vary among manufacturers.
_ a
W � N
g
.13200m0:2-
co .0 0 C N
0 3 m r
a
Ec S 0 rn�v
C N C,4 C
00 -0. 3
`W
0
-6•0 - --P2''62
WE
N C T9 C
E y'2.5 S3
J W
ovAgg4765,0
aW W
N8
g voEQ2 N_cc
€ W v Y
L. cm
N m Q l30
E m E C
W 0 L o
LCt!rE924
'11 �{t f'�il W"UWL N
Ec -Sfef
E•m -
E�W•tga
vy E
N W U
N
K J
0
SEE NOTE 8
SEE HINGE DETAIL
TaTm
oZ
0 t
0
u
include (2) S S. nuts and (2) S S flat washers.
Bolts and nuts shall be liberally coated with anti -seize compound_
co-
J
c c
I• n to N
at° my
Et,m
W m
yna Vjd)
Ewe 02
8(0.° $P
• C O 0
C 0 o S.
22 E9
rnNx 0
O ▪ E o39
S N
W W
E 3 m
f"2
0 u
. mW
cc n .Q
▪ E W w
CS' C E
O m
• U a
N 2 o E E
C
C m g
2 ,C C a
01 E
a o
E N v
2,-§
y�
c
20 23 �8pU
m 1 U —
NNb)
Et
QJ 0w � d m
Pc.,-a)
1)-
Um m 1-U
8
2
0E
2
r
a
a
2g
-53
0
z
N
— X
o
CLm
O C
c a0
W U
J =
>¢
O
0
a
W W
Us 0mo
m° 200
2.0 72 Jr!
gam WE
'P8 at 0 0
SD w -)ta
$
`>-8 m t
N
d�0 Esi�
T W
E 8 W L C
> J a
o a v m
6▪ " 0 G W
24.3 8.281
a_0 P
— W W C
ym) $�J
3 W acv
-0;.s
O 03
0 N; 5g`'
O
H-§
$Z�$
0n 02
0)'t N G G
o3ii gt3c°i
p In C E
V — «� N •C
C W J
aa 0u5
c `or
0 y
3,15
■08
To !E
E.0
EXC
W
o O 0o1
C W
E E U)
o E
M V ■ 1C t• m O) O '- N
030VdS A1N3A3 same 6
.9Z
t du)
z
h
11
Nu) COMM
i
}�
w ul a I
flfl)
I o 1
11
t1R
IW IY
1 O
1
4.
3=
; •
Y
(
<3
NOILVONI104 iO MOM 301041
AZ
,tZ
.9C
.96
ONOJAO VSII :A9 NMVHO
W
z
a
LOCKING LID STANDARD DUTY JUNCTION BOX
s
a uan�.un3c.nvuw 11011.1101
+
;w,urc3u 3.us xau.w)ae 3w araa
I®111t,W15SWALof(840 W01W MNp.w1
As was 3M11.07lvula.Il.Nv
rremee+na.eeseel terto M.a se+
• 9
wag 0
4o !
▪ W S
4 ? W
Foap
uh-W N
CUL
— z. .O
cis w
1
rg
El-
O 0
a F
en
r
b
A
ZL .9
30V40 03HSINII SH1
MO-39 minimum ..6Z
HINGE DETAIL
HANDLE DETAIL
aLoiAa VSn :A9 NMViJa
.LA
JUL
W
2
2
WV
a
O
co
YOiR 111Y0•p 1,01.00bOYGON41•
Awn'I000 .aa 1103, vi M6,.611 Sk .
SHEET 2 OF 2 SHEETS
6
0
0
v
a
a
brI
0
41)
O•
QZQb
SI
W
J
z
tb
•
•
•
•
•
•
EDGE OF SHOULDER
a
U
'0
J
3NV1
Ib
3NY13104H3A
iglu) �
3HY1 aorilivi
Zn !J,
0
1.5 119
In CO
m
1130011 N834 :A6 NMV110
3NI1 dOlS
rr
5
U
K
U
b
b
TYPE 3 ADVANCE LOOPS
TYPE 3 STOP LINE LOOPS
31.OYBanBwpB..nw�.o. WnalEY
ABO3A6ICln/oWw'itvnanox. 339 ytn
ll®HpW ptl33NPV3 M}3IYICY nM•Y314
STANDARD PLAN J- 50.72 -00
N
0
Z
0
0
U
m
a
0
co
a.
4
b
b
b
to
b
b
z
6
ENTRANCE SAWCUT DETAIL
TYPE 3 SAMPLING LOOPS
LOOP NUMBER
JIMIXMOHIPONI10//011.0/■• =NW
40 3WW8 ®.1.11".111.3.1.04k. v.1i2MOa�LL
mxowo nnJa u5nMv,m
uexmoow101r.11 1140%
�QQ
W K
0
z • s
c• 2
M �
ap
\10
N0.
uJ
'w
�
8=
3NIl dO1S
1130011 NN3d :A9 NMvNO
LIE
az
O
J
•
•
•
ion
W
7
0
s
my
z
z
LOOP NUMBERING LAYOUT DETAIL
0
m
w
W
113O0I1 NH3d :AB NMVUO
3N11 dOlS
1—Q�
rc7
U
U
JUNCTION BOX
LOOP NUMBER MARKING DETAIL
.s, „ (1.,.,goa.nw.,,C>� .,1.; 31.1.1721.111.72 n
Wina .10 .111314.13 csouumi..m4.wl1.0.01 r..0 w.
`.1♦i
d S
$3
J r
Z G
0 ,
t Z
o g
z c
in 1:1
LL Z
im
4
♦a• •4'
SHEET 3 OF 3 SHEETS
•
. • ••• ,
•
•
i
•
0
• ■
t
•
1 o •
■
. II
1 CO LL i
—1
0
•
.r
L.11
ry
m
w2
8w
Nm
oZ
411110 .441.411.4. ••
LL
LL
1
•
pEli
f
4',
TYPE 3A STOP LINE LOOP WIRING DIAGRAM
1
3N11 dOlS
pt 5
13 c
dQ g2 s
r`o
C M .E "6% W
0
§i1 W 1 g N
Eg l -2572
2 Q
▪ Ufq W 5 229 la
� �
.50 N cig 5 8U o Q
c3y 05 aai
I
I fns
>U
2
a
5.01a co. C j_N C Q W 2.00i43
▪ .6
$ yY C 1s- y to
gna O ' 1 W Nv
L OVW .o.g Q N Z
cm
0
Z , N l+) 4 b
313UONO3 IN3W30
Z1011VIHOSV AO H1d30
')fMN.E -'NI {01.8/4Z
1flQMVS d0 H1d30
PVC CONDUIT SIZING TABLE
0
LOOP LEAD PAIRS
N
<O
re O
z
0
I
2i011VHdSV dO H1d30
aaateownaraur.w ` cor .prnw.
wwoMIWII watw 1.14tonn.
rro.e mWournen. and ognosaerowv3axnv3.1
.am.a1s'MOM, 3x. 30,POP a.we n3n
na s w Memaawn • .to.tre .NO
INDUCTION LOOP DETAILS
53
F5 0
Z
0
o
30V4NflS 03AVd !0 d01
NIW
T
LOOP INSTALLATION NOTES
y N
U
w
SE
CD
a$
00
W C
c�
°E
Ol
m -W
F n
in
0)
sp
m
c
O
7
V
c
n�
G
8Y
_
Ew
E
of
T.0
.E
t)
6. Install the wire in the loop slot as shown.
g' i
.c m C
2L80,08
x
m E C
EgT
C
838
E
i $ c
` W
F
00 c e
c s
rn 0..c
�,€ 00
LL 3£
10. Splice the loop lead -ins to the shielded cable as noted in the Contract.
"16.192114.1(EINIV100 MAMA., V MOW./
am
ailiFa •/1,NawYW ew aaa w.rwi S a,w
•l WOWOaaOlWl11PRWaV 'POO
tM Q
STANDARD PLAN J- 50.15 -00
SHEET 2 OF 3 SHEETS
COO
SPLICE DETAIL
FOIL SHIELD
yf• W ly J gr}
g aazi
Lli z"
m bN o4Z
U 0
E 4c
0
Q
U
2
2
0
r
z
G
EL 0
0
Q
oz
0
°
O
W
4
DETAIL "B"
3
t
J
mC7
er,onawwnw...m. winwa
O OY�YW•LMII1a1C 111M.AM.
IMMINS ..104/0 3011 31.1.1....3911,1019
INDUCTION LOOP DETAILS
r
w �
$a
0
e'
0
re
w
W
tK
F m
gO
aUJ
IA
W
0
STUBOUT CONDUIT PLACEMENT DETAILS
•
•
•
•
•
z
wZ 13. Q
gCCt d g] t
4 C r88.2.4 A,Em0.-5
� gEV.o -8' E ctmv
e;t Zc F.aLm
2-2..g
a48E= 8�0;'E"8 ,8'E
3$ tl y! az0.CS.V2 ��2o
r88�°�0 ;;g8if.i 2T.9m
.- 842$`'6 agag oo cm1'0U
a 8o 0 0 °O Nm Bm m x 8 704
In
VIAll 4 IIOoW,00 - M1OrIner■ It II IW
AO un rI014.Y Iv riwlur un bamsvl Ia
FI on011 IO.Y .1Y 41PW Tat) VI WI
YVIi.o.w�ra rm r rwarru Mt VW
rtt
FJ
0
i7
0
0
0
0
5N
L!
0
0
� W
f
0
H
APPROVED FOR PUBLICATION
0
U
0
m8
y
N
a
sO_
Ei rkirillirCi
• D• A.■ II, 407 ql
O Alf Ante
tat
Z'
(fit avolniva---;
ns)
©a0 AM40V4tl- i
ii
ii
•
re
0u Cu
9
00
©avoa�iva —;;
(.1.09,1N00 335)
AVMOVOt3 --,
nr
ii
N
2
O O
j F O
z O— < _o °w z
2 W m2 O
z
x c
e
$ 32 E -Z z 8
• f• og ! o U ?
O
a j Q J r
O fi t,a (-29- 0 W wxK 0 W O � 5
2 Z(, 15 SOa Ni a 6 0 0 z
W .?,(8 mZ N =,.
01000 a< O
<Q U IO 00 Ca 00 m U U Jat. Gw
1
00 @ ® ® ®®®®900®
V 2
U a
w rc W 0
t O c7
C C 8
4 Z8 U OF F
N O m'z 'SW z 2 W
U U 9 8
mW d W W pp i J j W =
O L. W<0 1 >Y <Om O aa
- goQ 1 ao 4 O
t U.2 UUO 2 H 2
9"'''' w 0 .0 i<a.�0 < K
6a W y Z baC -�pNa NC Z x O
Ii ° 1 41 .:2��a17c! o'o g
8 i;,..5
Va w . t
z Up� z
E a sa � °— � F O w i� o
wd O 0 K O O 0 0 0 -OR0 0
GALVANIZE
@@@0®
OaOdA0 vsn :AEI NMVaa
0000 O
g O rc
� � o
W �
o O as
_ z
0
U
mW , m O
Egg“
5
g r W 2 U z (oU C x
W W O N O W W O
0 0 2 0 z6 z S a U
KK � O 2 O� O IKY O 2
N 00 N g 0 0 N W
00000 0000
0
OaOdA0 vsn :AEI NMVaa
0000 O
g O rc
� � o
W �
o O as
_ z
0
U
mW , m O
Egg“
5
g r W 2 U z (oU C x
W W O N O W W O
0 0 2 0 z6 z S a U
KK � O 2 O� O IKY O 2
N 00 N g 0 0 N W
00000 0000
O 4) Qp v,r r , }) al v_1 r 1 i ) TOP OF PAVEMENT \TOP OF PAVEMENT
c. /� N OR EXISTING OR EXISTING
-� � 0 N��� . 4= GROUND °=) GROUND ...-,,,,5,Td 1 z 111..1
en
g (C1.1 10 +611 - 0 a" c;
I It
r r• lir
iI
o I B ? I E C '-)ORS t.)DR1) I; 0 v= /SECTION VA SECTION �B
O wig" ) or 1 '® )rt`' R4 O iD Y r © FRpM
:F SHEET 1 _wiy -r - -i_ -_-� - - -- �- �,�1� y,J,- �'i'�' - -- ....
-- will SERVN:EDIFF�ENr
b'J',_ -� __ \ 1 -I -- - - - � i�,11���// � i , 0 0 ' TOP OF PAVEMENT
o 1� .�-� ` 13 r © ©© {'SPY .��� �j 0 �r� OR EXISTING MI L /{ I r��. ("► .- ` GROUND
,T, IL.1•.A I. ar a1 r ) Y_A p v') IT .�. q, '-L) v , al '. Y'il Q i� 7.....r F� Z. i, ♦/ �_1
COMBINED GALVANIZED ) r I ITS - COMBINED ITS - COMBINED GALVANIZED STEEL I 41 0 ` � © `,
I GALVANIZED STEEL
STEEL RIGID METAL RIGID METAL CONDUIT ) RIGID METAL CONDUIT (RMCNIND , ITS - COMBINED CONDUIT (R ZED STEEL ) cti .- ♦� i/ h
CONDUIT (RAC) AND - -y _-y RIGID PVC CONDUIT (PVC) APPLICATION. -y -� RIGID METAL CONDUIT (RMIC) AND RIGID
RIGID PVC CONDUIT �Np�RC PC FIBER OPTIC CABLE ONLY, PVC CONDUIT (PVC) APPLICATION t.
(PVC) APPLICATION APPLICATION NO METALLIC CONDUCTORS i��,, .. i.
SHONM
' SECTION O I r- SEE ®CONTRACT
D r ar r_) i5r m Y c_) • 6 cD:OR® '�` I G. .?t) r.p Q) - SEE
u C► r ■ 13 i 0 r �' Cr Gjl 4,1)
_� CRNTNUEEET 1 � �r,T � --7... ,��� I �-- I �'� �� __ �___ �,��.___ .. SERVICEIFFE ENT OR EXISTING
_ &.-_• riA +-1'• --,...7.7.3*: .Kil -_. «_ I 1 -- .- .:::.:' I f .__`1 ,. C _e" - -� -"- 5�. O % -c }- © i'f GROUND
°'-) 1 Ij ` I ii .� GI .•lr GI v1 I v4 ' 2"11.1 - j ` Co -,
•1 .1 I t I ED © �1 0 illenk
ITS - RIGID PVC '' I ITS - RIGID PVC CONDUIT (PVC) I al SH°WIl
RIGID PVC CONDUIT �-_�_� CONDUIT (PVC) .1 i .... j__ APPUCATON FIBER OPTIC CABLE �-y-� ITS - RIGID PVC CONDUIT (PVC) APPLICATION �A ' �'�''�e � v-
TION OE CONT 18LE
(PVC) APPLICATION APPLICA ��� ONLY -NO METALLIC CONDUCTORS j- TOP OF PAVEMENT SECTION Qp PLANS
CONTRM.R -
Q ,, /, 0 �_� OR EXISTING
a (111 0' �} GROUND
. X40. Ai -AG k ' . ,rte .
SECTION O � �
is i " ~
IvF) O ri (f) E cOR i. . ) teal .-, 1+7. l / m - *� 1 § W
CD , O r Q r ' Q i ® D O C O c�> DIFFERENT A � m i Ai
o 9 � MN SE 1 !!i �!M __ ___i _ _ __ Q _ r ��� ,_ _ -_ arF� Q _ SERVICE 'Aie0I STB° D A ' Lini ,:ti
--r6.0 osi,....0 .... R • d © TYPICAL
ITS - GALVANIZED STEEL RIGID
C? GROUNDING DETAILS
GALVANIZED STEEL RIGID ITS - GALVAN�D STEEL _ _ ITS CONDUIT (RMC) APPLICATION _ ITS - GALVANIZED STEEL RIGID
METAL CONDUIT �- -' FIEND (R METAL CONDUIT „ FIBER OPTIC CABLE ONLY - NO r' METAL CONDUIT (RMC) APPLICATION
(RMC) APPLICATION (RMC) APPLICATION ^ METALLIC CONDUCTORS �; STANDARD PLAN J- 60.05 -00
O O O SHEET 2 OF 4 SHEETS
O`d\„ O O` ir. O
(,'.1 APPROVED FOR PUBLICATION
._, �w,
-�fir a _ = = == r fi, a = _ _ v Pasco Bakotich 111 06 -16 -11
•... ■ y 0 •rib.� C. 0 arsendrreager dE
\\
G. 4) � \ � WmirirgrM SbL WO/.r.ru.r. N Tranpomrrion
•ll Q) 7) ,,:, 4) 4. al vT) vIr ED
£S20 330 'OM WINO w MI £ V IiwI/YY
AS aatevs „�M9 m. a. *WOW w
MO LOW
I@
•
•
8
W
aaoaao vsn As Nmvaa
0
RIGID PVC CONDUIT (PVC) APPLICATION
_ NO0 0111.11110 r'* - . Nmnne•
W. VAROMGO 3tYlf NOIDINfMM 3H! IV 3b
NO LAW Vt 110,1VVITIVIEI 01101.W 6»' N.*. GILL
AG aixos 'memo .012101000 0.33VON3 N93I V IC., SI 8. vaI
APPROVED FOR PUBLICATION
1D
0
a
i
_c
8 E!
r
9
° ° $ 11:f y
I bI'Ili E
a
IM /1o�a� 1 it
0 00 00
NIZED STEEL RIGID METAL CONDUIT (RISC) APPLICATION
J
i7
RIGID PVC CONDUIT (PVC) APPLICATION
b
WW 6
.w N
ri 2x
w
N
0
1 1 i
.-
FNS _ 2
0 �
I
I 1111
i
._�
e
1
1
.9
W J
0
0
0
z
a
Ko
00
OZ
N p
agw
wa
85
WAD NM MAMA NAM MIA r MIMI M
BMRLL A U3NNM'A0 3.0111 NOIONOM M 3N1 IV 3vi
NO 41 .QW 0*IIiM WI MOM. MN N33NOkl ill
A. 03N= 'meow 311I 3tli/0 ONeNY03H NY 1M
YAWN wlaa WI• AN 161/• ..+1 atv
o
J1 ▪ -q3
00 N
0
Z 0.
Z41 1J
tg
• �
O p
OC =
Q
F
fA
APPROVED FOR PUBLICATION
u
1 t
t
61
Zo
ELEVATION
•
•
•
PULL POST
w
6
(z
zN
= co
O
1,
CHAIN LINK FENCE TYPE 3 OR 4 -
is
•
i t i*
ggESSI
���ii ♦ i �.ii +�i +4i4i, L
0.
0.'
wrca
i rc L. g -w
7 R. g Z zw
a gSU
z U VMt
1
N =7
0.=
LP T 0.-. SS<SS<U
SN3a39 1119 A9 NMVUN7
DOUBLE GATE
SHEET 1 OF 2 SHEETS
SINGLE GATE
W
_o
00
z
z
H
e
;=-
0
0
•
•
•
A•£
o
•.
rc
Z
N
pp
F
0
.9
W-
W
VHms NHVW :A9 NMVMO
w
z
uJ
w
z
GENERAL NOTE
T,-„, C
m
E5 I
T1 3
T
cQ m
Li! �
Lm ` C N
yJ
W effia
Z m 10 N m
Y 0 0 0
8
J
_ SIXY „V. 3Sh11l3
s 1-
? N
*SW .e» asdma g y
•,Z
VO
10" - ELLIPSE "B" AXIS
g jcJ
s -z
.8 •••-•.0- ,1
a
w
w
GRID IS 4" (IN) SQUARE
SIXV 3Shcll3
-d
0
w
a
w
SMXV .8.38d1113
.Z
b
SHEET 1 OF 2 SHEETS
z <
QFQ gg=
U3�
44.
O
4
c.r
b
r4K g9'4
zg _ g �<0
U
,/y W 1
ti II W iV
LL 1 0, a
h
.4• .Cl
SIXV .V. 3Sh1113
.0 -,C
GRID IS 4" (IN) SUUANt
.0
10" - ELLIPSE'B' AXIS
H3H01313 AS100 .A8 NMVLJO
z
J Irl
s
re
K 6 t g
� WSW
u02 0 5 g :L"..121;(
zw
SIXV .Y. 3SdI11
•R
Si
.9•,z
.0•,e
O
H
GRID IS 4" (IN) SQUARE
cc
4si
TYPE 75 TRAFFIC ARROW
1:13H3131H AS1O0 :A0 NMYMO
SIGN SPACING = X (t)
RURAL HIGHWAYS
BUFFER DATA
8
rc
LONGITUDINAL BUFFER SPACE = B
8
a
8
8
W
V
En
Ou.
FO
Z
za.
aZ
U
W
1
8
8
2
8
8
0
8
8
Q
is
m
Q8
i
8
8
8
8
8
8
8
8
8
25 MPH OR LESS 100'± (2)
i
11
AVM0YO21 0NUO3sa I
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
s
EOw
w��
8 8
0
LLw0
UUC
N N �
e-
6
8
8
NOT TO SCALE
8
a
TRAFFIC CONTROL PLAN
5
0
g
i
3
W
N
I
U
E
8
58
a
4
5
5
LL
m
8
2
F
0
5
s
2S
a
E
s
s
W
s
Li
a
v
•
R
m
g
R
g
ri
e
R
1
F
U'
9
F
0
5
<
i
�so
U
6. ALL SIGNS ARE BLACK ON ORANGE.
NOT TO SCALE
0
8 �
g
a
iV
TRAFFIC CONTROL PLAN
J
G
1
1
7I
9
8
2
B
0
a
2S
a
E
s
s
E
R
R
e
R
tll
5,
'
E
2
S
s
F,
F,
5
d
S
m
R
R
5
r
m
R&
R
R
S
S
$
w
F
r
S
S
N
<
i
�so
U
6. ALL SIGNS ARE BLACK ON ORANGE.
NOT TO SCALE
0
8 �
g
a
iV
TRAFFIC CONTROL PLAN
J
G
1
1
7I
9
8
2
B
0
a
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
-
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
i
Z
LL
8 8
NO SPECIFIED
DISTANCE
REQUIRED
p
N
TRANSPORTABLE ATTENUATOR
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
WEIGHT SHALL BE IN ACCORDANCE VMTH THE MANUFACTURERS
RECOMMENDATION.
PROTECTIVE VEHICLE
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
THE WORK AREA
S
R
mgr'
N
%s
SPEED (MPH)
I
g
r
a
MINIMUM SHOULDER TAPER LENGTH = U3 (feet)
E
a
8
8
S
b
SIGN SPACING = X (1)
2
25 MPH OR LESS 100't (2)
8
s°
g 2
HP
Wg
SHOULDER CLOSURE - LOW SPEED
(40 MPH OR LESS)
IL
6
NOT TO SCALE
a
iV
TRAFFIC CONTROL PLAN
1
1
'm
2
a
W
•
•
•
1-
z
S
8
0
8
8
8
8
MINIMUM TAPER LENGTH = L (feet)
SIGN SPACING = X (1)
0
Q2
E
S
8
a
a
S
RURAL ROADS 8 URBAN ARTERIALS
8
8
S
8
2
8
8
8
8
8
8
8
25 MPH OR LESS 100't (2)
w
0,
N
3
8
8
Zj
= J j
r
0.18
0 0
ig
8
E
1S "g
8
82
W
a
rc
W
LANE ROADWAY
N
RIGHT LANE CLOSURE WITH SHIFT
J
H�
0
NOT TO SCALE
TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT)
8
E-
I
I
TRAFFIC CONTROL PLAN
1
rc
1
0
9a
E
a
C
3
LL
8
6
Zfi
S
0
m
8
5
a
30 FEET MIN.
TO
100 FEET MAX.
NO SPECIFIED
DISTANCE
REQUIRED
8
;
s
c
Y
R
iR D/
3UFFE
S
R
_ AHE
TRANSPORTABLE ATTENUATOR
MINIMUM HOST VEHICLE WEIGHT 15,000
WEIGHT SHALL BE IN ACCORDANCE W•
RECOMMENDATION.
PROTECTIVE VEHICLE
MAY BE A WORK VEHICLE STRATEGIC/
THE WORK AREA.
R
SPEED (MPH)
LENGTH (feet)
1-
z
S
8
0
8
8
8
8
MINIMUM TAPER LENGTH = L (feet)
SIGN SPACING = X (1)
0
Q2
E
S
8
a
a
S
RURAL ROADS 8 URBAN ARTERIALS
8
8
S
8
2
8
8
8
8
8
8
8
25 MPH OR LESS 100't (2)
w
0,
N
3
8
8
Zj
= J j
r
0.18
0 0
ig
8
E
1S "g
8
82
W
a
rc
W
LANE ROADWAY
N
RIGHT LANE CLOSURE WITH SHIFT
J
H�
0
NOT TO SCALE
TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT)
8
E-
I
I
TRAFFIC CONTROL PLAN
1
rc
1
0
9a
E
a
C
3
LL
8
6
Zfi
S
0
m
8
5
a
R
MINIMUM TAPER LENGTH
a
X
II
0
z
z
U
N
BUFFER DATA
n
E
1
a.
a
a
a
25 MPH OR LESS 107* (2)
URBAN STREETS
A Y
S R
F,
pW, W�W
N J
S
0,
2
W _
7
p
U
W
N
NOTES
1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
2. ALL SIGNS ARE BLACK ON ORANGE.
Z
Z3
reo
7Q
''o
Ce
W W
W
ti
D u'
Q
W
0
_U
U.
W
J
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
g
w ~LL
8
1
7�
s`
v D R
0)
2
U
NOT TO SCALE
HT.
G ,
iV
TRAFFIC CONTROL PLAN
3
E
U
pa
9a
C
0
fp
1
N
a
q
i
8
m
4
0
0.1
0 `r
PO
6i
Zy
0
x
S
W
L
s
Posted Speed (mph)
S
R
A
3
3
3
L-2=
53g
0
Oy
z�
io
8�
J
o
LL
J=
*-Q
ZLL~
3n�
2. FOR SPEED LIMIT OF 30 MPH OR LESS, USE SIGN W1 -3 IN LIEU OF SIGN W1-4.
LANE SHIFT - THREE LANE ROADWAY
CHANNELIZJNG DEVICES
SEQUENTIAL ARROW SIGN
L
NOT TO SCALE
TEMPORARY SIGN LOCATION (S MOUNTING HEIGHT)
TRAFFIC CONTROL PLAN
FEDAID PROJ.NO.
i2
13
AO
iR
Ea
W
YI
r)ia
e
s
a
a
1
fgii
Set
2
5
LL W2LL
R S
b
$
$
N
N
Y
v
R
e
A
R
8
H
E
a
W
W
0
CHANNELIZJNG DEVICES
SEQUENTIAL ARROW SIGN
L
NOT TO SCALE
TEMPORARY SIGN LOCATION (S MOUNTING HEIGHT)
TRAFFIC CONTROL PLAN
FEDAID PROJ.NO.
i2
13
AO
iR
Ea
W
YI
r)ia
e
s
a
a
1
fgii
Set
2
5
W
8
5
LENGTH = L (feet)
6
1
1
E
1
R
A
is
R
O
W
zz
0
z
u
In
J
Ak FLAGGING STATION
0 CHANNELIZING DEVICES
INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY
PROTECTIVE VEHICLE - RECOMMENDED
0
1
NOT TO SCALE
TEMPORARY SIGN LOCATION IS MOUNTING HEIGHT)
0
TRAFFIC CONTROL PLAN
0
FEDAID PROJ.NO.
V
5
8
E
s
poi
2 8
e
"a
$
n
C
Y
A
S
A
x
I
E
W
8
5
LENGTH = L (feet)
6
1
1
E
1
R
A
is
R
O
W
zz
0
z
u
In
J
Ak FLAGGING STATION
0 CHANNELIZING DEVICES
INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY
PROTECTIVE VEHICLE - RECOMMENDED
0
1
NOT TO SCALE
TEMPORARY SIGN LOCATION IS MOUNTING HEIGHT)
0
TRAFFIC CONTROL PLAN
0
FEDAID PROJ.NO.
V
5
8
E
-TT TTT
T
T
Al
x
1
SIDEWALK DETOUR
SIDEWALK DIVERSION
INTERSECTION PEDESTRIAN TRAFFIC CONTROL
NOT TO SCALE
PEDESTRIAN CONTROL AND PROTECTION
fI
c
0
a
c
0
FED.AID PROJ.
T.
1
i
MINIMUM LANE CLOSURE TAPER LENGTH - L (feet)
A
8
8
2
A
2
2
8
R
R
2
8
N
2
MINIMUM SHOULDER TAPER LENGTH = U3 (feet)
Posted Speed (mph)
A
8
A
8
8
8
8
8
2
R
8
8
8
a
8
8
R
8
N
8
8
m
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN E.
0
8
8
w
8
5
8
2
a
4 O 0
ILI
U
a
5
a
i A
Iv
TRAFFIC CONTROL PLAN
r
a
a
Z i
2
2
gi
s
R
§
a
7
W
MINIMUM LANE CLOSURE TAPER LENGTH - L (feet)
A
8
8
2
A
2
2
8
R
R
2
8
N
2
MINIMUM SHOULDER TAPER LENGTH = U3 (feet)
Posted Speed (mph)
A
8
A
8
8
8
8
8
2
R
8
8
8
a
8
8
R
8
N
8
8
m
USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN E.
0
8
8
w
8
5
8
2
a
4 O 0
ILI
U
a
5
a
i A
Iv
TRAFFIC CONTROL PLAN
r
a
•
•
•
APPENDIX D
FEDERAL WAY STANDARD DETAILS
/
u
e",
0W
3 0)0
2 ua
E 0w
_ %§
0 %F
§
b
[
0
0
2)\
�7•
§[u
0 \0
0
)k
/)m
(
2- W
0W<0
§&u
} =0±
1/4" Y- GROOVE
bJ Z u ± 0 5
k\ #VI 0 / Z ® kz 3
_ § ( <
j§ o0z m 1 �� \
�ƒ §§§� N }j j\ (G +
00 o 0 0 mM Om W
7(( 7(§) <uJ 95 I
E/o ƒue /22 ]$ i3 R
1- .\§@ u/I 10 § z
ƒ< fee< �k3 > ƒ= E
02§ %(\} lob mw b§ k
2 §_ <± mg= zz
W 0 a , <D ee zi <
(g� PI-42 < ƒj / (a m
era mz ƒ< 6== 0 £U
§8$ 0Wz0 001- ow' e ow /m
§) §�k ��} §Y ,§ %p
§0_° §cL§x ZZ z4 512-,..,
r -W o±� \
z�[ z +o\ §(\ °ne z�k \--
Qom 0u- 0 37z 0�6 -
} \j § \�\ 0 / <_° < V) §G
awe z
�k\ �k��• k�� _lzk wj§ §}
§ <)\ f§w�ƒ �(w§ 1-§ƒ J \\ b2
0 . <0 «0=u < =e <x <c
z_ 2E = w 2E S o W 2E a m '- u 1) < 6 0
(§
0j
§C0
WD
00
22=
§)\
20o
V) <I-
""
7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED.
1/4" 'V-GROG
0
z Tr
d ,
(v)
0
a
CD
O
CEMENT CONCRETE CURB & GUTTER REPLACEMENT
a
CD
O
EXTRUDED CEMENT CONCRETE CURB
FOR USE IN PUBLIC RIGHT OF WAY
0
04
—I
E
a.
a
EDGE OF SHOULDER
EDGE OF PAVEMENT
RIGHT -OF -WAY UNE
DRIVEWAY WIDTH
RESIDENTIAL
10' -0" MIN.
30' -0" MAX.
COMM. /INDUSTR.
40' -0" 3 -LANE.
30' -0" 2 -LANE
SHOULDER PAVING AREA 9
0.02 FT./FT,
z
12"
(MIN)
w
O
SHOULDER WIDTH
W (VARIES)
9'
0 8I
xi
OI
w, w
0.02 -0.05 FT. /Fr
6' -0"
(TYP.)
w'
0I0
IGHT -OF -WAY LINE
?OSS'
0.02 -0.05 EXISTING GRADE
ANNEINEMEMINSIMEMMEnnwiiiii
POSSIBLE GRADE ( -)
.`f
SECTION A -A
NOTES:
1. COMMERCIAL /INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE
APPROVED BY THE ENGINEER CONSIDERING BOTH TRAFFIC SAFETY
AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL /INDUSTRIAL
DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED
MID - WIDTH. SEE KCRS SEC. 3.04.
2. PIPE SHALL BE:
A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND
B. MIN. 12" DIAMETER, AND
C. EQUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN
500' UPSTREAM, AND
D. BEDDING SHALL BE 5/8' MINUS CSTC.
3. EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE
FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE.
PROJECTING HEADWALLS ARE NOT ACCEPTABLE.
4. ALL PIPE SHALL BE CLASS IV CONCRETE PIPE, AND SHALL HAVE
A MINIMUM OF 12" COVER.
5. PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT
A MIN. 0.5R SLOPE (0.5 FT. PER 100 FT.) WITH THE
DOWNSTREAM END LOWER THAN THE UPSTREAM END.
6.
7.
8.
9.
PIPE MAY BE OMITTED IF ROADSIDE DITCH DOES NOT EXIST AND
DRIVEWAY DOES NOT BLOCK NATURAL FLOW.
DRIVEWAY SLOPE SHALL MATCH TO BACK EDGE OF SHOULDER,
BUT SHOULDER SLOPE AND EDGE OF SHOULDER SHALL NOT BE
ALTERED AS A RESULT OF DRIVEWAY CONSTRUCTION.
PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT -OF -WAY
WITH 3" (MIN) A.C., BUT NOT P.C.C.
GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH
BETWEEN THE EDGE OF PAVEMENT AND RIGHT -OF -WAY WITH 3"
(MIN) A.C. ONLY WITH DIMENSIONS L =W.
10. SINGLE - FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40
FT OF UNPAVED DRIVEWAYS MEASURED FROM THE BACK OF THE
SIDEWALK OR PUBLIC RIGHT -OF -WAY, WHICHEVER IS GREATER.
11. SEE SEC. 3.2.13.
REV: MARCH 2014
an OP
Fed
PUBLIC
° 'd Way WORKS
SHOULDER & DITCH
SECTION DRIVEWAY
DWG. NO.
3 -5
0c
N_r
0
N
cn
m
v
m
z
1
0
N
00
z
v
C
7J
m
0
z
sm
171.OZ A IVna83i
A O)
O •
cm
z
m0
m
Nmm
DA
Z
m
m
0
0
O
P1
0
D
N
0
P1
m
5. REFER TO SECTION 3.2.13 FOR DRIVEWAY SPACING.
4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15'
0
0
NOIH1 .9 AVM3A1210 3.L321ONO0 1N3P130
05
O g
g
m.
* W N Z 7.
2 C) N C A
Cam m Am
m m N A
m- n r_,
z n 0
0 Z W A 0
N ;
ZfAJT W
fj y - D
z I z
A DC
-4 2 A ; O
O D m O
0 > 0 m D
A
M D 0r
�0 r z07
A0 2A
A >z
O(m/) Z NG)
rn = 0 I
09 > W o)
Dr 1 >
X) W 0
m m A
0 0
Z 0 0
71m 0
0
It
Z
O
N
0
C
m
3NI1 AVM -30
X_ D
_ 0
o
Z
cm
co
\ m
0 O
xi
�z
0
m
m)
z
N
0
m
0
A
z
4 -£ ONIMV210 1P/130 821f1O 33S
Z
�c
0
0
3m
P1
O
0
0
4LOZ Aavn8e33
V —V NO1103S
•
8
0
z
O
m
•
L
SP A W N
LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS.
-n
r
DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
00 (n m0(, > m0
mm m XO mO
M m m D; m
-I ? N .Zm7 13 .Zm1
00 O0DCQ0
ZZ CI Zr 0M r
`O \Zp —
(7 ICr71
f+l LI -0 mm 0
mm D r(n(n _, Cr)
T7 A
A 0 Om5
cn r+<�77 0 -I I- mr
. DW OZ m
2m
Oj K<Dm<
v
Em • D i _<<�-<
2 D 1 o to
C 7 0 1 (1) � Z 'L
• (n r <r 1 m
O▪ N 0 (• m*12oZ =
0)> (d T.< !7>
33� I c>m> z
r
L•W • NZrmo
-lO
P
0
Z
(n
Z m
z-I
zm
�v
1
1
r.
Z
0
m
cf.)
• •/•
4 —£ JNIMVaG 1IV134 eano
0
Z1 w
r
N 0
m
m
m
0
m
�LOZ AdVilda3I
z (�
CO V 0) (T W N
0 - X
00 U) =D D >AA 0> Z
KM m 2. (0 rzz� ZM G-) -I
Z V); N 0 r
�� 0 o; 00 Mm( mX �m
O A =
zz N -iA0\ ON cZ
c) 0
A
mm > mz pzml pm
00 Z r 1 00xi mp V)0
13 p -431q *C D 0 x nx
A> A ON p�Dr X < _Ixi
ZD > A Z> ?
O� r V)r < 0 -<
�D p 73 co rmxi> AV) m
J_ N
I I�
O)
8A
E N
0
l7
03033N SV .18VA 11VHS
3dOlS VaV 133V1 01
2103 £L'Z'£ N01103S 33S
3ONVH0 XVW
z
30V8O AVM3A180
NOISNVdX3 H1d30 llfl3
SI H10IM l.VM3A180 HI 1NIO
'2131V380 NO ,S L
*.Zm) D �m nsp V' -UC Z
2D p m� ND m* WE -i
A2 0LI ,V)p0 A X)
,4m mm m Nm r-
-1 z oo �=o� -<-I
p= A m W m 0 0 D
0)> W 0= r D mD
eQr 1 C= �22Z 1'm0 N
M Z Dm 4a 2 Z) z
D co m N > O () 0
m0 'DVO Z<> mr
-iz �c m -` C0
V)
Z� z VU)m rn 2
M C 0
> Zm) D 0
V)<-0
Z m 0 m m z
71 P 0 ZP 0 ITmI
i m < A
_ xi o
•
• 4
• • •
• • •
• a/
a •
•
• • •
•
• •
• • •
• •
• • • •/
4 -£ ONIMVNO 1ro130 eano
0
N
p
4 •
•
m
P
0
c2 0
0
Fri
O 5
Nm
8
m
0
0
F 0
z
� Z
• >
O
02
n
o
N N
3NI1 AVM- J0 -1H01
•
•
3" Shil
(TYP•)
Si
PI
C
Cement Conc.
Barrier Curb
(TYP•)
ler
MIN.
MAX.
Minimum
1 5/8"
2
1
dewalk
�pj��'�pj
ante ese+e.
♦e.f4:4.
B
5/8"
1
1/2"
12:1
N
1 2:1
00000000000000000
00000000000000000
00000000000000000
000000000.0000000
2'
'�'l�'
I� to
ate
4
7/16"
—
urb /Gutter
, -nli
Cur
Dummy Joint
Cement Conc.
Barrier Curb
(See DWG 3 -4)
0.35' ±
Saw cut 'Match Line'
(TYP•)
Sidewalk
Planter
b /Gutter
DETECTABLE WARNING
PATTERN (SEE DETAIL)
LAND /N G
4'M /N
MAR 2011
Dummy Joint
DETECTABLE WARNING
PATTERN (SEE DETAIL)
DETECTABLE WARNING A
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE WITH 8
WSDOT STD. SPEC. 8-14.3(3)
PLAN
17.1 1..C)
ELEVATION
DETECTABLE WARNING PATTERN DETAIL
arrOP
Fe 0
��q PUBLIC
a Y WORKS
CURB RAMP WITH
SIDEWALK AND PLANTER STRIP
DWG. NO.
3 -8
MIN.
MAX.
A
1 5/8"
2
3/8"
B
5/8"
1
1/2"
C
7/16"
3/4"
3
7/8"
1
7/16"
PLAN
17.1 1..C)
ELEVATION
DETECTABLE WARNING PATTERN DETAIL
arrOP
Fe 0
��q PUBLIC
a Y WORKS
CURB RAMP WITH
SIDEWALK AND PLANTER STRIP
DWG. NO.
3 -8
(TYP•)
4'
3" Shiner
(TYP•)
Sidewalk
00000000000000000
00000000000000000
00000000000000000
00000000000000000
Saw cut 'Match Line'
PP-)
Sidewalk
Curb /Gutter
Curb /Gutter
Dummy Joint
Center of
Curb Ramp
as Marked in Field.
DETECTABLE WARNING
PATTERN (SEE DETAIL)
Cement Conc.
Barrier Curb —\
(SEE DWG 3 -4)
0.35' ±
DETECTABLE WARNING
PATTERN (SEE DETAIL)
DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE WITH
WSDOT STD. SPEC. 8- 14.3(3)
MIN. MAX.
A 1 5/8" 2 3/8"
B 5/8" 1 1/2"
C 7/16" 3/4"
D 7/8" 1 7/16"
REV. MAR 2011
DETECTABLE WARNING PATTERN DETAIL
°o
,c1, COTT OF
&rad Way WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8A
•
3" Shiner
(TYp.)
".Western Groove" (TYP.)
Sidewalk
12:1
00000000000000000
00000000000000000
00000000000000000
00000000000000000
Rolled Curb /Gutter
•
Dummy Joint
Center of -
Wheel Chair Ramp
as Marked in Field.
Restore Asphalt pathway
to original location level
with back of concrete
ramp (Max 8% slope)
12:1
Saw cut 'Match Line'
(TYp•)
Sidewalk
Rolled Curb /Gutter
Distance will vary
Dummy Joint (TYP.)
DETECTABLE WARNING
PATTERN (SEE DETAIL)
•EV. MAR 2011
DETECTABLE WARNING
PATTERN (SEE DETAIL)
DETECTABLE WARNING
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE WITH
WSDOT STD. SPEC. 8- 14.3(3)
A
PLAN
ELEVATION
O
DETECTABLE WARNING PATTERN DETAIL
MY OP
°0
pip PUBLIC
Qfr �IVW WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8B
MIN.
MAX.
A
1 5/8"
2
3/8"
B
5/8"
1
1/2"
C
7/16"
3/4"
D
7/8"
1
7/16"
A
PLAN
ELEVATION
O
DETECTABLE WARNING PATTERN DETAIL
MY OP
°0
pip PUBLIC
Qfr �IVW WORKS
CURB RAMP WITH SIDEWALK
(NO PLANTER STRIP)
DWG. NO.
3 -8B
•
•
c% e0
m I
a
2
•
b
CND
O
O
O
0
O
0
0
N
O
U
O
w
N
0
0
a
0
J U J
Z a
L
0
W 3w
Jv v a
: gm 6 FU w
w�
O 0 N
w
0
Z Z
aL
a- Lai
N
2 m
nce
ce o
•N
O
02
1 L
NVH OIM
)IlVM301S
0
EXPANSION JOINT
Z W W
cn a D
w I-
Q�_,,I Z 0,, W
O xZW0
OO �MWJ
OQON
m
ii
Wa Z0N0
re
Or, J_dZJ
O 0"- QOWZm
2>HOy
a a= NaNmQ
!- WO W22EI
x XL,- MI—I x
emCO MwZ =a
w OOZ ZwUGH
O • U�J Z ,-ZZw
Z J
ZZce U <W
wa MxZfm
WOm O Z 6 M W w F
FZtr XO QQ
0.-D w0
D0 4.0IL
wa fzHWM
UdW <LU Q
am mao m
wt,_ mM?Zrx
Z01- OWL6L1E0
0
W WW0WW
O CV
G U
N'b
La
cem
W D
O U
O
'z o
V 7
�
0
L
g ri-
ce
co I-
ce co
o w
Z~
O Q
I— —• a 1
wI-
D O
w=
J H
cn
m
0
<1
0
O
to
0
m
U
°
W
CURB AND GUTTER
ISOMETRIC VIEW
1/)
H
O
z
z
w
z
Qw=LL
�a 5 --0
>0 wwOw,
0Q ce?LLO
UO aOD.
LI
wm ZO
w 0wZg JoW _
>.Z
co �<W D
m
CO
-2 <OW�
XLL (HOmw
cold OWF=((1)
Oa'O ZLLwOF
FLLZ Z -ZZg
Z? ZDOJ
LL
w U cn
DWW TWO WW UZuJ
cnZd ji m
ZZq -0 0J
L Q
ilcccr MFwoo
ODD W0 ~ .-W
W0° 2z?w QM
<<m J W F 2'
-11i- mmoom
OF0 =gz }�
Ugw U
ZOc ww0mw
0Od HF-Qi) <H
� N
0
co
REV. JAN 2
Cl
w
J
Z
0,
U N
J Y
m�
a3
•
•
00
w W v
m01
Z
z J
•
z z 0_0
< o 0_
J ? 6
m
H K
w
wO0
0
N
oar3
00000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
00000000
z
J
a
co
N
co
co
n
CD
0
DETECTABLE WARNING PATTERN DETAIL
1-
z'
Z_ z
O p
WO d N Um�
M 1 6 O p LO
0 O m g a
W o z
O N NQO 0
.vf ow 000 W '�0!0�
W O 0 WUra
mz a ~zp 4E5/ a- 3 6zar�
m0 OUO '' Op2E
w" 0 Z j WaZ
U=� �jOW a
Q00. WEE Wy0 arW Q W2i
°�-Q
wow ��� �dK5d "'0 oa
00 yfo U �mJ W7Z
a
6 zW M
ac,.) y i 9w z zo!OL
2 00 ; NN O0)Q OOOZ 0
N
~O c• M M 0•
z
0
z
67
� M
CURB RAMP
PLANTER STRIP
AS REQUIRED
3J
N
N
H
z_
O
Z
0
N
z
0
X
w
z_
0
a
N
J
w
p
N
0
p
ce
p
Z
H
N
}
Q
J
ce
w
p
w
L._
w
w
N
MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS.
0
L._
NOT DEVIATE MORE THAN 1/8 INCH
J
J
w=
U
Q Z
cx —
O d
W
p Z
w
_1—
Q w
c
�0
N
H>-
0 C
O
0O
Z
= J
Q
3L=i)
CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8 -14.
REV. MAR 2011
d
zM
M
0
w
J
0
H D
(0 <
CO 0
O C
w w
O CL
o �
aw
O • CI
J
L-m
O 0
w=
Q CO
Z
g 0
Q
w
J
0
W
0
0
0
0
a
fA
4U
*XYVI .
8
0
0
Z
d
0
0
1. SEE SEC. 3.2.10 FOR LANDING REQUIREMENTS.
z
U
z_
z
J
z
0
V
'W
V /
U co
J Y
CO d'
0
a3
•
•
•
§
MIDDLE
SEE MUTCD SEC. 6F.60.
TYPE II BARRICADE
INFORMATIONAL SIGN
co
W
0
ce
et
• MZ lois
{ /(k
ESSENTIALLY
PERMANENT
=
t/
2' MIN.
3' MIN. 11
Ng
PORTABLE
BARRICADE NOTES:
8' MIN.
12" MAX.
DEMOUNTABLE
OR HEAVY
ESSENTIALLY
MOVABLE
k
WIDTH OF RAIL
LENGTH OF RAIL
HEIGHT
TYPE OF FRAME
FLEXIBILDY
co
W
0
ce
et
RAISED PAVEMENT MARKERS
O (n
J Y
- - - - -- Rev. NOV 20141
(n
0
Z
J
Q
w
Z
0
_I Q W
Q 2 W
1- i= ~
Q 0Z
W )- CL
=U0
QL
W
m m
Zw J
O J
_J QQ
z= (n
1_ >bZ
(noZd
YE
Q W �F-
2 a_ < n
W
D W�
F =U�=
z (n w 0
Og >J
-I 0_
QQ
,- mwQ
W
J W WO = . 0 0
Z z
(n 0 J U~ 0 p i °Ict
LLJ
Z � Z W SC CC
O m 0 F- U
0_ 0 CL =IN
~� � 0 m L L J W WF=Li_
J J CC U U
p� W O F-
LiJ 0 C z - z
U �
w UQ �Q = � O (f) O
_ � I
O Y O O
z Z mLn ( 0_
W W 0_w
O p -
Z m J W
1-O ct J(~n -w 0Q d �N �N�
?Q <z J UAW
=W (nO 0_ CC (W OW ~ 0WF-
0 W (n W m W e D W._ W W }W
Z_ W W W 0 (n F_- V) F=
ET_ ..n
�m �Q �0W 0 �(/) O �(/)O
F-U (Ni WDp] Z Q WDm WDm
_1 (n _1 W W J w (D C.) 0 W O W O
Jg J= WQ =ZZ 0 W =�W U 1000 Z
QW QU HC �aa �(nz �(nz W
Z F- LLJ
E E W U ZU U
W
Nm I�� 4Q If)�� (n (O Imo(ui OO(I�i
W
C N
W
a_
0_
J W
Z CC
Q
U Z
W 0
IX �
15 0
O E
O I
m
B
DOUBLE YELLOW CENTER LINE (DYCL)
A n'
YFI I (1 \A/ 1 !KIP-
WHITE EDGE LINE (WEL)
1 4 WHITE LINE
YELLOW EDGE LINE (YEL)
An'
--
I Am
'TYPE 2Y RPM (TYP) <1 ' - -- . _ - _
SEE NOTE 7
o
0
-cn
I Ja
TYPE 2YY RPM (TYP)--/
1
H
��
o
,
RAISED PAVEMENT MARKERS
O (n
J Y
I
/ 4', \
I I <I> I Ii
V \ % 4" \
SEE NOTE 6
1
■
cf
L`Y-
'M
1
AM
'M V
8
ol_
4.',
J
J
0
.._.
V)
w
Z
J
2
a- CO
CC
0
Z N N �� W
g L w z
(3_w Ld
o
ct
0
/ u-)
i
•
•
•
—J
Q
LLI
0
« @u±
7
\
/
}
#
U
±
\\
END TWO -WAY LEFT TURN LANE
�
40' RPM spacing
4
4
LLJ
0
Rev. NOV 2014
RAISED PAVEMENT MARKERS
See Table 3
Taper length = T, x taper rate
0
0
U
N N
�L
O
�3y
O 8 U
Q
U
3o
o a •
9 a) N
0 a o U
°oa
a0 .�
o•
��(3?
c o of
o
m
-o
_0 a`)
O • 00
a)
y N
f02�
a) 00
a-
u/
Z
O O .
O. 00
p
RI)
22
2°
v n
0 1) 4)
0. 0.
0m
as
O
�0
u u
N
c
a)
E
Z • N O
o c
E c 0)
_oEa
O c O
N 0
O -0
• O
m O
00 00
m
Nr a)
c U •0
(�J . o '7,
• O
O a
CL a
00
3-3 z c
0
U
O
O
a
a
4)
C
0
-`o
0
0a)
O a
• O
0 0
N
¢°
Taper length = x taper rate
m
-5, ID
Y • 0
o E a
c
c
E3c
> C 0
a0U
-0222
?1,15-E
• 0
7
LEFT TURN LANE
8
+1
8
4)
O
O
0
/ c M
ao N
.g M a Z
2 Z oc-) 0
Z O
. .a '-^ o o
a O 0 H
Z
E 0 N
0
O
N
Two -way left tum lane, see Dwg. No. 3 -18
TWO -WAY LEFT TURN LANE
LEFT TURN LANE
0
2 o
Z
N a)
a.
3
t
O
TWO -WAY LEFT TURN LANE
ALE 3
hL E
O 0
ul M a r,
V) (V O
a E
° °'p op
C
Za)
�
N 0
^ V)hM NNE
0 a)
-O-0
C. Z L L -C -C
) a)
as aaaaa
o a
E E E E E E E
Cl N
.1 C) M (V
TABLE 2
t
0)
U a
O 0
ul M a r,
V) (V O
oo 3
J
0
u7 en v M M N
13 13
r .c r r L
0 a)
as aaaaa
a
EEEEEEE
a
(0 °v °� °N
Rev. NOV 2014
a) 0
a0
h O U� h O V)
- o
0
u7 en v M M N
TABI
CD y
a)
aaaaaaa
EEEEEEE
Rev. NOV 2014
w w w
Centerline Crosswalk Stripe
Crosswalk (TYP•) Lane Line
Centerline
Roadway
IF- ►
Centerline
7— —7' g'y � �� Curb Ramp
5
4 (TYP) ��
—18" STOP LINE
CROSSWALK STRIPE DETAIL
TRAFFIC ARROWS TYPE 1S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S - SEE WSDOT STANDARD PLAN M -24.40
"SHARKS TOOTH" YIELD LINE SYMBOL - SEE WSDOT STANDARD PLAN M -24.60
HANDICAPPED PARKING STALL SYMBOL - SEE WSDOT STANDARD PLAN M -24.60
BIKE LANE SYMBOL - SEE WSDOT STANDARD PLAN M -9.50
PREFERENTIAL LANE SYMBOL - SEE WSDOT STANDARD PLAN M -7.50
Rev. NOV 2014
0
z —
6 N
M
0
cn
CD
Z
Y
W
Q
2
H
Z
W
E
W
Q
o_
m
0
W
Z
Q
J
-J
W
0
CO
2
SEC. 3.8.9
WSDOT /APWA 9-03.1 2[4]
Li LLI
f%1 N N
W
I-
0 N M 4 In
z
w w
0 z
?Q I-0 0
U ct 0 E
,cr aaO JO
J 0
3 \w L
ix }w ow Zw
o W j N W Z W
I a0� - I �=
w�r r
co �
N w O M- h
—OK 0r �r
J U 2 02
J W �0 w0
L — 02 D2
Z
Zoo aW mW
rY
Lwm 0 ZO
,U) wiz ct
< U
W W W 2 W
� W W 2 0 2
3 3
>- r Y N
Yam ?w Ww
OZ� W�
O_, ZO 00
03 Owe wre
O
cu
z
0
1-
V
w
1-
Cis
z
v
L
0
0 Y
m
m 0
d
FILTER FABRIC
'XVVI
1H913H 1N311NNV8113
ORIGINAL GROUND
J
O
Z
ij
W
Z
SEC. 3.8.9
WSDOT /APWA 9- 03.12[4].
W W
V) V1
O
N
LESS STABLE
Q
LJ
c O N a
DM ~=U
Q
�- N wo
<1
QY
O
U
Q2 �E0
Oce 0c3
Z ow oww
30 w3-
ct- Cr N 0CC O W
Ow CC 0
Z w��
W w 0 CO CO
�WZ }c <
50 Cl_
j V
U00 Now
w
W w
w4JQN o
ZQ mwiO
J Z w 0 0 0
S~ wow
Et ct
000 I- _JX
U O V H J w
BE REQUIRED
AS RETAINING
6. ROCKERIES SHALL NOT
JULY 2014
0 Y
IX
m0
a_ 3
§§ 0-•
0+ u,§
A� k »
z
1. SEE SEC 3.8.9.
2. SEE WSDOT /APWA 9- 03.12[4].
}�
®/
k )
\ƒ § \ )k§
7. ROCKERIES SHALL NOT BE USED AS RETAINING WALLS.
0
NOTES FOR CONCRETE STEPS:
CONCRETE: CEMENT
DIMENSIONS,
h
7" MAX., 5" MIN.
Vi
re
Lu
1-
Z
W o
W m W
(/) 41
IX ¢ CC 5
Q N IX 14.1 CC
N W W
~ J 2 <
H W 1- in
o° w�
_Z Ww m
M J f0
W2 JW •
- �
Z =tea'
N§ O
w 0= u) U m
O XI— K
J J - W J m 0
N N
2 O W 0 0 0 1 d
N� ZNWN ZQF
�� =JH CU'MN
&j L o0 O
NI-
K0 F K Z W
0. W W W W W O
HO m2 V) tx O W
N r7 4
MIN. LANDING
MIN. LANDING
CONCRETE STEPS
PLAN
7. MAX. VERTICAL DISTANCE BETWEEN LANDINGS IS 12'.
NOTES FOR HANDRAILS:
GALVANIZED STEEL OR ALUMINUM (40 GAUGE MIN).
2" O.D. ROUND OR OVAL PIPE.
POSTS
(Ni M 4
rl
O
REV. Jan 2014
•
•
REV. NOV. 2014
2 FOOT WIDE, X" DEPTH
ASPHALT GRIND,
TYP. BOTH ENDS (SEE NOTE 1)
CURB FACE
14' 150' (TYP.)
in —7
AVEMENT WIDT1
RPM TYPE II (WHITE)+-'
A
Al1
_
PM -- O --h—.J
PM TYPE II— YELLOW
(TYP. AT • NTERLINE)
WI[IITE PLASTIC MARKINGS PER WSDOT STND PLAN M -24.60 (TYPICAL)
8
B
SIGN DESIGNATION / SIZE
W8 -1
BUMP
30" x
30"
W8 -1A
BUMP AHEAD
30" x
30"
W13 -1(15)
15 MPH ADVISORY PLAQUE
18" x
18"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD)
N
0
co
0
7' 7'
SECTION A —A — PARABOLIC CROWN
2 FOOT WIDE, 1¢" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1)
I 6" I
TAPER
GUTTER
STANDARD CLASS D OR
CLASS C MIX (TYP)
TACK COAT (TYP)
SECTION B —B (CURB AND GUTTER)
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER
MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A
SMOOTH TRANSITION.
SECTION B —B (SHOULDER)
Way e VWay WORKS
SPEED HUMP
DWG. NO.
3 -26
2 FOOT WIDE, 7¢" DEPTH
ASPHALT GRIND,
TYP. BOTH ENDS (SEE NOTE 1)
AVEMENT
WHITE PLASTIC
MARKINGS PER
DWG NO 3 -20
(TYP) A
—6'
0'
G'
100' (TYP)
N
zm
in
,Iii
n
(n
(n333
N
b Z
B
WHITE PLASTIC MARKINGS PER
A WSDOT STND PLAN M -24.60 (TYP)
RPM TYPE II- YELLOW
(TYP. AT CENTERLINE)
SIGN DESIGNATION / SIZE
W11 -2
MAN WALKING
30" x
30"
W8 -1A
BUMP AHEAD
30" x
30"
W13 -1(20)
20 MPH ADVISORY PLAQUE
18" x
18"
W16 -7P
ARROW DOWN
24" x
12"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD)
3) USE YELLOW -GREEN SIGNS
4) USE S1 -1 INSTEAD OF W11 -2 FOR SCHOOL CROSSINGS
`a,
CURB FACE
8'
SECTION A —A — PARABOLIC CROWN
2 FOOT WIDE, Xz" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1)
1-1' -2 MAX
3'
TAPER
STANDARD CLASS D OR
CLASS C MIX (TYP)
GUTTER
TACK COAT (TYP)
SECTION B -B (CURB AND GUTTER)
6"
MAX.
3'
TAPER
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER
MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A
SMOOTH TRANSMON.
SHOULDER
SECTION B -B (SHOULDER)
REV. NOV. 2014
��p PUBLIC
eff'd VWEV WORKS
RAISED CROSSWALK
DWG. NO.
3 -27
2 FOOT WIDE, )4" DEPTH
ASPHALT GRIND,
TYP. BOTH ENDS (SEE NOTE 1)
—6,
10'
100' (TYP)
=7
A
RPM TYPE II (WHITE)
Al1
RPM TYPE II- YELLOW 1
(TYP. AT CENTERLINE)I
WHITE PLASTIC MAIJKINCS PER WSDOT STND PLAN M -24.60 (TYP)
ME 3
�z1.
N
100' (TYP) g
-• LO m
wz
SIGN DESIGNATION / SIZE
W8 -1
BUMP
30" x
30"
W8 -1A
BUMP AHEAD
30" x
30"
W13 -1(20)
20 MPH ADVISORY PLAQUE
18" x
18"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD)
0
N
0
CURB FACE
8'
SECTION A -A - PARABOLIC CROWN
2 FOOT WIDE, X" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1
}-1' -2 MAX
3'
TAPER
STANDARD CLASS D OR
CLASS C MIX (TYP)
GUTTER
TACK COAT (TYP)
SECTION B -B (CURB AND GUTTER)
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER
MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE
A SMOOTH TRANSITION.
SECTION B -B (SHOULDER)
REV. NOV. 201
Fe '_ OP
� o
Way erg VWay WORKS
SPEED TABLE
DWG. NO.
3 -27A
SEAL JOINT
EXISTING ACP
NATIVE SUBBASE
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH
(3' MIN. WIDTH)
MINIMUM 3" HMA CL 4"
PG 64 -22 (COMPACTED DEPTH)
OR MATCH EXISTING
WHICHEVER IS GREATER
ACP TRENCH
RESTORATION
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
EXISTING BASE
5/8" MINUS BACKFILL
FOR TRENCH 1,2
MATCH EXISTING DEPTH
PCCP PAVEMENT IS TO
BE CONSTRUCTED PER
WSDOT STANDARD 5 -05
.25' MIN.
NATIVE SUBBASE
SEAL JOINT
EXISTING ACP
USE 1" EPDXY COATED
SMOOTH DOWEL BAR
.25' MIN.
PCCP TRENCH
RESTORATION
PAVEMENT RESTORATION
LIMITS, 1' BACK FROM
EDGE OF TRENCH EXCEPT
IF WITH 3' OF JOINT THEN
REPLACE TO JOINT
3' MIN. WIDTH
15' MIN.
EXISTING BASE
0.5' BAR
LENGTH
5/8" MINUS BACKFILL
FOR TRENCH 1,2
MATCH EXISTING ACP
COMPACTED DEPTH
WITH HMA y2 ", PG 64, -22
MATCH EXISTING DEPTH
PCCP PAVEMENT IS TO
BE CONSTRUCTED PER
WSDOT STANDARD 5 -05
.15' MIN.
W% /Ii ∎ ∎ % //4"∎ % /'I� ∎ ∎ % /'I∎ ∎∎
NATIVE SUBBASE
ACP OVER PCCP
TRENCH RESTORATION
EXISTING BASE
0.5' BAR
LENGTH
5/8" MINUS BACKFILL
FOR TRENCH 1.2
NOTES:
1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL.
2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT -OF -WAY SHALL
BE MIN. %" CSTC.
JULY 2014
avr a•
Fe 0
p� PUBLIC
era my WORKS
TRENCH RESTORATION
DWG. NO.
3 -28
2/3 HT. OF TREE
1' 0"
MIN.
FINISH GRADE
ROOT BARRIER
(TYP., BOTH SIDES) j
BACKFILL WITH CLEAN
NATIVE SOIL
REMOVE BURLAP FROM
NOTES: TOP 10 OF ROOT BALL
ADD 3 WATERING RING
PLANTING:
1. Dig hole 2 -3 times the width of the root ball and as deep as the root ball. Do not
make hole deeper than root ball.
2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or
ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut
circling roots.
3. Place top of root ball even with or slightly higher than soil grade on firm soil. Do
not add soil amendments or gravel unless approved by Public Works Director.
4. Install 4 "x 24" perforated drain pipe; fill with drain rock. Pipe shall not extend more
than 1/2" above finish grade.
5. Back fill with clean native soil. Firm soil around the root ball; water slowly and
thoroughly.
6. Mulch around tree with 2 -4" wood —chip mulch. Do not place mulch next to trunk.
ROOT BARRIER:
1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors,
minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal.
2. Install root barrier in continuous 24' strip, centered on tree, next to sidewalk and
curb according to manufacturer's directions. Exposed edge shall not extend more than
1/2" above finished grade.
STAKING:
1. Use 2, 1-1/2" by 8' —O" rebar tree stakes. Do not drive stake through root ball.
2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation.
TAGS:
1. Remove tags after inspection.
1 vT..�i
,:... rrrr.
�OOi••OO +2
■
MIN. 2X ROOT BALL
CANVAS WEB OR
RUBBER TREE TIE
1 1/2" x 8' -0" REBAR
TREE STAKE (2 TYP)
4" PERF. PIPE, FILLED
WITH DRAIN ROCK
WOOD CHIP MULCH
SIDEWALK
pgRj -t1
.o.
1' -6" MIN.
IRM NATIVE SOIL
NOT TO SCALE
JULY 201
- mrr OP
-� 20
��p PUBLIC
erad ay WORKS
STREET TREE PLANTING
IN PLANTER STRIP
DWG. NO.
3 -29
N
GEMENT BELOW
Z
w
w
w
V)
ce
O M ..
J
I`•
wM•.
m
J •
} w
w2w..
w.
• N N.
• w •
o
aS N0
W W W ••
< - O 1
Q w'.
0 > .
z0.
m a�
CD 0 :..
X • Cr IL
ce
U
M
F- M
o
117¢
w
LA 0
ce
1- W
N a
ce
x
N
V N a.
CI
a
..
Cl
Q 0
Ci
) ' /1111
\\ \`mac
CI Q •
•
a •
V
p
v
o
d
�
0 a.
<O w •
0 w Y
CO J fn Q ■
Z N 3. •
i-oz vo..
c.) ce VI
Z IL O F
ma_2o
-)av)z Q
o
o
a
V
a
a N
.
a' •
V, Q 0
a
a
a o�
C •
a'
V
a.
a'
a
v p
v
V
a d o•
ov Q
0
FOR LANDSCAPING. IF INSTALLED
w r
F '-
r 0
mw
W F
Z
Z
Z <
Q�
z
°o
oz
Waw
C 2
5 LA,
F
• z
Ce ▪ w
03
N
141-
- mw
m
O J
J
a=1-
o N
• U
(1, -wx
H Nw
O . rw
Z�
CO
z
F
U
O
J
w
2
F
LA_
rr
W
J
J
2
N
ce
O
F
U
1-
F
z
0
U
W
2
F
1-
5
0
z
0
U
z
I-
2
O O
J W
eL
W V)
w
c-
Fi,
0
W
2
F w
wz
05
zz
W
F W
52
J F
Q =
F
z3
Ox
O
- m
0 '
O
02
F
.w
N0
REV. OCT 2014
0
zo
C7 M
� M
0
V
U Y
m0
a3
SOUTH 320TH STREET
0
0
N
O
U)
N
•
SEE ENLARGEMENT BELOW
H
w
w
ce
N
SOUTH 320TH
ce
U
•
DQ
v
Z w
O 0
v I • Z
X
Z� O0 0 w
V 0
z
O X z v
v a- O
z
-,Q VV))
•
•
REV. OCT 2014
z
0
Q
U
0
J
W
2
L_
w
J
J
Q
2
V)
0
1-
U
Q
z
0
U
W
2
H
3
0
z
O
U c
00
z
H W
2 a
C7z
J
H
WO
- ce
Nw
W Z
2 3
Z
W
0w
z�
O
H
g3
N O
z m
O
� w
w O H
0c�
Z 0
•
d
r
1-
m
2
V)
v
•
•
•
DQ Q
•
IRRIGATION SLEEVE (TYP)
•
•
OPTIONAL HYDRANT LOCATION
0-
N
W
PLANTER STRIP
v
v o •
J
w c
D -
a
a
H W Z
z U
a
}
J
z
r O a
a
Z
a O O
d J N
RIGHT OF WAY
Q)
t
c
a)
-o
U
t
U
a)
D
0
0
0
0
t
0
0
0
J
c
0
OPTIONAL HYDRANT LOCATION
a
•
v o
a
vD
w
• 0
a
r
H
RIGHT OF WAY
co
a
H W Z
Z J D
< O et
O M a
J
>-o<
-
Q
U
Z
CT O O
a J N
a)
t
c
a)
U
U
a)
a)
0
c
0
0
0
0
J
0
L
REV. APR 2012
d
z
3 M
p
Z
0
1-
0
0
J
H
Z
re
2
W
LL
24"
72" --I
%�i�i
URBAN ACCESSORIES H 18
KIVA MODEL GRATE OR
APPROVED EQUAL 4' x 6' TREE GRATE
HALF PLAN SHOWN. FOUR
PANELS REQUIRED EACH TREE
SEE DETAIL 3 -30
PVC IRRIGATION
LATERAL CURB
BUBBLER
TREE GRATE
SEE DETAIL
AT LEFT
CAST IRON FRAME
ALL 4 SIDES, TYP.
EBAR STAKE (TYPJ
OOT BARRIER, '-
TYP, 4 SIDES wo
FESTIVAL OUTLET
SEE STD. DWG. 3 -32
ROOTBALL
PLAN
(GRATE NOT SHOWN FOR CLARITY)
4" PERF. PIPE
AND RISERS
NOT TO SCALE
NOTES:
PLANTING:
1. Remove
ball.
2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or
ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut
circling roots.
3. Place top of root ball even with or slightly higher than soil grade on firm soil. Install
irrigation.
4. Install perforated drain pipe; fill with drain rock. Pipe shall not extend more than
1/2" above finish grade.
5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and
thoroughly.
6. Mulch around tree with 3" pea gravel to bottom of grate.
ROOT BARRIER:
1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors,
minimum 18" height, with 1 /2" raised vertical ribs 6" on center, or approved equal.
Install on all sides.
F0
N
INSTALLATION PER
MFR'S. SPECIFICATIONS
CANVAS WEB OR
RUBBER TREE TIE
1 1/2" x 8' -O" REBAR TREE
STAKE (2 TYP)- SEE DETAIL
AT LEFT FOR ACTUAL LOCATIONS
3" PEA GRAVEL, FLUSH
WITH BOTTOM OF GRATE
BUBBLER (2 TYP.)
SIDEWALK
ROOT BARRIER
(TYP., ALL SIDES)
BACKFILL WITH /
CLEAN TOPSOIL
REMOVE BURLAP FROM
TOP 1/3 CF ROOT BALL
ADD 3' WATERING RING
r
4" PERF. PIPE, FILLED
WITH DRAIN ROCK
all compacted soil to planting depth. Do not make hole deeper than root
1' -6" MIN.
FIRM NATIVE SOIL
STAKING:
1 . Use 2, 1 -1 /2" by 8' -0" rebar tree stakes. Do not drive stake through root ball.
2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation.
TAGS:
1. Remove tags after inspection.
REV OCT 201
CITTOr
Fe o
�/�p PUBLIC
GPO ay WORKS
STREET TREE PLANING FOR
CITY CENTER TREE WELLS
DWG. NO.
3 -31
•
REV. 3/28/06
NEC APPROVED
EXTERIOR BOX
MAX 6"
20 AMP GFI PROTECTED
CIRCUIT WITH DUPLEX OUTLET
FINISHED GRADE /TOP
OF TREE GRATE IF USED
3 - RIGID
CONDUITS
(1/2" DIA. MIN.)
18" MIN
36" MIN
NOTE:
FESTIVAL OUTLETS TO BE
ON SEPARATE CIRCUIT
FROM STREETLIGHTS, WITH
SEPARATE CIRCUIT
BREAKER AND CONDUIT.
36" MIN
TO POWER
MAY BE FLEXIBLE
CONDUIT BELOW 18"
CITY ELECTRICAL INSPECTOR
U BOLTS ATTACH ALL
CONDUITS TO 1 1/2" X 1 1/2"
ALUMINUM ANGLE IRON
CITY op
0
Way C f�a � ay WORKS
CITY CENTER FESTIVAL OUTLET
DWG. NO.
3 -32
•
•
•
N.D.C.B.U. UNIT
EXPANSION
JOINT
MEM
Mimi
Mani
ANCHOR BOLT PATTERN
PER N.D.C.B.U.
PEDESTAL TEMPLATE
EXPANSION JOINT
CONCRETE BASE
1' -6"
FRONT
SIDEWALK
PLANTER STRIP
x6»
N.D.C.B.U.
SIDE
ADD SIDEWALK TO PROVIDE
MIN. 5' CLEARANCE
AROUND N.D.C.B.U.
_tf
EX. SIDEWALK
ROADWAY ROADWAY
PLAN
PLAN
N.D.C.B.U.
TYPICAL INSTALLATION - NEW SUBDIVISION TYPICAL INSTALLATION - EXISTING
OR EXISTING ROADWAY WITH PLANTER STRIP SIDEWALK - NO PLANTER STRIP
NOTES:
1. FOR NEW SUBDIVIISION INSTALLATIONS, THE MAILBOX LOCATION(S) SHALL BE SHOWN
ON THE PLANS, AND THE LOCATION(S) SHALL BE APPROVED BY THE GOVERNING
POSTMASTER.
2. FOR INSTALLATIONS IN AN EXISTING SIDEWALK, INSTALLATION OF ADDITIONAL
CONCRETE SIDEWALK MAY BE REQUIRED TO PROVIDE FOR THE 5' MINIMUM CLEARANCE
AROUND THE MAILBOX.
3. SEE STANDARD DETAIL DRAWING 3 -3 FOR JOINT REQUIREMENTS.
BACK OF WALK
JULY 2014
C�\\ array
Fed
��/ PUBLIC
°GadV Y WORKS
NEIGHBORHOOD DELIVERY AND
COLLECTION BOX UNIT (N.D.C.B.U.)
MAILBOX INSTALLATION
DWG. NO.
3 -34
NOTES:
1 A448 I AASHTO M 105, RAY
LLASS IRON 30. ASTM
/ - - \ 2. COVER AND SEAT SHALL BE MACHINED
/ / %- ` — -- \ FOR PERFECT CONTACT AROUND
\ CIRCUMFERENCE AND FULL WIDTH OF
/ // // / \\ \\ \ BEARING SURFACE. \ /
—
/ f f/ �\ O \ \\ \\ \\ A 3. APPROXIMATE WEIGHTS, STANDARD. A A
A / // n \� 60 LBS
�° \\ \\ \ COVER 19 LBS
3/16" I I I /1 / l \1 II I I I TOTAL 79 LBS • n '�
-7 r I II II e I 4 5 a' II II I 4. PAVEMENT SHALL BE ASPHALT CONCRETE
i \\ S / / OR APPROVED SUBSTITUTE. / \
IJ \\ \ \\ \ /f // / 5. CONCRETE SHALL BE CLASS 4000.
1/4k- \ \ \\ \\ /j/ // / 6. SEE SECTION 3.8.5.
\ \ �� // / 7. COVER LETTERING MAY READ MONUMENT OR MON O1 l OF MONUMENT
cFrTION OF LEIIE@ \ ,� `- _ i� / / 3•_4•
\ / I I--- COPPER PLUG OR TACK.
` _ 1 / . _. OR BRASS DISK
i
", a 4 , 2' MIN. NOTE 4
PORTLAND CEMENT ASPHALT CONC.
CONCRETE PAVEMENT R -5 1 4' PAVEMENT
w
4 5 8' R =4 3 4• 1 2� . :
m 3/6' :.?•••••1-
\I�lL CONCRETE
` \ \ MONUMENT •
` N (ALTERNATE)
OBI �Fil.'2....:-.7,...,:-,..4.'...,: E� �
a ,`: ;_W R<3 1 4" /•• .'".;• 8 , 1
' -�' ' COPPER 1.
• Ilimilll • `~ P..C.CONCRETE R =4' PLUG OR �••4 •�• - �;i;"
TACK ROCK
.• �. �: „
i CRUSHED ROC ..
PIP MO z
1
E NUMENT _
WITH CONCRETE CORE ORE PIPE m SECTION B -8
- . ::'.' iI
a .
ESTABLISHMENT AND /OR RE- ALIGNMENT OF A ROADWAY /RIGHT -OF -WAY CENTERLINE
REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT
STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY
SECTION A -A AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3 -37).
EXCEPTION: ROADWAY MONUMENTS THAT ARE SET /ESTABLISHED AS PART OF
A RECORDED SUBDIVISION.
REV. APR 2012 DWG. NO.
MY Of Ah.__.- Fe d PUBLIC ROADWAY SURVEY MONUMENT WITH CASE 3 -36
Fe ° a l] Wft WORKS
\ /
•
/ \
0
2
0
0
La
b
w
z 0 z m
a 2 = 0 o 0 O
0M Z- 0 I-, d o
w IQ n
}QQ5 - ma7 N cc
KU 1_ u_ NV1U1N a C-'
}
0 <0 Fmmm WV) w i
wlr V)I-Z = m0 a to
m,_ Z a LJ 0 O O) O) D
z 1-0 a ;to .-n <N m
J -, a
NHZ� W 2W N Z
(NC�• O zLL ir,CN 1,.. I-a W O
U' �-mz XwWJ EFL ce v)
ced Z 0 4 w N 0
(‹ 0 >
ZW >Ce� dUU,- <CC 0 W 0
Q 00- Q d0 U N U
z
z
0_
a
SL
Z 0 N
J
W N W
O
zoo
0 0 O
0 F-
3mreha
I a'')
L, CL I N
O = M a
W
• H 1== Q CI
COLaw
Q]
3 0 2 U)
r) n La
O Z o OW
ce 000w
a00 w
o �'Jaa
J
Z W S Z a
WCL NWH
�NZzZ
O
ajm���
0NZQZZ
Z0 3O0
0 (7
Zz�3m
J Ii O
wa
alic
= H Z K
N w a» 0 0
_J 0o~..W
m5ZL�
�arzx
La CC N a W
'NI W .9-�Z
3$
k\.o %kk
f /\\ +A) z c\t
5£0a ±6 %0 o #
of== @o �» & «
6 ®off ®y» °° ° °0 k
a �5kf\ o= f° » /k %�
C.) s±�o \/R ® f / <■4
,..0'S. aao
o =@ o .i r
« \&a 5 ±mw �°
+_- &
t w c4 CC °wS w %� ®..
° \ /f \�° \0 ° # Sk a
o. it`'..-6 ¥\ >S �A &a+
#, ƒ _ ��_ *� fo » & »a
\_% \ >6 2} 001-'0,,
c- pro - &
k k Ifk °= \ \k �� La
„0o w)
\ \_ ° »oyo <8 �° _
S> °� 4 ® & «b\
a w ® \ $\ /»
2 f�$3\
_ \%@�\
\$ %g%
2 3%ƒ
&& > Q
0.1=4):::?;
}k/f/
z .1»3±®
; .
/\ y.•�:/ ` e s ,. v - .da� . z w : .. ®i ©t ( . i� i - \: i z � ~\» � .5
_eee / � &
& 0
& & oo & @ < \o
\ƒ a
II
CITY OF FEDERAL WAY MONUMENT RECORD
MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF):
DATE SET:
ELEVATION: DATUM
(FT) (M)
ESTABLISHED BY (NAME):
(COMPANY):
LEVEL LOOP:
PRECISION OF SURVEY:
ORDER: CLASS:
LOCATION:
SECTION
TOWNSHIP NORTH
RANGE EAST, W.M.
LOCATION DESCRIPTION:
SKETCH (INCLUDE ANY REFERENCE TIES):
NOTES:
PLS SEAL:
JULY 2014
awor
Federa
Way d ay WORKS
MONUMENT RECORD
DWG. NO.
3 -37
U
VI
Ce
W
Q F.
Z
1 V
Vl
= V
N W
W
LIJ
U)
5
uci
w}
F
U Li-
�1
Maximum
Luminaire
Spacing
*
*
*
*
*
*
*
*
*
*
*
*
Light
Distribution
Pattern
—
—
U
—
—
0
—
—
U
—
I
I
I
C r )
I
I
U
Luminaire
Mounting
Height
40'
35'
35'
35'
30'
C)
M
Required
Uniformity
Ratio
3:1
3:1
3:1
3:1
4:1
io
Average
Maintained
Footcandle
.--I
1.0
1.0
c)
c)
0.4
Lamp
Wattage
*
*
*
*
*
*
*
*
*
*
*
*
Pavement
Width
Over 66'
Over 44'
-
VI
VI
-
VI
M
VI
Street
Classification
To
L
a)
L
Q
Arterial
Arterial
Principal Collector
Minor Collector
Local
a)
0
z
a) U Q)
a) 6
(
4-
co
LA
r0 c 0
c E >.
N ?
a ED a)
c c O
a) 4 a
o as
ra
o N -o
o r0
a a c
L O
Q) (n ca
C
K LE
a
Er)
c .-
-0
co 92 vi
v c
a 03 o
00'c m(a
+ .,_ n 2 U
a) O
o a)
i
U a U U
C) 2 no ^ N a) a
c0 _o , Q L C
M _ w O > O O
(6 (O M ,
(B ,---,
0 N c ro (n
O O C —_
0 r6, a--' z O c
Q) C d .0 p
L E y i
4- c§ 0 C O E
(0 c —_C a r0
O - O. N > >.
ra a) 0 O _0 (%
1— -o -a a -o ,
C 4- - E a)
o -0 -gyp ro a 0
0 -0 LE ro iN n3
-0 2 ro E
a) a) O i 4) L
rB a iD 4-, O O
1(1-) N a) a) (O O
O �� > V) —
U — , .., o (,) co
s
ate) r)3 r6 a ate)
LA 61 O1
_I ate.) r6 0 ) -C '{ a, —
CU 0 V (CO_ C a)
CS) 10
C O
., .2
a) + •
a)
4-I 110
Q H
(6 U _ (a -O
(fin (p C1 ( C
(n 4+ L (O
0)
v
N O 1--0 1- -
a) �,
c c O c c
E�2E3E
J U N J J
'-1 N Cr) '71 Lf1 lD * *
cols(6 N
Om
Z w
> LL
0,
CD
0 j
a)
CC
•
•
HAPCO 41 SERIES AND
VALMONT RTA POLES
MEET THIS STANDARD.
(2)- 1/2" 13 N.C.
STAINLESS STEEL
THRU- BOLTS,
NUTS, AND NYLON
WASHERS.
MOUNTING
less than mounting heigh
II
c)
z
w
J
H
vn
4Y2" 0.D. ALUM. TUBE
.188 " WALL ALLOY
6063 -T6 SATIN
GROUND FINISH
v_ azia
063 -T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8"
TO 4Y2 ", 0.219" WALL THICKNESS
SATIN BRUSHED FINISH
NOTES :
1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE
SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 90 MPH
ISOTACH / 120 MPH GUST VELOCITY WIND.
2. 4043 FILLER WIRE USED FOR WELDING.
3. ONLY THE BASE FLANGE WELDS ARE HEAT - TREATED.
4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12"
BOLT CIRCLE.
5. (4) 1"- 8 NC STEEL ANCHOR BOLTS ASTM 2"
A 576, AISI GRADE 1021 -1046, 50,000
PSI = MIN. YIELD MEAN DIA. OF ROD
STOCK 0.908 ± .01 1 ", OUT OF ROUND
TOLERANCE : f 0.012" ROLLED OR CUT
THREADS PER ,A307, CLASS 2A, TOP 10" 8 - #7 REBAR AND
GALVANIZED PER ASTM A153, COMPLETE
WITH (8) 1" 8NC GALVANIZED STEEL HEX #4 HOOP REBAR
NUTS & (8) 1" GALVANIZED STEEL FLAT 1' -0" CENTERS
WASHERS. Y2"
6. CITY MAY ACCEPT OTHER BEND RADII AND fl
DAVIT ARM MOUNTING ANGLES.
HANDHOLE (4" X 6" NOMINAL)
NON -FLUSH TYPE, COMPLETE
WITH REINFORCING FRAME ALLOY
356 -T6, COVER ,AND S.S.
HEX HD. SCREWS
11Y4"
Y2 " -13 NC S.S.
BOLT W/ S.S.
SPLIT WASHER
AND S.S. FLAT
WASHER
SECTION THRU HANDHOLE
2" SCH. 40
PVC CONDUIT
ea
W
11 )'2" DIA.
BOLT CIRCLE
f5Y„
4
4\
4 "3 �
CLASS 5 (1Y2) PORTLAND CEMENT
CONCRETE (3000 psi ). 3'x 3' SQUARE
OR 3' DIAMETER BASE.
Rev. NOV 2014
Erd Way WORKS
LUMINAIRE POLE
DWG. NO.
3 -39
LUMINAIRE BASE LOCATION DETAIL
IN 6' PLANTER STRIP BEHIND SIDEWALK
8' SIDEWALK ' PLANTER
• • ••
• • •
•• •
•• •
.••
• ••
•
•• • • •
•• •
•
PLAN
a
0
w
0
0
w
z
0
UNLESS SPECIFIED, BASE
FOUNDATION CAN BE EITHER
3' DIAMETER OR 3' SQUARE.
CONCRETE PAD NOT SHOWN FOR
CLARITY. SEE DETAILS, BELOW
TOP OF PAD TO BE
FLUSH WITH SIDEWALK
SECTION
GROUT UNDER
POLE BASE FLANGE
5' OR 6' 4'
SIDEWALK PLANTE
BACK EDGE OF WALK
r,,3 n ■ Asa
SECTION
LUMINAIRE BASE AND J -BOX CONCRETE
FOR 6' PLANTER STRIP
(STREET LIGHT IN FRONT OF SIDEWALK)
PAD ENCASEMENT DETAIL
FOR 4' PLANTER STRIP
(STREET LIGHT BEHIND SIDEWALK)
12 -tMIN.
CONCRETE PAD
FINISH PER
DETAIL 3 -3
•
STREET LIGHT
POLE BASE
♦FULL DEPTH
a EXPANSION JOINT"
csspX, a4
•e
♦ d. N
4 . •
•
W W
W W W
W W W
W W +
W W W
W W W
W i •Y
W W W
W W W
APRIL 201
4---(Plcaeraiii Way
PUBLIC
WORKS
STREET LIGHT POLE BASE PLACEMENT
AND CONCRETE PAD AROUND
J -BOXES AND POLE BASES
DWG. NO.
3 -39A
6"
MI
Y
Y
A
A
z
z
B
B
t /
1/
XXXX = SERVICE CABINET LOCATION
NUMBER BASED UPON A CITY DEFINED
COORDINATE SYSTEM
YY = THE SERVICE NUMBER, WITH
MOST LOCATIONS ONLY HAVING ONE
SERVICE CABINET, THUS NUMBER 1
AAZZ = CIRCUIT DESIGNATION NUMBER:
EXAMPLE IS STREET LIGHT CIRCUIT 10
= SL10
BB = POLE NUMBER WITHIN CIRCUIT
LEADING ZEROS SHALL BE OMITTED
ALL NUMBERS /LETTERS SHALL BE TWO
(2) INCHES HIGH WITH TWO (2) INCH
VERTICAL SPACING
ALL NUMBERS /LETTERS SHALL BE
PAINTED BLACK ON THE POLE FACE
NEAREST THE STREET. PAINT SHALL BE
BLACK ALKYD GLOSS CONFORMING TO
FEDERAL SPECIFICATION TT -E -489.
FEB 2011
aTY OP
Fe o
Way era ay WORKS
LUMINAIRE POLE NUMBERING
DWG. NO.
3 -39B
c
Z
wnl V IO I
Sm
z
0
v
r
N O
m
Dm
o ao
m
D 0
m
E > 0
n -
WZ
O
I—
M m CO
m m
n D
O r
z�
O Z
m 0 c
rnm D
0 rn
00 73
cn z
U) = D
D r
Dr
z r Z
p n
Zo m
Z 0
D
m —I
U) 0
z
C7 _
mO
ry
D
Om
z
D O
- o
0
Z �
D 0
r
m >
o
r O
n
0
p m
m n
0
z
m z
• m
U)
ONIHSfIB OAd GN3 1148 = 0
°c''mzo _10
°'
mry < N ik' ^ r� 0 c z
r .i0 U) N8
OO Dmpi 0
-a -*I oz
K -1 D O-1
0= m-1 rZ
�� z=n0�(n�
m
D o_ can m -1 2 - r\.) u)
0-1 yocoz1-co =�=
77 zr- 0rri D
m 00� O =Z.
Dm > m 0
me 0O m�D I O
,r (/) U) �«Z
0-1 mv) DOm
m0 U)nr0:1) _�O
00 � D 0 N O J
m 0 1 xm -
mm z 0
p m
D'
r-
0c-
7)c
Z
CO D
n
0
�O
pZ
mc
O -�m
r- 00=
M x0 O D
00�rr
c • co
ocnwm
D�U)
rn
M [T1
cN
Zn
0 I
m•
in
m <
mn
D 0
z
00
C
p �
Z77
m
T1OH ONVH
D U) 2
D�Z
-9 0m0
O O p
= 0 o
z U) m
0m0
mz
c0
m z
0
O O
n
O�
OD
c�
0 _
0
U)
< N
n U)
nn
o=
C n
P1
0
M0m-(n
Npz7CJm
C U) O_
nD�mI
2 �
7J -r1
O Z m p
�v I U, r
TO
LUMINAIRE
m 0 p
Z
n
p Z
c) cl D
m cA F9
QD
clij
D D O
p O
D
mm
�m
m
nm
M0
z
--1
oc
73 w
7c 1-
N C)
slat HdV A311
N v 0
m
Zm
0 n
DM
-1:1D
Ew
0
DZ
r O
rm
mm
cn °
nD
o
5'-
z
cf)-
oz
--I K
mm
*
(O
0
Ou
cn
w?
DD
zr
0 n
DO
m
(nO
m23
mK
DH
0m
zZ
H
0
Z
D
r
(03N) 3000 1`d012110313
NOI103dSNI
1" LONG WELDS AT OPPOSITE CORNERS.
DNIHSfl8 0Ad 0N3 1338 =
N
C)
1HD11 1332i1S Ol
13 =c- c- 0. -.dc-
I nDD�OC
2 (I,rm z
��m ><0Dm�:
Z
0 0 E� O m O z
<OI p
ZDD2I�W
nr �Zm�cor -10
7:4/)
O Gd (n =
CA
m
0 K �n ��Nm
70 � � rn N) > n
rn
> p Z Zp
m p �� �O�m
O -< Dm y -1pD
< cn -0 c zm�
0 1- p-1 0 Z 60
C7 < NCO=
Ft 00 SW D
D mm 0
r -4 0m
C 7
D
r
CO
0 N
-T_
Z
Oo
m
2J -0
N
n
m
m0
-1Z
\O
0 C
m
LI
2J
V)
1H013 1332i1S 01
c
m
c Z K O
I
O�DZm
D0 0
�1 D N m
m 00
i m C
nZ
O 0
00
X n
N
017 31 f103 H3S
±IflGNO0 0Ad
Z
Dm_
* 0-
ADO
c)oz
C7
cn
�o�0x
W n�m=
Dm�D
�m =zrr-
z00 o
OO' I o c ��
mca� m 9
� Z. O
Dmmo�7
J
=49 C) Go
4h P
0 �ZD
ZO w 0 r
p�0�7Z
O D
ZTJ�NC�
0 o u,
omm
Zr-97
<
-100
com
D
O 11J
z ., Z
_0uM
mm
>70>
cril m
c
@
E
t
@
a)
0
0
:
.
o.
Maximum
Luminaire
Spacing (A)
*
75'
¢
75'
ght
ibution
ttern
/
;CN1
;CN1
;CN1
Z
Luminaire
Mounting
Height
40'
/
18'
%
Required
Uniformity
Ratio
a
3:1
•
Average
Maintained
Footcandle
q
/ /
Lamp
Wattage
*
*
*
*
%
er
lid
)
%
$
/
y
VI
Street
Iassification
rial (Basic)
(Decorative)
.c
/
t
0
in
0
2z 2 15
o
\f \/
/f - f2
T) 7 �� /
C k c
/2 /�
TD
\ _c R7
2^ o uu
oe - 'o D
f/ kk \
k / / /
V) ° 8 §
ro & £� 2 In k/ �\ co
0
c 0
/ \ 6/ /
cn
m •E > ro + a \ o »
o9 / �uu
og �02P
9 n / cn c e§
= 2
%E 7 / < §$/
L) — —
° o $ o E /
L.) • £A£2
Ez /§
\\ • = 6 0c7
2 > r-
a u k /mac /5u)
EE as' a)�&E§\
/2 28=t2et
§£ §k /�tfc
f % _ I_ ƒ \ 0 •2 \
_- E °27��2
-. v) k -1 5 2 § »
92—'= @ � � y
B e o w
bc=2 -a -rah
/ /c'ƒ /%k$ /3
� b ° X12. ce 4 --
E£ & = =3- 0 ±/ E$z oso a) < Q) = 5 /
�7k =77@ƒ
/ / /7ƒ /k /�4
al.0e =$u�2'c=
2Oto�u�C
- @�" :c�J-
ae�:� "2£ m�
t E : o E §
/0 0 = ro
± trig GJ lA
CD (Du f = �
\: _ tO 1 - # ( = 0
2 : 2 'O - c: c
\ \k\ / \�/2/
��kgmu /u \k
ro �0 ro / \ - c
E�0E -J c
To be designed to meet roadway conditions and design criteria.
•
•
NEMA 5 -15 GROUND FAULT CIRCUIT
INTERRUPTING RECEPTACLE WITH
WATERPROOF COVER SUITABLE FOR
UNATTENDED USE. (FESTOON OUTLET)
SIDEWALK SIDE, AS CLOSE TO
TOP OF POLE AS POSSIBLE.
BASE DETAILS
BOLT
PROJECTION
X = 3 "(76mm).
Comes with 4 anchor bolts,
8 nuts and 8 washers.
- NOT T0 SCALE -
X
ANCHOR PLATE
• B.C.: 10 1/2 "0
267mm0
• THICKNESS: 3/4"
19mm
5 1/2"0 FREE OPENING
140mm0
• NOTE.
This anchor plate accepts
a bolt circle from
8 3/4 "0 0 11 1/8"0
222mm0 0 283mm0
- NOr TO SCALE -
LUMINAIRE:
CAND1 -PCC-RACE 3D- 240- CN1 -1A
STANDARD:
SM6N- 19- FS(2)- PH7- DR- GN13- TX- LMS12511A
CAST —IN —PLACE CONCRETE BASE DETAIL
BOLT CIRCLE. SEE
DETAIL, ABOVE.
5 — #5 VERT. REBAR
AND 3 — #4 HOOPS
0 9" 0.C.
36"
2" CONDUIT
PER PLAN
24 "0
BANNER ARM
24'0
7' -0"
/PLANT SUPPORT
PSS 16 (120 0
HOLD DOWN &
LEVELING NUTS
IS= MMUS
-111
11.W
24 "0
LUMEC "CAND 1"
LUMINAIRE OR
APPROVED EQUAL
& SYLVANIA OSRAM
D6 LED KIT OR
APPROVED EQUAL
LUMEC POLE FOR
18' FIXTURE MOUNTING
HEIGHT
CL OF POLE 2' —0"
FROM FACE OF CURB
ANCHORING BOLTS
STEEL, 3/4 "x 27"
(SUPPLIED BY LUMEC INC
OR APPROVED EQUAL)
LUMEC #SM6 POLE BASE
HANDHOLE FOR ACCESS TO
TRAY— MOUNTED BALLASTS
PROVIDE BOLT COVERS. GROUT AFTER
ADJUSTING AND SECURING POLE IN
GRADES VERTICAL POSITION.
4*
16'0
0
2" CONDUIT'
PER PLAN
CAST —IN —PLACE OR
PRE —CAST
CONCRETE BASE
4•444*
•
#8 GROUND CONDUCTOR
TO BONDING LUG IN
LIGHT STANDARD
EXOTHERMIC WELD
GROUND ROD
NOTES:
1) PRE —CAST BASE SHALL BE UTILITY VAULT MODEL 4 —LB OR
APPROVED EQUAL.
2) CHOICE OF CONCRETE BASE STYLE SHALL BE AT CONTRACTOR'S
DISCRETION WITH CITY APPROVAL.
3) REFER TO DETAIL 3 -30 FOR LOCATION.
Rev. APR 2015
CITY OP
-� 20
Way a d ay WORKS
CITY CENTER DECORATIVE
LUMINAIRE STANDARD AND BASE
DWG. NO.
3 -43
POSTED
SPEED (MPH)
*
S1(FT)
*
S2(FT)
25
--
105
30
--
140
35
--
185
40
115
230
45
155
285
50
195
340
* ADVANCE LOOPS ARE NOT
REQUIRED FOR TURNING LANES
& MINOR THROUGH LANES
DETECTOR LEAD INS
3A
3B
2A
2B
1A
1B
TO INTERMEDIATE LOOP
TO ADVANCE LOOP
N
SERIES CONNECTED
LOOP 1 -2
COUNT DETECTOR LOOP 3
(DRAWING NOT TO SCALE)
NOTES:
1. USE XYZ LOOP NUMBERING
SCHEMATIC, WHERE:
X IS THE PHASE #
Y IS LANE # FROM INSIDE
Z IS LOOP # FROM STOPBAR
2. USE 3' X 25' LOOP FOR BIKE
LANES
3. PHASE 2 IS ALWAYS
NORTHBOUND THRU DIRECTION
4. ALL LOOPS SHALL BE CIRCULAR
STOP LINE
REV MAR 201
MaraPUBLIC
° 0 ° ra NW WORKS
SIGNAL LOOP SCHEMATIC
DWG. NO.
3 -44
•
•
2
80"
a
2" - f 2"
16"
UL LISTED PER STANDARD #503
=ABLE FOR USE 19 9BVI E ffifTEROC& SQUIRM[
MEETS EUSERC/PSE SPEC.
TOP OF CABINET
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
SEE NOTE 5
MAX
ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPUED
BY CABINET MANUFACTURER
SHIM TO PLUMB
14 HOOPS
COMPONENT SCHEDULE
OMETERBASE: 100 AMP, 4 JAW, AW /114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION
(CONTRACTOR TO VERIFY WITH SERVING UTILITY)
OPANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE, 3 WIRE, COPPER BUS
WESTINGHOUSE BAB BOLT –ON BREAKERS:
#4 BAR EACH CORNER
6"
3/8" DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
NTS
5, I— 16" —I 15
PS
/4 BAR EACH
CORNER
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
LOCATE CONDUITS
CENTRALLY IN FOUNDATION
2" UNDERGROUND SERVICE ENTRANCE
CONDUIT TO BE LOCATED IN CORNER
(WITHIN 4" X 4" SPACE)
1- 100 /2 MAIN
3 -15/2 ILLUMINATION BRANCH
1 -50/1 SIGNAL BRANCH
1 -20/1 GROUND FAULT RECEPTACLE BRANCH
1 -15/1 CONTROL CKT BRANCH
CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL, 3– REQUIRED
TERMINAL BLOCK TO REMOTE CELL
PHOTO –CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC
GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A
CABINET: NEMA 3R, PADMOUNT, 1 /8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052 –H32
2 SCREENED AND GASKETED VENTS
DOORS: HEAVY DUTY CONCEALED HINGES (LIFT –OFF TYPE)
STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR
BEST CX LOCK ON DISTRIBUTION DOOR
POLISHED WIRE GLASS WINDOW IN METER DOOR
CLOSED CELL NEOPRENE GASKET, CARD HOLDER
FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE
0 0
+• z
120/240 VAC
r 3W
METER
HHE RI
,` MAIN --
I1 •,NTROL 1, B
SIGNAL
GROUND
FAULT
I�•� RECEPTACLE
CELE�CTRIC
TEST
SWITCH
SEE DETAIL 3 -41 FOR
GROUNDING REQUIREMENTS
WIRING DIAGRAM
SERVICE CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS
OTHERWISE NOTED ON THE PLANS.
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURERS SPECS TO ASSURE PROPER FIT OF CABINET ON BASE
WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT
FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND
ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH AASHTO MI 64 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT– DIPPED GALVANIZED 1/2" x 8" x 2 ".
5. PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
CABINET.
OTHER NOTES
ORIENT FACE OF CABINET DOORS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
WHEN SIGNAL CABINET, SERVICE CABINET AND /OR
UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3 -45C.
Rev FEB 2015
L�\\ swop
Fed
Way era VVCaIy WORKS
STREET LIGHT SERVICE CABINET
DWG. NO.
3-45
UPS
RECEPTACLE
CYLINDER
LOCK
FRONT VIEW
20" TO 26"
14 HOOPS
r-10.75"--1
(0 1
46'
RIGHT SIDE
UPS /BBS MAIN CABINET DETAIL
MAIN AUXILIARY
leUPS /BBS UPS/B8S
CABINET CABINET 0 6_ li
FRONT VIEW
CYLINDER
LOCK
�IO,7s•�
46'
9-
RIGHT SIDE
UPS /BBS AUXILIARY CABINET DETAIL
UPS /BBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL.
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2" MIN.
SEE NOTE 6
SEE NOTE 5
SHIM TO PLUMB
ANCHOR BOLTS It DATA FOR
SPACING TO BE SUPPUED
BY CABINET MANUFACTURER
14 BAR EACH CORNER
1" to 2"
SEE NOTE 2.
2" DIAMETER CONDUIT PROVIDING
PATHWAYS BETWEEN UPS /BBS CABINETS.
CONDUIT BENDS PER NEC.
3/8" DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
NTS
L� 9 "r— 18" —1 9" r-
INSTALL ONE SPARE
2" CONDUIT AND CAP;
OTHERS AS REQUIRED.
►4 HOOPS
14 BAR EACH
CORNER
LOCATE CONDUITS
PER CABINET MANUFACTURERS
RECOMMENDATION
CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE
NOTED ON THE PLANS.
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT
TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF
CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT.
CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN
WFTH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ".
5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
BOTTOM OF THE CABINET.
6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE
AUXILIARY CABINET.
OTHER NOTES
ORIENT FACE OF CABINET DOORS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL
SIDES OF CABINET.
WHEN SIGNAL CABINET, SERVICE CABINET AND /OR
UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3 -45C.
•
•
410
JUNE 2012
CITY CV
°0
Way era0 VVCa WORKS
UNINTERRUPTABLE POWER SUPPLY
BATTERY BACKUP SYSTEM
(UPS /BBS) CABINETS
DWG. NO.
3-45A
55'
O
72'
p HOOPS
44.25
FRONT VIEW
SIGNAL
CABINET
SIGNAL CABINET
ALL CONDUIT TO CLEAR
TOWER CENTER BRACE OF
CABINET BY 1/2' MIN.
SEE NOTE 5
SHIM TO PLUMB
ANCHOR BOLTS & DATA FOR
SPACING TO BE SUPPUED
BY CABINET MANUFACTURER
14 BAR EACH CORNER
3/8' DIAMETER PLASTIC
DRAIN HOLE
BASE DETAIL
NTS
L—I 6'I- 26'-1 6'I-
6'
1' to 2'
SEE NOTE 2.
INSTALL ONE SPARE
2' CONDUIT AND CAP;
OTHERS AS REQUIRED.
44.25' ►- - #4 HOOPS
l
6'
g4 BAR EACH
CORNER
LOCATE CONDUITS
PER CABINET MANUFACTURERS
RECOMMENDATION
55'
L-- 26'
SIDE VIEW
SIGNAL CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT
SPECS, UNLESS OTHERWISE NOTED ON THE PLANS.
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD
BASE TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF
CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT.
CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN
WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH MSHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
MSHTO GRADE A307 HOT — DIPPED GALVANIZED 1/2' x B' x 2'.
5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE
BOTTOM OF THE CABINET.
OTHER NOTES
ORIENT FACE OF CABINET DOORS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
PROVIDE 3 —FOOT MINIMUM CLEARANCE AROUND
ALL SIDES OF THE CABINET.
WHEN SIGNAL CABINET, SERVICE CABINET AND /OR
UPS /BBS AUXILJARY CABINET ARE INSTALLED NEXT
TO EACH OTHER, SEE DEVELOPMENT STANDARD
DRAWING NUMBER 3 -45C.
JUNE 2012
L (\
COY OP
-� 20
PUBLIC
ME MY WORKS
TRAFFIC SIGNAL CABINET
AND FOUNDATION
DWG. NO.
3-45B
a—
-1 6" (TYP)
6" (TYP)
6" (TYP) J
G -S1-
II
0
."'" a = ==
A
II
II
::D
6" (TYP)
Is
-tt
II
r -- 1 1
UPS /BBS CABINET
SEE DEVELOPMENT STANDARDS
DRAWING 3 -45A
TRAFFIC SIGNAL CABINET
SEE DEVELOPMENT STANDARDS
DRAWING 3 -45B
SERVICE CABINET
SEE DEVELOPMENT STANDARDS
DRAWING 3 -45
CABINET FOUNDATION PLAN
NTS
CABINET FOUNDATION NOTES
1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT
SPEC'S UNLESS OTHERWISE NOTED ON THE PLANS.
2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD
TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE
TOP AND SIDEWALK ABUT.
3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET
MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF
CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT.
CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN
WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW.
4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED
ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE
AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ".
5. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND THE
CABINET BASES.
OTHER NOTES
ORIENT FACE OF CABINET DOORS AS PER PLAN.
CONTRACTOR SHALL COORDINATE WITH THE POWER
COMPANY REGARDING THE SERVICE CONNECTION.
CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY
ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT.
PROVIDE 3 -FOOT (MINIMUM) CLEARANCE ON ALL SIDES
OF CABINETS (EXCEPT BETWEEN CABINETS, AS SHOWN).
JUNE 201
COT OP
Fed
�/�/ PUBLIC
aY
WORKS
COMBINED SERVICE, SIGNAL
AND UPS /BBS FOUNDATION
DWG. NO.
3-45C
•
•
55'(MIN)
55'(MIN
20' ( IN)
I
32' MIN
RADIUS(TYP)
1e-20'(MIN)-31
32' MIN
RADIUS CT(P)
20'T IN
i
r20'(MIN)-..
55'(MIN) -
55'(
IN)
NOTES:
1. THESE DRAWINGS ILLUSTRATE TYPICAL APPROVED FIRE APPARATUS ACCESS TURNAROUNDS. THE SIDE ACCESS
DESIGN MAY BE RIGHT OR LEFT. (LEFT DIRECTION SHOWN)
2. ALL DIMENSIONS ARE MINIMUM REQUIREMENTS.
3. OTHER SHAPED ACCESS TURNAROUNDS ARE AN ACCEPTABLE ALTERNATIVE TO THOSE SHOWN PROVIDED THE
DESIGN MEETS THE MINIMUM DIMENSION REQUIREMENTS SHOWN ABOVE.
4. ALTERNATIVE DESIGNS BY APPROVAL OF THE FIRE MARSHAL.
5. MINIMUM ROAD WIDTH SHOWN DOES NOT INCLUDE ANY SHOULDER DIMENSIONS OR CURB DIMENSIONS IF
REQUIRED.
•v. 2/14/07
MY OP
Fed
PUBLIC
eraO VVay WORKS
ALTERNATIVE FIRE APPARATUS
ACCESS TURNAROUND
DWG. NO.
3 -46
a ..i
PROJECT VIEW NORTH OR EAST
EASEMENT
0
N
O
J
ass •NYS
J
)13/A3S '111S
J
N
w
Q
EASEMENT
RIGHT OF WAY
SEE APPROPRIATE ROADWAY CROSS- SECTION FOR DIMENSIONS.
•
JULY 2014
O
z ti
d
V
1—
2
w
2
v/
0
H
V
0
r
STANDARD
CITY OF
Federal Way
•
•
•
Public Works Department
DESIGNATED STREET TREE LIST
FOR ANY STREET THAT DOES NOT APPEAR ON THE LIST BELOW, USE ONE OF THE
FOLLOWING TREES:
In Six -Foot Wide Planter Strip (Street Sections A, C, E, G, I, K, M, 0)
Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple)
Acer saccharum 'Green Mountain'
Carpinus betulus (European Hornbeam)
Fraxinus americana 'Rosehill'
Fraxinus oxycarpa 'Raywood'
Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite'
Malus floribunda 'Dolga' (Japanese Flowering Crab)
Tilia tomentosa (Silver Linden)
In Four -Foot Wide Planter Strip (Street Sections R, S, U, W)
Acer buergeranum (Trident Maple)
Acer campestre (Hedge Maple)
Acer griseum (Paperbark Maple)
Carpinus japonica (Japanese Hornbeam)
Magnolia kobus (Kobus Magnolia)
Magnolia loebneri (Magnolia)
Malus 'Adams' or 'Robinson' (Flowering Crabapple)
Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
CITY CENTER STREETS:
In the City Center, the following street trees must be used:
City Center North -South Streets
10th Avenue S Malus 'Adams' or 'Robinson'
11th Place S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
13th Avenue S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
18th Avenue S Malus 'Adams' or 'Robinson' (Flowering Crabapple)
20th Avenue S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
22nd Avenue S Malus 'Adams' or 'Robinson' (Flowering Crabapple)
23rd Avenue S Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
28th Avenue S Pyrus calleryana var. 'Capital' or'Redspire' (Flowering Pear)
Pacific Highway Acer rubrum 'Red Sunset' (Red Maple)
City Center East -West Streets
S 312th Street Acer rubrum 'Red Sunset' (Red Maple)
S 314th Street Malus 'Adams' or 'Robinson' (Flowering Crab)
S 316th Street Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
S 317th Street Malus 'Adams' or 'Robinson' (Flowering Crab)
S 320th Street Acer rubrum 'Red Sunset' (Red Maple)
S 322nd Street Malus 'Adams' or 'Robinson' (Flowering Crab)
S 324th Street Pyrus calleryana var. 'Capital' or 'Redspire' (Flowering Pear)
Page 1 of 3 Standard Detail No. 3 -48
In City Center Streetlight Planters, Add one of the following groundcovers:
Otto Luyken Laurel, Heather, English Ivy, Red Japanese Barberry
STREETS OUTSIDE THE CITY CENTER
Outside the City Center, only the street trees specified are to be used on the streets listed
below. One species or a combination of species may be used. If a street does not appear on
this list, please refer to the beginning of this appendix and select a tree species based on
planter width.
Dash Point Road
Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash)
Under Power Lines
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
Enchanted Parkway
Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash)
Under Power Lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
Hoyt Road
Acer saccharum 'Green Mountain'(Sugar Maple)
Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash)
Tilia tomentosa (Silver Linden)
Under Power Lines:
Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple)
Military Road
Acer saccharum 'Green Mountain'(Sugar Maple)
Fraxinus pennsylvanical lanceolata 'Marshall', ' Patmore', Summit', or 'Urbanite' (Green Ash)
Tilia tomentosa (Silver Linden)
Under Power Lines:
Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple)
Pacific Highway
Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash)
Under Power Lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
First Way
Acer saccharum 'Green Mountain'(Sugar Maple)
Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash)
Tilia tomentosa (Silver Linden)
Under Power Lines:
Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple)
16th Avenue S (Cross- Section C & E only)
Acer rubrum 'Red Sunset', 'October Glory', or 'Autumn Blaze' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash)
Under Power Lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
Page 2 of 3 Standard Detail No. 3 -48
•
•
•
21St Avenue SW
Acer saccharum 'Green Mountain'(Sugar Maple)
Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash)
Tilia tomentosa (Silver Linden)
Under Power lines:
Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple)
S /SW 312th Street
Acer rubrum 'Red Sunset' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash)
Under Power Lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
S /SW 320th Street
Acer rubrum 'Red Sunset' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa ' Raywood' (Rosehill or Raywood Ash)
Under power lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
SW 336th Street / Campus Drive
Acer rubrum 'Red Sunset' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa ' Raywood' (Rosehill or Raywood Ash)
Under Power Lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
S 348th Street
Acer rubrum 'Red Sunset' (Red Maple)
Fraxinus americana 'Rosehill' or Fraxinus oxycarpa 'Raywood' (Rosehill or Raywood Ash)
Under Power Lines:
Acer griseum (Paperbark Maple) or Carpinus japonica (Japanese Hornbeam)
S /SW 356th Street
Acer saccharum 'Green Mountain'(Sugar Maple)
Fraxinus pennsylvanical lanceolata 'Marshall', 'Patmore', Summit', or 'Urbanite' (Green Ash)
Tilia tomentosa (Silver Linden)
Under Power Lines:
Magnolia kobus (Kobus Magnolia) or Acer buergeranum (Trident Maple)
Revised April, 2011
Page 3 of 3 Standard Detail No. 3 -48
�f
18'
12'
36"
S 320 St
�+ +
.156 Hole
332" —s
8" Hole
7L
y 2 -7/8'F ,
D3 -1A 9x36 Copy — 6 Inch Highway Gothic Series B Silver Legend on a
Green Background
36"
SW Campus
Drive
16'
.156 Hole
0 2"
3/8" Hole
I la
J, 2 -7/8
D3 -3 18x36 Copy — Two Lines 6 Inch Highway Gothic Series B Silver Legend
on a Green Background
36"
14 Ave SW
Private Road
10'
.156 Hole
O 2"
3/8" Hole
7/8'
f 2 -7/8'
D3 -3PVT 12x36 Copy — Line 1 — 6 Inch Highway Gothic Series B
Line 2 — 3 Inch Highway Gothic Series B Silver Legend on a Green Background
MATERIALS:
Aluminum:
1. Alloy — Made from 6061 —T6 aluminum alloy chemically conversion coated in accordance
with ASTM Designation B449 -67 Class 2 (alodine).
2. Size — 9— inches by 36— inches outside minimum dimension. Lengths of 12 by 36 inches
may be used for named streets. Thickness shall be .100 inch.
3. Holes — Four (4) 0.156 inch nail holes. Two (2) holes punched 7/8 inch from one end, 1
inch from the top and bottom. Two (2) holes punched 2 -7/8 inches from the same end, 1
inch from the top and bottom.
4. Finish — All edges, corners, and holes shall be smooth and free of burrs and snags.
Message:
1. Background — Type III Green. See detail.
2. Legend — Silver.
3. Legend Size — See detail.
4. Pointer signs — Pointer signs shall follow the same specifications as the street name
signs, except the end opposite the attachment end shall have white 45 degree corner cuts to
indicate a direction in which the legend applies.
Rev. NOV 2014
OW CP
°o
q�p PUBLIC
era V ay WORKS
STREET NAME SIGNS
DWG. NO.
3-49
•
•
(1)
6
■
(1)
es
d
Qr
ISb0• A TM 1
W
I-
CI
Z
w
W
CM
STREET NAME /NUMBER
U_
CC
0
1—
C/)
SEATTLE — TACOMA ROAD
MURPHY'S CORNER
MEREDITH ROAD
PHILLIP FRENCH ROAD
WEBB CENTER
MUELLER ROAD
LIBO ROAD
HOIT ROAD
HIGHLINE ROAD
DASH POINT ROAD
MALTBY ROAD
*S 320TH ST IS IDENTIFIED AS WEBB CENTER, EAST OF PACIFIC HIGHWAY SOUTH ONLY.
* *S 348TH ST IS IDENTIFIED AS MUELLER ROAD FROM 1ST AVE S, EAST TO 1 -5.
CURRENT
Pacific Highway South
South 272nd Street
South 288th Street
South /Southwest 312th Street
South 320th Street*
South 348th Street **
South /Southwest 356th Street
Hoyt Road
21st Avenue Southwest
Marine View DriveE
Dash Point Road
NOTE: LENGTH VARIES DEPENDING ON STREET NAME. PRIOR TO SIGN FABRICATION, VERIFY SIZE WITH TRAFFIC DIVISION.
0
N
W
0
d Z 0)
•
pM
0
CL
0
2
co
0
w
2
z
1-
w
Ce
u)
0 N
D
0
D
INSTALLATION
Sign
1. A maximum of 5 street name signs or pointers shall
be located on one post. Longer posts will normally be
needed for more than three signs to maintain 8 feet
clearance from the ground line. A 1/4 inch space
should be maintained between signs on the same
post.
2. Street name signs shall be located above pointers and
shall be installed parallel to the street which they name.
Avenue street name signs designating north —south streets
should normally be on top. Wedges shall be utilized if
necessary to install signs other than 90 degrees to each
other.
3. Signs shall be attached perpendicular to the posts with
four duplex eight —penny galvanized nails or approved sign
mounting brackets.
4. Street name shall be on both sides of one sign.
5. See Drawing No. 3 -51 for sign post details.
Rev. 3/2010
C:::: array
°o
PUBLIC
Wad WaY WORKS
STREET SIGN INSTALLATION
DWG. NO.
3 -50
•
8 —Penny Duplex nails
•
4" x 4" Post
10"
1
30"
1 �I
28"
Marking nail
same side as cleat
Cleat 28"x3"x2"
under sign
Direction of travel
4" x 4" Post
Finish Grade
Two double
headed nails
NOTES: Aluminum cleat attached
directly under sign
SIGN POSTS —
1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR
OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC
WORKS.
2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST
COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING,
RULE #16, PARAGRAPH 124 —C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING.
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4 -1/2% TO
5 -1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD.
4) POSTS SHALL BE 4 "x 4 ", WITH A MINIMUM LENGTH OF 12 FEET.
LONGER POSTS MAY BE NEEDED TO MAINTAIN 8 —FEET OF VERTICAL
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2 —WAY PLUMB.
TOP OF CLEAT
CLEAT
POST
28"
30"
1" - 1 "- i
1"
(2) 0.156" 0 NAIL HOLES
(PUNCHED OR DRILLED)
NTS
CLEATS —
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND /OR UNAUTHORIZED
POST REMOVAL.
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061 —T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449 -67 CLASS 2.
3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2 —INCH TURNOUT OF 90'. NAIL HOLES OF
0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN.
0 4) POSITION CLEAT TURN —OUT AWAY —FROM AND EVEN —WITH THE BOTTOM OF THE POST.
JULY 2014
OTT OP
°o
/ PUBLIC
grad lV y WORKS
SIGN POST
DWG. NO.
3 -51
CITY OF
Federal Way
Public Works Department •
STREET SIGN
STANDARD SPECIFICATIONS
SIGN FACE MATERIALS
All permanent signs faces shall be constructed from aluminum sign
the engineer. Sign blank minimum thicknesses, based on maximum
Maximum Dimension
Less than 30 inches
Greater than 30 inches, less than 48 inches
Greater than 48 inches
blanks unless otherwise approved by
dimensions, are as follows:
Blank Thickness
0.080 inches
0.100 inches
0.125 inches
All D -3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install
permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall
be applied to sign blanks with pressure sensitive adhesives.
All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking
regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with
Section 9 -28.8 of the Standard Specifications. This sheeting has a retro - reflection rating of 250
candelas /foot candle /square foot for white - silver sheeting with a divergence angle of 0.2E and an
incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street
name (D -3) sign sheeting shall meet this specification.
All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum
retro - reflection rating of 800 candelas /foot candle /square foot for white - silver sheeting with a divergence
angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms.
Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with
Section 9 -28.6 of the Standard Specifications. This sheeting has a minimum retro - reflection rating of 70
candelas /foot candle /square foot for white - silver sheeting with a divergence angle of 0.2E and an
incidence angle of -4E. These signs include guide signing (D Series — except D -3), corporate limit signing
(I Series), and motorist information signing (K Series).
The reflectivity standard of supplemental plates shall match that of the primary sign.
SIGN INVENTORY
City of Federal Way, (253) 835 -2700, shall be contacted within two working days of completion of the
permanent signing installation to inspect, inventory, and log all new and relocated signs.
OTHER SIGNS
Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to
signing.
ADDITIONAL QUESTIONS/ REQUESTS SHALL BE DIRECTED TO:
Design — Traffic Engineer (253) 835 -2740
Installation /Removal — Public Works Inspector (253) 835 -2741
Sign Fabrication — King County Sign Shop (206) 296 -8153
Street Addressing — Building Department (253) 835 -2607
REV. November 2014
Page 1 of 1 Standard Detail No. 3 -54
•
•
•
GRATE OR LID
Z
Q W N m a
F- W
~ Z
ZZ < 5ia�-, a2 csi
O�Q w ~ -�WQ00
Q 1 13- MQ 02 JONZ Li) a.QJOW
V/ < 01 0(n2W?W
0¢ (nmX(n
m
EXISTING CB OR MANHOLE
2" MINIMUM
RING OR FRAME
w
ON
U LuIX Z
m N
m��
U' W Z
Z W
j00 d'
00X Cr)
<00 X
SECTION THROUGH STRUCTURE
N
H
Z
F
CL
0
Z0m <Y
N Z J 2 U
m Q 0 F
Z D2
0 O N vN
N
WZO 5
o J ce
amH jH
O Q
p J0 I ce
0
2 0
(/)Z 0(n
W Q F Lu -
� z w0 I-
<
o °�n0 WF
0 UZY H W
U
W0� V
cn0Z 2F 0
O ct W ct N Z
cc
a 2Qc7
aced W
ce Ua H N Z
W
CO OCe X J F
¢ 0
ceJ 0�
ce 3
Q \OO ¢O
W QZW
C9 m
ct } ZZ
Y'a. J Q X N
U2 W O
mz0 ce 0
�vj0W 0W
Y Z Z
0 Z 014- 0 k,
F -I °¢ x
(/) m00 a W
W H } O m
W Q 0
efi `` 0 I �J
U
Z OD? N N N
3) HMA SHALL BE MECHANICALLY COMPACTED IN 3" MAXIMUM
SEE DETAIL 3 -36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS.
REV: NOV 2011
ztn
c)
z
W
2
''1—A
V/
0
Q
U Y
IX
m0
a.. 3
REV. 11/12/10
5'
3' MIN.
TI ORO PROTECTION ...
■16111.11 NUM
ROM INN !Maine M.
12 "x18" PLASTIC SIGN WITH WHITE
REFLECTIVE BACKGROUND
SEE DETAIL, BELOW
4x4 PRESSURE TREATED WOOD POST WITH
1/2" CHAMFER AT TOP
SLOPE CONCRETE TO DRAIN
AWAY FROM POST
11-11- 11.- 11. -11= -II- II-II II.=I
11- 11= 11 =11 -1 •' 11= 11 =11 =1=
=11= - 11 -11? =11=
11 =1 •. ' II= II
11 =1 11-
II:I '' 11
=II= :11'
11 =1 .II
111f.1 •' II:1 I
=1._ ._'.II
CONCRETE COLLAR
12" MIN.
6" DEPTH CRUSHED ROCK
SIGN POST DETAIL
NATIVE GROWTH PROTECTION AREA
THIS WETLAND AND UPLAND
BUFFER ARE PROTECTED TO
PROVIDE WILDLIFE HABITAT
AND MAINTAIN WATER QUALITY.
PLEASE DO NOT DISTURB THIS
VALUABLE RESOURCE.
SIGN DETAIL
1
•
•
°�tlO� PUBLIC
G� ° o ©U V IJ WORKS
NATIVE GROWTH PROTECTION
AREA SIGN
DWG. NO.
3 -56
0
z co
0"?
M
0
SIGN NOTES:
INTERSECTION
J
LJ_ a
0Z
w W W
ow wF
z.
w J W N
m
Z O
m9 ms
oQ�w
_pwN r 0 �
a� ?a� Wa
lL
ZM
ON W"").- O
U5w Xm a
0
000 N*3W �U)
d'W ZOZ aJ
owM
Up Z�
��
U 1 N O W O U
3 �ap ZOLJL�,I
mw m'C5w OF
mw Zm Ww
za 0m0 ma
Om We ro
J J 0 w W o 0
‹c, FZa 4 NZ 5
ZQ Z_ mmw
w
J �
azw
>W0
(60W
W Z U
Q a Q U O
E 0 0 2 W
z z
moo ao
NN MQO
VI V AI F-
m yi
O OW Dww
W 00<
d <:C
CO U
M J J J
O
O ma
o
w
i
H
• U
J
E M
00
a Z
m a
wm
WCt
0 0
Z J
H J a
V) m H
U z H 0
1 W Z W
LtWO
W
CL 0
TYPICAL TRAFFIC CIRCLE
CURB DETAIL
W
O
z
Z
r 0
M Q
Ow >
Z W W Z
N
N 0 a 0
0 0
X 0
wa =0Z
m \ 0 I-
1-O OZU
m W
oF
a a <
aCC CC I-
a0 wia
OM W ct
N
a� MWa
N
CC
< _
m J
a U
D
NM
U
m O
m
Z U W
Z
LU
LLJZ
U Q d
H
0Z
w�
000)
J 1-
TWO
1-1-0
V)W&)
a U
W Z Q
WOW
0_00_
RPM, TYPE 2YR
0
0
I-'Z0
Q a W
10 N
d - O
<00
> W N
CC U a
O
z
TYPICAL SECTION
zN z
x00
1-za
33�
U W
N
ow0
C-0
CpCe
0 = Z
Oa
ww
3
Mme-
-
t7)28
U
w4kIW
- m
�z
N � w
moo
Z=z
UNz
°j U a
CONCRETE SHALL BE
w
aa
1
Z_
0
U
0
w
U
O o
z*
W
m N
J
<0
N
6' RISER SECTION
Li
a
N 0
0 w z w w
N 0 zx z
oUOZ OW mO W OW a'WN O Q
zee° -U0 a 2 2 N ow, W x
o)x -u_w a ~Z ~ W UN I w U ~
ci J Z Z O 3 0 ° a\ a W g W
UJ � H O me Zxa'N la. 0
MM J w w , a
<_...0 ON O W 0_ m4jZOO H W
3 <0 CWiZ �F wW J�F ~NO 3 m
xaZYU NV J W W aX maamm' W 0Q
N z WS Qm = W Nz-NW J 3
MamW- NJ Z} Z 1-1_ WN aZO Q?
"-...i/211- J 3 W W O z l N
0 W} Z IQ
2 0_1 U-JmZ
m v) . = Z m N 2
WQ p V� Q m U x
JYaPVJ1 e <0 pe0 NN <-0<p - }Q • ma
2U -0a r O LSi _ WZ ()Him- wW �0
NYJO3 N H� ::::: ra' 00 w aZ a•V U` (-u-11
� Otwn mO Wo
Qui Y 0 o O 0 Z 0
m���� �J ? li x�x� Wa WFQF �Ni% ZH lLJ
M ON Ye OK Ya Do QZ Q� N�U� QQ 0<
UUN>U U • Z • H F,-5z1
WU WH
�zw�w z5 Dm g is =z ¢� w¢o a OM
aYOam YO MO �a H< 0aMZ WO W>
Lri cc ): N O;
12' RISER SECTION
a
8
x
j3 BAR EACH CORNER
JULY 2014
(z$ t
a°\ )/ k
wmU m rem 0 ) ao. §
uow §]te °_
0, Ik (b /j w uw ) r/2 §
g�7 j \ }\ (§}) } d\ §\ \w1 /
ƒ�k K \f/ § \w\ D' • ® /} /2
�� /§ $_ 1--.....
� o
° °< ° « »g• o w )2\.) 0
0Z o m 0 mƒy(§ ®- 0o �( __= w
=x wow EI.J0
§a§ W§]\ I« e k\ �} /0 ,z(.0 (
-wo 00- �� ) e$e =� < /z &o >- -
E \� )/�� } u »�� (` )E °•Jt. *
77f )z§(/ / _i§wj\ () §§ §k <- ».
ƒ w,�]( \ § \E \k e ww 77 °� LJ§
_�° «� —u 0 ya6w �� »» �b ) \O §E le 3
=o( WC * §e `9- §/ §� §q Z)(ƒg oo m.
Z %+�� ° [( ww ]7 36 °
§ \E kf)aj §0 §(�§) U� »( §U )0 w) 01
00Q \k) \j <0 �}\)§ Y2 §} -< (()k\ \\ 20
FINISHED GRADE TO PIPE INVERT SHALL
_ & •¥ e a K a a 6
6' REDUCING SECTION
2
±<
§
/)
)k
O\
\
�
/
OX
->
Wz
§}
j/
mx
oo
ww
d)
E
■
cse
•
•
•
O U6 w
boo �Wg a z°o z ? in
S fn- ;p N N m— m Y Q
1=wv UNawa z= W VIZ ?� p x W a0
0 5 ■¢ vi
o m a
�.w mZmo° 0
oW�zm wo0(3 J� °o wa o Q ci
�wN MgaQC�zd m �z ° O-I 1n u.z Tm > vwi
.o° w- r'll a pp N�Wm z� 0- J z UUIQ QUN�VI O f q xo Q Nm _ I° ¢1n°Z om w° �v~iga o���� wd�� Q? n °Z a
lmi Q JZOOwj S� Z_" W O > wo Q
0
D- ON >. °7 �N 33m w -Jw -,1 Uvip� aw J 2 li
W N Q
°pQ UI�Q W Z °wHm3 2z 'm ��Q° x�U j U1 W
V�a3a z 2� pU WQOJ� VIVSmw ODUw Ja QZ p W 0-
OUQ O� Uw NSZQJQQYS WSUUm (I/�)YWN IWQ2Q' w
W JaoW Um 0Jw{/�O h JV NJm ~O��Z JmJ J N
�, 1m �w N10 § °
3 rJ °o a ��zwv�i �3` re0• U0 w0 wQ 1n o ZZW
U° Z�Zpm l (/) w(tn0- p 0�� °� mN N —? w r�
m�hx- wZ_aWJ H m00a� ?O• pZ° �U��a Ua� O ¢� og
i0)z m°= � �Uo -u SO w`p°x� W��Nm UpO,_ > Z MD ammgE - z° Q S Q U S ° O Z Y? Y U M m W r • O W O; Z S 1-5
NOp HUZ UU NYO �Q U2F w; UU Z N O�
0
Fz ZQ �w OF N w -Z oUmOWO ?WLz� wa'�No JZ 30
o U9UO Z 0 QmF Y �J�ml1 Zl''AO li
m oKom w ft WY 5�Q w• Q�N (Q�m -11.1-
�; w
S I 00 w� NYOVI�W YaNOZON S��U� mZ2 Mx �� �M
VmZ Z °ZaINJ zS d'd QUU -JIIOZ U Li ~Q ._ UOOZ; JJWI- Q 0 0 WI° Q�� 2 ~OZ?¢ tYZ?QQZ Z Npp fnm --ow<, W ?O Ow WO g
UUIL 2 Z —�� .74 ax�31�w Y ofN-t °U UQ0 =I-i QU70 �V) U &) Nip
N 1n
O
• N 17 fC r W 01 0
Z
5
tl
.Z t
X0
N N
XVW ,9t
'NIW ,9
0
Rg
00
00
000
00
b000p EON
1.7
00000
00000
♦1n 101 01
'NIW
10
1H0I3H 'XVW
111111
�N10mbW
L400
UQFZQ 000o
UUU
WWWWW UU
a-0000
gEEEEE
xxxxx
zzzzz
EEEEE
z z z z z
ZZZZZ
O(AppNaaZ1n(n ppy
i 1n a 1n * 0)
0'00000
z00000
01131
0 ��i loonm
00000
4 W W W 4
` W pF00000
a UUUU
«< W W W W
o_o:o:zo:o:
000800
Sxxxx
zzzzz
NEEEEE
zziizz
O 1n 1A g
L'aoaa
(A N
z nm 1nu m
m 0
0: 0 0 0 000 0
00
0
JULY 2014
U Y
J �
0
a3
N 0 W
Q O
La Z � O
Li
K O 1 W Q k O Z
W a:� J(JW lncri m 1-0
W <°°°W Qin 3g W Q0
U� .�C } 4. O °Z
a. <J W
wo m o WWO Z° -
0I- Wwv'Oa Xv°i 9aJ °w °w
ZZ 3 m za ° 3wCL Z LA- X
w� QJQ0 KZ N qg ZO 3 • -1Mz w
Z 2 x° W- rt
9oW lnz°�� a mo mw o Woo W
O>> M (M E<< >o O N 0 0� m
x° ° o m~ N ~ N U • W F m
Z p In mm �C a�
2 Q J -{ 0 �Q W Wma W
rrn o. z3 W m
Z x� —3 m a m° w } °w mvi
(n oaa�w VI "' FWK
0 ��
w� �Jwµttl Wam m 40Q3 in mW 6�
moo \9g J } W° In N° m W 0
�o µia�° �a �mo a xaw �y
va �, ° °a c� w nom
}ad z�l-z0 cn0 L 3 ao? Ro
-1 -c.) o� ° < °W • zzo oz
��(( ZZ (zn w Qx ZQZ ZQZ Q op z e.
dQ Uad l+ld SO vl Q =m �0 521.1 Qo
IN
N 17 4 In V7 n aD
z
3
I
L
'NM
.Z /l 8 I PI i 1
IIIIr _]
.9
'NIYI
Z/l Hr—
z
_]
_] z
▪ egg
H r
1.ZIr
Z
JULY 2014
0
z
o �
J
H
w
E 2 CATCH B
2
0 Y
M
0
a_ 3
d
Z to
0 '
0
%—
u)
0
z
0
ce
w
>
0
0
w
Q
m
o
z
Q
H
0
w
cL
0
0
CO
U N
J
mEx
aO
3
n
.1 ,Z /L LL
SECTION B -B
Z
NOTES:
1. MATERIAL IS CAST IRON ASTM A48 CLASS 30.
2. SEE DWG. NO. 4 -10 FOR VANED GRATE.
3. PATTERN ON TOP SURFACE OF HOOD SHALL BE 3/16" NON -SKID DIAMOND.
4. BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT.
O N
S
�VW
z
iS^ z
J'el)
o
Z
,9
I
I
sommliN
,z /L z/ L Z
1�4 1
0
N
SECTION A -A
JULY 2014
w MI NW
<
1
./.` /\./ L
PLANTING STRIP OR SIDEWALK X
4111041104111.1%"1101141101411"1"11111%.
B .404.111:011■0•41"01■■•■■•■•■■ B
L 4.6.- .e. ..... .... ..... .... -40- .0. 40.
.....,-.049,..-4%,0■4004,00404,04,10.4,00. m
..e. ..... ■Sl........,OZ,,O1js$1.........etIP.... .4111...aprope. Ce W
0...,lel lajili:.!=:..M :•1-.■.:.1151 0
0 5
.-----7. 111711qpi
.---- 00
z
0 4
0
II 1 ill i
IL.
_ u
.
,. .,. 1
1 L
It lih,
..,..,,
Q Lei
Ild II I'll 0 Pe a
r 1 1=032E1 r1 I-1
\ \ DUMMY JOINTS .e.....7.
/ \ i
< --.
PLAN CURB \\\
/ / DUMMY JOINTS
ill
.,,
: ‘; ,.2.•: .'.,. ;..:‘,.:
,,,, \.e, • ' . : ••• .•.7..-, ;. :'-
1:: ?..1'. ;,. 7 - ' :;.- . , , - • 4 ,..
.... . : : . , •
GUTTER 1.4 • : ' -
,... ....:
CATCH BASIN
CATCH BASIN
%
SECTION A—A SECTION B—B
NOTES:
1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
REV MAR 2011
Z
(D0
Cl 1—
Z <
<
2 1.-
g
co
w
z
co —1
os• zt
9
uj
• >
0
U
W
W W
CC W ? Z Q < - QN
2 � _ J W &U)
0 - co u)UO a aQ 3
_O. o
Q a ZW
I Li
WW mW3 Z MCC < 0
re Om Zu9 LL Q �(U
W U O Na _J Q6Q O O O-
Z0} OMQ ~ W ~ FW
Zm 00- 0 Nw IX V) UK
» J N OU �O NU
U0 =0wQ —� FO mQ OW
oJa t�z° an am �o 00
,tea Z J1- cc- k
WO NF�O QOI D- Q V) w�
(I) I- DW'-'V) M00 x0M ?a FO
Gi
H N r ) d L() cO
0 N
Z
oa
00
N =
red
OD
0
zo
U N
� Y
m�
O
a3
• •
�� P ON �G
%� ADHERE TO PAVEMENT
o'A9yo�d Q� ADJACENT TO GRATE
O Q
PARKING LOT INSTALLATION NOTES:
1. CONTRACTOR TO INSTALL STREAM PROTECTION
MARKERS AT EACH CATCH BASIN.
2. MARKERS AND INSTALLATION INSTRUCTIONS
AVAILABLE AT PUBLIC WORKS DEPARTMENT.
3. ADHESIVE MATERIAL IS SPECIFIED IN THE
INSTALLATION INSTRUCTIONS, AND SHALL BE
PURCHASED BY THE OWNER OR CONTRACTOR.
4. MARKERS AVAILABLE FROM PUBLIC WORKS MAY
DIFFER FROM THAT SHOWN.
W .y
P Okl
O +O4fEDE4 G W W
4, J. (
/.• Te ADHERE TO TOP OF CURB • W W
/"✓� 1 .0% el M w W
•
15,#0
owe?��
I THIS SIDE TOWARDS SIDEWALK
CURB AND GUTTER INSTALLATION
REV. NOV 2010
• a
wO�
Z Z w V Y N H m ~ N
Ow=J2ct
H if~
Q H o
o <?�03
6aZzQwZ 'tm
�J (nZ L,_QOO 3
N- a
3
l � u) ooazZ ;3 3
wlc A,_< r=3ot0 3 3
a <ag Vnc)0LL -= 3
d /-UQU -O N
O0 ?xv~imgF- 3
I- ma
~Z O�?aw?r�r 3 3
w
Cr U I- D F m Q
x-) oaaa -coo<0 333 3 •
a° a CCwwgNQ?wO 33 3
I
w omm«Ka_mo p.i 3
o
Z N M d O
CL
CL
Y
2
0
z
NW
IAi
li
Z
0
r
J
J
0
0
cc
W
H
2
CL
0
H
0 9l /C
N
N r
O J
M J
W �
a°
AT 120' AND 9 1/2" RADIUS.
SHALL BE OMITTED IF COVER
NI
I
CTION A -A
N
R
N M 4
REV MAR 2011
REV MAR 2011
0
ZN
(
0
W
0
0
0
0
J
0
Z
U (1)
J Y
CO IX
O
a3
d
z c+M
Tr
0
cc
w
0
0
0
z
0
0
J
0
Z
M
0
cc
cc
0
w
w
2
Q
cc
w
0
W
F-Z w la -I
C7 0- W 0_ w cc
I- mVO cc0 W (W0 �0 .0 o
O� Jav) w (Qi)i� wi- n<.D z~ 3
UU �J I-OQp y <w La Z o O�
W N�Cp �' w CCC3Lil 1F- ~ a OD cnw ce m0 ��Z �W�Z Occ0 pZ ZW CY
w o o a aN Q
3Q I-o Z 1-O w
2cn gM( w wQ I��1IUO F� rpnom ,�,� ow
NZ dQa w0Z0 ��w Wo w 00 Wm
�W W a mNQ ��p �.2 NCO OS QD
-w mmw JZ� O J w L. I- I- UN
D- d'CC J g(T)1.. OZW 2F pw (n0 OJ
• p
D 1-SW v) JUN Qmm wN v)J0 K WN. mO
Owce UOI- �QQM wC�w Oaf Wm O ZW\ 0_
z= N- � �`O�a• zao wed° v~i >w 0 o N M(w
J OWnI-- ZOZ ~6z ova O wp J o�
H m W J
p30 a3 La oo_ IXW5 Ce <�F a~ 300
Z _w Q wow wa a w� m
3 z �z �I Ii mc,r v)ro O0z0,_, a- wo
�fw x 3
(OQ� O� N OZN�W azce 4' LJ ZQO QZg0� OLjd Uw
O_� 0_I -'�� N?��2 V)�Q. pm~ Q(+1m mQ 0_1 1-W m °o
a (OjN m \0 a'aQ�J t< >J3 w0001 -- li)om 01 ZO
Xa0_ d▪ Q �� S,QMS J~a WQa Paz I-
-1 -I
W?� a(n mw I- .Omv) o3a 1-(2na �Qm V Li Q. OU mao
• •
uzr
Sid
z y URU
'XVW„9L
NIV 1
ui (D N
a0 0)
1
g�x N
W a
a
40c o
Z 11 UU'
'NIW
,9
'NM ,9 -,Z
0
'NIW ,0 -,Z I 'NM ,0 -,Z
SEE NOTE 10.
I
0
w
U
w
E
o ow z
Pw
z�
Z °S
ao_
ce wo
o
W o
Ny� J
¢QO
ORIFICE MUST BE INSPECTED PRIOR TO INSTALLATION
REV APR 2011
0
00
w
LA
a�
O
z.
(9 7
r
Za
0
u_
—I a
0>-
II I-
- 1 W
Ow
W Ill
012
1-
W
cc
0
0 c
LL - z
0
U
0 Y
m IX
0
a3
•
8
4i |
o
°o
§
j
(
0 re
R \
LA
LIMITED HINGE MOVEMENT,
:C
NEOPRENE RUBBER GASKET REQUIRED BETWEEN RISER MOUNTING FLANGE AND GATE FLANGE.
MATING SURFACES OF LID AND BODY TO BE MACHINED FOR PROPER FIT.
JULY 2014
FROP -T SHEAR GATE
UPPER BAND
3/4- DM. SMOOTH ROUND BARS % 3/4- DM. BAR
EQUALLY SPACED. BARS SHALL BE
WELDED TO UPPER & LOWER BANDS.
3/4- DINA. In •-• MI
SMOOTH ROUND
BARS EQUALLY
SPAT. J( (4' O.C. 4 1/2" PLATE
.2 Will
J 11/2-
N --
1`NOTE BARS
OMITTED ON
DRAWING
I� �I
ill i 3/4� BAR
0 11111111 O
DRILL HOLES
FOR LOCK
PLAN
MIT
UPPER BAND
24• in
CB ) INNER NAM.
IiL - 1i1 54 65
60' 72'
72- 86-
96" 114-
1 L /2•
LOWER BAND
+I
;,) ENTRY GATE DETAIL
n
NOTES:
�I 1. ALL STEEL IN PLATES, BARS AND BANDS SHALL CONFORM TO THE
T h REQUIREMENTS OF ASTM A36.
4 -9/16- HOLES EQUALLY I 2. DEBRIS CAGE SHALL BE HOT -DIP GALVANIZED IN ACCORDANCE
1 SPACED
LOWER BAND INNER DNM. WITH ASTM A123 (AASHTO M111).
3. PADLOCKS REQUIRED ON CITY OF FEDERAL WAY FACILITIES
ELEVA11ON
JULY 2014
d
z N
V.
0
CLEANOUT
O V)
J Y
mw
O
D
f--
12"
L
6"
4"
r
PROVIDE 1" COVER MIN. (TYP.)
•
•
•
•
•
•
•
•
36"
40"
8" TYP
1
#5 HOOP BARS (TYP.)
#5 HOOP BARS (TYP.)
#4 HOOP BARS (TYP.)
APRIL 2015
°^1O� PUBLIC
° CQfal Way WORKS
CONVERSION RISER
(CONVERTS RECTANGULAR LID TO ROUND LID)
DWG. NO.
4 -18
Sign
48"
Stormwater
Pond
Federal Federal W y
PUBLIC WORKS DEPT.
(153)935 -2700
This pond is in your care.
Runoff is held here after storms. It is released
slowly or stored until the next storm when it is
replaced by incoming flows. This helps prevent
downstream flooding and erosion and helps
clean the water. For more information or to report
littering, vandalism or other problems, call
City of Federal Way, Public Works, Surface
Water Maintenance at (253) 835 -2700
Plat Name and R/D number
24"
42"
30"
Specifications
Size:
Material:
Face:
Lettering:
Face Colors:
Type Face:
Border:
Posts:
Installation:
Placement:
% /A /. /. 2
48" wide by 24" high
.125 min. gauge aluminum
Non reflective vinyl or 3 coats outdoor enamel (sprayed)
Silk screened enamel where possible, or vinyl letters
Biege background with teal letters
Helvetica condensed: Title 3 "; Sub title 1 -1 /2 "; Text 1"
Outer border 1/8" wide, distance from edge: 1/4", all text 1 -3/4" from border
Pressure treated 4x4, beveled tops 1 -1/2" higher than sign fence
Secured to chain link fence if available. Otherwise install on two 4" x 4" pressure
treated posts mounted atop gravel bed, installed in 2' -6" concrete filled post
holes (8" minimum dia.). Top of sign no higher than 3' -6" from ground. Use (6) 3/8" x 2"
hot dipped galvanized lag bolts and washers.
Face sign in direction of primary visual or physical access. Place at least 6' from
perimeter of site. Do not block any access road. Do not place within 6' of structural
facilities, e.g. manholes, birdcages, etc.
/\
JULY 2014
am OP
°o
Way °rA VVC y WORKS
STORM WATER POND SIGN
DWG. NO.
4 -19
City of Federal Way
Comprehensive Plan
Planned Street Sections
Transportation Element
i
7
i
L
` m t U 2
E. 1 m U m .0 E m ti
m 7 r
m m
0 0 0 U 6 g O j 3 U O i3 g 0 U 1 U m
V 2' v S' 2 2'.t N O
'A c>> m m 03 y U m m :E m i s ,E t a
p Y Y Y r Y Y Y « « ram
i Oz = g i3 ' 'm hli 'm 'm a 'm o a a a o (C
E rn + + + + + + + + + + + + + + + 10,-.
14; m m �a j m m a g m m m '_° y m m a m 0
P. O V a a O a V l[l N N M M M M N N N N N N
LL d Pr Q m U 8 W LL 8 = _ ZZZ4 Y J Z 2 2 O Z O 2 ( ) ) H
/ / ZZsisZ /\\<ZZ /s %ZZZ /
Federal way MAP 111 -6
NOTE: This map is intended for use as a graphical representation only.
The City of Federal Way makes no warranty as to its accuracy
Map reprinted 10/06 rdata2 /labOham2pmapaRrple12004.am1
t
pv,f+4,-31
- -J
I
I
.:
•1
Od AtlVLI
try
1
\'
1
=1-
I ;ilk.
CI
■■�..
11I11111
'
■
L.
• =
, 9d
� 1
ki
1 H
Al d
'
.s .
MIN
,,
...,„ew
W
i 414
••
',
,
-,4,,„,o,
_.s. q___
1.
..S.
4,0744...
,,
-.
'
• 4
OR
rt
hi risme
_,4,4,
alIPARTICl/j
-0 •..,:,
c
..
13
0
a .
opy(
lit
i
/
■
/
ven• .
0 ANN:
.•
•
Wlair
��
d
/----
R/ •� s ,�I
•
•
•
APPENDIX E
LAKEHAVEN UTILITY DISTRICT WATER LINE STANDARDS
3' -0" MIN O
3' -0" MIN
3' MIN RADIUS
CLOSE —CUT CHAIN AND
REMOVE FROM HOSE
PORT CAPS & HYDRANT
% "JOINT MAT'L
FULL DEPTH.
ADJACENT HYD.
CLEAR & LEVEL
HYDRANT
4" STORZ ADAPTER O
CABLE
BOTTOM OF OUTLET
CURB
FINISH GRADE
2' RADIUS (CENTERED
ON HYDRANT) x 6"
THICK CONC. SLAB
ON COMP. SUBGRADE
CONSTRUCTION
GEOTEXTILE FOR
UNDERGROUND
DRAINAGE
12 CU. FT. MIN
GRAVEL BACKFILL
FOR DRYWELLS
HYDRANT DRAIN
VALVE
C.I. VALVE BOX.
C.J. (SEE STANDARD
PLAN 11)
6" AUXILIARY GATE
VALVE (FLxMJ)
FLANGED BRANCH
"CUT —IN ", OR TAPPING
HYDRANT TEE
12 "x12 "x4" SOLID
CONCRETE BLOCK
NOTES:
1. HYDRANTS SHALL BE INSTALLED PLUMB.
2. HYDRANT PUMPER /STEAMER PORT SHALL FACE THE
STREET, OR WHERE THE STREET CANNOT BE CLEARLY
DEFINED OR RECOGNIZED, SHALL FACE THE MOST LIKELY
ROUTE OF APPROACH AND LOCATION OF FIRE TRUCK
WHILE PUMPING, AS DIRECTED BY THE DISTRICT.
3. DO NOT PLACE THRUST BLOCKING BEHIND TEE OR
HYDRANT.
USE THRUST RESTRAINT SYSTEM FOR PUSH -ON OR MJ
JOINTS PER SPECIFICATIONS. USE OF TIE /SHACKLE RODS IS
NOT ACCEPTABLE
5. PAINT HYDRANT WITH 2 COATS OF SHERWIN - WILLIAMS
PAINT, GLOSS SAFETY YELLOW, NO. 854Y37.
6. DO NOT BLOCK DRAIN.
WATER MAIN
7Q MEASURED FROM GROUND SURFACE WHERE HYDRANT IS
LOCATED.
IN CITY OF AUBURN: 2-21/2" HOSE PORTS (N.S.T.), 1 - 41/2"
PUMPER PORT (N.S.T.) WITH 5" STORZ ADAPTOR AND CAP.
9O LOCATION AND MIN. OFFSET, OR AS SHOWN ON PLANS, AS
REQUIRED BY RIGHT OF WAY PERMIT OR DIRECTED BY
DISTRICT.
SP03— Revised Per WLH 061915
STANDARD PLAN 03
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
HYDRANT ASSEMBLY
DATE: 5 -15
DRAWN: WLH
CHECKED: WLH
APPR: KRM
�r1iiY+�
ITu15Th
SCALE: NONE
SHEET 1
OF 1
3' -0° MIN
ELEVATION
CUT
FINISHED GRADE
ROCK WALL
6
/ //`\\`
12'
SEE NOTE 3
3' -O" RAD
CLEAR
PLAN
MINIMUM AREA OF
LEVEL GROUND
SURFACE
NOTES:
1. ROCKERY HEIGHTS EXCEEDING 4 FEET, REFER TO
RIGHT -OF -WAY AGENCY STANDARDS.
2. CONSTRUCT ROCKERY FACINGS TO RIGHT -OF -WAY
AGENCY STANDARDS.
1
3' -0" MIN
ELEVATION
FILL
3. IN UNIMPROVED AREAS INSTALL 2' RADIUS BY 6" THICK
CONCRETE PAD ON COMPACTED SUBGRADE.
SP04- REVISED PER WLH 061915
ELEVATION (TYP)
STANDARD PLAN 04 -
LAKEHAVEN UTI
KING COUNTY
LITY DISTRICT
WASHINGTON
HYDRANT
IN CUT
LOCATIO \
OR FILL
DATE: 5 -15
DRAWN: WLH
CHECKED: WLH
APPR: KLM
SCALE: NONE
SHEET 1
OF 1
WATER SERVICE
r-j'-- CONNECTION
HAND
TIGHTEN
FINISH GRADE
0
6
TYPICAL WATER SERVICE CONNECTION
8" DEEP, CL. 4000
CONCRETE COLLAR
COMP. GRAVEL
BASE ON
COMP. SUBGRADE
" (MIN.)
TRAFFIC METER BOX IN
CONCRETE / HMA DRIVEWAY OR ROAD SHOULDER O
NOTES:
O METER FURNISHED AND INSTALLED BY DISTRICT.
2. METER SETTER SHALL BE CENTERED WITHIN METER BOX
(PLAN VIEW), BOTH HORIZONTAL DIMENSIONS.
3. WATER SERVICE CONNECTION AND CONFIGURATION SHALL
BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE
OTHERWISE DIRECTED BY THE DISTRICT.
4. SERVICE LINES SHALL BE INSTALLED PERPENDICULAR
(PLAN VIEW) TO WATER MAIN, UNLESS OTHERWISE SHOWN
ON THE PLANS. NON- PERPENDICULAR SERVICE LINES, IF
ALLOWED, SHALL BE WRAPPED W /NO. 12 COPPER WIRE
W/ A 12 -IN. LOOP EXPOSED IN THE METER BOX.
5. SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES.
O6 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN.
EXCEPT AT TRANSITION TO /FROM SETTER.
7. FOR WATER SERVICE CONNECTIONS DESIGNATED FOR
2 -IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20.
08 CUSTOMER SUPPLY LINE (PRIVATE).
SP 07_01
STAB
DARD PLAN 07.01
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
WATER SERVICE
CONNECTION
5 /8"x 3/4" 8c 1"
DATE: 7 -16
DRAWN: WLH
CHECKED: KRM
APPR: KRM
SCALE: NONE
SHEET 1
OF 2
•
0
0
0
MATERIAL LIST:
METER SETTER
• 5/8 "x3/4" METER: FORD VH72 -12WC, OR MUELLER H- 1404 - 2x12" WITH TWO H -14222 ENDS.
• 1" METER: FORD VH74 -12WC, OR MUELLER H- 1404 - 2x12" WITH TWO H -14222 ENDS.
DOUBLE PURPOSE INLET & OUTLET COUPLING
(FEMALE IRON PIPE UNION, SWIVELS OR FLARED COPPER).
DRILLED PADLOCK WINGS ON METER STOP.
SINGLE CHECK VALVE ON OUTLET.
SERVICE LINE PIPE
• 1" CTS POLYETHYLENE TUBING, SDR 9, 250 PSI PRESSURE
PE 4710 RESIN, DRISCOPLEX 5100 SERIES, OR EQUAL.
SERVICE SADDLZ
• SINGLE STRAP, ROMAC 101 W/ 1" CC (AWWA) TAP:
ADAPTER (USE STAINLESS STEEL PIPE INSERTS)
• 3/4" MIPT x 1" CTS COMPRESSION: MUELLER H- 15428, OR FORD C84 -34G "GRIP JOINT ", OR
A.Y. McDONALD 4753T.
• 1" MIPT x 1" CTS COMPRESSION: MUELLER H- 15428, OR FORD C84 -44G "GRIP JOINT ", OR
A.Y. McDONALD 4753T.
RATING.
METER BOX
• 5/8" x 3/4" METER: RAVEN RMB 11x18 -12 HIGH DENSITY POLYETHYLENE (HDPE) W /MOUSEHOLE
PIPE — CUTOUTS, AND SIGMA DUCTILE IRON LIDS W /HINGED READER DOOR.
• 1" METER: RAVEN RMB 13x24 -12 HIGH DENSITY POLYETHYLENE (HDPE) W /MOUSEHOLE
PIPE — CUTOUTS, AND SIGMA DUCTILE IRON LIDS W /HINGED READER DOOR.
CORPORATION STOP
• 1" INLET AWWA TAPER (CC) THREAD x 1" CTS COMPRESSION. MUELLER H- 15008, OR
FORD F1000G "GRIP JOINT ". USE STAINLESS STEEL PIPE STIFFENER.
BRASS NIPPLE
• 3/4" IPS x 8" LONG
• 1" IPS x 8" LONG.
PVC OR BRASS CAP (TEMPORARY — SEE 0)
• 3/4" IPS
• 1" IPS
EXTEND CUSTOMER SUPPLY LINE, AND CONNECT TO
BUSHINGS, AND STIFFENERS AS NECESSARY. SEE
BRASS
NIPPLE
BRASS 3/4" OR 1"x 45' OR 90' STREET ELL, OR 3/4" OR 1"
BRASS CLOSE NIPPLE W/ 3/4" OR 1" BRASS 45' OR 90' ELL.
METER BOX (TRAFFIC)
• 5/8 "x3/4 ": CHRISTY B1017 W/ PIPE KNOCKOUTS,
NON —SKID, BOLT —DOWN GALVANIZED STEEL LID, AND HINGED
READER DOOR.
• 1" METER: CHRISTY B1324 W/ PIPE KNOCKOUTS,
NON —SKID, BOLT —DOWN GALVANIZED STEEL LID, AND HINGED
READER DOOR.
NSF /ANSI 61 AND NSF /ANSI 372 COMPLIANT.
INCLUDING FITTINGS, REDUCERS,
STANDARD PLAN 07.01
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
WATER SERVICE
CONNECTION
5/8'x 3/4" & 1"
DATE: 7 -16
DRAWN: WLH
CHECKED: KRM
SP 07_01 APPR: KRM
SCALE: NONE
SHEET 2
OF 2
WATER SERVICE
r-"--CONNECTION
HAN D
TIGHTEN
FINISH GRADE
74
TYPICAL WATER SERVICE CONNECTION
8" 1
45'
MAX
8" DEEP, CL. 4000
CONCRETE COLLAR
COMP. GRAVEL
BASE ON
COMP. SUBGRADE
6" (MIN.)
TRAFFIC METER BOX IN
CONCRETE / HMA DRIVEWAY OR ROAD SHOULDER
NOTES:
0 METER FURNISHED AND INSTALLED BY DISTRICT.
2 METER SETTER SHALL BE CENTERED WITHIN METER BOX
(PLAN VIEW), BOTH HORIZONTAL DIMENSIONS.
3 WATER SERVICE CONNECTION AND CONFIGURATION SHALL
BE INSTALLED AS SHOWN ON THE PLANS, OR AS MAY BE
OTHERWISE DIRECTED BY THE DISTRICT.
4 SERVICE LINES SHALL BE INSTALLED PERPENDICULAR
(PLAN VIEW) TO WATER MAIN , UNLESS OTHERWISE
SHOWN ON THE PLANS. NON- PERPENDICULAR SERVICE
LINES, IF ALLOWED, SHALL BE WRAPPED W /N0. 12
COPPER WIRE W/ A 12 -IN. LOOP EXPOSED IN THE
METER BOX.
5 SERVICE LINES SHALL BE CONTINUOUS WITHOUT SPLICES.
0 DEPTH OF COVER OVER SERVICE LINE SHALL BE 36" MIN.
EXCEPT AT TRANSITION TO /FROM SEIIER.
7 FOR WATER SERVICE CONNECTIONS DESIGNATED FOR
2 -IN. DIA. SERVICE LINES, SEE STANDARD PLAN 20.
08 CUSTOMER SUPPLY LINE (PRIVATE). CONNECTION TO
BRASS NIPPLE INCLUDES FITTINGS, REDUCERS, BUSHINGS,
AND STIFFENERS AS NECESSARY.
SF' 08_01
STANDARD PLAN 08.01
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
WATER SERVICE
CONNECTION
1-1/2" 8c 2"
DATE: 7 -16
DRAWN: WLH
CHECKED: KRM
APP R: KRM
SCALE: NONE
SHEET 1
OF 2
MATERIAL LIST:
METER SEIIER
• 1 -1/2" METER: FORD VH76- 22 -11 -66 OR MUELLER B- 2422 -2- 12x13"
• 2" METER: FORD VH77- 12 -11 -77 OR MUELLER B- 2422 -2- 12x17"
FLANGED INVERTED KEY VALVE W /DRILLED PADLOCK WINGS ON INLET.
ANGLE CHECK VALVE ON OUTLET
NO BYPASS
FEMALE HORIZONTAL IPS INLET AND OUTLET
GROOVED FOR "0" RING METER GASKETS
SETTER HEIGHT TO BE 12"
SERVICE LINE PIPE
• 1 -1/2" OR 2" CTS POLYETHYLENE TUBING, SDR 9
SERVICE SADDLE
• DOUBLE STRAP STAINLESS STEEL, ROMAC 202S 1 -1/2" OR
CD>
2" I.P.S. TAP.
ADAPTER (USE STAINLESS STEEL PIPE INSERT)
• 1 -1/2" MIPT x 1 -1/2" CTS: MUELLER H- 15428N, OR FORD C84- 66 -G -NL "GRIP JOINT ".
• 2" MIPT x 2" CTS: MUELLER H- 15428N, OR FORD C84- 77 -G -NL "GRIP JOINT"
® ADAPTER (USE STAINLESS STEEL PIPE INSERT)
• 1 -1/2" FIPT x 1 -1/2" CTS: MUELLER H- 15451N, OR FORD C14- 66 -G -NL "GRIP JOINT"
• 2" FIPT x 2" CTS: MUELLER H- 15451N, OR FORD C14- 77 -G -NL "GRIP JOINT"
O
O
METER BOX
• NON- TRAFFIC: RAVEN RMB 17 -30 W/ SIGMA CO. H2O RATED DUCTILE IRON COVER W/ HINGED
METER READER DOOR DUCTILE IRON LIDS W /HINGED READER DOOR.
• TRAFFIC: CHRISTY B1730 W/ H2O RATED DUCTILE IRON OR GALVANIZED STEEL COVER, NON -SKID
SURFACE, BOLT -DOWN AND LOCKING AND HINGED READER DOOR.
CORPORATION STOP
• 1 -1/2" AWWA I.P.T. x MIPT- MUELLER B- 2629N, OR FORD
• 2" AWWA I.P.T. MUELLER B -2629N OR FORD FB500 -7 -NL
BRASS NIPPLE
• 1-1/2" IPS x 12" LONG
• 2" IPS x 12" LONG
PVC OR BRASS CAP (TEMPORARY - SEE 0
• 1 -1/2" IPS
• 2" IPS
BRASS 1 -1 /2" OR 2 "x 45' OR 90' STREET ELL, OR 1-1/2"
OR 2" BRASS CLOSE NIPPLE W/ 1 -1/2" OR 2" BRASS 45'
OR 90' ELL.
FB500 -6 -NL
STANDARD PLAN 08.01
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
WATER SERVICE
CONNECTION
1 -1/2 & 2"
DATE: 7 -16
DRAWN: WLH
CHECKED: KRM
SP o8_01 APPR: KRM
SCALE: NONE
SHEET 2
OF 2
VERTICAL DISCHARGE PIPING
D.I. "BLOCKING" PIPE - 10
SMALLER THAN WATER MAIN
SLOT AT TOP OF
BLOCKING PIPE TO
ALLOW CLEARANCE FOR
VERTICAL PIPE RUN
WATER MAIN
VALVE
LOCATION
WATER MAIN
(>4"0)
NOTES:
ti
PLAN
HOSE BIBB OR GLOBE VALVE
WITH NIPPLE (12" MIN LENGTH)
SEE NOTE 3.
18" Sx
r MIN
z
7
2"0 GALVANIZED
STEEL PIPE &
FITTINGS
SEE NOTE 2.
4..I
a
• •
f b ° •
ELEVATION
z
r)
1. PROVIDE TEMPORARY THRUST RESTRAINT; CONC. ECOLOGY
BLOCK(S) AND /OR STEEL BRACING WITH BEARING PLATE(S)
AS NECESSARY FOR SOIL AND TRENCH CONDITIONS TO
RESIST TEST PRESSURE.
2. IF ASSEMBLY PLACED IN HAZARDOUS /TRAFFIC LOCATION,
PROVIDE COUPLING AND PLUG FOR REMOVAL OF STANDPIPE
OUTSIDE TIMES OF TESTING. EXTEND AND INSTALL OUTSIDE
THE PAVEMENT SECTION TO MINIMIZE TRAFFIC IMPACTS.
3. DISCHARGED WATER WITH CHLORINE RESIDUAL SHALL BE
DECHLORINATED /DISPOSED PER JURISDICTIONAL AGENCY
REQUIREMENTS, AND CONTROLLED PER TESC PLAN.
SEE NOTE 1.
FORMULA FOR ESTIMATING
RATE OF DISCHARGE
Q — 2.83d2Sx
WHERE:
Q = DISCHARGE (gpm)
d = INSIDE DIAM. OF DISCHARGE PIPE
d,Sx,Sy— MEASURED IN INCHES
STANDARD PLAN 10
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
TEMPORARY
BLOWOFF ASSEV1BLY
(2" SIZE)
SPB -21B
DATE: 6 -15
DRAWN: WLH
CHECKED: KRM
APPR: KRM
1-11.11.rry DIS'1K'"
SCALE: NONE
SHEET 1
OF 1
v
v
6" 1
NOTES:
1. CONCRETE MARKER POST SHALL BE REINFORCED
WITH 1 -NO. 3 STEEL REINFORCING BAR.
2. ALL LETTERS SHALL BE 2" HIGH STENCILED IN
BLACK PAINT.
3. POST SHALL BE PAINTED WITH WATER - BASED,
APWA BLUE MARKING PAINT.
VALVE MARKER POST
GATE VALVE
(TYP.)
SEE NOTE 4
WATER MAIN
PLAN
NOTES;
1, PROTECTIVE PAD SHALL BE 4" MIN. DEPTH CONCRETE OR
COMPACTED HMA TO MATCH ADJACENT PAVED SURFACE.
2. WHERE DISTANCE IS 42" OR LESS FROM VALVE, PAD
SHALL EXTEND TO EDGE OF PAVEMENT. OTHERWISE, PAD
SHALL EXTEND 24" MIN.
3. PAD SHALL BE CONTINUOUS AND RECTANGULAR FOR
VALVE CLUSTER.
4. ALIGN LUG SLOTS PARALLEL TO WATER MAIN.
MIN 5"
I.D.
COVER
TOP SECTION
(HIGH FLANGE)
SEE NOTE 1
BASE SECTION
2" ETHAFOAM
900 (2" WIDE)
NOTES:
1. PROVIDE 6" MIN. VERTICAL ADJUSTMENT WHERE PRACTICAL.
2. THE WORD "WATER" SHALL BE CAST INTO THE COVER.
3. VALVE BOX RISERS (IF USED) SHALL BE GLUED.
4. INSTALL LOCKING LID IN TRAFFIC AREAS, (STYLE:
STAINLESS STEEL CENTER BOLT W /PENTAGON SECURITY
HEAD, SPREADER BAR & LOCKING CAMS.)
000
VALVE BOX
PROTECTIVE PAD
00
2" MIN.
COMP. CSTC
ordiminim. Illl1 F�111 !
COMP.
SUBGRADE
SECTION
WATER MAIN
NOTES:
O SQUARE EDGE OF PAVEMENT IF VALVE BOX PROTECTIVE
PAD MEETS PAVEMENTS. MATCH FINISH GRADE.
0 APPLY ASPHALT TACK COAT FOR HMA, JOINT SEALANT
FOR CONCRETE.
O SEAL HMA EDGES WITH PG 58/22.
VALVE BOX PROTECTIVE PAD
AND COVER ALIGNMENT
SP -11.01
STANDARD PLAN 11.01
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
VALVE BOX
APPURTENANCES &
PROTECTIVE PAD
DATE: 7 -16
DRAWN: WLH
CHECKED: KRM
APPR: KRM
SCALE: NONE
SHEET 1
OF 1
90°
45°
22 -1 /2°
1 1 -1 /4°
HORIZONTAL &
CONCAVE VERTICAL BENDS
CEMENT
BRICK
PLUG OR CAP
B
TEE
c
WYE
CEMENT
BRICK
B
PLUGGED TEE
GATE VALVE
A LENGTH OF 3/8" GALVANIZED CHAIN
WRAPPED TIGHTLY TWO TIMES AROUND
FITTING WITH A #4 BAR PLACED THROUGH
THE CHAIN ENDS EMBEDDED 17" INTO
THE CONCRETE THRUST BLOCKING.
NOTES:
1. ADDITIONAL BLOCKING SHALL BE
PROVIDED IF GATE VALVE IS AT
END OF LINE DURING TEST.
2. BLOCKING NOT REQUIRED IF
FITTING IS FLANGED TO
GATE VALVE.
SPB -22A
CEMENT
4,44#1°
BRICK
SINGLE
PLUGGED CROSS
DOUBLE
PLUGGED CROSS
UNBALANCED
CROSS
STANDARD PLAN 16
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
CONCRETE
THRUST BLOCKING
HORIZONTAL & CONCAVE
VERTICAL BENDS
DATE: 2 -14
DRAWN: RSL
CHECKED: BLR
APPR: BLR
SCALE: NONE
SHEET 1
OF 2
NOTES:
1 Bearing areas of concrete thrust blocking
are based on undisturbed soil bearing
strength of 2000/(3000) pounds per square
foot.
2 Bearing areas must be adjusted for other
size pipe, pressures and soil conditions.
3 Concrete blocking shall be cast in place, and
have a minimum of 1/2 sq. ft. (72 sq. in.)
bearing against the fitting.
4 Use cement concrete Class 3000 ,which has
a compressive strength of 3,000 psi.
5 Contractor shall install blocking adequate to
withstand full test pressures as well as
to continously withstand operating pressure
under all conditions of service.
THRUST BLOCK TABLE
6 The bearing areas given in the table are
for horizontal thrusts when the depth of
cover over the pipe exceeds 2 feet.
SAFE BEARING LOAD
LBS. PER SQ. FOOT
0
1,000
2,000
3,000
w /Clay 4,000
10,000
SOIL
*Muck, Peat, etc.
Soft Clay
Sand
Sand & Gravel
Sand & Gravel Cemented
Hard Shale
*In muck or peat, all thrusts shall be
restrained by piles or tie rods to solid
foundations or by removal of muck or
peat and replacement with ballast of
sufficient stability to resist thrusts
7 All joint bolts and accessories shall first be
covered with jute, 15# building paper or
polyethylene sheeting material prior to
placing of concrete to permit taking up
or dismantling joint.
8 Concrete forms shall be installed prior to
placing of concrete.
MINIMUM BEARING AREA AGAINST UNDISTURBED SOIL — SQUARE FEET
PIPE
SIZE
MAX. TEST
PRESSURE
(PSI)
THRUST RESTRAINT REQUIREMENT
A B c 0 E
X
(100 psi)
4"
200
300
2/(1) 1 /(NONE)
3/(2) 2/(2)
1 /(NONE)
2/(1)
NONE
1/(1)
NONE
NONE
NONE
200
4/(3) 3/(2)
3/(1)
1 /(1)
1 /(NONE)
6
300
6/(4) 4/(3)
3/(2)
2/(1)
1 /(NONE)
NONE
8"
200
300 11/(3)
7/(5) 5/(3)
8/(5)
4/(3)
6/(4)
2/(2)
3/(2)
1/(1)
2/(1)
31(2)
12"
200 16/(11)
250 24/(16)
11/(8)
17/(11)
9/(6)
13/(9)
5/(3)
7/(5
3/(2)
4/(3)
5/(4)
16"
200 29/(19)
225 23/(16)
21/(14)
23/(16)
16/(11)
17/(12)
8/(6)
9/(6)
5/(3)
5/(3)
10/(7)
24"
200 64/(43)
46/(30)
35/(23)
18/(12)
9/(6)
23/(16)
USE OF TABLE
1 Select proper row based upon pipe /fitting
size and specified test pressure
2 Select proper column based upon type of
fitting to be restrained.(Refer to illustrations).
3 Determine strength of soil encountered. Table
provides for sand —type soil at 2,000 psf, or
sand and ravel —type soil at 3,000 psf (in
parenthesis, Refer to Note 6 to interpolate
for other types of soil.
4 Read minimum bearing area in square feet.
STANDARD PLAN 16
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
CONCRETE
THRUST BLOCKING
HORRICBENS AVE VETAL D
DATE: 2 -14 SCALE: NONE
DRAWN: RSL
CHECKED: BLR
SPE -22A APPR: BLR
SHEET 2
OF 2
11-1/4° or 22-1/2° BENDS
PUSH —ON OR
MECHANICAL JOINT-
CONCRETE
BLOCKING
TYPICAL CROSS SECTION
NOTES:
1. Blocking design is based upon a 250psi test
pressure; using cement concrete Class 3000,
which has a compressive strength of 3000 psi;
and weight equaling 150 pounds per cubic foot.
45' BENDS
THRUST BLOCK TABLE
PIPE
SIZE
VERTICAL
DEFLECTION
V
DIMENSION
(A)
CHAIN
(0)
CHAIN
EMB(L) ENT
11 -1/4'
8
2.0'
4"
22 -1/2'
11
2.2'
3/8"
17"
45'
30
3.1'
11 -1/4'
11
2.2'
6"
22 -1/2'
25
2.9'
3/8"
17"
45'
68
4.1'
11 -1/4'
16
2.5'
8"
22-1/2'
47
3.6'
3/8"
17"
45'
123
5.0'
12"
11-1/4'
22 -1/2'
32
88
3.2'
4.5'
3/8"
17"
45'
232
6.1'
1/2"
24"
11 -1/4'
70
4.1'
3/8"
17"
16"
22 -1/2'
184
5.7'
1/2"
24"
45'
478
7.8'
3/4"
30"
11 -1/4'
128
5.0'
XX
XX
24"
22 -1/2'
320
6.8'
XX
XX
45'
820
9.4'
XX
XX
V= Volume of Concrete Block (Cubic Feet)
A= Length of Each Side of Concrete Block Cube (Feet)
D =Chain Size (Inches)
L =Depth of Chain Embedment into Concrete Block (Feet)
2. All joint bolts and accessories shall be covered with
jute, 15# building paper, or polyethylene sheeting
material prior to placing of concrete to permit taking
up or dismantling joint.
3. Concrete forms shall be installed on sides prior
to placing of concrete.
STANDARD PLAN 18
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
CONCRETE THRUST
BLOCKING CONVEX
VERTICAL BENDS
SPB -22R
DATE: 2 -14
DRAWN: RSL
CHECKED: BLR
APPR: BLR
SCALE: NONE
SHEET 1
OF 1
•
•
•
•
ELEVATION
CUT
REINF. CONC,
Or- GUARD POST
MINIMUM AREA OF
LEVEL GROUND
SURFACE
PLAN
GUARD POST LOCATION
NOTES:
1. HYDRANT GUARD POSTS SHALL BE INSTALLED
ONLY WHERE SHOWN ON THE PLANS.
2. TOP OF GUARD POST SHALL BE LEVEL WITH
TOP OF HYDRANT
6
ELEVATION
F'ILL
sPe -198
ELEVATION
GUARD POST
STANDARD PLAN B--19b
LAKEHAVEN UTILITY DISTRICT
KING COUNTY WASHINGTON
HYDRANT LOCATION
IN CUT OR FILL
HYDRANT GUARD POST
DATE: 3 -94
DRAWN: RSL
CHECKED: BLR
APPR: BLR
SCALE: NONE
SHEET 1
OF 1
APPENDIX F
GEOTECHNICAL BORING LOGS
Site and Exploration Plan
1
a c
z
•
•
h —H
Retained Fill
Earth Pressure Distribution for MSE Wall with Level Backfill Surface
h —H
H
L Reinforced
Soil Mass-,
WiA
4
e
Retained Fill
h/3
Earth Pressure Distribution for MSE Wall with Sloping Backfill Surface
h —H
H
2H
Retained Fill
Reinforced_
Soil Moss-
Po
B
h/3
Earth Pressure Distribution for MSE Wall with Broken Back Backfill Surface
Pa = Force Resultant per unit Width (kip /ft) = 0.5*ka*y*h2
y = ❑Total Unit Weight of Backfill (kcf) = 0.130
h = Height of Horizontal Earth Pressure (ft)
ka = Active Earth Pressure Coefficient = 0.26
Source: AASHTO. 2004. AASHTO LRFD Bridge Design Specifications. Customary U.S. Units Third Edition.
14 LANDAU
ASSOCIATES
Southwest 356th Street
Roadway Improvement Project
Federal Way, Washington
Active Lateral Earth Pressure
Determination for MSE Walls
Figure
3
0
APPENDIX A
Field Explorations and Geotechnical Laboratory
Testing
•
IALANDAU
Soil Classification System
uscs
MAJOR GRAPHIC LETTER TYPICAL
DIVISIONS SYMBOL SYMBOL(1) DESCRIPTIONS (2)t3)
COARSE - GRAINED SOIL
(More than 50% of material is
larger than No. 200 sieve size)
GRAVEL AND
GRAVELLY SOIL
(More than 50% of
coarse fraction retained
on No. 4 sieve)
CLEAN GRAVEL
(Little or no fines)
":p:d p`a::p i
• • e
GW
Well-graded gravel; gravel/sand
g g g aveUsand little or no fines
Poorly graded gravel; gravel/sand mixture(s); little or no fines
Silty gravel; graveVsand /silt mixture(s)
Clayey gravel; graveVsand/clay mixture(s)
• ° �'o.
GP
GRAVEL WITH FINES
(Appreciable amount of
fines)
' ' . '
iv. 4'
;
, . GM
e-
• GC
SAND AND
SANDY SOIL
(More than 50% of
coarse fraction passed
through No. 4 sieve)
CLEAN SAND
(Little or no fines)
SW
Well- graded sand; gravelly sand; little or no fines
Poorly graded sand; gravelly sand; little or no fines
Silty sand; sand/silt mixture(s)
Clayey sand; sand/clay mixture(s)
SP
SAND WITH FINES
(Appreciable amount of
fines)
SM
wr
FINE - GRAINED SOIL
(More than 50% of
material is smaller than
No. 200 sieve size)
SILT AND CLAY
Li wd limit less than 50
(q )
Wei
MSC L
anic silt and very fine sand; rock flour; silty or clayey fine
Inorganic
sand or clayey silt with slight plasticity
Inorganic clay of low to medium plasticity; gravelly clay; sandy
clay; silty clay; lean clay
Organic silt; organic, silty clay of low plasticity
/
,
CL
OL
SILT AND CLAY
(Liquid limit greater than 50)
ran I
'
M)
Inorganic sift; micaceous or diatomaceous fine sand
Inorganic clay of high plasticity; fat clay
Organic clay of medium to high plasticity; organic silt
�� //
CH
ffea
OH
HIGHLY ORGANIC SOIL
PT
Peat; humus; swamp soil with high organic content
GRAPHIC LETTER
OTHER MATERIALS SYMBOL SYMBOL TYPICAL DESCRIPTIONS
PAVEMENT '.
AC or PC
Asphalt concrete pavement or Portland cement pavement
ROCK `. ∎ ;
RK
Rock (See Rock Classification)
WOOD , „F∎�M� ~.M�
WD
Wood, lumber, wood chips
DEBRIS O O/
DB
Construction debris, garbage
Notes: 1. USCS letter symbols correspond to symbols used by the Unified Soil Classification System and ASTM classification methods. Dual letter symbols
(e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines. Multiple letter symbols (e.g., ML/CL) indicate borderline or multiple soil
classifications.
2. Soil descriptions are based on the general approach presented in the Standard Practice for Description and Identification of Soils (Visual - Manual
Procedure), outlined in ASTM D 2488. Where laboratory index testing has been conducted, soil classifications are based on the Standard Test
Method for Classification of Soils for Engineering Purposes, as outlined in ASTM D 2487.
3. Soil description terminology is based on visual estimates (in the absence of laboratory test data) of the percentages of each soil type and is defined
as follows:
Primary Constituent: > 50% - "GRAVEL,” "SAND," "SILT," "CLAY," etc.
Secondary Constituents: > 30% and < 50% - "very gravelly," "very sandy," "very silty," etc.
> 15% and < 30% - "gravelly," "sandy," "silty," etc.
Additional Constituents: > 5% and < 15% - "with gravel," "with sand," "with silt," etc.
< 5% - "with trace gravel," "with trace sand," "with trace silt," etc., or not noted.
4. Soil density or consistency descriptions are based on judgement using a combination of sampler penetration blow counts, drilling or excavating
conditions, field tests, and laboratory tests, as appropriate.
Drilling and Sampling Key
SAMPLER TYPE SAMPLE NUMBER & INTERVAL
Field and Lab Test Data
Code Description
a 3.25 -inch O.D., 2.42 -inch I.D. Split Spoon
b 2.00 -inch O.D., 1.50 -inch I.D. Split Spoon
c Shelby Tube
d Grab Sample
e Single -Tube Core Barrel
f Double -Tube Core Barrel
g 2.50 -inch O.D., 2.00 -inch I.D. WSDOT
h 3.00 -inch O.D., 2.375 -inch I.D. Mod. California
i Other - See text if applicable
1 300-lb Hammer, 30 -inch Drop
2 140-lb Hammer, 30 -inch Drop
3 Pushed
4 Vibrocore (Rotosonic/Geoprobe)
5 Other - See text if applicable
Sample Identification Number
Recovery Depth Interval
F Sample Depth Interval
Portion of Sample Retained
for Archive or Analysis
Code Description
PP = 1.0 Pocket Penetrometer, tsf
TV = 0.5 Torvane, tsf
PID = 100 Photoionization Detector VOC screening, ppm
W = 10 Moisture Content, %
D= 120 Dry Density, pcf
-200 = 60 Material smaller than No. 200 sieve,
GS Grain Size - See separate figure for data
AL Atterberg Limits - See separate figure for data
GT Other Geotechnical Testing
CA Chemical Analysis
+—
1 1
Groundwater
Q Approximate water level at time of drilling (ATD)
Y Approximate water level at time other than ATD
ASSOCIATES
Southwest 356th Street
Roadway Improvement Project
Federal Way, Washington
Soil Classification System and Key
Figure
/� _
/� 1
B -1
SAMPLE DATA
SOIL PROFILE
GROUNDWATER
I
E
E
"°
E
a
Hollow -Stem Auger
9
Drilling Method.
TD
$ z m
N 2
~
N
8
u,
0
�°
0
to
f�
i.
co
Ground Elevation (ft)
Not measured
J
a E c
E
o
e
0
Drilled By Holocene Drilling Inc.
ici
O v7 0
U)
m
I—
0
D
0
SM
Dark brown, silty, fine to coarse SAND with
SP-
SM
\ organics (loose, moist)
(TOPSOIL)
Brownish -gray, fine to coarse SAND with silt
and gravel (medium dense, moist)
— 2
(FILL)
5-1
b2
12
—
—4
SM
Brown, silty, fine to coarse SAND with gravel
(very loose, moist)
Li
W =13
S-2
b2
3
—6
—
7
1
—8
—
Perched
—10
G r ades to medium dense and moist t owe t
S-3
b2
11
-
— 12
-.:
ML
Gray, very sandy SILT with gravel and
organics (very stiff, moist)
(GLACIAL RECESSIONAL LACUSTRINE)
— 14
—
J
S -4
b2
20
W = 21
-
-16
GS
—
Boring Completed 01/15/15
=
Total Depth of Boring = 16.5 ft.
-
-18
—
.720
—
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is
necessary for a proper understanding
of subsurface conditions.
3. Refer to "Soil Classification
System
and Key" figure for explanation
of graphics and symbols.
Southwest 356th Street
Figure
IALANDAU
ASSOCIATES
Roadway Improvement Project
Federal Way, Washington
Log of Boring B -1
/� _2
/�
•
B -2
SAMPLE DATA
SOIL PROFILE
GROUNDWATER
a
E
Z m
2
alai E c
0 U) 65
m
�
'
E
U)
i0
o
m
m
in'
I—
a°
E
�
m
0
o
a
0
D
Drilling Method. Hollow -Stem Auger
J
Ground Elevation (ft)• Not measured
Drilled By Holocene Drilling Inc.
—0
SM
Dark brown, silty, fine
to coarse SAND with
-
7
_
_
SM
organics (loose, moist)
(TOPSOIL)
\
Dark Brown, silty, fine to coarse SAND with
gravel (medium dense, moist)
-
- 2
(FILL)
-
5-1
b2
13
—4
—
_
ML
Mottled orange /brown /gray, SILT with
organics (medium stiff, moist)
_
(GLACIAL RECESSIONAL LACUSTRINE)
W =25
_
—6 S -2
b2
6
-
ATD -
—8
SM
Gray, gravelly, fine to coarse SAND with silt
(medium dense, wet)
(RECESSIONAL OUTWASH)
—10
S3
b2
18
W =12
GS
.'
_
—12
—
— 14
Grades to dense
E
S-4
b2
48
-
—16
—
Boring Completed 12/30/14
Total Depth of Boring = 16.5 ft. -
- 18 —
3
—20 —
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification
System and Key' figure for explanation of graphics and symbols.
Southwest 356th Street
Figure
IALANDAU
ASSOCIATES
Roadway Improvement Project
Federal Way, Washington
Log of Boring B -2
/� _3
/'l
O
CD
z
0
0
w
C7
d
0
m
co
0
0
0
CO
0
CO
M
CO}
0
Ci
CO
0,
B -3
SAMPLE DATA
SOIL PROFILE
GROUNDWATER
a
E
(7,
Drilling Method' Hollow -Stem Auger
z m
47
,_
m
0o
u_
yo
N
0
0)
0
E
cr)
Ground Elevation (ft)*
Not measured
J
a E c
0 u06
E
u
3
0
m
H
w
0
co
co
Drilled By Holocene Drilling Inc.
m
—0
SM
Dark brown, silty fine to
coarse SAND with
-
]
SM
organics (loose, moist)
\ (TOPSOIL)
-
Dark brown, silty, fine to coarse SAND with
gravel (medium dense, moist)
_
—2
(FILL)
-
W -13
-
S-1
b2
10
=
_4
ML
Mottled orange/brown/gray, SILT with sand
and organics (stiff, moist)
]
(GLACIAL RECESSIONAL LACUSTRINE)
S-2
b2
13
]
—6
—
—8
—
—10
orange /gray, grades to soft, wet
Q ATD
1Mottled
-
S3
b2
4
W -38
GS
- -
-
—12
]
—14
SM
Brown, silty, fine to coarse SAND with gravel
- -
(medium dense, wet)
_
(RECESSIONAL OUTWASH)
S-4
b2
26
]
— 16
Boring Completed 12/30/14
=
Total Depth of Boring = 16.5 ft.
-
- 18
—
]
—20
_
7
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification
System and Key" figure for explanation of graphics and symbols.
LANDAU
Southwest 356th Street
Roadway Improvement Project
Log of Boring B-3
Figurel
A-4
ASSOCIATES
I4
Federal Way, Washington
•
•
B-4
SAMPLE DATA
SOIL PROFILE
GROUNDWATER
E
z u.
a)
-c E c
m
T
5
E
i°
o En
m
o
° _
E
0
m
o
U
Drilling
Ground
Drilled
Method. Hollow -Stem Auger
Elevation (ft)
By: Holocene
Not measured
Drilling Inc.
—0
I.l
, SM ,
Dark brown, silty fine to coarse SAND with
organics (loose, moist)
\ (TOPSOIL)
Groundwater not encountered.
-
-
Sp_
SM
S 1
b2
1
Reddish brown, fine to coarse SAND with
silt (very loose, moist)
_
_
_
(FILL)
-1
—
S -2
b2
3
Grades to with organics
=
-
,
—10
Grades to fine to coarse SAND with silt and
—
S -3
b2
13
JJ1��1LL
gravel (medium dense, moist)
=
SM
Brown,
silty, gravelly, fine to coarse SAND
(dense,
moist)
-
(GLACIAL TILL)
—15
S4�
b2
50
VV-7
GS
_
— 20
S-5
b2
47
—25
—
S -6
b2
53
Greade
very dense
=
• '..
j GM
Gray,
silty, fine to coarse GRAVEL with
-
.. •
>.
sand
(very dense, moist)
-
- 30 S-7
b2
50/5"
W = 4
'.c
-,
_
SM
Brown,
silty, fine to coarse SAND with gravel
-
(very
dense, moist)
-
—35
-
- S-8 j
b2
50/6"
_
Boring Completed 12/30/14
Total Depth of Boring = 36.5 ft.
_
—40
Notes: 1. Stratigraphic contacts are based on field interpretations
and are approximate.
2. Reference to the text of this report is necessary
for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification
System and Key"
figure for explanation of graphics and symbols.
Southwest 356th
Roadway Improvement
Street
Project
Log Boring B -4
Figure
LikLANDAU
ASSOCIATES
Federal Way, Washington
of
A -5
0
c
0
m
a
CD
0
m
CO
N
o
0
CO
CO
}
CO
CO
CO
CD
CO
B -5
SAMPLE DATA
SOIL PROFILE
GROUNDWATER
a
E
0
m
T
.°
E
)
E
Drilling Method' Hollow -Stem Auger
m
z
I—
m
0)
>,
Ground Elevation (ft)*
Not measured
a) Z
d)
LL
N
U
Cl)
J
a. E a)
E
3
0
Cl)
Drilled By Holocene Drilling Inc.
co
0 (0.5
u)
m
I-
0
U
- 0
um
AC
0.5 feet of asphalt over
0.5 feet of crushed
_
SP-
SM
(ASPHALT)
\
-
_ S -1
I�I
I I
b2
7
Reddish- brown, fine to coarse SAND with
silt and some gravel (loose, moist)
SM
(FILL) J
-
- 5
Brown, silty, fine to coarse SAND with gravel
_
S -2
b2
22
(medium dense, moist)
-
SP-
SM
Gray, fine to coarse SAND with silt and
gravel (dense, moist)
_
-
(RECESSIONAL OUTWASH)
_
—10
W =8
;
—
S-3 j
b2
39
—15
Grades to wet
.Z ATD
S-4
b2
25
_,
111111
-1
SM
Brown, silty, fine to coarse SAND with gravel
_
(very dense, wet)
— 20
S -5 j1
_
b2
60
Grayish - brown, fine to
moist to wet)
-
-
SP
medium sand (dense,
—25
W =25
—
S-6
b2
30
—30
grades to fine to coarse SAND with gravel
S-7
b2
24
(medium dense, moist to wet)
—35
_
S -8
nn
b2
28
-
Boring Completed 01/15/15 -
Total Depth of Boring = 36.5 ft. 1
—40
Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate.
2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions.
3. Refer to "Soil Classification
System and Key' figure for explanation of graphics and symbols.
Southwest 356th Street
Roadway Improvement Project
Log of Boring B -5
Figure
I4LANDAU
ASSOCIATES
Federal Way, Washington
A -6
•
w
LL
N
Z
CD
a
CDq
0
0
Co
CO
N
M
O
O
co
•M
coo
0
U.S. Sieve Opening in Inches
Co
CD
Co
Co
CO
Co
O
O
0
co N- CD CC) V (T)
146!aM i(q Jauid auaaaad
O
N
O
O
0
0
c
O
O
O
O
O
C
CO
a)
C
LL
E
C_
LL
N
Co
c0
0
0
J
CJ)
J
U)
Soil Description
N
.0
0
U)
2
O
U
O
a)
C
T
>
f0
m
0
8
C
fa
0
V
C
m
C
C
Co
L_
H
J_
U)
T
2
!T
0
G)
C)
C
a)
0
N
N
CV
co
CO
N-
.0
N 'v
0
O
r
O
O
O
O
O
Lci
N
D_
EE
Ci)
(DZ
U)
M
U)
M
U)
U)
C
o
O m
x Z
LL
N
CO
0
E
>
C/)
•
e
4
Grain Size Distribution
U
O
O O
a) CL a)
tn. C
C
CN co
C
LC) O
>
2
tri
j
->,(U
o 3 a
co LL
•
•
APPENDIX G
ASBESTOS HANDLING DOCUMENTATION
0 Washington State Department of
Labor & Industries
August. 2007
Instructions for Asbestos Project Notification
The following information is for asbestos contractors and building owners submitting
asbestos project notices to the Department of Labor and Industries, Division of
Occupational Safety and Health. Notification of the department is required by state law,
RCW 49.17.120(2). Specific requirements for notices are found in WAC 296 -65 -020.
Asbestos projects include any construction, renovation, or demolition in a building or
other facility with the potential to release asbestos fiber. The department also maintains
a directive for industrial hygiene compliance staff with instructions for them on reviewing
asbestos project notices, WISHA Regional Directive (WRD) 23.25, Asbestos Project
Notification.
Preferred Notice Methods
The department has provided an online form for submitting notices at:
http : / /www.Ini.wa.cl ov /Safety/ Topics /AtoZ/Asbestos /ProiectForm.aso
Using the online form provides direct email notification of department regional staff and
gives an immediate response from the department system acknowledging the notice.
This method of notification is preferred by the department.
The notice form is also available in PDF format through the web site (L &I form F413-
025 -000). This form can be faxed or mailed to the department. The number for faxing
notices is 360- 902 -4409. The mailing address is:
Department of Labor and Industries
Asbestos Certification Program
PO Box 44614
Olympia WA 98504 -4614
Exemptions to Notification
There are two exemptions to notification of department prior to starting an asbestos
project:
Small Size: Generally, no notice is required if the entire construction, renovation,
maintenance, or demolition project involves disturbing less than 48 square feet of
asbestos containing materials (the size of the material must also be less than 10 linear
feet for piping or duct insulation).
Emergencies: If asbestos fiber is being released or release is imminent due to
unforeseen circumstances, work to stabilize the site, protect people, and prevent further
release of asbestos may commence immediately. The department must be notified
within 3 working days of the start of the project. The emergency exemption only applies
•
•
•
•
to work necessary to abate the immediate hazard, and the department must be notified
of the project prior to any other related work. See the information below for more details
on what is considered an emergency and additional requirements for posting and
communication at emergency work sites. The section below on timely notification has
information on waivers to the 10 -day waiting period, which may be appropriate for
continuing work following an emergency project.
Project Definition
An asbestos project is any work which will disturb asbestos - containing materials and
has the potential for release of asbestos fiber. Notices should be specific to work that
meets this definition. Mobilization and site preparation work that is unlikely to disturb
asbestos - containing materials should not be included in the work dates of the notice.
Once all expected abatement work is completed on a project, the notice should be
closed out (if new material is found, a 10 -day waiver may be appropriate to resume
work under a new notice).
The purpose of the notice is to allow the department to monitor asbestos abatement
activity and determine when and where projects are occurring. For complex activities at
large sites it may be necessary to submit multiple project notices to describe the full
scope of project phases or activities. The following are some considerations in
determining whether a single or multiple notices will be appropriate.
• Is the work covered by separate contracts? Generally, the department expects
each separate contract to have a separate notice.
• Is the work in separate buildings? Typically, a separate notice should be given
for each building or address where work will occur; particularly if there will be a
separate mobilization for each address.
• Is there a central job office? Where there is a single mobilization and a central
jobsite office and entry point, a single notice may be appropriate, as long as
department representatives can go to a single point to initiate an inspection at
any time during the project.
• If the work crew and competent person will be restationed to a new building or
other distinct location during the project, then separate notices should be
provided to give specific location information. In large buildings, movement from
one wing, floor, or functional space to another may require separate notifications
if there is no single entry point that can be specified.
• Note: dividing a project into smaller projects to avoid notification is specifically
prohibited. If any of the criteria above would suggest dividing the project into
small projects, notification will still be required.
• If there are questions as to how many notices are necessary or on combining
work into a single notice, the regional industrial hygiene compliance staff can
answer questions and make decisions on notification requirements.
Timely Notification
To be considered timely, the asbestos project notice must be received no later than 10
calendar days prior to the start date of the project. 10 days gives the department time
to process and review the notices.
If circumstances prevent providing notice 10 -days before starting asbestos project work,
then a waiver to the 10 -day prenotification requirement may be requested. The waiver
must be requested from the regional industrial hygiene compliance staff. You may
contact them through the nearest Department of Labor and Industries field location.
Complete written notification information will be required and the regional staff may
require additional written documentation of the circumstances requiring quick start of the
project. When submitting the notice, indicate which staff member approved the 10 -day
waiver (if the notice was submitted prior to approval, please amend the notice with this
information). No work may commence without a 10 -day notice or acknowledgment of
the project by DOSH industrial hygiene compliance personnel, unless the project meets
the definition of an emergency asbestos project.
Examples of circumstances where a waiver of the 10 -day notice requirement is
appropriate include:
• People have been displaced from their home until asbestos hazards are abated.
• The project must proceed quickly to protect equipment, ensure continuous vital
utilities, or minimize property damage.
• Asbestos - containing materials were encountered that were not identified during
the asbestos survey and asbestos hazards must be abated to resume on -going
work.
• Long -term contract situations with a limited class of work activities. Information
must be provided on an annual basis, with notice for each specific work activity
given prior to commencing.
Asbestos work is complicated and requires significant assessment and preparation;
therefore projects that must proceed without time for a 10 day notice are rare.
However, the DOSH compliance staff is directed to generally accommodate requests for
waivers of the 10 -day notice period. The quick nature of the project and short planning
period are considered to make the project exceptional and a priority for inspection by
the DOSH compliance program as part of the DOSH asbestos inspection emphasis
program. Circumstances leading to the waiver request may also be reviewed during
inspection of the project by DOSH compliance staff.
Form Information
Start and Completion Dates: Exact starting and completion dates of the asbestos
project, including shifts during which abatement work will be accomplished. If other
work is involved in the contract, limit the notice to time when set -up and abatement work
handling asbestos - containing materials will be done that meets the definition of an
asbestos project. Further, the dates given must not conflict with the dates specified for
asbestos removal in the any work contracts.
Changes in the start or completion dates or work shifts must be communicated to the
department by an amended notice. The dates for the notice must be for actual asbestos
project work. Work such as intact flooring removal, on -call time during demolition, or
contract time when work will not be conducted should not be given as a project time on
the notice.
•
•
•
•
•
• When the starting date or time changes, the amended notice must be filed no
later than 5:00 p.m. on the business day prior to the starting date in the original
notice and prior to the new starting date.
• When the completion date or time changes, the amended notice must be filed
within eight hours from when the change is determined and before completion of
the project.
Initial or Amended Notice: Initial notice is only the first notice for a project. Any
updates should be marked as amended. When amending a notice by fax, circle the
changed items. When using the online system, use the comment box to briefly describe
the amendment.
On -Hold Status: On -Hold status is for projects that have been started, but where work
has stopped for some reason and is expected to resume. For example, this may be for
time between phases of a project, when there has been a scheduling problem between
trades, or when there is a contract dispute.
Projects can not be placed on hold prior to starting. If there are specific reasons that
the start date can not be set, contact the appropriate regional office and request a 10-
day notice waiver. When setting a project on hold, please provide notes on the reason
for the hold and the expected date for resuming work.
If all anticipated work has been completed, the project has ended and the notice should
be closed out rather than being put on hold. If new materials are found at the site, work
with the regional IH compliance staff to obtain a 10 -day notice waiver to resume.
Work Hours: Give start and stop times for each work each day (including all shifts) and
check the days of the week that work will occur. If the work shifts run overnight, check
the day the shift begins. (For example if you work Friday from 6 pm to 4 am mark
Friday and not Saturday, unless another shift begins on Saturday.)
Emergency: If the project is an emergency situation (reasonably unforeseeable
projects involving significant ongoing hazards) notice must be provided to the
Department within 3 working days of starting work. Note: Projects considered
emergencies by other regulatory agencies might not be considered an emergency
under Labor and Industries regulations. There are additional posting and
communication requirements for emergency projects, see WAC 296 -65- 020(5). See the
information below on emergencies for more information. When a 10 -day notice waiver
is requested, the project is not an emergency and should not be marked as such.
Property Owner: This box must contain the name of the property owner. If anyone will
be representing the owner during the work the owner's agent and company must be
provided. An owner's agent may be a property manager, attorney, architect, bank,
holding company, etc. The general contractor on a project should not be listed as the
owner's agent for this notice unless they own the facility or manage the property beyond
the construction contract. Provide an address and phone number for contacting the
owner or agent.
Contractor: Contracted asbestos abatement projects must be conducted by a Certified
Asbestos Contractor. For work that is done by a building or facility owner, designate In-
House -Work in this field.
Job Site and Facility: You must include a complete and accurate job site address. This
information must include the street location, city, Zip code and county. If the site is a
large structure or complex of many buildings using the same street address, you must
further identify where, within that complex, your project will be performed including the
specific building and room. When there are multiple work locations on a large site or
contiguous sites are conducted with a single job site office, the address for the site point
of entry should be given on the form. Additionally, describe the facility type (office,
school, apartment, house, etc.), age (years), and size (square feet).
Quantity of asbestos to be removed: Determine the total quantity of material to be
removed, in both square feet and linear feet. Check the box for each type of material to
be removed. Include all materials to be handled during the project. If there are
materials such as asbestos flooring or roofing that will not be part of the asbestos
abatement project, note in the comment section that these are being removed by intact
removal methods.
Alternate Work Methods: For work utilizing control methods not specifically described
in the DOSH asbestos standard, you must have the methods certified following the
direction found in WAC 296 -62- 07712(8) (Class I work or other materials disturbed
during removal) or WAC 296- 62- 07712(10)(f) (Class II work where the material are
removed generally intact). A description of the method must be provided to the
department.
For Class I alternate methods the certification must be submitted with your notice.
Certification of the work methods is done by your consultants or personnel and is not
subject to approval by the department, but this information will be used in evaluating the
project for inspection scheduling and assessment of the work practices if there is an
inspection or questions regarding the work. If you are using the online form for your
notification, you can fax or mail the work plan and certification to the asbestos
certification desk using the contact information above. Put your online notification form
identification number on the cover sheet, to help us determine which project you are
referencing. You may also contact the department industrial hygiene compliance staff
to make arrangements for mailing, emailing, or hand delivering the documents.
Additional Information: The online form has a comment box that can be used for
additional information you need to submit. If you are faxing or mailing the notice, the
information can be given on an additional page or cover letter. Information that needs
to be provided in the comment section includes:
• briefly describe changes that have been made to your work plans when making
amendments (circle changes on faxed or mailed notices)
• when projects are placed on hold, describe the reason and when work is
expected to resume
• who at L &I authorized a 10 -day notice waiver
• any other information that may be helpful for L &I staff reviewing your asbestos
project notice.
Large - scale, On -going Projects
• Building owners who have extensive asbestos work involved in operation and
maintenance of their facilities may request a waiver from notification requirements. This
waiver applies to ongoing maintenance and operations programs where asbestos is
encountered on a regular basis and there are standard procedures for handling of the
materials. The program materials and work description must be supplied to the regional
industrial hygiene supervisor for approval of the program. The program must be
reviewed each January or whenever there are significant changes to the program,
personnel, or work site. Approved programs may conduct work without notice to the
department for individual projects.
Emergency Projects
Conditions may arise unexpectedly that must be addressed immediately to prevent a
greater hazard or significant operational impact. Asbestos work inherently involves
significant hazard (asbestos is a human carcinogen with no known threshold limit).
Projects conducted without careful planning can increase this hazard. However, other
hazards or the potential for increased asbestos hazards may sometimes justify
immediate action.
Examples of emergency projects:
Water damage is causing a spray - applied asbestos containing insulation material
to fall apart. A small removal project will allow access to repair the water piping,
this project could reduce the need for immediate removal or cleanup of additional
asbestos materials. After addressing the plumbing the remainder of the material
to be cleaned up may be addressed in the normal manner, with appropriate
advance notification to the departmentl.
A critical component in an industrial plant is damaged in an accident. If
immediate removal of nearby asbestos containing materials is necessary to
access the damage and effect repairs this may prevent an unscheduled plant
shut down. This could save considerable expense and avoid hazards from the
sudden shutdown of the plant.
Emergency projects as defined under the Washington State Asbestos Act are not
necessarily the same as those defined by local air quality authorities. Typically these
organizations define emergency more broadly, and require pre- approved permits for all
projects, including emergencies. Situations that fall under the emergency project
definition of these other organizations, but are not considered emergencies by L &I,
include materials found during construction that were not part of the original survey or
projects necessary to protect equipment that do not represent a significant health or
safety hazard. In such cases, L &I expects the advance notification requirements of the
standard to be met. See the section on timely notifications.
Onsite Notification for Emergency Projects. When an emergency project is
conducted the following notification requirements must be met:
• • Employees and other people in the vicinity of the project must be notified of the
project as soon as possible. This may be prior to the project if there is any delay
in startup. Anyone entering the vicinity of the project, for example at a shift
change, should be notified immediately.
• Employee representatives must also be notified (this would include collective
bargaining representatives, safety committees or other representatives
designated by the employees).
• A notice must be clearly posted at the work site describing the nature of the
project (see the attachment at the end of this document).
• L &I must be notified within three days after commencing work including all
information normally required for prenotification.
Not all unforeseen work is an emergency. Asbestos projects must be reasonably
unforeseeable to be considered emergencies under the standard. Projects necessitated
by poor maintenance, by waiting until parts fail to conduct regular replacement, or other
circumstances leading to equipment or system failures that could be reasonably
controlled, scheduled, or avoided by the facility owner are not emergency projects.
Building and facility owners must make a good faith inspection of their facilities prior to
any construction, renovation, remodeling, maintenance, repair, or demolition project that
has a reasonable possibility of disturbing or releasing airborne asbestos. This
requirement appears both in WAC 296- 62- 07721(1)(c)(ii) related to general industry
activities and in WAC 296- 62- 07721(2)(b)(ii) related to construction activities. This
responsibility includes anticipating maintenance needs and providing for appropriate
handling of asbestos materials that may interfere with non - routine activities that can be
reasonably expected to occur. Many options are available to building owners for
handling these situations, including the following:
• Remove asbestos - containing materials to provide clear work areas for
subsequent maintenance work;
• Arrange for alternate equipment, systems or operating procedures to allow time
for arranging asbestos removal when necessary;
• Develop procedures for handling removal on a case -by -case basis and provide
notification to the department under the ongoing maintenance provisions;
• Conduct limited removal of asbestos - containing materials so that the area is
cleared for the maintenance work, but the size of the asbestos project falls below
the notification threshold and other asbestos materials are left in a stable
condition;
• Develop maintenance procedures that will not impact asbestos - containing
materials in place.
Need more information?
Please call the Asbestos Certification Program at 360 - 902 -5435 or e -mail to GASC235 @LNI.WA.GOV
•
•
•
Attachment Sample Emergency Project Posting Form
EMERGENCY ASBESTOS PROJECT
• This form, or equivalent, must be prominently p osted in the vicinity of an emergency asbestos
project. The Department of Labor and Industries, Division of Occupational Safety and Health,
must be notified of the project within three days of commencement.
Project Description: (include type and quantity of asbestos material effected and the
work procedures in use — containment, glovebagging, encapsulation, encasement, etc.)
Nature of the Emergency: (include description of hazards and reason for the
unforeseen nature of the project)
•
Certified Asbestos Supervisor(s): (Competent Person)
Facility Owner or Representative:
Phone:
People Affected by Project: (employees or others in the vicinity of the project; these
people must be informed of the project as soon as possible)
Employee Representatives: (Collective bargaining unit, safety committee or other
designated representative for the employees affected by the project.)
•
Department of Labor and Industries
Asbestos Certification Program
PO Box 44614
Olympia WA 98504 -4614
ASBESTOS ABATEMENT PROJECT
NOTICE OF INTENT
L &I DOSH ASBESTOS PROGRAJ
This notice must be received no later than 10 calendar days prior to the start date.
Complete all applicable boxes — incomplete or illegible notices will not be accepted. Circle changes on amended notices.
Mail to the address above or fax to (360) 902 -4409.
Submit this form online or get more information at http:/ /www.ini.wa.gov /TradesLicensing /LicensingReq /Asbestos/
Notice date: / / 16
Start date: / / 16
Completion: / / 16
Initial 0 Amended ❑ Site Work Hours Su Mo Tu We Th Fr Sa
On Hold ❑ Off Hold ❑
Emergency ❑
am
to
pm
am
pm
Project Dates and Work Hours must be Exact
CONTRACTOR
PROPERTY OWNER
Company Name
Name
City of Federal Way
❑ Boiler insulation
Contractor Certification Number
Owner's Agent
John Bowman, General Manager for Franchisee
❑ Wrap & cut
Signature
Company
Franchisee: Lakehaven Utility District
E1 Neg. pres. enclosure
Printed Name
Address
P.O. Box 4249
❑ Glove bag
Phone Number
City State ZIP +4
Federal Way WA. 98063 -9249
❑ Roofing
Job Site C.A.S.
Phone number
253- 941 -1516
■ 1 IEPA vacuum
JOB SITE
FACILITY
❑ Other
Address
S. 352nd Street Ext. (SR 161 to SR 99): Pac. Hwy. S. south of S. 351st St.
Type
Asbestos Cement Water Main
'
Building Name Room
N/A N/A
Age Size
49 -years 8 -inch Dia.
City
e
Federal Way WA
RESPIRATORY PROTECTION
❑ Remodel ✓ Demolition
0 Cement asbestos pipe
ZIP + 4 County
98003 King
■ Repair ❑ Maintenance
❑ Air cell pipe insulation
QUANTITY OF ASBESTOS TO BE:
REMOVED
❑ ENCAPSULATED
Quantity square feet
❑ Indoors
✓ Outdoors
❑ Fireproofing
❑ Boiler insulation
CONTROL MEASURES
❑ Wrap & cut
■ Popcorn ceiling
■ Duct paper
E1 Neg. pres. enclosure
❑ CAB
❑ VAT
❑ Glove bag
✓ Wet methods
❑ Sheet vinyl
❑ Roofing
❑ Mini enclosure
■ 1 IEPA vacuum
❑ Asbestos paper
❑ Other
01 Critical barriers
• Manual methods
Quantity 30 linear feet
❑ Other
❑ Other
RESPIRATORY PROTECTION
■ Mag. pipe insulation
0 Cement asbestos pipe
❑ Air cell pipe insulation
❑ Mudded pipe ins.
• '/2 mask APR
❑ Type C continuous flow
❑ Duct tape
❑ Type C pressure demand
1
• Ducting /duct insulation
• Full face APR
❑ Other
❑ PAPR
Other
Other
F413- 025 -000 notice of asbestos abatement project 9 -2007
For clean copies go to httpJ /www.tni.wa.gov /i'onns/
•pscleanair.org
Puget Sound Clean Air Agency
•
•
Asbestos / Demolition Notification
for Contractors and Property Owners
As of May 1, 2009, individual notifications will be required for structures having a separate street address.
Should you have any questions, please contact Supervising Inspector Rick Hess at 206.689.4029 or
rickh @pscleanair.org.
Fee Information:
(Fees Last Revised 7/1/2011)
Project Categories
After payment,
when can I start
my project?
Asbestos
Fee
Demolition
Fee
Single- Family Residence Project
Q'Asbestos removal only J'Today
1$25
Demolition (with or without
asbestos removal)
Demolition - In 10 Days
Asbestos Removal - Today
$0
$65
Project other than Single - Family Residence
with < 10 linear feet and /or
< 48 square feet of friable asbestos
Demolition In 10 Days
$0
$65
0 >= 10 - 259 linear feet and /or
>= 48 - 159 square feet of asbestos
Asbestos Removal - Today'
$65
Demolition - In 10 Days
1
$65
260 - 999 linear feet and /or
160 - 4,999 square feet of asbestos
In 10 Days
$210
$65
>= 1,000 linear feet and /or
>= 5,000 square feet of asbestos
In 10 Days
$640
$85
If your project is an Emergency, an additional fee may apply.
Emergency Demolition or
Emergency Asbestos Removal *
Today
applicable fees + $40
*Single - family residences are exempt from the emer4ency fee.
Please enter the following:
Owner's Name 'Lakehaven Utility District
Phone ( 253 ) 941 -1516
Project Street Address 'South 352nd Street Extension, SR 161 to SR 99: Pacific Highway S., south of
Zip 198003
City
Contact Person
'Federal Way
'Ken Miller, Engineering Manager Phone ( 253 ) 1946 -5405
If the property owner's mailing address is different from the project street address, enter the mailing address:
Mailing Address 'P.O. Box 4249
Mailing City 'Federal Way
State 'Washington Ed *Zip 98063 +4245
❑ This is a single - family residence project. The structure is used by one family who owns the property as their
domicile. See the full definition to the left.
Asbestos will be removed as part of this project.
If asbestos will be removed, complete the following section:
Quantity of friable asbestos to be removed:
130 linear feet
Project Start Date 1 /_/2016
Completion Date x_/_/2016
This asbestos removal will be completed by:
0 the property owner
the following licensed asbestos abatement contractor
square feet
Contractor I
Contact 1
Mailing Address I
Mailing City
Contractor Job # 1
Phone (r-- ) 1
State Washington l_ 1 Zip I
❑ A demolition will occur as part of this project.
If a demolition will occur, complete the following section:
Demolition Start Date 1 Completion Date I
This demolition will be completed by:
0 the property owner
0 the fire department
the following demolition contractor
Demo
Contractor I
Contact
Mailing Address
Mailing City
Contractor Job # 1
Phone ( )
�.1
State 'Washington
Zip!.
❑ This is an emergency project.
If this project is an emergency, select the reason that best describes your situation:
0There was a sudden, unexpected event that resulted in a public health or safety hazard.
0The project must proceed immediately to protect equipment, ensure continuous vital
utilities, or minimize property damage.
0 Asbestos-containing materials were encountered that were not identified during the asbestos
survey.
The project must proceed to avoid imposing an unreasonable burden.
•
•
•
•
By submitting this notification,
(1) I certify that the information I have provided is to the best of my knowledge true and accurate.
(2) I understand that I must file an Amendment to this Notification if:
• The type of project has changed. The project types are asbestos and demolition.
• The quantity of friable asbestos to be removed meets a larger project category.
• The project's start or completion date has changed.
(3) I understand one Notification must be filed for each structure. The only exception is for a
single - family residence that includes multiple ancillary structures, such as a detached garage or
other outbuildings having the same street address. If there is no street address, I have used a
building number.
(4) I understand the fees for this Notification are nonrefundable.
Submit Notification I
If you have questions, contact us by e- mail (mailto :asbe tos{ spscleanair.org) or phone at 206.689.4058.
LAKEHAVEN UTILITY DISTRICT
ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD
Page 1 of 2
I 1. WORK SITE Pac. Hwv. S. south of S. 351St St. M
MAILING Public Right of Way
LOCATION: A
ADDRESS:
OWNER: M
MAILING P.O. BOX 4249 I PHONE NO.:
ADDRESS: F
Federal Way, WA. 98063 -4249 I
2. AC PIPE REMOVAL BY: M
MAILING P
PHONE NO.:
JJAMF: I
ADDRESS:
I /
REG. NO :
3. WASTE DISPOSAL SITE (WDSI: M
MAILING I PHONE NO.:
/
ADDRESS: /
LOCATION: 1
{ 4. NESHAP JURISDICTIONAL AGENCY: M
MAILING 1904 3rd AVE.. Suite 105 i PHONE NO.:
i 206 / 689 -4058
ADDRESS:
O1 A
Seattle. WA. 98101 -3317 i
V i 5. MATERIAL: D
DM. 6
6. CONTAINERS: 7. TOTAL OUANTT Y:
FRIABLE ASBESTOS MATERIAL per PSCAA. (
NO. TYPE (
(LF for pipe, or CY)
Z '
ASBESTOS CEMENT PIPE B
BA
F A
I
Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66 -145 (09/10/07)
Rev. 06/20/14
LAKEHAVEN UTILITY DISTRICT
ASBESTOS CEMENT PIPE — WASTE SHIPMENT RECORD
Page 2 of 2
w 12. OBSERVED DISCREPANCIES: (If none, state "None. ")
to
a
V)
tni-
0
{ 13. WASTE DISPOSAL SITE (WDS) OWNER OR OPERATOR: (ACKNOWLEDGMENT OF RECEIPT OF MATERIALS)
I, as Owner / Operator (circle the one or ones that apply) of the WDS, hereby certify receipt of the
asbestos materials covered by this Waste Shipment Record (manifest), except as noted in Item 12 above.
PRINTED / TYPED NAME and TITLE SIGNATURE MO. DAY YR.
INSTRUCTIONS
WASTE GENERATOR SECTION (Items 1 -9)
1. Enter the name of the facility at which asbestos waste is generated and the address where the facility is located. In the appropriate spaces,
also enter the name of the Owner of the facility and the Owner's phone number.
2. Enter the name and address of the Owner, authorized agent or Contractor responsible for performing the asbestos removal. In the
appropriate spaces, also enter the phone number of the authorized agent or Contractor.
3. Enter the name, address, and physical site location of the Waste Disposal Site (WDS) that will be receiving the asbestos materials. In the
appropriate spaces, also enter the phone number of the WDS.
4. Provide the name and address of the local, State, or EPA Regional office responsible for administering the asbestos NESHAP program.
5. Indicate the types of asbestos waste materials generated.
6. Enter the number of containers used to transport the asbestos materials listed in Item 5. Also enter one of the following container codes used
in transporting each type of asbestos material (specify any other type of container used if not listed below):
DM - Metal drums, barrels
DP - Plastic drums, barrels
BA - 6 mil plastic bags or wrapping
7. Enter the quantities of each type of asbestos material removed in units of linear feet for asbestos cement pipe.
8. Use this space to indicate special transportation, treatment, storage or disposal or Bill of Lading information. If an alternate waste disposal
site is designated, note it here. Emergency response telephone numbers or similar information may be included here.
9. The Owner, authorized agent of the Waste Generator, or Contractor performing the removal and preparing the waste materials for transport
to the WDS must read and then sign and date this certification. The date is the date of receipt by the transporter.
NOTE: The WASTE GENERATOR must retain a cony of this form.
TRANSPORTER SECTION (Items 10 and 11)
10. & 11. Enter name, address, and telephone number of each transporter used, if applicable. Print or type the full name and title of person
accepting responsibility and acknowledging receipt of materials as listed on this Waste Shipment Record for transport. Enter date of
receipt and signature. If transporter is the same as the Owner, authorized agent, or Contractor, so indicate.
NOTE: The TRANSPORTER must retain a copy of this form.
WASTE OISPOSAL SITE SECTION (Items 12 and 13)
12. The authorized representative of the WDS must note in this space any discrepancy between the waste described on this Waste Shipment
Record (manifest) and waste actually received, as well as any improperly enclosed or contained waste, Any rejected materials should be
listed, and the destination of those materials provided. A site that converts asbestos - containing waste material to non - asbestos material is
considered a WDS.
13. The signature (by hand) of the authorized WDS agent indicates acceptance and agreement with statements on this manifest except as noted
in Item 12. The date is the date of signature and receipt of shipment.
NOTE: The WDS must retain a completed copy of this form, AND must send a completed copy to the named Owner and
Contractor in Items 1 and 2, respectively.
Ref. 40 CFR Part 61, Subpart M, Section 61.150 (05/29/14), and PSCAA Form 66 -145 (09/10/07) Rev. 06/20/14
o Appendix H
•
Proposal - Schedule B
Lakehaven Water & Sewer District Water Construction Sequence
Abbreviations:
Pacific Highway South (PHS)
Lakehaven Water & Sewer District (LWSD)
Definitions:
Cut and Cap — Process involving LWSD and contractor, including but not limited to segment isolation,
excavating and exposing main, draining one or more main segments, confirming isolation, cutting pipe,
draining, preparing pump, pumping excess water from excavation, and installing temporary cap /plug
and all work associated with completing these items of work.
For temporary water bypass and staging details, see plan sheets 60 and 61
For temporary water bypass construction details, see sheets 52 and 53
• Temporary water main and service connection detail
• Temporary water main assembly detail
• Temporary blow off detail
Construction sequence staging described below is shown on Temporary Water Bypass Plans, Sheets 60-
61.
Stage 1— New 8" DI Water Main from Station 212 +90 to Station 219 +80
Stage 1A — Set Up Temporary Water Bypass for Parcels 29104 -9049 & 292104 -9002 (Donald B Murphy
Contractors) and 292104 -9036 (Graham Real Ventures)
1. Prepare and deliver water service disruption notification forms to buildings on Parcels 29104-
9049 & 292104 - 9002_0.220 & 1200 S 356th Street) & 29104 -9036 (1225 S 356th Street) for
temporary night time disruption of domestic and fire service. Install temporary water service
connections to 3 parcels including driveway ramps as necessary.
2. Isolate (valve operation by LWSD staff only) and drain existing water main by closing existing
gate valves at Station 213 +10, 85' LT and Station 219 +80, LT. Coordinate with Fire Department
to maintain sufficient firefighting capability while hydrant is out of service.
Stage 1B — Remove conflicting section of AC water main & install new 8" DI water main
1. Cut and remove existing & conflicting portion of AC water main near Station 214 +40 LT. Install
temporary plug and temporary blow off.
2. Install new 8" DI water main from approximate station 213 +05, 85' LT to approximate station
219 +80, 43' LT including water service connections, stubs and temporary blow offs.
3. Fill, flush, disinfect and pressure test new section of water main.
4. Drain, fill, flush and sample water main on 2 consecutive days.
Stage 1C — Remove existing DI water main and fire hydrant assembly near driveway 4. Complete
connection and restore service.
1. Subsequent to passing sample test results, provide service disruption notice to parcel 292104-
9049 (1220 S 356th Street). This shall be scheduled for night work.
2. Isolate (valve operation by LWSD staff only) and drain existing water main by closing existing
gate valve at Station 212 +82, 108' LT.
3. Cut and remove existing ductile iron water main and existing fire hydrant assembly near station
213 +00, LT. Isolate (valve operation by LWSD staff only) and drain new water main from
driveway 4 to station 213 +10, 85' LT. Complete connection at driveway 4 (swab and go). Fill,
flush and activate new water main and water service connections from station 213 +00, LT to
station 219 +80, LT.
4. Remove existing water main from station 213 +10, 85' LT and station 219 +80, LT Remove
temporary water service connection lines.
Stage 2 — Water main installations and connections at eastern end of project, station 220 +25 to
project end.
Stage 2A — Provide service disruption notices and set -up work relating to Parcels # 292104 -9107 (Park 16
LLC), 292104 -9005 & 292104 -9092 (Morgan Spencer and Smith).
1. Prepare and deliver water service disruption notification forms to buildings on parcels # 292104-
9107 (Park 16 LLC), 292104 -9005 & 29104 -9092 (Morgan Spencer and Smith) for temporary
night time disruption of domestic and fire service. Coordinate with Fire Department to maintain
sufficient firefighting capability while hydrant is out of service.
2. Night 1 - Isolate (valve operation by LWSD staff only) existing water main between stations
220 +00 and 16th Ave SE by closing existing gate valves at stations 220 +00, 221 +82, 223 +80,
224 +80, and 226 +75 (16th Ave 5). Expose main and install 2" saddle and corporation stop at
approximately 220 +25 to drain existing water main. At Station 223 +40, cut & drain existing
water main. Install temporary plug with blow off on existing AC water main. Restore service in
water main to the east of temporary plug and blow off.
3. Night 2 — Isolate (valve operation by LWSD staff only) existing 8" DI water main south of park 16.
At station 221 +80, remove tapping tee and conflicting segments of AC water main between
station 220 +25 & 223 +40. Install DI pipe and 8" tee with 3 corresponding gate valves including
MJ plugs and temporary restraining blocks (Swab and go). Recharge, flush and activate existing
DI water main to the south into Park 16.
2
•
•
•
•
Stage 2B — Install new 8" DI water main from station 220 +20 to station 222 +10
1. Install new 8" DI water main from approximate station 220 +20 to station 222 +10 with
temporary blow offs. Remove plugs at new 8" DI tee installed in Stage 2A — step 4.
2. Fill, flush, disinfect, pressure test new water main section.
3. Drain, fill, flush and sample on 2 consecutive days.
Stage 2C — Install new water main at entrance of Lowe's Driveway (station 219 +87, LT)
1. Subsequent to passing sample test results in stage 2B -step 3, provide notices to customers in
stage 1 area & Lowe's parcel of night time service disruption and driveway access disruption.
Schedule night work for conflicting water main section at station 219 +87 LT.
2. Isolate (valve operation by LWSD staff only), drain and remove existing AC water main near
Lowe's driveway. Isolate (valve operation by LWSD staff only) and drain new water main east &
west of Lowe's driveway. Install new tee connecting to Lowe's driveway and extend new water
main east and west to connect into new mains installed during stage 1 & stage 2B including
temporary plug with blow off to the north (Swab and go).
3. Fill, flush and activate up to new gate valves installed at station 219 +87, LT.
Stage 3 — Water main installations and connections within water easement on Lowe's property near
station 220 +00, LT and making water main connection at eastern end of project.
Stage 3A — Provide notices to Parcel 292104 -9077 (Lowe's) for service disruption.
1. Provide service disruption notice to Lowe's Parcel and schedule work for area. Coordinate with
Fire Department to maintain sufficient firefighting capability while hydrant is out of service.
2. Isolate (valve operation by LWSD staff only), drain, cut, drain and remove existing 8" DI water
main in Lowe's easement (including valves, fittings and thrust blocks.)
3. Install new 8" water main from new tee at station 219 +87, LT through new 8" closed gate valve
on northeast side of tee at station 219 +95, LT. Make connection to 8" water main running
north -south behind Lowe's to fire hydrant. Swab and go. Fill, flush and activate.
4. Install new 8" water main from new gate valve to on northeast side of tee at station 219 +95, LT.
Make connection to 8" water main running east -west through Lowe's shipment receiving area.
Swab and go. Fill, flush and activate.
Stage 3B — Provide service disruption notices to parcels 292104 -9005 & 292104 -9092 (Morgan Spencer
and Smith)
1. Provide service disruption notice to 1505 S 356th St of night -time water service disruption.
Schedule work. Coordinate with Fire Department to maintain sufficient firefighting capability
while hydrant is out of service.
2. Isolate (valve operation by LWSD staff only) and drain new water main east of new tee installed
at station 221 +82, LT and existing AC water main west of 16th Ave S.
3. Complete connection to at eastern extents of project (station 223 +40).
4. Fill, flush, ensure air release and activate new and existing water mains.
Stage 3C — Remove and dispose of all existing deactivated water facilities.
1. Remove and dispose of remaining out of service (inactivated) water mains, hydrant
assemblies and water service connections as designated in the plans.
4
•
•
•
•
APPENDIX I
PUGET SOUND ENERGY CONSTRUCTION STANDARDS
•
Scope
In This Standard
Definitions
Vault, Handhole, and Padmounted
Equipment Location
6775.0035
This standard covers the factors that must be considered in choosing a location for a vault,
handhole, or padmounted piece of equipment. It also covers placement requirements related
to vehicular or pedestrian traffic. It does not address the location of cables or conduit.
These topics are covered in this standard:
Topic
See Page
Definitions
1
Location Requirements
2
Accessibility
2
Working Space
2
Terrain and Retaining Walls
6
Hillholder
7
Soil Conditions
7
Length of Cable Run
7
Operating Rights
7
Easements and Permits
8
Utility Conflicts
8
Vehicular Traffic
8
Pedestrian Traffic
10
Aesthetics
10
Customer Notification
10
These are definitions of terms used in this standard:
Term
Definition
Government Entity
A city, county, or state entity that has authority over the
Public Thoroughfare in the conversion or relocation area.
Public Thoroughfare
A publicly owned road, right -of -way or real property that
allows for electric utility use.
Underground Equipment
Vaults, handholes, junction boxes, padmounted
transformers, padmounted switches, submersible
transformers, and submersible switches.
©2000 Puget Sound Energy
Effective on: 08/11/09
Canceling: 05/01/09
Page 1 of 10
Vault, Handhole, and Padmounted
Equipment Location
Location Requirements
Accessibility
Working Space
6775.0035
Underground Equipment must be readily accessible by workers and equipment during
construction and for future operation and maintenance. Workers should not have to climb
over or remove obstacles to gain access. Heavy construction equipment must be able to get
close enough to the excavation to place the vault in the hole. Consider the underground
equipment's weight and the lifting angle and swinging radius of the boom truck when
choosing the underground equipment's location. Remember that dump trucks may need
access if select fill is used for fill or if excavated material will be hauled away.
A clear and level working space is necessary for the operation and maintenance of
Underground Equipment (Figures 1 —6). The location must allow room to operate a switch
handle, completely open a hinged steel door, or use a hotstick to install and operate
equipment. In no case shall clearances be less than those required by code from combustible
and noncombustible walls, bodies of water, fire escapes, et cetera. See Standard 0700.1500.
The working space should be free from obstructions such as trees, shrubbery, poles,
buildings, retaining walls, structures, fences, fire hydrants, utility pedestals, decorative
screens, ditches, streams, roadways, etc. Consider possible future structures and equipment
which could interfere with clearances and accessibility.
Working Space may extend into a traveled roadway under the following conditions:
• The equipment is accessible to PSE crews and vehicles for installation and scheduled
maintenance work.
• When operating the system (such as opening and closing switches) or for unscheduled
repair work due to equipment failure:
— A PSE truck may be parked in the traveled roadway in the immediate vicinity of
the equipment.
— The working space is not on a blind corner or blocked from the vision of the
on- coming traffic.
— Any required traffic control devices shall be limited to those devices that are
normally carried on a service truck, which can be deployed by a single
lineman /serviceman, and can be left unattended while the equipment is operated.
— The working hours within the Working Space (including the roadway portion) are
not restricted.
— Permission from the Government Entity is not required.
— The roadway speed limit in the vicinity of the working space does not exceed
35 mph.
Continued on next page
Effective on: 08/11/09
Canceling: 05/01/09
Page 2 of 10
©2000 Puget Sound Energy
•
Figure 1
Vault, Handhole, and Padmounted
Equipment Location
6775.0035
Clear working space for padmount transformers and aboveground J -box enclosures
Vault Lid —\
18" Min
Cooling
Fins
o'
Equipment
Access Door
18" Min
o--- Equipment
Access Door
10' Min
Figure 2 Clear working space for vaults containing submersible transformers, submersible switches,
J- boxes, and splice vaults.
ROAD SIDE (PREFERRED)
6' Min
(3' for Splice Vault)
FIELD SIDE (PREFERRED)
NOTE: Six feet of working space is required from the side of the vault opposite the interior
wall where a J -box is installed. If J -boxes are mounted on multiple walls, six feet of working
space is required in front of each J -box.
Continued on next page
©2000 Puget Sound Energy
Effective on: 08/11/09
Canceling: 05/01/09
Page 3 of 10
Vault, Handhole, and Padmounted
Equipment Location
Location Requirements, continued
Figure 3 Clear working space for padmount switches
6775.0035
24" Min
1 Equipment
Access Door
10' Min
10'
Min
Equipment
Access Door
18"
Min
Vault Lid
Figure 4 Clear working space for padmount switches rotated 90 degrees on the pad
Equipment Access Door
24" Min
Vault Lid
4' —
Min
Equipment Access Door
Equipment
Access Door
10' Min
— Equipment
24" Min Access Door
Continued on next page
Effective on: 08/11/09
Canceling: 05/01/09
Page 4 of 10
©2000 Puget Sound Energy
•
Figure 5
Terrain and
Retaining Walls
Vault, Handhole, and Padmounted
Equipment Location
Clear working space for primary metering cabinets
Vault Lid
6775.0035
Avoid placing equipment where a slope makes it difficult for the worker to stand and operate
the equipment or where it is subject to landslides or drainage wash. When practical, restrict
the slope to a one -foot rise over a three -foot run (Figure 6) within the clear working space.
Terracing of the site and /or adding a retaining wall may be required to protect the equipment
and provide adequate working space. Working space requirements shall be maintained from
the equipment to the retaining walls. The customer is responsible for the installation and
maintenance of retaining walls of sufficient strength and suitable construction to meet this
requirement (Figure 7).
Figure 6 Recommended slope within the clear working space
Slope should not exceed a 1' vertical
rise to a 3' horizontal run (IV:3H).
3'
Horizontal Run
Continued on next page
©2000 Puget Sound Energy
Effective on: 08/11/09
Canceling: 05/01/09
Page 5 of 10
Vault, Handhole, and Padmounted
Equipment Location
6775.0035
Location Requirements, continued
Figure 7 shows clear working space from a transformer to a retaining wall. See Standard
0700.1500 for information on clearances from other objects.
Figure 7 Transformer to retaining wall clear working space
Hillholder
Soil Conditions
Length of Cable
Run
Hillholders may be used for single -phase minipad transformers on gentle slopes to prevent
the soil from sloughing into a transformer. See Standard 6775.0700 for additional
information. When properly installed, hillholders are not considered an infringement into the
required clear working space.
Avoid placing vaults in poor or unstable soil conditions which may require special
construction methods such as pilings or rip rap. Contact the Civil Engineering Group when
poor soil conditions are unavoidable.
Select backfill may be required to replace undesirable material.
A vault location may need adjustment, or additional vaults may be required, so that the cable
pulling limits are not exceeded. See Standard 6825.6150 for additional information.
Effective on: 08/11/09
Canceling: 05/01/09
Page 6 of 10
©2000 Puget Sound Energy
Vault, Handhole, and Padmounted
Equipment Location
Operating Rights Table 1 gives the location requirements for various types of construction.
Table 1
Easements and
Permits
6775.0035
Location requirements for various types of construction
Type cti
Construction
Location Requirements
Conversions for
Governmental
Entities (Sch 74)
See Schedule 74 for the requirements concerning the location of
underground facilities in an underground conversion area for those
applications that meet the tariff requirements.
Conversions for
customers other
than Governmental
Entities (Sch 73)
If the existing overhead facilities are on private property, locate the
new underground facilities on private property.
If the existing overhead facilities are on a public thoroughfare, it is
preferred to locate the underground facilities on private property,
although they may be located on a public thoroughfare, at the sole
discretion of PSE if the requirements of this standard are met.
New Developments
In new developments, locate Underground Equipment on private
property when the requirements of this standard can be met.
When extending a new power line along a Public Thoroughfare that is
not bordered by the new development, the Underground Equipment
may be located on the Public Thoroughfare, at the sole discretion of
PSE if the requirements of this standard are met.
Relocations
When relocating Underground Equipment that is on private property,
locate the new Underground Equipment onto private property.
When relocating Underground Equipment that is on Public
Thoroughfare, it is acceptable to place the new Underground
Equipment on public thoroughfare, at the sole discretion of PSE, if
the requirements of this standard are met.
See Standard 0350.1000 for information and requirements on obtaining easements and
permits.
In general, easements are required for cable, equipment, and operating space located on
private property. If a piece of equipment is located entirely on property Parcel A (either
Public Thoroughfare or private property), and the required work space overlaps onto private
property Parcel B, an easement must be obtained for that portion of the working space on
Parcel B.
When working near water or wetlands, additional permits may be required from various
agencies, including:
• Washington State Department of Fish and Wildlife
• Department of Ecology
• Corps of Engineers, and
• Department of Natural Resources
These permits may take a long time to acquire, so consideration should be given to avoiding
areas where these permits are required. Contact the Municipal & Land Planning group for
additional information and assistance.
©2000 Puget Sound Energy
Effective on: 08/11/09
Canceling: 05/01/09
Page 7 of 10
Vault, Handhole, and Padmounted
Equipment Location
6775.0035
Location Requirements, continued
Utility Conflicts Vaults or handholes shall not be placed on top of PSE's or another utility's facilities.
Vehicular Traffic Avoid placing vaults in roadway traffic locations. When roadway location is necessary, do
not place vault doors or manhole covers in line with direct wheel loads.
Table 2 gives the location requirements for Underground Equipment that is subject to
vehicular traffic.
Effective on: 08/11/09
Canceling: 05/01/09
Page 8 of 10
©2000 Puget Sound Energy
Table 2
Vault, Handhole, and Padmounted
Equipment Location
Location requirements for equipment that is subject to vehicular traffic
6775.0035
Type of Equipment
Location requirements
Pulling Vaults
Do not place vaults in road intersections or crosswalks.
Use cast -iron manhole covers on pulling vaults in areas that are
subject to normal roadway traffic. When installed in a driven lane, the
vault should be placed so the covers fall between the wheel paths.
Vaults installed within a road shall include one 6 -inch and one 12 -inch
ring riser to accommodate potential grade changes and to allow
adequate backfill depth over the vault.
Junction Boxes
and Submersible
Equipment Vaults
Vaults with plate doors and ventilated doors should not be used in
areas subjected to normal roadway traffic. Commercial parking lots,
truck bays, commercial /industrial driveways, et cetera fall into this
category. The reasons for this are:
• The doors have a history of warping and breaking.
• The hold -down bolts tend to work loose, so the doors bang
loudly when cars drive over them.
• Gravel and debris tends to pack in and jam in the doors so they
will not open.
See Standard 6775.0030 for additional information.
When in parking lots, locate equipment in planter strips or in
landscaped areas to avoid having cars parked over the vault when the
equipment needs to be operated or maintained.
An existing lid with standard plate doors may be replaced with a more
durable "stealth" door lid that uses 4 lock -down bolts or a heavy -duty
full traffic lid. These lids are special order material that may be
appropriate where existing vaults are difficult to relocate. Contact the
Standards and Compliance Department for application and use.
Vaults installed in pavement or sidewalks shall include an adjustable
cover to accommodate potential grade changes.
Padmounted
Equipment
Visual Obstruction
Do not place padmounted equipment where it creates a visual
obstruction to traffic.
Control Zone
Padmounted equipment shall not be located within control zone areas.
Contact the municipality's traffic engineer to determine the control
zone requirements.
If padmounted equipment is located near a private roadway that is not
covered by a municipality's control zone policy, and the traffic on the
roadway is expected to travel at greater than 10 mph, follow the
control zone requirements of the county in which the private road is
located.
See WSDOT Design Manual, Chapter 700, "Clear Zone," for
additional information.
Guard Posts
See Standard 0700.1600 for information on the use of guard posts.
©2000 Puget Sound Energy
Effective on: 08/11/09
Canceling: 05/01/09
Page 9 of 10
Vault, Handhole, and Padmounted
Equipment Location
Location Requirements, continued
Pedestrian Traffic
6775.0035
Place padmount equipment so that it is not an obstruction to pedestrians. Locate vaults to
minimize tripping or slipping hazards. Locate access openings so that barricades or other
suitable guards can be placed to protect the opening when it is uncovered.
Standard slip- resistant diamond -plate doors are appropriate in non - pedestrian traffic
applications for vault and handholes.
Aggressive traction "anti- skid" doors are required on all vaults placed in sidewalks or other
pedestrian traffic locations.
Aesthetics Consider the visual impact to the customer and the public when choosing a location for
vaults or handholes.
Customer
Notification
References
Sources
NESC
Notify the property owner or customer of Puget Sound Energy's requirements, including the
need to keep a clear path to and working space for the Underground Equipment during the
life of the installation.
The following Puget Sound Energy documents apply to this standard:
0350.1000 Easements
0700.1500 Clearances for Oil - Filled Equipment
0700.1600 Guard Posts for Padmounted Equipment
6775.0030 Vault and Handhole Selection and Application
6775.0700 Using and Installing Hillholders
6825.6150 Cable Pulling Calculations
323 Manholes, Handholes, and Vaults
380 Equipment — General
382 Equipment — Location in Underground Structures
WAC 296 -45 -48515 Access and Working Space
WSDOT Design Manual, Pedestrian Design Considerations
WSDOT Design Manual, Chapter 700, Clear Zone
Effective on: 08/11/09
Canceling: 05/01/09
Page 10 of 10
©2000 Puget Sound Energy
•
Scope
In This Standard
General Vault and Handhole Installation
6775.0040
This standard describes the basic installation procedures for electric and gas handholes and
vaults.
For more detailed requirements on manhole vault installation, refer to Standard 6775.0050.
These topics are covered in this standard:
Topic
See Page
Safety Requirements
1
Confined Space
2
Permit Requirements
2
Environmental Requirements
2
Vault Delivery and Boom Truck Capacity
2
Before Installing the Vault
4
Basic Vault Excavation
4
Setting the Vault
5
Backfilling and Finishing the Installation
8
Safety Requirements
Be aware of hazards when excavating and installing vaults and handholes. To avoid personal
injury or damage to equipment or materials, follow safe procedures and use correct
equipment when lifting, transporting, and setting precast concrete handholes and vaults.
Tailgate Meeting
Public Safety
A job planning (tailgate) conference shall be held prior to starting work. Crews shall be
briefed on the content of the job and shall examine the worksite for unsafe conditions.
• The worksite is properly barricaded and appropriate warning signs are used.
• When workers leave the area, holes are covered or barricaded with approved barriers or
guards, and clearly marked to prevent injury or damage to the public.
Maintaining public safety is part of the job. Ensure that:
• Equipment or material is not be left in a condition that will create a public hazard.
• After dark, approved lights, reflectors, or similar devices are used.
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 03/01/09
Page 1 of 10
Confined Space
Electric
Installations
General Vault and Handhole Installation
6775.0040
For electric vault and handhole installations, refer to Standard 0100.2310 for safe work
practices.
Gas Installations For gas vault and handhole installations, refer to Field Procedure 4800.1000 for safe work
practices.
Permit Requirements
Work shall be performed in accordance with the requirements of local jurisdiction and /or any
issued permits. Where permit requirements conflict with this standard, contact the Standards
Department for a variance request prior to proceeding with the work.
Environmental Requirements
Temporary erosion and sediment control requirements must be identified and appropriate
controls installed prior to beginning any excavation, trenching, or dewatering procedure.
Refer to Standard 0150.3200 and local jurisdiction requirements.
Vault Delivery and Boom Truck Capacity
Order in Advance
Preparing for
Delivery
For prompt delivery, place vault orders a minimum of 48 hours in advance. For noncoded
custom vault products, up to four weeks may be required from time of order to delivery. A
specific delivery schedule can be obtained from the manufacturer when the order is placed.
The cost of coded standard vaults includes delivery to the job site and vault setting by the
manufacturer. Some larger special order vaults include delivery only; Puget Sound Energy
must supply a 35 -ton crane to set these vaults.
To ensure successful delivery, the following conditions must be met:
• The job site and vault setting location must be accessible without requiring pushing or
towing of the manufacturer's delivery truck.
• The excavation shall be properly prepared and ready to receive the vault. All excessive
standby time resulting from the lack of or incomplete preparation at the job site by Puget
Sound Energy or its contractor will be charged for by the vault manufacturer.
• The vault must be accurately set, since the manufacturer's delivery truck will make no
adjustment after its initial installation.
Continued on next page
Effective on: 05/01/09
Canceling: 03/01/09
Page 2 of 10
©1998 Puget Sound Energy
•
Vault Company
Boom Truck
Capacities
General Vault and Handhole Installation
Boom delivery trucks generally meet one of the following lift capacities:
6775.0040
Truck Boom Lift Range
Side Lift Capacity
@ Maximum Range
Rear Lift Capacity
@ Maximum Range
20 ft Max
13,000 Ibs Max
15,000 Ibs Max
29 ft Max
6,800 Ibs Max
7,300 Ibs Max
Figure 1 Boom truck lifting capacities
20 ft. Boom Truck
Crane Capacity
Range A SIDE REAR
8' -0" 28,500 Ibs 28,500 Ibs
10' -0" 27,000 Ibs 27,500 Ibs
15' -0" 22,000 Ibs 24,500 Ibs
20' -0" 13,000Ibs 15,000Ibs
29 ft. Boom Truck
Crane Capacity
Range A SIDE REAR
8' -0" 20,0001bs 20,000 Ibs
10' -0" 20,000 Ibs 20,000 Ibs
15' -0" 20,000Ibs 20,000Ibs
20' -0" 13,1701bs 16,1501bs
25' -0" 8,560 Ibs 9,860 Ibs
29' -0" 6,860 Ibs 7,390 Ibs
A Rear Range
18' -0" Firm Ground
A - Side Range
When delivery trucks position their boom riggers, the lift range will decrease if the riggers
cannot be fully extended.
NOTE: If there are curbs, sidewalks, and other obstacles in place; the maximum lift range
will further decrease.
Manufacturer's delivery truck may not be able to set a vault when an excavation site is not
accessible due to poorly designed vault placement or temporary construction obstacles. Any
third party who lifts a vault, must follow proper lifting requirements noted in this standard.
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 03/01/09
Page 3 of 10
General Vault and Handhole Installation
6775.0040
Vault Delivery and Boom Truck Capacity, continued
Vault Inspection Vaults shall be inspected and accepted before being unloaded or installed. Verify that the
vault and lid are the correct size with the appropriate accessories. Do not accept or install
vaults or accessories with structural problems such as:
• Cracks radiating from the lifting inserts.
• Exposed reinforcing.
• Cracks or damage that will impair strength or watertightness.
• Broken door hinges, defective door latches, or misaligned doors.
If the problem is minor and can be repaired by the manufacturer at the the worksite, install
the material and contact the Storekeeper who will arrange repairs with the manufacturer. If
the vault is defective or the incorrect size, contact the Storekeeper who will contact the
manufacturer and have the material replaced.
Damage occurring after delivery is not the responsibility of the manufacturer.
Before Installing the Vault
Ensure the following tasks have been done before excavating for the vault:
• Contact local government agencies when required.
• Locate and mark underground utilities.
• Determine the vault's location and establish the site's finished grade.
Basic Vault Excavation
Excavation Shoring Excavations over 4 feet deep shall be shored or sloped before any worker enters.
On deep excavations where it is impractical to shore or slope, the vault hole can be
over - excavated by 8 to 10 inches and then raised to depth with crushed rock. The excavation
can then be leveled from above with a backhoe before the vault is set.
Unstable Soil
In areas such as river valleys where there is a high water table, several things can be done to
minimize construction problems due to soil caving into the excavation:
• If the problem is severe enough, the area around the excavation site can be dewatered with
well points and pumps before digging.
• A manhole shoring box can be rented.
• Sheet piling and jacks can be used for larger or deeper excavations.
Continued on next page
Effective on: 05/01/09
Canceling: 03/01/09
Page 4 of 10
©1998 Puget Sound Energy
•
Excavation
Procedure
Setting the Vault
Vault Storage
Lifting
0 CAUTION!
Flooded
Excavations
General Vault and Handhole Installation
Follow these steps to excavate for the vault.
6775.0040
Step
Action
1
Determine a suitable place to put the spoils, at least 2 feet from the edge of the
excavation and per local jurisdiction requirements. Consider sediment control
requirements.
2
Dig a hole large enough to accommodate the vault and allow for easy installation
and compaction. A minimum clearance of 6 inches is required around the sidewalls
of the vault.
3
Remove debris and level the bottom of the excavation.
4
Prepare the bottom of the excavation so that the vault will rest on solid undisturbed
earth or compacted soil with a 6 -inch base of crushed rock. This prevents vault
settling and conduit or pipe breakage.
Set vaults and handholes using the vault manufacturer's delivery truck whenever possible. If
this is not possible or practical, store the vault on firm level ground. Vaults and lids are
subject to damage if stored on uneven terrain.
When rigging for a vault lift, all provided lift points must be utilized. Most vaults have
pulling irons in each interior corner that should be used for lifting. Vault lids commonly have
four 3/4" or 1" lifting inserts cast into the concrete. Lifting eye bolts (MID 7223300 or
7223100) should be fully seated in the inserts to assure a safe lift.
When lifting handholes 4' -8" x 7' or smaller, at minimum use either 6 -foot slings
(MID 7487600) or a spreader bar. The increased angle created by using a sling any shorter
than 6 feet may stress the vault walls to the point of collapse. For larger vaults, the lift
rigging length must be 2 -1/2 times the longest distance between lift points.
Vaults lifted improperly can catastrophically fail during th
Larger vaults will float if the excavation is flooded. Do not lower a vault into a flooded
excavation until as much water as possible has been removed. If an excavation is to be left
open in saturated soil where the water table is likely to rise and fill in the hole, it is helpful to
allow water back into the vault to prevent the vault from floating to the surface. To protect
against flotation, create a small hole in the vault wall for water flow, using an available
knockout. Be sure to seal any holes with grout when work is complete.
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 03/01/09
Page 5 of 10
General Vault and Handhole Installation
Setting the Vault, continued
General Vault Follow these steps to set the vault.
Setting Procedure
6775.0040
Step
Action
1
Set the vault into the excavation in correct alignment with the trench, so that pipe
or conduits can be brought straight into the vault. Be certain that:
• The vault is level, square with adjacent structures, and at the proper grade.
• The vault is square with sidewalks and curbs where applicable.
• If final grade is sloping, plan to adjust the vault cover to match.
• The cover is aligned so that it is not necessary to stand on the open lid while
operating equipment inside the vault.
• The sump is located at the same end as the entrance cover where applicable.
2
Keep vault key ways, gaskets, and joints free of dirt, rocks, and debris.
3
Install mastic gasket, provided by the manufacturer, between the sections of
multisection vaults (i.e., 5106 and 712 vaults).
• Remove all protective paper from mastic.
• Place mastic gasket on outside edge of joint or in tongue and groove joint.
• Butt mastic end to end with no overlapping joints.
• Additional mastic gasket (MID 9996153) can be obtained from Stores.
Adjusting to Grade All vaults shall be set to a depth that meets the following requirements:
• The vault shall not present a tripping hazard. Vaults set in pavement or in a sidewalk shall
match final grade. Vaults abutting a sidewalk or pedestrian walkway shall be set to match
the final grade unless a guard is in place, or the situation is such that pedestrians will not
trip on the vault.
• In unpaved areas, the vault shall be set high enough to keep dirt, bark, grass, landscaping,
gravel, et cetera from covering the top of the vault. Generally, this means setting the vault
approximately 2 inches abovegrade in areas that will be landscaped. The exception is
secondary handholes, which are always set flush with final grade.
• The minimum cover over the cables and conduits shall be obtained.
• No holes in the side of the vault shall be exposed.
• On the minipad, the Unistrut shall be a minimum of 6 inches belowgrade.
CAUTION!
Setting electric 687 Vista switch vaults to final grade is critical. These vault lids
cannot be adjusted more than 3 inches or else the switch operating access becomes
impaired. If a Vista lid must be adjusted more than 3 inches, the Vista switch must
be raised with "height adjustment stands" in accordance with Standard 6056.2000.
Continued on next page
Effective on: 05/01/09
Canceling: 03/01/09
Page 6 of 10
©1998 Puget Sound Energy
•
Figure 2
0 CAUTION!
Vaults Installed in
Sidewalks
General Vault and Handhole Installation
Installing adjustable vault lids
6775.0040
Machine Bolt (MID 1191700) 1" dia x 14" long.
Screw in bolt as needed to raise lid to grade.
Remove bolt and grout bolt hole (4 places)
after grout has set and lid is supported.
Install felt joint around vault perimeter
when installed in concrete pavement.
Varies as required to match grade.
Vault riser(s) as required for
adjustable lid.
Vault
Install and mortar into place
concrete bricks (MID 9996191) and
precast plastic shims (MIDs
9997400, 9997401, 9997402, and
9997403) as needed to match
grade, then mortar all remaining
gaps and interior surface area with
nonshrink grout (MID 7658100).
Galvanized Steel Tube
(Installed by vault manufacturer)
NOTE: If more than 4" of height adjustment is
needed on all sides, use standard coded or
custom noncoded concrete vault risers as
required.
j- Removable Bolt
1" Dia x 14" long
(MID 1191700)
6" Thread
Length
Square Nut Welded to Tube
(Installed by vault manufacturer)
Adjustable Bolt Detail
Do not use conduit sealing foam as a substitute for grout. Fo
can contribute to vault lid failure if applied in place of grout.
is not structural and
Vault lids installed in concrete surfaces, such as sidewalks, shall be felted on all sides to
allow future removal of the lid.
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 03/01/09
Page 7 of 10
General Vault and Handhole Installation
Backfilling and Finishing the Installation
Factors that Affect
Sidewall Strength
8 CAUTION!
Knockouts
CAUTION!
6775.0040
Vaults lack sidewall strength unless the keyed risers and cover are in place. If it is necessary
to backfill without the cover in place, temporary internal shoring will be needed to prevent
the vault from collapsing.
If a vault is backfilled with CDF, FTSB, or wet material, or if large amounts of water are
allowed to saturate the backfill material before it can become compacted, the vault walls may
collapse. Use internal shoring as required.
Do not backfill until the vault is completely assembled. Careless back'
cause the vault sidewalls to collapse.
Knockouts are provided in various locations. Any knockout section may be completely
removed without impairing the strength of the vault. Remove knockouts from the inside of
the vault. Do not remove any portion of a vault wall other than the knockouts.
Removal of concrete walls other than at knockouts reduces vault sidewall strength
and can cause failure of the vault under traffic conditions. If pipe or conduit must
enter through a vault wall, core drilling is required to prevent vault degradation.
Care must be taken to ensure core drilling does not damage or sever the vault
internal ground.
Backfill Material Backfill around vaults should consist of good compactible material such as clean earth fill,
crushed rock, flowable fill (CDF or FTSB), or sand.
General Backfilling
Procedure and
Adjusting to Finish
Grade
Follow these steps to backfill and finish the vault installation.
Step
Action
1
Install piping or conduits.
2
Seal openings in the vault floor or walls with grout to prevent dirt and water from
entering. This also prevents soil settling around the outside of the vault.
3
For vaults with adjustable lids, insert machine bolts into the lid adjustment tubes at
each corner and raise lid to finish grade. (See Figure 2.)
4
Adjust the vault cover to final grade using concrete bricks, shims, additional risers
and grout.
NOTE: Do not exceed a 4 -inch brick and mortar adjustment to achieve the proper
grade. If more than 4 inches is needed on all sides, use an additional riser.
8 CAUTION! Do not shim or brick interlocking vault lids or the vault
may collapse. Raise to finished grade by using
additional keyed risers.
Continued on next page
Effective on: 05/01/09
Canceling: 03/01/09
Page 8 of 10
©1998 Puget Sound Energy
General Vault and Handhole Installation
6775.0040
Step
Action
5
Use a mortar mix grout for securing all risers and covers. Strictly follow the grout
manufacturer's instructions printed on the grout container.
• Each brick and shim shall be completely mortared into place so that no gaps
remain.
• For a proper bond, concrete surfaces should be saturated surface dry (SSD)
before applying the grout.
• Apply grout so that it fills the voids in all the joints or gaps.
NOTE: SSD is when concrete surfaces remain saturated, but with the surface dry
as required for proper grout or mortar bonding to concrete surfaces.
6
For vaults with adjustable lids, remove all
machine bolts after grout is set.
in the adjustment tubes or in any
means of support for vault
or adequately supported unless
bolts removed.
0 CAUTION! Do not cut off bolts
way use bolts as permanent
lid. The lid is not secured
grouted in place and
7
Completely assemble the vault before backfilling. Backfill and tamp to 95%
compaction, as required. Refer to Standard 6790.0250 for compaction
requirements.
8
Backfill
exceed
No
The
sidewalks,
jurisdictional
in a uniform manner such that the differential height of backfill does not
12 inches around the vault.
0 backtiil is ...
Then ...
Compatible soils, crushed rock, or
sand,
Backfill progressively in maximum
of 18 -inch lifts on all sides of the
vault and compact each lift
thoroughly.
Flowable fill (CDF or FTSB),
Backfill of the entire excavation
depth requires internal shoring in
the vault. Alternately, the flowable
fill can be placed to half the height
of the vault and allowed to cure for
24 hours before the backfill is
completed.
voids should remain between the vault walls and the sides of the excavation.
backfill material around vaults set on public rights -of -way, such as within
shall have a minimum 95% compaction or in accordance with
requirements.
9
For vaults set in traffic locations, protect vault from traffic loads for 24 hours to
allow grout to cure.
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 03/01/09
Page 9 of 10
General Backfilling
Procedure and
Adjusting to Finish
Grade (continued)
References
General Vault and Handhole Installation
6775.0040
Step
Action
10
Remove mud and debris from the vault interior and secure the vault.
• Cap the lifting inserts with plastic caps.
• Lock and secure lid with the pentahead bolts.
• Cover and secure open access holes before leaving the site.
11
Remove all spoils and construction debris from the job site.
The following Puget Sound Energy documents apply to this standard:
Gas Field 0150.3200
Procedures 4800.1000
6775.0050
6790.0250
Standards
Techniques for Temporary Erosion and Sediment Control
Confined Space Entry for Gas Vaults
Manhole Vault Installation
Soil Compaction
0100.2310
0150.3200
6056.2000
6775.0050
6790.0250
Rescue and Enclosed Space Entry
Techniques for Temporary Erosion and Sediment Control
S &C Vista Submersible Switches
Manhole Vault Installation
Soil Compaction
Effective on: 05/01/09
Canceling: 03/01/09
Page 10 of 10
©1998 Puget Sound Energy
Scope
Using and Installing Hillholders
6775.0700
This standard covers the use and installation of preformed fiber - reinforced plastic retaining
walls ( "hillholders ").
Environmental Requirements
Temporary erosion and sediment control requirements must be identified and appropriate
controls installed prior to beginning any excavation, trenching, or dewatering procedure.
Refer to Standard 0150.3200 and local jurisdiction requirements.
Purpose of Hillholders
When to Use
Hillholders
Whenever a cut is made into sloping terrain to allow for the placement of padmount or
submersible equipment, the potential for dirt and rocks sloughing onto and around the back
and sides of the equipment is a concern.
This can cause:
• Corrosion
• Damage to the equipment finish
• Possible shifting of the equipment off the pad
• Restricted ventilation for padmount transformers
• Unsafe footing for operating personnel
Prefabricated hillholders provide protection for single transformers and other padmounted
equipment. A hillholder can be installed at the time equipment is installed or added to
existing installations.
Hillholders are not recommended for slopes adjacent to submersible equipment to ensure
vaults remain accessible and equipment is operable.
Use a hillholder for padmounted equipment when:
• A retaining wall 14 to 30 inches high is needed.
• A slope is in excess of 1 foot rise for each 3 feet of horizontal distance.
NOTE: For a retaining wall less than 14 inches, use treated railroad ties or modular concrete
blocks.
Clearances Clearances for hillholders around oil- filled equipment shall follow Standard 0700.1500.
Continued on next page
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 1 of 5
Using and Installing Hillholders
Purpose of Hillholders, continued
Select the Correct
Size
6775.0700
The dimensions of the padmount equipment and /or vault must be known so that a hillholder
of the proper size can be selected. Table 1 lists dimensions and typical applications for the
various sizes of hillholders commonly used. Other sizes are available as noncoded items.
Table 1 Dimensions and typical applications for commonly used hillholders
MID
Dimensions (in4
Application
Helght H
Inside W
Inside D
7661503
16
44
48
15 kV minipad transformer up to 75 kVA
J -box enclosures (single - phase)
7661508
32
44
48
Same
7661504
16
66
48
15 kV minipad transformer 100 -167 kVA
35 kV minipad transformer (all sizes)
7661509
32
66
48
Same
7661510
32
78
48
Special applications
Figure 1 Typical hillholder design
Effective on: 05/01/09
Canceling: 06/01/07
Page 2 of 5
©2000 Puget Sound Energy
•
•
•
Installation
Using and Installing Hillholders
Follow these steps to correctly install the hillholder.
6775.0700
Step '
Action
1
Check the slope where the hillholder is to be installed and confirm that the
hillholder's height is adequate.
2
Excavate into the hillside and prepare a level area of sufficient size for the vault
and the hillholder. Do not disturb any more of the hillside than is necessary.
3
Prepare the excavation and install the vault. Refer to Standard 6775.0040.
4
Backfill the excavation to within 4 inches of finished grade.
5
Level and tamp the soil around the edges of the vault. Refer to Figure 5.
NOTE: The inside opening of the hillholder should be slightly larger than the vault
and /or vault lid. This allows the hillholder to be installed around the outside of the
vault. The vault will help to anchor the hillholder in place and prevent movement.
For an Existing To add a hillholder to an existing installation, excavate a suitable area 4 inches deep around
Installation
Specific Hillholder
Situations
the perimeter of the vault. Level and tamp the soil around the edges of the vault.
Figures 2 through 5 illustrate the proper placement of the hillholder for various situations
that may be encountered in the field.
NOTE: Whenever possible, install the hillholder to allow for vault lid removal.
Figure 2 Minipad handhole installation
Position the hillholder along the rear of the minipad handhole. Fill all spaces between the
two with tamped soil.
Continued on next page
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 3 of 5
Using and Installing Hillholders
Installation, continued
Figure 3 Minipad handhole installation adjacent to sidewalk
6775.0700
Tamped
Soil
Sidewalk
Hillholder
Tamped
Soil
Tamped
Soil
4— Sidewalk
71 v I
4i— Handhole
k �a
SIDE VIEW
If a sidewalk is available in a suitable location, butt the front edge of the hillholder against
the sidewalk. Fill the space around the vault with tamped soil.
Figure 4 Larger vault installation
If the hillholder must be set on top of a larger vault, drive two 18 -inch machine bolts into the
ground at the back edge of the vault to prevent the hillholder from sliding forward. The bolts
should extend several inches above the top of the vault. Place the inside edge of the
hillholder against the bolts as illustrated.
Continued on next page
Effective on: 05/01/09
Canceling: 06/01/07
Page4of5
©2000 Puget Sound Energy
•
Figure 5
References
Sources
Using and Installing Hillholders
Grade of backfill around hillholder
6775.0700
After the vault and the hillholder are set in their final positions, carefully backfill around the
hillholder and compact the soil in 12 -inch lifts to the level of the surrounding grade. The
grade on the backfill at the rear of the hillholder will depend upon the condition of the
hillside. If the hillside is a lawn, then the slope of the hillside should match the slope of the
hillholder as closely as possible. If the hillside is of loose material or soil, make a small
depression or trench of approximately 2 or 3 inches behind the hillholder.
The following Puget Sound Energy documents apply to this standard:
0150.3200
0700.1500
6775.0040
Techniques for Temporary Erosion and Sediment Control
Clearances for Oil- Filled Equipment
General Vault and Handhole Installation
Associated Plastics, Product Catalog
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 5 of 5
Scope
Introduction
What is Soil
Compaction?
Soil Compaction
6790.0250
This standard covers compaction techniques to meet the requirements of city, county, and
state codes when performing work that includes excavation and backfilling.
Soil compaction is the process of increasing the mean density of disturbed soil by applying
mechanical energy to drive out air voids and excess water. Proper compaction is desirable
because it:
• Decreases frost damage.
• Eliminates settling.
• Improves soil stability.
• Increases load carrying characteristics.
• Reduces water penetration and movement.
Safety Requirements
Traffic control must be considered, as specified in Standard 0100.4000.
Factors that Affect Soil Compaction
Moisture Content
Lifts
Proper compaction depends on having the right moisture content in the soil. Just enough
water is needed to act as a lubricant between soil particles so that compaction energy will
move soil particles closer to each other, and in the process, expel air and water. Too much or
too little moisture will make proper soil compaction difficult, if not impossible.
The thickness of the soil being worked at one time (called the lift) is also important to good
compaction. The thinner the lift, the better the compaction. Saving time by working in thick
lifts will result in poor compaction.
Clay soil, especially, requires small lifts. Clay tends to laminate when lifts are too thick,
because water can work between the lifts, making it impossible for the layers to bind tightly
together.
The maximum size of the lift is also related to the type of tamping equipment being used (see
the Road Crossings and Underground Installations section of this standard).
•
•
Soil Classifications
General soil classification information, as it relates to compaction, is noted below. For more
detailed soil classification information, refer to Standard 0100.3200.
Sand Silt (Granular) Sand silt consists of small mineral grains, which may be coarse or fine. If you squeeze dry
sand silt in your hand, it will fall apart when pressure is released. If you squeeze moist sand
silt, it will retain its shape when pressure is released. •
©1998 Puget Sound Energy
Effective on: 07/01/07
Canceling: 03/01/07
Page 1 of 3
•
•
Sandy Loam and
Silt Loam
(Cohesive)
Clay (Cohesive)
Soil Compaction
6790.0250
Sandy or silt loam is a mixture of primarily fine sand and silt. It is lumpy when dry, but can
be pulverized easily. Sandy loam and silt loam have a soft fluffy feel. When wet, these loams
run together in puddles. Moist casts can be handled without breaking, which indicates that
they can be compacted effectively.
Clay is made up of the finest particle size of any soil. Particles are scale -like and slide on one
another. Thus, there is little friction between particles. With the proper equipment and
moisture content, clay can be readily compacted. It is naturally plastic and cohesive.
Compaction Over Gas Pipelines
Refer to Operating Standard 2525.1800 for compaction requirements over gas pipelines.
Soil Compaction Procedures
IRoad Crossings
and Underground
Installations within
Rights -of -Way
Pole Setting or
Excavations
Outside of
Roadways
Follow these steps to compact soil in trench lines and other excavations, such as at road
crossings or underground construction sites within rights -of -way or vehicular traffic areas.
NOTE: Do not use machine compaction within 18 inches of cable or conduit. Add 3 inches
of sand over the cables or conduit for protection.
Step
Action
1
Use
required
Refer
a mechanical tamper to restore roads to 95% of maximum dry density or as
by city, county, and state codes.
to Operating Standard 2525.1800 for gas facility requirements.
If using ...
A mechanical soil tamper,
Then tamp in lifts of ...
4 to 6 inches, depending on the
type of soil. Clay soils require
4 -inch lifts. Lifts greater than
6 inches will not compact to 95 %.
A backhoe compactor attachment
(Hoe -pak),
18 inches; 12 inches if in roadway.
Follow these steps to compact soil when setting a pole or compacting soils in small
excavations not located in a roadway or paved area. Refer to Standard 6450.6100 for poles
set in silt or soft soil.
Step
Action
1
Using a mechanical soil tamper, compact the soil in 6 -inch lifts.
NOTE: If mechanical tamping equipment is not available, hand tamp 4 -inch lifts.
• I Vault Installations Refer to Standards 6775.0040 and 6775.0050 for additional requirements.
Effective on: 07/01/07
Canceling: 03/01/07
Page 2 of 3
©1998 Puget Sound Energy
Soil Compaction
6790.0250
Compaction Testing
When compaction testing for 95% of maximum dry density (according to the latest version
of ASTM D 1557), call a local testing laboratory for assistance, or contact the substation
engineering department.
References
The following Puget Sound Energy document applies to this standard:
0100.3200
0100.4000
2525.1800
6450.6100
6775.0040
6775.0050
Soil Classification
Traffic Control
Backfill for Pipelines
Setting Distribution and Transmission Poles
General Vault and Handhole Installation
Manhole Vault Installation
Sources
ASTM D 1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil
Using Modified Effort (56,000 ft- lbf /ft3 (2,700 kN- m /m3))
©1998 Puget Sound Energy
Effective on: 07/01/07
Canceling: 03/01/07
Page 3 of 3
Scope
In This Standard
Splicing and Repair of Polyethylene Conduit
6800.8050
This standard covers tools, materials, and methods for splicing, coupling, and repairing
polyethylene (PE) conduit, vacant conduit, and conduit with cable.
These topics are covered in this standard:
Topic
See Page
Environmental Requirements
1
Tools and Materials
1 -4
Instructions for Using the Poly Lok Epoxy Cement System
5
Repairing PE Conduit
6
Using Electrofusion
6
Using Poly Lok Epoxy Cement
8
Using 2" Mechanical Coupling
9
Empty Conduit that is Gouged or Punched
10
Empty Conduit that is Crushed, Split, or Severed
11
Conduit with Cable if the Cable is Undamaged
12
Conduit with Cable if the Conduit and Cable are Damaged
13
Environmental Requirements
Temporary erosion and sediment control requirements must be identified and appropriate
controls installed prior to beginning any excavation, trenching, or dewatering procedure.
Refer to Standard 0150.3200 and local jurisdiction requirements.
Tools and Materials
Tools These are the required tools.
Tool
Availability/ MID
Diagram
Emery Cloth
7237300
Electrofusion Processor,
(Universal type) Innogaz
Noncoded
Tubing Cutter 3/8" to 3 -1/2"
7243601
Pipe Cutter, ratcheting shears
7243602
#. w
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 1 of 13
Splicing and Repair of Polyethylene Conduit
Tools and Materials, continued
Tools
(continued)
6800.8050
Tool
Scissor Saw Cutter
Pipe Beveler
Availability /MID
Integral (by LPO)
Diagram
7243603
Conduit Slitting Tool
Arnco or Integral (by LPO)
Deburring Tool up to 2"
7243604
Deburring Tool up to 4"
7243605
Continued on next page
Effective on: 05/01/09
Canceling: 07/01/07
Page 2 of 13
©1998 Puget Sound Energy
Splicing and Repair of Polyethylene Conduit
6800.8050
Tool Availability /MID
Diagram
Pipe Cutting Saw
Pipe Cutting Saw w /offset
blade
7243606
7243607
Scraping Tool
Clamping Vise Grip
Central Plastics (by LPO)
Central Plastics (by LPO)
Skinning Knife
7407000
PE Epoxy Cement Dispenser
(Poly Lok)
9995977
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 3 of 13
Splicing and Repair of Polyethylene Conduit
Tools and Materials, continued
Materials
6800.8050
Material
MID
2" PE conduit
7645630
3" PE conduit
7645634
4" PE conduit
9995463
6" PE conduit
9995464
1 -1/2" coldshrink seal
7645640
2" coldshrink seal
7645641
3" coldshrink seal
7645642
Zipper heatshrink wrap
7811500
2" PVC split conduit
7634801
3" PVC split conduit
7634901
4" PVC split conduit
7635001
6" PVC split conduit
7635101
2" PE conduit coupling
9995382
2" PVC slip sleeve coupler
7641701
3" PVC slip sleeve coupler
7641801
4" PVC slip sleeve coupler
7641901
6" PVC slip sleeve coupler
7642101
2" electrofusion coupler
5800470
3" electrofusion coupler
5800500
4" electrofusion coupler
5800510
6" electrofusion coupler
5800645
PE epoxy cement kit
9995976
Effective on: 05/01/09
Canceling: 07/01/07
Page 4 of 13
©1998 Puget Sound Energy
•
Splicing and Repair of Polyethylene Conduit
Instructions for Using the Poly Lok Epoxy Cement System
6800.8050
Step
Action
Diagram
1
2
3
4
Unlock the cartridge- retaining collar's
black latch at the top of the gun.
Rotate the collar forward.
Insert the epoxy cartridge in the side
slot in the collar. Push the collar back
and press firmly on the front of the
collar until it snaps into place.
Remove the cap of the epoxy cartridge
(save the cap to reseal).
Place a new mixing tube on the tip of
the epoxy cartridge and twist until it
locks into place. Pump the gun until
the epoxy passes through the tube.
The epoxy will change to a gray color.
NOTE: The epoxy must be mixed to a
creamy gray and be uniform in color
before using.
5
Poly Lok should be applied to a
surface that has been "roughed up."
Rough up the conduit and also the
inside of the coupling.
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 5 of 13
Splicing and Repair of Polyethylene Conduit
Instructions for Using the Poly Lok Epoxy Cement System, continued
6800.8050
Step Action
Diagram
6
Place the tip of the mixing tube
against the conduit about 1/4 in. from
the end. Apply a thin bead of Poly
Lok completely around the conduit.
NOTE: Do not apply any Poly Lok to
any part of the coupling.
7
Insert the coupling onto the end of the
conduit, turning the coupling as you
push it onto the conduit. Poly Lok will
set up in 10-15 minutes.
The mixing tube can be removed and
the cap replaced, or the mixing tube
can be left the immediate reuse.
NOTE: The mixing tube can be used
for multiple joints as long as the
epoxy has not set up, normally after
10-20 minutes of nonuse.
Repairing PE Conduit
Using
Electrofusion
PE or PVC conduit of similar size may be joined by an electrofusion coupler. Figure 1 shows
electrofusion coupling.
Use...
When ...
The electrofusion process
The joint will be subjected to pullout tensions over
300 pounds.
• The electrofusion joint is the strongest and most
watertight method available.
• The joint may be fashioned in confined spaces.
Continued on next page
Effective on: 05/01/09
Canceling: 07/01/07
Page 6 of 13
©1998 Puget Sound Energy
•
Splicing and Repair of Polyethylene Conduit
The Process Follow these steps for electrofusion coupling.
6800.8050
Step
Action
1
Prepare the conduit by cutting the ends square with a pipe cutting tool.
2
Cut grooves into the conduit with a scraping tool.
3
Wipe it clean with a cloth rag.
4
Fuse the joint following the manufacturer instructions.
NOTE: Hold the joint in place with a vise -grip clamp while the heated coupler
cools and fuses the joint.
Figure 1 Electrofusion coupling
Electrofusion
Coupling
Spraped Grooves
PE or PVC
Conduit
Electrofusion
Processor
120 VAC
Source
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 7 of 13
Splicing and Repair of Polyethylene Conduit
6800.8050
Repairing PE Conduit, continued
Using Poly Lok PE or PVC conduit of similar size may be joined with Poly Lok epoxy cement using a rigid
Epoxy Cement
PVC slip sleeve coupler. Figure 2 shows the PVC slip sleeve coupling.
Use...
For...
The PVC slip sleeve coupling
Repair work only. Do not use for new
construction.
The Process Follow these steps for PVC slip sleeve coupling.
Step i
Action
1
Prepare the conduit by cutting the ends square with pipe cutting tools.
2
Chamfer the inside of the pipe end with a chamfering tool.
3
Rough up the conduit surface with an emery cloth.
4
Clean the coupler and the pipe with a rag.
5
Apply a bead of epoxy cement around the conduit about 1/4 in. from the end. Do
not apply epoxy to the coupling.
6
Slide the conduits into the slip coupler until flush. Let set 10-15 minutes.
Figure 2 PVC slip sleeve coupling
Epoxy Cement
PE or PVC Conduit —{ PVC Slip Coupling -K }- PE or PVC Conduit
■
Apply epoxy cement
around the conduit only.
Continued on next page
Effective on: 05/01/09
Canceling: 07/01/07
Page 8 of 13
©1998 Puget Sound Energy
•
Using 2"
Mechanical
Coupling
Splicing and Repair of Polyethylene Conduit
6800.8050
PE or PVC conduit of 2 -inch size may be joined with the mechanical coupling. Figure 3
shows the mechanical coupling.
Use ...
For
The PVC slip sleeve coupling
Repair work or new construction.
The Process Follow these steps for PVC slip sleeve coupling.
Step
Action
1
Prepare the conduit by cutting the ends square with pipe cutting tools.
2
Chamfer the inside of the pipe end with a chamfering tool.
3
Follow manufacturer's instructions to install coupling.
Figure 3 Mechanical PE coupling
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 9 of 13
Splicing and Repair of Polyethylene Conduit
Repairing PE Conduit, continued
Empty Conduit that
is Gouged or
Punched
6800.8050
Step
Action
1
Clean off the rough edges around the damaged area with a skinning knife, emery
cloth, and rags.
2
Glue a cut -to- length piece of PVC split repair conduit around the damaged area
with polyethylene Poly Lock epoxy cement to seal the coupler's joining edges.
3
Seal the repaired area with a zipper heatshrink for a watertight seal.
NOTE: The heatshrink will seal at temperatures well below polyethylene's 420 °F
melting temperature.
Figure 4 Repairing gouged conduit (empty)
PVC Split Repair Conduit
PE Conduit
ATTACH PVC SPLIT REPAIR CONDUIT
Heatshrink Wrap
PVC Split
Repair Conduit
SEAL REPAIR USING HEATSHRINK WRAP
Continued on next page
Effective on: 05/01/09
Canceling: 07/01/07
Page 10 of 13
©1998 Puget Sound Energy
•
Empty Conduit that
is Crushed, Split,
or Severed
Splicing and Repair of Polyethylene Conduit
6800.8050
Step
Action
1
Remove the damaged area.
2
Make the end cuts square with pipe cutting tools.
3
Replace the damaged area with new PE conduit cut -to- length.
4
Make the joints as described in Splicing and Coupling Techniques (Figure 2).
Figure 5 Repairing crushed, split or severed conduit (empty)
Existing Damaged
PE Conduit
Existing
PE Conduit
Cut and remove empty
damaged conduit
REMOVE DAMAGED SECTION OF CONDUIT
Replace damaged
conduit with new
section of PE conduit
Apply
Epoxy Cement
Finish repair per
Figure 2.
REPLACE DAMAGED CONDUIT WITH NEW PE CONDUIT
Continued on next page
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 11 of 13
Splicing and Repair of Polyethylene Conduit
Repairing PE Conduit, continued
Conduit with Cable
if the Cable is
Undamaged
6800.8050
Step
Action
1
De- energize and ground the conductor.
2
Test the cable for any damage not obvious by visual inspection.
NOTE: If the cable is not damaged, proceed with conduit repair.
3
Rough up the polyethylene conduit around the area where the PVC split repair
conduit will be applied with epoxy cement.
4
Clean off the rough conduit edges and debris around the damaged area with a
skinning knife, emery cloth, and rags.
5
Glue cut -to- length PVC split conduit around the damaged area with polyethylene
Poly Lok epoxy cement to seal the coupler's joining edges.
6
Seal the repaired area with zipper heatshrink for a watertight seal.
NOTE: The heatshrink will seal at temperatures well below polyethylene's 420 °F
melting temperature.
Figure 6 Repairing conduit with undamaged cable
PVC Split Repair Conduit
ATTACH PVC SPLIT REPAIR CONDUIT
Heatshrink Wrap
PVC Split
Repair Conduit
SEAL REPAIR USING HEATSHRINK WRAP
Continued on next page
Effective on: 05/01/09
Canceling: 07/01/07
Page 12 of 13
©1998 Puget Sound Energy
•
Conduit with Cable
if the Conduit and
Cable are Damaged
Splicing and Repair of Polyethylene Conduit
6800.8050
Step
Action
1
Isolate, test, and ground the cable.
2
Cut away the damaged area.
3
Make the conduit ends square.
4
Clean off the debris with rags.
5
Pull and remove cable.
6
Replaced the damaged conduit with a new PE conduit section cut -to- length.
7
Make the joints as described in Splicing and Coupling Techniques (Figure 2).
8
Pull in the new cable. Test and energize.
Figure 7 Repairing damaged conduit and cable
References
Existing Damaged Cut and remove
PE Conduit damaged conduit
Pull and
remove cable
Pull in
new cable
REMOVE DAMAGED SECTION OF CONDUIT AND CABLE
Existing
PE Conduit
Replace damaged
conduit with new
section of PE conduit
Finish repair per
Figure 2.
Apply
Epoxy Cement
REPLACE DAMAGED CONDUIT WITH NEW PE CONDUIT
AND PULL IN NEW CABLE
The following Puget Sound Energy documents apply to this standard:
0150.3200 Techniques for Temporary Erosion and Sediment Control
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/01/07
Page 13 of 13
Scope
Installation of Electronic Markers
6825.6505
This standard covers installation methods for electronic underground location markers.
Why Markers are Used
Types of Markers
Electronic underground location markers are used to mark any facility that cannot be located
with other locating equipment. They are the most dependable way to mark conduit stubs, bu-
ried splices, stubouts, etc.
Markers removed from temporary installations such as crossings or cable loops should be
returned to Stores for reissue.
Two electronic markers are available:
• 4 in. ball (MID 7668501)
• 15 in. flat (MID 7668500)
The ball marker has the advantage of being self - leveling and easier to place, which mini-
mizes future locating problems.
Locating Both markers can be located using the electronic marker locator, MID 6546505. The markers
are color coded, and tuned to a specific frequency for each utility.
Installation Requirements
Install the marker at least 6 in. above or to the side of metallic objects, such as cables or steel
handhole lids. These objects will absorb some of its signal and significantly reduce the
strength of the signal received by the locator. Never put the marker under a metallic object.
The signal will be totally absorbed by the metal.
Place the marker about 6 in. above the item it is marking whenever possible. This will pro-
vide a cushion of soil, and allow flat markers to act as a digging shield when excavating with
a backhoe.
©1998 Puget Sound Energy
September 15, 1997
Revision 1
Page 1 of 2
•
•
•
•
•
•
Installation of Electronic Markers
Installation Procedures
Flat Marker (Toilet Follow these steps to install the flat marker.
Seat)
Ball Marker
6825.6505
Step
Action
Diagram
Diagram
Place the marker over the object,
install no deeper than 4 ft, to ensure
accurate locating.
1
Tamp a bed of soil for the marker,
install no deeper than 6 ft to ensure
easy locating. (The maximum signal
range is 8 ft.)
2
Spade a few inches of soil over the
to protect it.
EMS
detector
Complete the backfill.
„,
5
it ki!
-
. °
•• °•�,°
o
U o
•
•o,
e •
°'0
u°
2
Install the marker flat and level.
NOTE: Markers installed at an angle,
or that are bent or damaged during
backfilling, will give false readings or
may emit a reduced - strength signal.
M'
s ft'
max.
..`&.._). it
e: ;i , -. -'
soO o oo°p
�' °' o o
ooeoc oo, Buried
o�
marker
3
Spade a few inches of soil over the
marker to protect it.
min:.;c°;�
�, Firm soil
�
o0 `
°'
4
Complete the backfill.
' °
Buried °o : Q
object
Follow these steps to install the ball marker.
Step
Action
Diagram
1
Place the marker over the object,
install no deeper than 4 ft, to ensure
accurate locating.
2
Spade a few inches of soil over the
to protect it.
3
Complete the backfill.
September 15, 1997
Revision 1
Page 2 of 2
©1998 Puget Sound Energy
Scope
In This Standard
Safety
PVC Conduit Installation
6800.6000
This standard covers the installation of direct - buried, polyvinyl chloride (PVC) conduit
systems.
These topics are covered in this standard:
Topic
See Page
Safety
1
Before Work Begins
1
Conduit Type and Sizes
2
Trench Preparation
2
Conduit Placement
2
Cable Pulling Tension
4
Conduit Assembly Procedure
5
PVC to PE Assembly
5
Ability to Switch
5
Coiling Directions Inside Vaults
5
Trench Line
10
Side of Vaults
10
Corners of Vaults
10
Installing Concrete Vaults with Knockouts
10
Installing Conduit at Other Facilities
11
Concrete Capping of a Conduit Run
11
Backfill and Compaction
12
Finishing the Job
12
• Keep solvent cements for PVC pipe away from all sources of ignition. Maintain
ventilation to minimize breathing of solvent vapors and to reduce fire hazard. When PVC
glue is used in vaults, constant ventilation shall be maintained or workers shall wear
respiratory protection. Avoid contact with skin and eyes. Do not smoke, eat, or drink while
handling solvents.
• Excavations shall be properly shored or sloped before work in the trench begins.
Precautions such as air testing and forced ventilation may also be necessary.
Before Work Begins
•
• A tailgate conference shall be held, and potential hazards discussed with all workers.
• Underground utilities shall be located and marked.
• Detailed planning is essential. Plan ahead whenever possible, including a careful
inspection of the job site. Determine special equipment needs before bringing a crew onto
the site. •
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 1 of 14
•
PVC Conduit Installation
6800.6000
Conduit Types and Sizes
Puget Sound Energy's standard conduit is 2 -, 3 -, 4 -, or 6 -inch grey PVC DB -120 in
accordance with Specification 1025.6310, "DB -120 PVC Conduit, Bends, and Fittings," or
Schedule 80 in accordance with Specification 1025.6320, "Schedule 80 PVC Conduit,
Bends, and Fittings."
All conduit systems owned and maintained by PSE shall be supplied by PSE, unless prior
approval is granted by Standards and Compliance. When approved, conduit provided by the
customer that is to be owned and maintained by PSE shall be grey PVC electrical grade
DB -120, Schedule 40 or Schedule 80. Conduit sizes shall be 2, 3, 4, or 6 inches. Conduit
shall meet ASTM F 512 requirements for DB -120 and NEMA TC 2 requirements for
Schedule 40 or 80.
Trench Preparation
Consider these points when constructing the trench
• Construct the trench so that the bottom provides a firm, stable, and uniform support for
the full length of the conduit. Clear the bottom of rocks and any debris which could
damage the conduit.
• If other utilities obstruct the way, slope or drift the trench to avoid the obstacle, to
minimize the use of conduit bends which will increase cable pulling tension.
• Trench depth will vary depending on duct bank formation, final grade, earth cover
requirements, and local regulations. See Standard 6790.0130, "Trench Dimensions and
Facility Placement," for additional requirements on trench dimensions.
• Pay particular attention to elevation changes in the trench bottom. Numerous changes in
elevation, even if gradual, add bends to the conduit run which will substantially increase
cable pulling tension.
• Level the trench so that there are no low spots which will trap water and silt in the
conduit system.
Customer - supplied trenches shall meet the requirements of Standard 6790.0075,
"Customer- Supplied Trench Requirements."
Conduit Placement
Separation The separation between 2 -, 3 -, 4 -, and 6 -inch conduits shall be a minimum of 1 -1/2 inches.
Requirements Separation between 6 -inch conduits shall be a minimum of 2 inches.
The separation between 6 -inch conduits shall be a minimum of 2 inches. Feeders require
greater spacing to help dissipate heat to maintain their ampacity ratings.
See Standard 6790.0130, "Trench Dimensions and Facility Placement," for requirements on
separation between various utilities and between the power cables and the customer's
facilities.
Provide adequate support on each side of conduit when conduit crosses over another utility,
to prevent load transference onto other utilities.
Continued on next page
Effective on: 10/12/09
Canceling: 05/01/09
Page 2 of 14
©2000 Puget Sound Energy
Bank Height
Spacers
PVC Conduit Installation
6800.6000
Build conduit banks ...
And ...
Diagram
Two -by -fours and wood
Stagger the bell ends
To a maximum of three conduits high.
5' Intervals
stakes between conduits and
between layers at five foot
intervals
or use...
between layers.
This will make assembly
easier and eliminate
interference from adjacent
bells when the conduit is
/
Anything higher becomes an underground
wall for other utilities. There may be
exceptions where underground obstructions
4
4 4
4
0
QV
VC)
or horizontal space constrictions require a
4
4 4
4
C 0
higher buildup.
Preferred
Discouraged
Wooden 2- by 4 -inch spacers may be used when 1 -1/2 inch spacing is required. Prefabricated
spacers are required when:
• Two -inch spacing is required
• Six -inch the conduits are part of a stacked conduit bank
• Fluidized thermal backfill (FTB) is required by Standard 6790.0140, "Trench
Excavation and Backfill."
Use ...
And ...
Diagram
Two -by -fours and wood
Stagger the bell ends
5' Intervals
stakes between conduits and
between layers at five foot
intervals
or use...
between layers.
This will make assembly
easier and eliminate
interference from adjacent
bells when the conduit is
/
Staggered
f
) ,•
Preformed spacers at five
buried.
(�
foot intervals.
:''
` 1
Install with Install all primary conduit systems with a minimum 36 inches of cover.
36 Inches of Cover
Measure this distance from final grade to the top of the conduit system. Install the system at
increased depth where changes in grade are likely. A duct run may be installed with less
cover, when necessary, but only if adequate mechanical protection is provided. Refer to
Standard 6790.0130, "Trench Dimensions and Facility Placement," for specific requirements
for cover less than 36 inches.
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 3 of 14
•
PVC Conduit Installation
6800.6000
Cable Pulling Tension
Conduit systems are designed for maximum cable pulling tension calculations in accordance
with Standard 6825.6150, "Cable Pulling Calculations." Add manufactured bends to the
system only if they are absolutely necessary. Any deviation from the original design shall be
discussed with the engineer to ensure that the change will not render the system unusable.
Keep the Bends
Down
Bends
If Sidewall
Pressure Exceeds
1000 Pounds
PVC Cement
Placement of conduit can also significantly affect pulling tension. Undulations from snaking
a conduit may look minor, but can result in hundreds of degrees of bend per thousand feet of
pull. Pulling tensions in straight conduit runs add up in a linear fashion, but bends in the
conduit cause the cable tension to be multiplied, greatly increasing the stress on the cable.
This can increase cable pulling tension beyond acceptable limits.
Lay conduit as straight and level as possible, to ensure that a usable system is installed.
The radius of any bend should be as large as possible to aid in cable pulling. Large sweeping
bends can be formed by assembling several conduit sections, allowing approximately
30 minutes for the joints to cure, and then bending them into the trench. The conduit run
should be firmly staked for the desired radius, to ensure that the joint is not disturbed or
damaged before or during backfill. Keep bends at least three feet outside the vault to allow
for operation of the rodder.
The maximum amount of bend at joints should be limited to 5 degrees to prevent damage to
conduit fittings and cable during pulling. Mark on the work sketch all bends that are added to
the conduit run, including their degree, radius, and location.
Keep the number of 90 degree bends in a primary conduit run to a minimum. When
calculations show that the sidewall pressure at a 45 or 90 degree elbow exceeds 1000 pounds,
encase the conduit bends in concrete to prevent burn- through.
Use all- weather grade PVC solvent cement on all PVC conduit, following manufacturer's
recommendations. Do not use PVC cement that appears lumpy or stringy, exhibits excessive
thickening, or will not stir to a smooth consistency.
Reclose all containers tightly to prevent solvent evaporation.
Effective on: 10/12/09
Canceling: 05/01/09
Page 4 of 14
©2000 Puget Sound Energy
PVC Conduit Installation
Conduit Assembly Procedure
Follow these steps to assemble the conduit.
6800.6000
Step
Action
1
If conduit needs to be cut, make a square cut with a fine tooth saw (diagonal cuts
reduce bonding). Bevel the outside edge with a knife and abrasive cloth to remove
burrs and raised edges for easier installation.
2
Wipe all dirt, mud, and shavings from conduit and fittings before joining. Conduit
surfaces must be clean and dry so cement will adequately adhere. Use the small
dauber on 2 -inch and 3 -inch conduit; use the roller on 4 -inch and 6 -inch conduit.
3
Apply a liberal and uniform coat of PVC cement to the conduit and bell end,
coating both surfaces to the full depth for ease of assembly. Assembly must be
done while the surfaces are still wet and fluid.
4
Slip the conduit straight into the fitting with a slight twist until it bottoms. Hold
the joint for 15 seconds so the conduit won't push out. If it is necessary to drive
two conduits together, use a board to protect the conduit edge.
5
Let the joined sections cure undisturbed for at least five minutes before handling. If
the conduit is to be bent in the trench, let the joints cure completely before
bending, approximately 30 minutes.
6
Plug all exposed conduit ends during breaks in work to keep dirt, mud, and water
out of the conduit.
7
Bevel the inside edge of Schedule 80 when joining it to DB -120 conduit.
PVC to PE Assembly
For PVC conduit to PE conduit coupling procedure, see Standard 6800.8050, "Splicing and
Repair of Polyethylene Conduit."
Ability to Switch
1/0 cables shall be plumbed into junction box vaults so all the elbows can be freely switched
and parked without restriction from other cables.
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 5 of 14
PVC Conduit Installation
6800.6000
Conduit Entry into Vaults
Sides of Vaults 1/0 cables may enter either the ends or the sides of the vault, but entering the sides is less
• desirable because it is more difficult to rig and pull the cable. See Figures 1 and 3.
Feeder cables should enter vaults through their ends because of the difficulty in rigging and
pulling the cable when it comes in the sides of the vault. See Figures 4 and 5.
Junction Boxes It is preferred to plumb the conduits so all of the cables coil in the same direction. A rotation
of either clockwise or counterclockwise is acceptable. See Figures 1, 2, and 3.
Splice Vaults It is preferred to plumb the conduits so the cables coil in opposite directions and meet at the
splices. See Figure 4.
Hammerheads Hammerhead splices offer the flexibility for either circuit to coil in either direction. See
Figure 5.
Trench Line It is undesirable for the vault to be set out of alignment with the trench line because this
causes additional bends to be installed to route the cable into the vault. These bends increase
the cable pulling tension and may consequently require an additional vault be cut into the
circuit.
When it is necessary to place a vault outside of the trench line, it is preferred to use
45- degree bends, instead of 90- degree bends, to route the conduit to the vault. This will help
minimize the pulling tension. See Figure 1.
Corners of Vaults Two circuits should not enter a vault at 90 degrees to each other in the same corner due to the
potential physical interference between the two circuits and because one of the circuits will
be entering through the side of the vault. See Figure 3.
Effective on: 10/12/09
Canceling: 05/01/09
Page 6 of 14
©2000 Puget Sound Energy
PVC Conduit Installation
Conduit Entry into Vaults, continued
Figure 1 Junction Box - Trench Passing by the Vault
Figure 2
6800.6000
10001
10001
10001
45° Bends
• • • • • Trench Line
....... ...............................
10001
10001
10001
10001
(0001
10001
Preferred
Acceptable
Discouraged
Junction Box - Vault in the Trench Line
10001
10001
10001
10001
10001
10001
Preferred
Discouraged
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 7 of 14
PVC Conduit Installation
Figure 3 Junction Box with Road Crossing
6800.6000
10001
10001
10001
10001
10001
10001
Road Crossing
Preferred, if
pulling tensions
are OK
Acceptable
Discouraged
Effective on: 10/12/09
Canceling: 05/01/09
Page 8 of 14
©2000 Puget Sound Energy
PVC Conduit Installation
Figure 4 Vaults with Splices
6800.6000
�1
-1.. .....
Preferred
Acceptable
Acceptable for 1/0,
but discouraged
for feeder
Discouraged
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 9 of 14
Figure 5
PVC Conduit Installation
Vaults with Hammerheads
6800.6000
Preferred
Acceptable,
if pulling
tensions are
OK
Acceptable
Discouraged
Effective on: 10/12/09
Canceling: 05/01/09
Page 10 of 14
©2000 Puget Sound Energy
PVC Conduit Installation
Installing Conduit in Concrete Vaults with Knockouts
Follow these steps to install the conduit in concrete vaults with knockouts.
CAUTION!
6800.6000
Step
Action
1
Place compacted soil in the trench up to the knockouts. This will help to prevent
shearing or "egg shaping" of the conduit where it enters the vault.
2
Push the conduits through the knockouts at the end of the vault, making sure they
enter straight and level, perpendicular to the vault wall.
3
Cut the ends off 1 to 2 inches inside the vault, keeping the conduit approximately
2 inches apart to allow for placement of cable pulling equipment.
4
Glue the bell ends onto the conduit inside the vault.
5
Grout around the conduits and bell ends to prevent dirt and water from entering the
vault. This will also keep the soil from settling around the outside of the vault. Seal
all PSE -owned empty ducts with expandable duct plugs. Use duct foam to seal
around PSE -owned cables in ducts to prevent water migration into vault. Refer to
Standard 6800.6500, "Application of Conduit Plugs and Seals."
NOTE: Vaults fitted with "termaducts" do not require grouting.
Do not use conduit sealing foam as a substitute for grout.
Installing Conduit at Other Facilities
If conduit is plumbed to a ...
Install conduit in accordance
with the following:
Riser pole,
Standard 6042.1000, "Conduit Risers"
Minipad transformer,
Standard 6045.1010, "Minipad Transformer
(Conduit System)"
Secondary pedestal,
Standard 6050.1000, "Secondary Pedestals"
Plastic or fiberglass secondary handhole,
Standard 6050.2000, "Single -Phase
Secondary Handhole Up to 350"
Single -phase J -box on a minipad handhole,
Standard 6055.1010, "Single -Phase Primary
Junction Box"
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 11 of 14
•
PVC Conduit Installation
Concrete Capping of a Conduit Run
6800.6000
If conduit is capped
with concrete a'..
install the concrete cap ..
Backfill them with sand or fluidized
A minimum of 4 inches thick. Allow the concrete
thermal backfill (FTB) to 3 inches
to set up before backfilling. For a faster setup, high
over the top conduit before the
early strength additives may be used. Specify
concrete cap is installed. Refer to
concrete with 3/8 -inch aggregate and a nominal
Standard 6790.0130, "Trench
compressive strength of 2500 psi.
Dimensions and Facility Placement,"
for specific requirements when cover
` . ,°
Native Material 4 +r*
is less than 36 inches.
is
or Select uacktai
4" Concrete'
rr a
_fig
Qf
�.
j4.i
W 1 Nd:
va9'°.�R$t
A troy "LF•,.a
Effective on: 10/12/09
Canceling: 05/01/09
Page 12 of 14
©2000 Puget Sound Energy
PVC Conduit Installation
6800.6000
Backfill and Compaction
Refer to Standard 6790.0140, "Trench Excavation and Backfill," for information on backfill
and compaction requirements.
Adding Backfill Follow these steps to add backfill to the conduit bank.
Q CAUTION!
Finishing the Job
Step
Action
1
Pump any standing water out of the trench following the requirements of Standard
0150.3200, "Techniques for Temporary Erosion and Sediment Control."
2
Check conduit spacing. Conduits must be approximately 1 -1/2 to 2 inches apart
and at least 1 -1/2 to 2 inches from the trench walls, so that the backfill can flow
around the conduit and provide equal support for the duct on all sides. (Proper
spacing will also increase the current carrying capacity of the conductors.)
3
Add backfill gradually to the sides of the conduit bank first. This will act as a
vertical and lateral support and protect the pipe from deflection.
? Kwrg
f'r
■
• FA.
1 -1/2" to 2" Space
between conduits`
and nearest sidewall
,i , . ,,r -
_ ..„. _ ,,,,
4
When a minimum of 3 inches of cover is in place, fill in the rest of the trench,
compacting in 12 -inch lifts
Backhoe compactors (hoe -pacts) can generate tremendous forces which are difficult
to measure. Hoe pats should be used for, final compaction only and with caution.
Do not use a hoe -pac directly over the conduit until at least 30 inches of backfill is in
place, to ensure that the compactor will not damage the pipe. Do not penetrate the
soil deeper than 3 inches during compaction with a backhoe compactor.
• Remove mud and debris from vault interior. .
• Remove all spoils and construction debris from the job site.
©2000 Puget Sound Energy
Effective on: 10/12/09
Canceling: 05/01/09
Page 13 of 14
•
References
e es
Sources
ASTM
• NEMA
NESC
PVC Conduit Installation
The following
0150.3200
1025.6310
1025.6320
6042.1000
6045.1010
6050.1000
6050.2000
6055.1010
6790.0075
6790.0130
6790.0140
6800.6500
6800.8050
6825.6150
Puget Sound Energy documents apply to this standard:
Techniques for Temporary Erosion and Sediment Control
DB -120 PVC Conduit, Bends, and Fittings
Schedule 80 PVC Conduit, Bends, and Fittings
Conduit Risers
Minipad Transformer (Conduit System)
Secondary Pedestals
Single -Phase Secondary Handhole Up to 350
Single -Phase Primary Junction Box
Customer - Supplied Trench Requirements
Trench Dimensions and Facility Placement
Trench Excavation and Backfill
Application of Conduit Plugs and Seals
Splicing and Repair of Polyethylene Conduit
Cable Pulling Calculations
6800.6000
F 512 Standard Specification for Smooth -Wall Poly(Vinyl Chloride) (PVC)
Conduit and Fittings for Underground Installation
TC 2 Electrical Polyvinyl Chloride (PVC) Conduit
320 Underground Conduit System
321 Excavation and Backfill
322 Ducts and Joints
Canadian GE, Work Practice for Direct Burial Installations
Edison Electric Institute, Underground Systems Reference Book
IPS, Weld -On Product Information Guide
McGraw - Edison, Underground Construction Handbook
McGraw -Hill, Inc., The Lineman's and Cableman's Handbook
Effective on: 10/12/09
Canceling: 05/01/09
Page 14 of 14
©2000 Puget Sound Energy
Scope
Application of Conduit Plugs and Seals
6800.6500
This standard covers the different applications involved with sealing conduit systems.
Purpose of Conduit Plugs
Conduit plugs help minimize gases, foreign materials, rodents, insects, and water from
entering vaults and conduit. It is particularly important to seal all ducts entering switch and
transformer vaults with exposed live parts.
General Application
Conduit systems shall be plugged or sealed as follows:
if conduit is ...
And used for ...
Use
Empty
2 in., 3 in., 4 in., and
6 in. duct
Road crossings and
pole risers
Pulling Rope
Tie Eye
Conduit Cap Plugs
MID 7643000
(typical)
Vaults, handholes
and padmounted
enclosures
� Hot Stick
i_ Twist Ring
.�
Pulling Rope}
Tie Eye
Conduit Expanding Plugs (water -tight )
MID 7643001
(typical)
Filed, single cable,
2 in. primary 3 ar duct
with primary cable
Vaults and handholes
(EMIIIIIIE2i
L Cold Shrink Conduit
Cable
Cold Shrink
(Installed) MID 7645640
(typical)
Continued on next page
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/05
Page 1 of 3
•
•
Application of Conduit Plugs and Seals
General Application, continued
6800.6500
If conduit is ...
And used for , .
Use
Filled, 1 in. duct
Street light CIC
aril
el
—
------- - - - --
--
1 - 1
MID 7645644
Filled, single cable,
2 in. duct, 1/0
primary cable only
Minipad handholes
and padmounted
J -Box enclosures
MID
,
i
II
7645643
Filled, single or
multiple cables, and
is in flowing water.
All conduit sizes.
Note: See section on
Application Details
for Conduit Sealing
Foam
Vaults and
handholes, and
secondary pedestals
Cables
1:•
Spray foam
heat shrink,
€'
° b
Foam
='' M 1 D 7643502
Conduit
through 1" piece of
or guy guard, etc.
-Fill 400 conduit sealant
enclosed space, a blower
good ventilation.
b CAUTION!
When using Duo
in a confined or
must be used for
Effective on: 05/01/09
Canceling: 06/01/05
Page 2 of 3
©2000 Puget Sound Energy
Application of Conduit Plugs and Seals
Application Details for Conduit Sealing Foam
Follow these steps to install sealing foam.
Step
References
6800.6500
Action
1
Keep Duo -Fill cans in the cab or a heated portion of the truck. Foam does not
dispense properly at low temperatures.
2
Make sure to separate cables to allow foam to penetrate completely around cables.
A hollow tube (heat shrink or guy guard) approximately 1 -in. long works well.
3
Shake the can for at least 20 seconds before using.
4
Insert straw applicator.
5
Spray foam into conduit with the can upside down. Spray foam through the 1 -in.
hollow tube used to separate cables.
6
Rip off straw applicator immediately after use.
7
If it looks like there might be some clogging in the nozzle, use an extra straw to
scrape it out before putting the can away.
8
Use a clean straw for each subsequent use.
The following Puget Sound Energy documents apply to this standard:
0100.2310 Rescue and Enclosed Space Entry
6775.0040 General Vault and Handhole Installation
6800.6000 PVC Conduit Installation
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/05
Page 3of3
Scope
p
Customer - Supplied Trench Requirements
6790.0075
This standard provides requirements for customer - constructed trenches, vault holes, and road
crossings.
Customer Responsibilities
Puget Sound Energy (PSE) Electric Tariff Schedule 85, requires customers:
To, O
Or...
Provide the trenching and excavation for C
Contract with PSE to provide this work at
See Standard 6790.0050 for authorization requirements on public rights -of -way and
easements on property other than the customer's.
Inspection /Coordination
PSE shall assign an inspector /coordinator to oversee the trenching, equipment
placement /installation, and backfilling.
• Work shall be subject to the inspection and approval of PSE.
• No work shall be backfilled, covered, or concealed until it has been inspected and
approved by the inspector.
Erosion Control
The customer is responsible for identifying the necessary temporary erosion and sediment
control requirements. These controls must be installed prior to beginning any excavation,
trenching, or dewatering procedure. Refer to Standard 0150.3200 and local jurisdiction
requirements.
Trenching and Backfill
The trench shall meet the requirements of Standards 6790.0130 and 6790.0140.
Sloping and
Shoring
Placement of
Spoils
Trenches or vault excavations which are 4 -feet deep or greater shall be sloped according to
WAC 296 -155 Part N, unless directed otherwise by PSE.
NOTE: Shoring is not allowed except when specifically approved by PSE.
Trench spoils shall be placed in a location that allows workers access to the trench and does
not block vehicles from passing alongside the trench to unreel cable or unload conduit.
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 1 of 4
Conduit
Vaults
Excavation
Requirements
Excavation
Procedure
Vault Backfill
Material
Customer - Supplied Trench Requirements
6790.0075
If the conduit is supplied by the customer and owned /maintained by PSE, it shall meet the
following specifications:
• PVC electrical grade DB120 or Schedule 40, except Schedule 80 may be required by
PSE or the local jurisdiction where there are poor soil conditions.
• Gray in color.
• Diameter of 2 ", 3 ", 4 ", or 6" as specified on the work sketch.
• Conduit bends shall be long radius bends, 36" minimum.
• Meet requirements of ASTM F512, NEMA TC -2.
Excavation for vaults and handholes must meet the requirements of Standard 6775.0040.
Step
Action
1
Locate the vault according to PSE's work sketch.
2
Determine a suitable place to put the spoils which is at least 2 feet from the field
edge of the excavation.
3
Excavate so the vault is in correct alignment with the trench and so that conduits
can be brought straight into the vault.
4
Dig a hole large enough to accommodate the vault and allow for easy installation
and compaction, as shown in Figures 1 through 8 in Standard 6775.0040.
5
Remove debris and level the bottom of the excavation.
6
Prepare the bottom of the excavation so that the vault rests on solid, undisturbed
earth or compacted soil with a 6 -inch base of crushed rock. This prevents vault
settling and conduit breakage.
NOTE: Be certain that the vault will be level, square with adjacent structures, and
at the proper grade.
The backfill material around vaults should consist of compactible material such as clean
earth fill, crushed rock, flowable fill, or sand. No voids should remain between the vault
walls and the sides of the excavation.
Effective on: 05/01/09
Canceling: 06/01/07
Page 2 of 4
©2000 Puget Sound Energy
•
Customer - Supplied Trench Requirements
Job Site Requirements
Trench
Grade
Access
Property Lines and
Grade Staking
6790.0075
These requirements must be met before power conduits /cables will be installed.
• Curbs and gutters shall be installed if they are planned or required by the permitting
agency.
• Roads shall be paved or have a compacted, crushed rock base in place.
• Sewer, water, and roof drain stubouts shall be installed and clearly marked and extend 2
feet to the field side of the utility trench if they are planned or required.
• The trench shall be excavated per PSE's standards and work sketch.
• The trench shall be smooth, level, and free from rocks, obstructions, sharp objects,
garbage, glass, and construction debris.
• Excavated or loose material shall be placed at least 2 feet from the field edge of the
trench.
• Water shall be removed by pumping or draining.
The site shall be at final grade or acceptable subgrade in the area of construction.
PSE's heavy vehicles must have access to the site, trench line, and vault locations.
• The property line(s) nearest to the work shall be surveyed and staked. If the trenching
operation might disturb the stakes, then either 10 -foot or 20 -foot offset stakes shall be
installed.
• Finish grade stakes shall be installed at 10- or 20 -foot offsets from vaults, transformers,
and the ends of road crossings.
• A radius hub shall be installed for property lines at all intersections and cul -de -sacs.
Backfill and Restoration
The customer is responsible for:
• Completing backfill as soon as practical after facilities are placed and inspected.
• Cost of damages to PSE facilities caused by improper backfill or compaction.
• Relocation costs of cables, transformers, pedestals, or manholes due to change in grade
or realignment of property lines.
©2000 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 3 of 4
References
Customer - Supplied Trench Requirements
The following Puget Sound Energy documents apply to this standard:
0150.3200
6775.0040
6790.0050
6790.0130
6790.0140
6790.0075
Techniques for Temporary Erosion and Sediment Control
General Vault and Handhole Installation
Customer's Acknowledgement of Responsibilities When Providing
Trenching
Trench Dimensions and Facility Placement
Trench Excavation and Backfill
Effective on: 05/01/09
Canceling: 06/01/07
Page 4 of 4
©2000 Puget Sound Energy
scope
P
Using Fluidized Thermal Backfill (FTB)
6790.3050
This standard covers the use and application of fluidized thermal backfill (FTB) for electrical
conduit backfill.
What is FTB and Where is it Used?
Q CAUTION!
FTB is a simple concrete mixture that is designed to conduct heat. Its is poured around
cables and conduit to conduct heat away from them. This allows the cables to carry more
current without overheating.
FTB is primarily used in backfilling trenches where a high value of cable ampacity is
required. It may also be used as backfill where 100 percent compaction is required, where
physical protection of the cable or conduit is needed, or where adequate backfill material is
unavailable.
'B is not to be used for backfill around gas
Selection of FTB Material
FTB material is available in the following two variations:
Type A
Application M
MID
Fluidized Thermal •
• Trenches over 12 -in. deep. 9
9995644
Fluidized Thermal •
• Backfill of trenches 12 -in. deep 9
9995645
NOTE: Both products can be ordered with a red tint, if required by the municipality.
©2000 Puget Sound Energy
Effective on: 06/01/05
Canceling: 10/31/00
Page 1 of 4
Site Preparation
Prior to Backfilling
the Trench
Using Fluidized Thermal Backfill (FTB)
6790.3050
Prior to backfilling a trench with FTB the following conditions must be met:
• Trenching activities and conduit installation should be done in accordance with PSE
Standard Practices 6790.0075, "Customer- Supplied Trench Requirements," 6790.0130,
"Trench Dimensions and Facility Placement," 6790.0140, "Trench Excavation and
Backfill," and 6800.6000, "PVC Conduit Installation."
• Steps must be taken to prevent the conduit banks from "floating" when the FTB is
introduced to the trench, see Figure 1.
Figure 1 Cut -away view of typical trench with tie -downs and FI piles
Site Preparation
Procedure
FTB Pile Centered
Between Tie -Downs
8" Min
Step
Action
1
Re -steel bars, #6, should be driven on either side of the conduit bank at 20 -ft
intervals, and lashed together with bare copper wire, #14 (MID 8484300).
2
If necessary, place a small pile of FTB midway between the re -steel tie -downs from
the first mix truck. Then, beginning at the initial starting point, place the balance of
the following mix trucks.
Procedure for Placing the FTB
Placement Before placement activities begin the following conditions should be met:
Conditions • The supplied backfill shall be transported by an acceptable means to minimize
segregation (i.e., ready mix concrete truck).
• FTB placement may start when the temperature is 34 °F and rising. FTB shall not be
placed on frozen ground.
• At the time of placement, FTB must have a temperature of 40 °F. Mixing and placing
shall stop when temperature is 38 °F or less and falling.
• The ends of the trench shall be secured by bulkhead or earth fill.
Continued on next page
Effective on: 06/01/05
Canceling: 10/31/00
Page 2 of 4
©2000 Puget Sound Energy
•
Using Fluidized Thermal Backfill (FTB)
Placing the FTB Follow these instructions for placing the FTB:
6790.3050
Step
Action
1
Pour into the trench and completely fill all voids without causing excessive
segregation. Maximum pour height shall be 4 feet.
NOTE: Do not vibrate or compact the mixture.
2
To reach inaccessible locations, the mixture may be pumped through conventional
concrete pumps.
3
The flow rate can be adjusted slightly by adding water at the site (as long as no
segregation occurs, and the FTB fills all the voids completely when poured).
Conducting a Thermal Probe Test
Collecting Samples
If directed by the project manager, a sample of the FTB should be collected, at a minimum,
every pour date. For larger backfill operations, a sample should be collected every fourth
mix truck to ensure consistency of the product. Each sample should be labeled appropriately
with the following:
• Date
• Time
• Mix truck identification number
• Location of pour
• Name of person collecting the sample
Samples shall be cast in 3 -inch by 6 -inch cardboard or plastic molds, held in a moist
environment, and not disturbed until the FTB has hardened. Follow ASTM Standards C172
and C31 for the sampling, curing, and testing of concrete, except use cardboard or plastic
sampling molds to facilitate stripping.
Thermal Resistivity When hardened, the FTB should have a thermal resistivity of less than 40 °C -cm/W when
moist and less than 100 °C -cm/W when totally dry.
References
The following Puget Sound Energy documents apply to this standard:
6790.0075
6790.0130
6790.0140
6800.6000
Customer - Supplied Trench Requirements
Trench Dimensions and Facility Placement
Trench Excavation and Backfill
PVC Conduit Installation
©2000 Puget Sound Energy
Effective on: 06/01/05
Canceling: 10/31/00
Page 3of4
Sources
Using Fluidized Thermal Backfill (FTB)
6790.3050
ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete
ASTM C236 Hot box Thermal Performance Test
ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens
in the Field
ASTM C94 Standard Specification for Ready -Mix Concrete
IEEE Std 442 -1981 IEEE guide for Soil Thermal Resistivity Measurements
Washington State Standard Specification, English 2000
2- 09.3(1) Backfilling
9- 03.1(2)B Grading
Effective on: 06/01/05
Canceling: 10/31/00
Page4of4
©2000 Puget Sound Energy
•
Scope
In This Standard
Codes
Route Selection
Trench Dimensions and Facility Placement
6790.0130
This standard covers the depth and width requirements for trenches that will contain primary,
secondary, and service cables. It also addresses the preferred locations for various utilities in
the trench and the required separations.
See PSE's Gas Operating Standards for the rules that pertain to the placement and separation
of gas lines.
These topics are covered in this standard:
Topic
See Page
Codes
1
Route Selection
1
Definitions
2
Trench Depth
3
Trench Width
5
Wheel Trenching
5
Radial Separation
6
Mainline Trench Excavation
7
Road Crossings
9
Vaults and Pedestals
13
Cable Stubouts
15
Service Trench
16
Equipment Protection and Accessibility
18
The requirements listed in this standard meet or exceed the requirements of both the
Washington Administrative Code and the National Electric Safety Code. Local requirements
may be more stringent, and in these cases the requirements of the local governmental entity
shall take precedence.
The route should be as straight and direct as practical, and it shall allow safe access for
construction, inspection and maintenance. It shall not be through unstable soil, areas
susceptible to erosion, wetlands or traverse slopes upon which it is hazardous to operate
mechanized equipment.
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 1 of 18
Route Selection,
Cables Under
Structures
Definitions
Figure 1
Trench Dimensions and Facility Placement
continued
6790.0130
Directly buried cables shall not be installed under a structure that will restrict access for
maintenance or replacement.
If no other route is available, 1/0 primary and secondary cables may be placed under a
structure if the following conditions are met:
• The cable is installed in conduit
• There are no low points in the conduit that could fill with sediment and prevent the
cable from being replaced in the future.
• The soil and the structure are both structurally sound and not susceptible to settling.
• The cable system will not be loaded to over half of their normal ampacity (because the
soil can dry out beneath structures, which will limit the ability of the soil to conduct
heat away from the cable).
• Adequate access is provided to each end of the conduit, including room for vaults, if
necessary.
• The cable does not pass within 5 ft of where a computer monitor will be used. This is
because the EMF from the power line can cause the image on the computer monitor to
be distorted or jittery.
Feeder cables shall not be installed under structures without approval of the Standards
department.
Term
Definition
Cover
The depth of the backfill, measured from the top of an
underground cable or conduit to the ground level (Figure 1).
Supplemental protection
Cable installed in conduit and /or capped with concrete.
Depth of backfill
Effective on: 05/01/09
Canceling: 06/01/07
Page 2 of 18
©2003 Puget Sound Energy
•
Trench Depth
Table 1
Exceptions
Trench Dimensions and Facility Placement
6790.0130
The trench excavation shall provide the minimum cover (Table 1) when the cables are
energized and thereafter, except as noted under "Exceptions" in this section of this standard.
If the site will be cut down to final grade, the trench must be dug deeper to compensate.
If the trench depth exceeds the maximum cover depth, shoring may be required to install the
facilities and will be required to maintain the facilities in the future. The cable shall be
installed in conduit if it will be deeper than 48 inches.
Voltage
Minimum
Cover
Preferred
Cover
Preferred
Maximum
Trench Depth
Primary (601 to 50,000 V,
phase -to- phase)
30"
36"
48"
Secondary (0 to 600 V)
24"
36"
48"
Service (0 to 600 V)
24"
24"
36"
Exceptions to the cover requirements listed in Table 1 may be made only if the minimum
cover listed above cannot be obtained due to obstructions or other utilities. In these cases the
cover may be reduced when supplemental protection is provided. This protection shall be
sufficient to protect the cable from damage imposed by the expected surface usage. Figure 2
illustrates some typical supplemental protection methods, however not all are appropriate in
all situations. Contact the Standards group to obtain a variance for situations other than those
shown in Figure 2.
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 3 of 18
Trench Dimensions and Facility Placement
Trench Depth, continued
Figure 2 Exceptions with supplemental protection
Ditches and Swales
6790.0130
18"
Schedule 80 Conduit
Cover for Cables in Schedule 80 Conduit
4" sraa1Wawn. WIr-w= Concrete Cap
SLAP
DB 120 Conduit
Cover for Cables in DB 120 Conduit
with a Concrete Cap
Note: Wheel trench in asphalt roadways
with controlled - density backfill may also
have 12" of minimum cover. See Standard
6800.4030.
Schedule 80 PVC
Concrete Cap
Cover for Cables in Schedule 80 PVC
with a Concrete Cap
NOTE: Whenever the trench depth is shallower than the design specifications, the foreman
shall note this information on the as -built work sketch.
Cable systems that cross under a ditch that is maintained with mechanized equipment shall
be a minimum of 24 inches below the bottom of the ditch. If the cable system must be
installed with less cover, protection must be installed that can withstand the impact of a
backhoe bucket.
Effective on: 05/01/09
Canceling: 06/01/07
Page 4 of 18
©2003 Puget Sound Energy
•
Trench Width
Trench Dimensions and Facility Placement
6790.0130
The trench width depends on the number and type of utilities that will be sharing the trench.
The trench shall have a minimum width of that shown in Table 2 for a trench with a single
power circuit. Table 3 is used to calculate the minimum trench width when multiple utilities
occupy a trench. The trench must be widened when additional circuits are added.
Table 2 Trench width for single power circuit
Table 3
Wheel Trenching
Size of Power Utilities in the Trench
Minimum Trench Width
Direct bury cables or 2" conduit
6"
Roots shall not protrude into the trench.
This may be difficult to obtain with a
trencher.
3" or 4" conduit
8"
(6" when wheel trenching)
Add the width values in Table 3 to come up with the minimum trench width when multiple
utilities are present.
Utilities in the Trench
Width
Clearance between power cable /conduit and trench wall
(2" on each side)
4"
Primary cable conduit diameter
2" to 6"
Second primary cable conduit diameter + 2" of separation
4" to 8"
Secondary cable conduit diameter + 4" of separation
6" to 7"
Communications cable (4" of separation plus 2" line)*
6"
Second communications utility company cable /conduit
(e.g., telephone and TV)
4"
Gas Line (Typically 12" of separation for mainlines and 6" for
services)+
12"
Total Trench Width =
* In certain cases, the separation of power and communication possibly may have to be
increased. See the "Radial Separation Power to Communication," section later in this
standard.
+ See PSE's Gas Operating Standards 2525.1500 and 2525.1700 for the separation
requirements between gas lines and other utilities.
Wheel trenching is an approved construction method that requires a minimum cover of
12 inches of either concrete or controlled- density fill (CDF). Refer to Standard 6790.0150,
for more information.
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 5 of 18
Radial Separation
Trench Dimensions and Facility Placement
6790.0130
"Separation" is the minimum distance between the surfaces of two utilities, not the centerline
distance.
Power to Power Conduits shall have a minimum separation of two inches in all directions from each other.
See Standard 6800.6000 for additional information.
Power to Gas
Power to
Communications
Power to Other
Utilities
A minimum of 12 inches of radial separation shall be maintained when directly- buried
electric and gas utilities run parallel (NESC 353.A.1 Deliberate Separation). Gas and power
circuits shall not be random laid with each other.
A minimum of 12 inches of vertical separation shall be maintained when directly- buried
electric and gas utilities cross, except a minimum of 6 inches shall be maintained if the
electric cables are in a continuous (vault -to- vault) section of conduit.
Conduit containing electric cables shall not enter the same manhole, handhole, or vault with
gas or other fuel lines (NESC 320.B.5).
. A minimum of 12 inches of radial separation shall be maintained between the electric and
communications cables (NESC 320B.2, 353, and 354).
Exception: This distance may be reduced if both parties agree. If both parties agree, the
separation may be reduced to 4 inches (a PSE requirement).
Stacking communications conduits on top of power conduits is discouraged. If this must be
done, see Standard 6790.0140 for special backfill requirements around duct banks.
Generally, other utilities may share a trench with PSE's facilities, but this permission may be
denied if:
• In PSE's judgement, the installation, operation, or maintenance of either PSE or the
other utility will be hazardous, or
• The logistics of the installation are onerous.
• Direct access to PSE's facilities would be compromised.
Continued on next page
Effective on: 05/01/09
Canceling: 06/01/07
Page 6 of 18
©2003 Puget Sound Energy
•
Trench Dimensions and Facility Placement
Radial Separation, continued
Power to Other
(continued)
Mainline Trench
Location of the
Mainline Trench
6790.0130
The following other utility lines may be installed in the same trench as the power line if a
minimum horizontal separation of 12 inches is maintained from the power line when the
utility lines are parallel or 6 inches of vertical separation if the lines are crossing:
• Water service
• Irrigation
• Electric power (lighting, security, etc.)
• Customer communication lines
• Closed system roof drains and storm drains (not French drains).
• Culverts
A customer may install the following privately -owned utility lines in the same trench as the
power line if a minimum horizontal separation of 18 inches is maintained from the power
line when the utilities are parallel and 12 inches of vertical separation if the lines are
crossing:
• Tightline sewer (not tile)
• Natural gas line
• Propane gas line
• Fuel oil line
• Water mains up to 6 in.
A minimum of five feet shall be maintained from septic tanks and a minimum of 10 feet
from drain fields.
Excavation
The mainline trench shall have a minimum of 36 inches of cover over and 36 inches of soil
to the side of the trench facing the ditch, such as slopes for retention ponds, ditches, or
banks. Figures 3 and 4 illustrate typical trench layouts.
Within residential subdivisions, the preferred location of the mainline trench is on the front
(street side) of the utility easement, approximately 1 foot inside the property line. A trench in
this location minimizes the number of 90- degree bends necessary to loop the conduit in and
out of equipment. This reduces pulling tensions and allows longer spans between pulling
vaults.
The trench may be located in the road right -of -way to avoid obstructions in the easement,
such as:
• Zero lot line homes
• Steep slopes
• Ditches
• Wetlands
• Bioswales
• Contaminated soil
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 7 of 18
Location of the
Mainline Trench
(continued)
Placement of
Utilities
Trench Dimensions and Facility Placement
6790.0130
These are examples of circumstances when the trench can be placed in the road right -of -way.
Padmounted equipment and pedestals shall continue to be installed in the utility easement.
Although not preferred, flush - mounted equipment may be located in the road right -of -way,
but they shall not be located in the driven portion of the roadway.
This chart shows where the joint utilities are to be placed in the trench.
Utility
Utility Placement in Trench
Power cables and ducts
Property side
Communications
Middle
Gas
Street side
Figure 3 Typical mainline joint trench for commercial, multifamily, and single - family line extensions
ROADSIDE
Final Grade
32" Typical
(Power, Gas, and Communications)
24" Min
12" Mtn
Separation
4" 'Min*
Separation
V" Mitt
48" M
36" Min
Cover
Gas
Communications
Primary Power
Cables or Conduit
Power, Gas, and Communications
ROADSIDE
Final Grade
24" Min �I
48" Max
4" Min•
Separation
36" Min
Cover
Communications Primary Power
Cables or Conduit
Power and Communications
Excavated.;..
Dirt Pile
Excavated
Dirt 'Pits
Continued on next page
Effective on: 05/01/09
Canceling: 06/01/07
Page 8 of 18
©2003 Puget Sound Energy
•
Trench Dimensions and Facility Placement
Mainline Trench Excavation, continued
Figure 4
Typical mainline joint trench cross - section within residential subdivision
(* Communication companies may require additional separation)
6790.0130
Curb
Sidewalk - R/W
— 12" Minh See Table 3
24" Min -1
Final Grade
Excavated
Location of roof drain
intercept (depth varies).
48" Max
Gas Communications Power
Road Crossings
Figures 5 -9 illustrate the requirements for road crossings when other utilities are present.
Trenches must provide for 36 inches of cover and must not exceed a depth of 48 inches. See
Table 2 for the trench width.
Figure 5 Typical joint trench road crossing
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 9 of 18
Trench Dimensions and Facility Placement
Road Crossings, continued
Figure 6 Plan view of crossings with transformer on right side of property line
Back of Utility
Easement
6790.0130
Figure 7 Road crossing elevations
Road Pavement Curb
Sidewalk
R/W or
Property Line
Edge of
12" Mainline
Typical Trench
Road crossing conduits must be
at the same depth and have the
same horizontal separations as
the mainline trench facilities.
36"
Min Cover*
Road Crossing Conduit per Utility Specification
*Some jurisdictions may require a deeper installation.
Continued on next page
Effective on: 05/01/09
Canceling: 06/01/07
Page 10 of 18
©2003 Puget Sound Energy
•
Trench Dimensions and Facility Placement
Road Crossings, continued
Figure 8 Plan view of crossings with transformer on left side of property line
6790.0130
Back of Unlit
Easement
12"
12"
42"
ro -----10-1
Transformer Site
P/L
10' Easement
T
Back of R/W
Second
Pr ma,1'
Ccrnrnunr
1
44'
12'
t►
24"—o-
12'
4' -
Figure 9 Plan view of crossings with transformer straddling property line
Back of Utility
Easement
Transformer Site
10' Easement
Gas
Communications
Secondary Power
Primary Power
- Back of R/W
1
" �
- 4-15 "
17 '—'
29" 1r
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 11 of 18
Trench Dimensions and Facility Placement
Road Crossings, continued
Figure 10 Crossings at intersections
Placement of
Facilities
6790.0130
R/W
R/W
10' Easement
"e Radius Stake Trench
Detail when crossings
meet at 90 degrees
Road R/W
60'
Typical
Trench
60'
2 Typical
U
1
Radius Stake
10' Easement
R/W
R/W
Use radius stakes to accurately locate crossing.
Crossing conduit must line up with the mainline
trench conduit.
Trench shall gradually curve from front of 10'
easement to back of 10' easement at crossings so
no preformed bends are used. (Field bends only)
PLAN VIEW
Whenever possible, at street intersections, street crossings for primary power and gas mains
shall be installed so the gas company can maintain the roadside conduit without crossing
over power or other facilities.
A minimum of 12 inches of horizontal separation is required between gas and other utilities'
facilities.
If There is an Open The open ditch:
Storm Drain Ditch
• Must have a culvert that is a minimum of 10 foot in length centered over the cable
system.
• Be backfilled to the surrounding grade where there are street crossings and transformers.
Figure 11 illustrates the requirements for open drainage ditches.
NOTE: The installation of a culvert in a ditch may not be allowed by some jurisdictions.
Effective on: 05/01/09
Canceling: 06/01/07
Page 12 of 18
©2003 Puget Sound Energy
•
Trench Dimensions and Facility Placement
Road Crossings, continued
Figure 11
Typical backfilled drainage ditch detail at road crossings and transformers
6790.0130
Road Crossin
Conduit
Backfilled Drainage Ditch
Curb
�
36"
6" ``Min
Road crossing T
SIDE VIEW
Transformer
TOP VIEW
Vaults and Pedestals
Additional excavation and base preparation is necessary at vault and pedestal locations.
• Use a 6 -inch base of compacted 5/8 -inch minus crushed rock beneath each vault.
• Unless the conduit enters straight into the vault, leave 18 inches between the end of the
conduit and the vault to allow for height differences between the vault entrance and and
the road crossing. See Top View of Figure 11.
See Standard 6775.0040 for more information on installation procedures and 6775.0035, for
more information on the best locations to place vaults.
See Figure 12 for vault excavation dimensions.
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 13 of 18
Trench Dimensions and Facility Placement
Vaults and Pedestals, continued
Figure 12
Joint trench detail for vaults and pedestals
6790.0130
PSE 10'
P • FRONTAGE
L EASEMENT
ROAD SIDE
36"
Cover
48"
Max
7
ROAD SIDE
See Table 2
Communications—
Gas
12
Min
TRANSFORMER
21"
Min
MINIPAD
VAULT
FIELD SIDE
Secondary
Power
Primary
Power
PSE 10' FRONTAGE EASEMENT
SECONDARY POWER
PEDESTAL
18"
Lower Pedestal
-a.
2"
6" of crushed rock
(base for vault)
1
36"
48" Cover
Max
� Conduit
Communications Primary Secondary
Power Power
Effective on: 05/01/09
Canceling: 06/01/07
Page 14 of 18
©2003 Puget Sound Energy
•
Trench Dimensions and Facility Placement
Cable Stubouts
6790.0130
Location Access from the mainline trench to a stubout location behind a transformer or vault for
utilities other than power shall be on the side of the vault that is closest to property line.
Figure 13 Cable stubout location behind transformers and pedestals
SERVICE TRENCH
Minimum 18" wide for
separation of utilities
42"
Transformer
Site
ROADSIDE
P/L
Private
Property
Side
Continued on next page
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 15 of 18
Trench Dimensions and Facility Placement
6790.0130
Cable Stubouts, continued
Cable and Stubout Stubouts require an area to be dug out on the field side of the mainline trench at the lot
Requirements
corners when other utilities are present.
Figure 14 Trench detail - stubout with no transformer or pedestal
Placement of Other
Utilities at Stubout
Locations
Service Trench
Work Pit
—RIW
/W
TOP VIEW OF MAINLINE TRENCH TOP VIEW OF MAINLINE TRENCH AT PEDESTAL
AT SINGLE STUBOUT LOCATION OR DOUBLE STUBOUT LOCATION
This table shows where the joint utilities are to be placed at the stubout location. This
placement shall remain consistent through construction.
Utility
Trench Placement
Power cables and ducts
On either side
Communications
In the middle
Gas
On the opposite side from power
The service trench depth shall meet the requirements of Table 1 of this standard. The width
shall meet the requirements of Tables 2 and 3.
A work pit shall be dug around the base of the service entrance and at the property line
stubout. This pit is used by the PSE workers when installing the service. See Standard
6325.3200, for additional information.
Continued on next page
Effective on: 05/01/09
Canceling: 06/01/07
Page 16 of 18
©2003 Puget Sound Energy
•
Figure 15
Trench Dimensions and Facility Placement
Property line and service entrance work pit details
6790.0130
PROPERTY LINE WORK PIT
Electric Service Cable Conduit with Bellend
Customer provides and plugs conduit end
Electric Stub Marker*
Utility Provided
3/4 Yard Bedding and Shading Sand
Sand shall be provided on -site by the customer and placed within
hand - shoveling distance to the work pit for bedding and shading of
direct - buried facilities. A larger work pit may require more sand.
Pipes and Wires
Utility Installed
Gas Service Line Conduit
Customer provides and plugs conduit end
Gas Stub Marker
Utility Provided
Dig to 12" from the Gas Stub Marker
Customer shall not expose the stub.
If accidentally exposed, cover gas stub with
12" of sand.
* If connecting to transformer or handhole, dig up to connection point and leave knockout exposed and accessible.
t Trench to }
Building J
48"
( Approx)
Work Pit Dimensions
Electric and Joint Utility
SERVICE ENTRANCE WORK PIT — DISCONTINUOUS CONDUIT
Electric Meter Base
Customer provided
Electric Meter
Utility Provided
48" to 60"
(App Ox)
32" to 38" -.-
Typical
Conduit Service Riser
with Bell End %
d
Customer Provided
Fuel Line Typically
Protrudes 4" to 5"
' Customer Provided
Gas
Meter
':'� fn
i Gas Meter Set
isAssembly
Utility Provided
Shutoff Valve
Conduit Straps (2 Minimum)
Customer Provided
Conduit Stake
\~ Customer Provided
Service Riser
48" to 60"
(Approx)
1 Electric
Meter
Drainage Pipe
6" Minimum clearance
should be maintained
tram gas service line.
Min
Electric Service Cable
Conduit with Bellend
Customer provides and
plugs conduit end
TV & TEL
Conduit Stake
Customer Provided
Gas Service Line Conduit
Customer provides and plugs conduit end
12" Min
k- 12 "—+1
Min
24' to 36"
Radius bends
for both electric
service cable
and gas service
fine.
-- 32"
Typical
Work Pit Dimensions
Electric and Joint Utility
3/4 Yard Bedding and Shading Sand
Sand shall be provided on -site by the customer
and placed within hand - shoveling distance to the
work pit for bedding and shading of direct - buried
facilities. A larger work pit may require more sand.
©2003 Puget Sound Energy
Effective on: 05/01/09
Canceling: 06/01/07
Page 17 of 18
Trench Dimensions and Facility Placement
6790.0130
Equipment Protection and Accessibility
Protection Before any joint utility energizes its system, the following protective measures shall be
provided by the customer.
• Guard posts for padmounted equipment protection if required by the utility's customer
service representative. See Standard 6315.0008.
• Retaining walls as required to prevent transformers, vaults, handholes, or pedestals from
being buried or exposed by erosion or settling of soil.
• Landscaping materials such as beauty bark, shall not be piled onto any utility's surface
mount or above - ground facility.
Accessibility
References
Forms
Sources
Transformers and utility pedestals will normally be located adjacent to property lines as
approved by each utility's engineer.
• Transformers and pedestals shall be accessible at all times by utility equipment from an
area normally used by vehicular traffic.
• An adequate work area shall be maintained at all times around the transformer or vaults
with access unimpeded by fences, walls, rockeries, structures, and open ditches.
• Within projects with open ditches, swales or bar ditches, the area in front of
transformers and equipment requiring access shall have a culvert installed to provide
access for workers and equipment.
The following Puget Sound Energy documents apply to this standard:
0150.3200
6800.6000
6325.3200
6775.0035
6790.0050
6790.0150
Techniques for Temporary Erosion and Sediment Control
PVC Conduit Installation
Underground Service
Vault, Handhole, and Padmounted Equipment Location
Customer's Acknowledgement of Responsibilities When
Providing Trenching
Wheel Trenching Construction
Electric Tariff G Schedule 85, Line Extensions, Item 12
Form 1218
Form 3061
Electric Service Handbook /Permanent Single- Family Residential Services
Installation Requirements for Residential Underground Services
ASTM D -1557, Test Method for Laboratory Compaction Characteristics of Soil
Using Modified Effort
NESC 320.B.5, 352D, 353 and 354
NEC 300.5 Underground Installations, Depth of 600V
NEC 300.50 Underground Installations, Depth of Primary
Effective on: 05/01/09
Canceling: 06/01/07
Page 18 of 18
©2003 Puget Sound Energy
Scope
P
Installing Secondary Pedestals and
Handholes in Residential Plats
6775.2100
This standard covers the procedure for installing secondary handholes and above -grade
secondary pedestals in an underground residential plat with an all- conduit system.
Environmental Requirements
Temporary erosion and sediment control requirements must be identified and appropriate
controls installed prior to beginning any excavation, trenching, or dewatering procedure.
Refer to Standard Practice 0150.3200, "Techniques for Temporary Erosion and Sediment
Control," and local jurisdiction requirements.
Required Materials
The Process
These are the materials you will need for installation of both pedestals and handholes. If you
are only installing one of those components, then use the appropriate material.
Item
MID
Secondary Pedestal 9" x 14"
7663501
Handhole 13" x 24"
7664300
Handhole 17" x 30"
7664500
Bend 2" PVC DB120 90 deg 24 "R
7635300
Bend 3" PVC DB120 90 deg 24 "R
7635400
Coupling 2" PVC
7641700
Coupling 3" PVC
7641800
Conduit Cap Plug 2"
7643000
Conduit Cap Plug 3"
7643100
Foam Sealant
7643502
Blank Yellow Tags
3861101
Connectors as appropriate
- --
PVC conduit as appropriate
- --
There are 21 steps detailed in this standard.
If you are installing ... F
Follow steps....
Pedestals or Handholes 1
1 -6
Pedestals only 1
1 -14
Handholes only 1
1- 6,15 -21
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/12/01
Page 1 of 4
Installing Secondary Pedestals and
Handholes in Residential Plats
Pedestals and Handholes
These steps apply to installing all pedestals or handholes.
6775.2100
Step
Action
Diagram
1
Glue a conduit coupling onto the
spigot end of a 2 in. or 3 in. DB120
PVC 90 deg 24 -inch radius bend.
©a
2
Group the conduit bends together at
the pedestal site on the field side of
the trench.
ii ;1/2-, yi,, ;, ,,,
R
;,
9» x 14" Max.
; ; ;�, ��,, ;; , ,.,/,
Trench
•_�
IN■Ro■•
II —
L _
12"
/, J.� %\/'. /,\ r1 , /.� FUWLine
3
Cut the conduit runs to length and
glue them into the bellend of the
conduit bends.
iia
�i Tape Wrap
Sand Base
4
Wrap the bends together with
electrical tape to hold them in
position.
!
:
,,, \\ .., \\,,,,,, \.y „. \.•i �: ,,;
5
Glue three -foot lengths of DB120 onto
the bends to extend them above
finished - grade.
e 8 i
Final
21”
Grade
36"
^ v v.. 0
/4'.' ..
,lexA 'te 4re a. °" `. 10' i
42"
Tie
6
Install cap plugs into the conduit
openings to keep the conduit clean
during backfill.
_—
• , 1
\\;% \\'' : \\ >< \ \\Z% \\i. \\ W% \\:
Effective on: 05/01/09
Canceling: 07/12/01
Page 2 of 4
©1998 Puget Sound Energy
411 Pedestals
Installing Secondary Pedestals and
Handholes in Residential Plats
If you are installing pedestals, continue the process with these steps.
6775.2100
Step
Action
Diagram
7
Backfill the trench.
8
After the trench has been
backfilled, dig out the soil
10 in. deep around the
conduits.
_ _ .
-� �i '
o ° ° °'i'
!
5"
T bf '
10° 12
11
9
Cut the conduits off a few
inches below grade.
10
Set the base section of the
pedestal over the conduits
and backfill around its
perimeter.
' •
11
Install the secondary cable
into the conduits.
12
Make up the secondary
connections so the
connector bars are
staggered, like stairs.
NOTE: The neutral
connector bar should be
the lowest and in the
front.
Pedestal accept up to six
3" conduits.
Connector bars
shall be staggered
Neutrals shall be
� 1
in the front
•I
18"
16"
13
Label
+
I
IA I
10
+
i 1
13
Seal the conduits with
expanding foam sealant
to stop ilt from
h
accumulating in the
duct run.
Conduit shall �- �- •�� 41
be sealed • ,, -
o °' Ir
,
^- --'`-'
"\ ���
)Ix°.
1 to ,° d?"
Typical 24" radius
DB 120 PVC
conduit elbows
14
Label the neutral cables
with yellow tags to
identify the lot number or
service address.
t �T •
©1998 Puget Sound Energy
Effective on: 05/01/09
Canceling: 07/12/01
Page 3of4
Installing Secondary Pedestals and
Handholes in Residential Plats
6775.2100
If you are installing handholes, continue the process from Step 6, Pedestals or Handholes.
Step
Action
Diagram
15
Backfill the trench.
16
After the trench has been
backfilled, dig out the soil
around the conduits. Dig:
• 15 in. deep for the
smaller 13 in. x 24 in.
handhole
• 18 in. deep for the
larger 17 in. x 30 in.
handhole
cam; Icy •
`;, y °' tr
v; �� yD.) y�.' 15" for small h/h
/J, 18" for large h/h
°�` �,�/; f�• i i�
3,.
17
Cut the conduits off about
3 in. above the handhole's
bottom.
18
Set the handhole over the conduits and backfill around its perimeter.
19
Install the secondary cable into the conduits.
NOTE: Make up the secondary connections so the cable may be folded back down
into the handhole.
20
Seal the conduits with
expanding foam sealant,..,.._
to stop silt from
accumulating in the
duct run.
Label
. %":
Conduit shall be u1 `)o X�3
sealed with foam
l' • . J�
21
Label the neutral cables
with yellow tags to
identify the lot number or
service address.
Typical 24" radius DB
120 PVC conduit elbows
•
—•
The following Puget Sound Energy documents apply to this standard:
0150.3200 Techniques for Temporary Erosion and Sediment Control
6050.1000 Secondary Pedestals
6050.2000 Single -Phase Secondary Handhole
Effective on: 05/01/09
Canceling: 07/12/01
Page4of4
©1998 Puget Sound Energy
C
INDUSTRIES LLC
Glendora, California
Toll-Free. 800.735 5566
Phone: 909.592.6272
Fax: 909.592.7971
Floscommon, Ireland
Phone: 35.39.03.25922
Fax; 35.39.03.25921
24"
35-5/8" (610 mm)
mm)
Medium Duty
Cover
Material: Polymer Concrete
Weight: 140.0 lbs. (63.5 kg)
Model: G2436-PC
See OPTIONS SECTION:
- Light Weight Cover
Ring
Material: Polymer Concrete
Weight: 75.0 Ibs. (34.0 kg)
Model: G2436-PR
•
Body -
Made to order
26-7/8"
38-3/8" (683 mm)
18'
(457 mrn) r-•
....„....
4-.
41-1/2"
4.,--- (1,054 mrn)
34"
(864 mrn)
45-1/2"
(1,156 mm)
Body
Material: GF-HDPE
Weight: 59.0 Ibs. (26.7 kg)
Model: 02436-18
Extension -
Made to order
•
8"
(203 mm)
34"
(864 mm)
45-1/2"
(1,156 mm)
Extensions
Material: GF-HDPE
- 8" Weight: 21 Ibs. (9.5 kg)
Model: G2436-8X
Colors Available
Body - Gray
Cover and Ring - Gray or Green
Note: For use in non-vehicular traffic
situations only. Weights and
dimensions may vary slightly.
Revision Date 4/2003