Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 18-082 RETURN TO: PW ADMIN EXT: 2700 ID#: 3 33(0
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS/
ORIGINATING STAFF PERSON: �'{?ij EXT: 2 7s- / 3. DATE REQ.BY:
TYPE OF DOCUMENT(CHECK ONE):
o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ)
o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT
o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG
o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
/CONTRACT AMENDMENT(AG#'; /9- 42 ❑ INTERLOCAL
❑ OTHER
L PROJECT NAME: _7: /�,�-/) y �/✓Zl�l F4��/L2 ` i, /�v���
I. NAME OF CONTRACTOR: ,c `, 4. -' �L 4- 1 '77 /LG .
ADDRESS:/4f3/ ✓Jt, VS 5
.0 G��, 54' 51,,P 9,6 '%'6P TELEPHONE: 31217 9_skr
E-MAIL: 9!,T,tj9eorn FAX: 46p -SO- ifir
SIGNATURE NAIVE: C/"!7 <,irgy` TITLE: �J ��,�4
i. EXHIBITS AND ATTACHMENTS: ❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE/_ _ ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / _
'. TERM: COMMENCEMENT DATE: COMPLETION DATE: Cao (;/V w
i, TOTAL COMPENSATION:$ - l ' 611 Nov, (INCLUDE EXPENSES AND SALES TAX,IFA )
(IF CALCULATED ON HOURLY LABOR CHARGE-ATIAH
SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ❑RETAINAGE BOND PROVIDED
o PURCHASING: PLEASE CHARGE TO:
1. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
id//PROJECT MANAGER 4( /
I�' IVISION MANAGER I ( Vic
1,DEPUTY DIRECTOR
DIRECTORS —
❑ RISK MANAGEMENT (IF APPLICABLE)
o LAW DEPT
0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
1. CONTRACT SIGNATURE ROUTING
o SENT TO VENDOR/CONTRACTOR DATE SENT: 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
o FINANCE DEPARTMENT -�
❑ LAW DEPT ^� i
rd SIGNATORY(MAYOR O4IRECTOR
CITY CLERK ■II „ ND .`; '
ASSIGNED AG# AG# A
XSIGNED COPY RETURNED DATE SENT:
o RETURN ONE ORIGINAL
:OMMENTS:
XECUTE" "ORIGINALS
1nmu
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG#18-082 001 07/10/18
PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
Lakota Park Stormwater Facility Repair Gary Harper Construction,Inc.
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES: GHC, Inc. is requesting the use of pea gravel for Pipe Zone
Backfill of 24"pipe for entire run of 24"pipe. Bedding is only 6"from top of pipe. Compacting may deform
pipe and mandrel may not go through pipe. GHC has imported 2 Solo Trucks of Pipe Zone Backfill that we
will use as bedding also as needed in areas with no water in geotech report
The time provided for completion in the Contract is X Unchanged 0 Increased 0 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? 0 Yes X No
If"Yes"Will the Policies Be Extended? 0 Yes 0 No
PRICE CHANGE LUMP SUM: INCREASE$ 0 DECREASE$
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT: INCREASE$ DECREASE$
STA IEMENT:
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 $
• D STME .,: $
- • I r 0 r.:.' T AMOUNT $
,..."
_ mumr,"1 Z - 07/1 0/1 8
\ O • -- • . -44 .
rtiti DATE
V011uslik ew ZP I E
_
DIRECT' "S SIGNATURE DA rE
1
RETURN TO: PW ADMIN EXT: 2700 ID#:"3:9611
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLICWORKSWORKS///SW f V i
2. ORIGINATING STAFF PERSON: r o 1Zt EXT: 2i'I 3. DATE REQ.BY:
3. TYPE OF DOCUMENT(CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT(E.G,RFB,RFP,RFQ)
❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG
❑ REAL ESTATE DOCUMENT o SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRAC(�AQMEND;MENT(AG#)' n q V❑1/I�NTTE OCAL �y 1
OTHER [ (<1! / mpitt l�p1 I�JCl C�Y/�LX11y1
4. PROJECT NAME:Lake !� 'FAA \,{<< 1 J , F1LQ l'i V r
5. NAME OF CONTRACTO1 3! Y i I'°- CDYP VAC' ,
ADDRESS: Pl'ib 3 L i ,t> IP/ :Ai 'L A if.. A / TELEPHONE. . <,')Ql < -
E-MAIL: FAX:
i
SIGNATURE NAME:63Ql"1�"t +- TITLE:
6. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES 0 COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / /
7. TERM: COMMENCEMENT DATE: tol l h. y COMPLETION DATE:
8. TOTAL COMPENSATION:$ (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑YES o NO IF YES,$ PAID BY: ❑CONTRACTOR 0 CITY
RETAINAGE: RETAINAGE AMOUNT: ❑RETAINAGE AGREEMENT(SEE CONTRACT)OR ❑RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO:
9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED
PROJECT MANAGER 6-
DIVISION MANAGER MII=Marr
DEPUTY DIRECTOR i'/ _ k 'g
DIRECTOR
fir.-ice
❑ RISK MANAGEMENT (IF APPLICABLE)
LAW DEPT SI :Mai
OP - -
10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE:
SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING -2626""I❑ SENT TO VENDOR/CONTRACTOR DATE SENT: (c 'I� -l 0 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.)
I�dji AL/DATE SED
❑ FINANCE-DEP.4i2TMEN3" �� G a C
LAW DEPT ,e
SIGNATORY(MAYOR O' DIRECTOR) v
0I-CITY I '111CITY CLERK 1IK
A ••
DATE SENT:
Or-RETURN EINE ORIGINAL
COMMENTS: I \
EXECUTE" "ORIGINALS
1/2018
RETAINAGE BANK ACCEPTANCE AGREEMENT
The undersigned fmancial institution("Bank")hereby accepts that certain Contractor's Retainage
Option provided to the City of Federal Way("City")by Gary Harper Construction, Inc.,("Contractor")
dated 5 17_1 g a copy of which is attached hereto as Exhibit"A"and incorporated by this reference,
providing Contractor's instructions to invest retainage equal to five percent(5%) of the total contract
amount("Retainage Funds").
The Retainage Funds shall be on deposit at the Everett branch,under
account no. 112-00 of chi+ ("Account"),payment of which shall be made upon demand by the City
with no other conditions of release of the Account. The Bank agrees to hold the Account, without
deduction or withdrawal, until it receives a written notice from the City authorizing the release of the
Retainage Funds to either the City and/or the Contractor.The Bank acknowledges that it has no duty to
evaluate any dispute which may exist between the City and Contractor regarding the Account and shall
not interplead or in any manner delay payment of the Account to the City,upon its demand.The Bank
hereby agrees to bind itself,and its heirs,executors,administrators and assigns,jointly and severally.
Mountain Pacific Bank
(BANK)
BY: -�✓
`���������t111 Signature of Authorized Personnel,(To be notarized below)
��VOSyt►►
r
p����••oN aua,��!��4 ITS: Mew 0l(,L"a(�4✓i`� kip rri ei 1 h�{
G . g� Ere h
`"a (ITI LE)
so i ,.
u ~ ' " sz 3732 Broadway
o :A,0
N9j' 7/.19:1/4" Everett, WA 98201
►►►►►
F‘‘‘‘0"...WP
`•• (ADDRESS)
ilk% 425 263-3512
(PHONE)
STATE OF WASHINGTON )
p )ss.
COUNTY OF,1 riOlAb 1'0 k)
On this day personally appeared before me 6 r 7aline 1)4v►c , to me
known to be the MA1 S 400N,I of L 0-th}ct in Paj (�1 �/'�J) ,the corporation
that executed the within and 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 oath
stated 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 hereto affixed this ay of J rlt,20 i
P �: am of Notary: 1 'Lhif
Notary Public in and for the State of ashington.
My commission expires:
Rev:3/18
1
3/18
CITY OF FEDERAL WAY:
By: il 4-..c-
Marty Sal um, Public Works Director
33325 8th Ave S
Federal Way,Washington 98003-6325
ATTEST:
h"e Courtney, CMC 1, Clerk
APPROVED AS TO FORM:
t0✓ J. Ryan Call, City Attorney
2
3/18
EXHIBIT A
EXHIBIT C
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: Lakota Park Stormwater Facility Repair Project
RFB No: 18-002
Contractor:Gary Harper Construction,Inc.
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys
earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under
the terms of this contract:
D Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan
association. Interest paid to the contractor.Contractor shall have the bank(or other)execute a separate"City of
Federal Way Retainage Bank Acceptance Agreement"upon contract award.The City will provide the agreement
to the Contractor if this option is selected.
O Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account
holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected. All investments are
subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the
contractor.
Option 4: Contractor shall submit a"Retainage Bond"on City-provided form(Exhibit D of this Agreement).
ctor na a Date
3
3/18
•
RETURN TOi'WADMIN EXT: 2700 ID#: 6-12:prih je, 32.57 I
CITY OF FEDTA, WAY LAW DEPARTMEOUTING FORM
ORIGINATING DEPT/DIV: IWBLIC WORKS/SWM
ORIGINATING STAFF PERSON:FEI TANG EXT: 2751 3. DATE REQ.BY:
;. TYVE OF POCUMENT(CHECK ONE):
11,..-20NTP ACTOR SELECTION DOCUMENT(E. ,RFB, ..FP,RFQ)
4 Va/fUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRA #t
H PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT
o GOODS AND SERVICE AGREEMENT 0 HUMAN SERVICES/CDBG (044/
o REAL ESTATE DOCUMENT
o
ED ORDINANCE o
o CONTRACT AMENDMENT(AG#): o
O OTHER
1. PROJECT NAME:LAKO1A PARK STORMWATER FACILITY REPAIR
RESOLUTIONISNETCPEURRORLIJOTEYCCATDOCUMENT(E.G.BOND RELATED DOCUMEN
i. NAME OF CONTRACTOR: '.5)- Harper ConS-fru ailsei ( C •
ADDRESS: illb .. a r - I 01 Pi_IA:- I A "t:...; • TELEPHONE: 0 --ICI
E-MAIL:Ate., 4444harver urns i-. e.irryl, FAX:
_
S1GNATU E: littre,r TITLE:Pre,6 1 ell t-
-4
;. EXHIBITS AND ATTACHMENTS A SCOPE,WORK OR SERVICES /4COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER
REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES o PRIOR CONTRACT/AMENDMENTS
CFW LICENSE# Ii I,0:3 IANBL,EXP. 121311$ UBI#1Q0‘4(21.9 ii 20 ,EXP.2 /2 8/ti
1 .
c bq
'. TERM: COMMENCEMENT DATE: LA:r.04. PIO Cr-1 RA 141[1) COMPLETION DATE: KIt..9 -sv)a 4.1/), (k 1221 11'2)
I. TOTALCOMPENSATION:$ 500_, 135 .q (INCLUDE EXPENSES AND SALES TAX,IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: 0 YES )144O IF YES,MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES 0 NO IF YES,$ PAID BY: o CONTRACTOR o CITY
RETAINAGE: RETAINAGE AMOUNTEODQ LO RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED
xpURCH ASING: PLEASE CHARGE TO: 3014 • "3152, - 22)3 • 4• I • (960
*4-W-I 't estqlzfoi
I. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE Al PROVED
Fr-PROJECT MANAGER 7:7-7-, Vz 7t ef- -- 1//?r/ --
' DIVISION MANAGER ' fr I/VI 2 (1/(1411 I
X DEPU TY DIRECTOR ii•r,,,, II sob it ibits „.-- - c-1 --2.c ts
yio DIRECTOR IIV- '' 1.11 1 8 tif .RILI 6—
......... _—
al RISK MANAGEMENT (IF APPLICABLE)
1 LAW DEPT firil ---T @ ,/4/7--- iliciLir24_____
boil Av.---41
0. COUNCIL APPROVAL(IF APPLICABLE)COMMITTEE APPROVAL DATE: 1,61 OttLED LOUNCIL DATE:511,6000UNCIL APPROVAL')ATE: 90 ji
5/1112 61.Weinl GA/4)4
I. CONTRACT SIGNATURE ROUTINGS2..
ENT TO VENDOR/CONTRACTOR
DATE SENT: 5./Itek8
DATE RE":
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,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.)
INITIAL/DATE SIGNED
u FINA1sreramirtme4-
gr..1.,Avr DEPT f ,)vim. 201 7
SIGNATORY 0", ' OP ' l
, -.-OR-) i
t.,CITY CLERK A
I •
X ASSIGNED AG ft AG#
SIGNED COPY RETURNED DATE SENT: Ca -5'18- -49-, -
XRETURN•en ORIG1NA1,5 as ip./e)k kC
:•OMMENTS: 'TWO
XE1,-,LITE" "ORIGINALS4110 AS k- Vic h-a 45E)1-e-'cIN'tn12..,Walt f-A- LI-1-)2-.2. SCeykre,kbv) SK
-
. ti-z( I___ eznii4...61fEt
., - ,,,: _ ----,-7.V • ,, I, ' _r. 1.. -- _.. ',_., _,,,- ' ____
Fire,4_7742,446,g_,Zd://546.74.44 )_7(ta ii, „,._ , -• , -' ,r__ - -- : ,rt-t -. ..._z_:t._.Q.de.-e.-/
4. ,.._ ., (
..._
Jennifer Marshall
From: Mercedes Tenuta
Sent: Wednesday, August 08, 2018 9:37 AM
To: Jennifer Marshall
Subject: RE:AG 18-086
Same thing for 18-082 Gary Harper Construction, says 6/28/18 exp but should be 35 working days from start
date no later than 6/28.
Thanks,
Mercedes
From: Mercedes Tenuta
Sent: Wednesday, August 08, 2018 8:36 AM
To: Jennifer Marshall
Subject: AG 18-086
The routing sheet scan still shows 8/13/18 as the expiration when in actuality the start day was no later than
8/13 and goes for 20 working days (approximately near the end of September). Is there any way you can
correct the routing sheet to 20 working days beginning no later than 8/13? That way I can show finance and
they can correct the expiration date on the PO?
Best Regards,
e re/e4e/s/Te 1A, ,
Administrative Assistant II
„ikG-ft nP
Federa Way
Pubiic Wo-ks Department
33325 8th Ave S;Federal Way,WA 98003
Desk:[253;835-2701*Fax:;2533 835 2709
c t„Loge...d&alwaycorn
1
L
RETURN TO'
PW ADMIN
EXT: 2700 ID #: 3204 '32,7 1
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
ORIGINATING DEPT/DIV: PUBLIC WORKS / SWM
ORIGiINATING STAFF PERSON: FEI TANG
EXT: 2751 3. DATE REQ. BY:
TATE OF DOCUMENT (CHECK ONE):
Vd -',ONTPACTOR SELECTION DOCUMENT (E.
OUBLIC WORKS CONTRACT
CI PROFESSIONAL SERVICE AGREEMENT
o GOODS AND SERVICE AGREEMENT
o REAL ESTATE DOCUMENT
o ORDINANCE
❑ CONTRACT AMENDMENT (AG#):
FP, RFQ)
o SMALL OR LIMITED PUBLIC WORKS CONTRACT
o MAINTENANCE AGREEMENT
o HUMAN SERVICES / CDBG
o SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
o RESOLUTION
o INTERLOCAL
❑ OTHER
PROJECT NAME: LAKOTA/PARK
S�TORMWATER FACILITY REPAIR PROJECT
NAME OF CONTRACTOR: t i-evereV Cons - int n-161
ADDRESS: a3
E-MAIL: P"WA�S t'• Urrrt. •-0771.
SIGNATURF:✓
TELEPHONE:.31,20 4'42 3 ""1 q
FAX:
TITLE: vete
EXHIBITS AND ATTACHMENTS SCOPE, WORK OR SERVICES IjpCOMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS,� ❑ PROOF OF AUTHORITY TOSIGN o REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LIC%NSE # 11 03 thI / BL, EXP. 12/31/I D UBI # /QO%1QOt" 20
,, , EXP. 2 128/ ll
TERM: COMMENCEMENT DATE: (0L I (.1 ig COMPLETION DATE: (c (2$ (t D
I. TOTAL COMPENSATION: $ 50Q 103 . q $ (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 WO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: o YES ❑ NO IF YES, $ PAID BY: o CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT4, 00(Q ,, O elfk,RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAIN AGE BOND PROVIDED
PURCHASING: PLEASE CHARGE To: 3p • ✓ 1 -92 3 . v ` + , 1 • 050 �y- z�f
or
DOCUM,�ENT / CONTRACT REVIEW INITIAL / DATE REVIEWEDp�NITIALL / DATE AI PROVED
e )ROJECTMANAGER % • //z//p
19()DIVISION MANAGER 1110 (//(14i Z 1
XDEPUTYDIRECTOR . ez✓ u sIIZ if !bit?) i 5�
_��
DIRECTOR '� 1'� I I g -
//'
❑ RISK MANAGEMENT (IF APPLICABLE) // �}
1 LAW DEPT 1//D./ (� ®3/4/I0�CJ/I_
lr✓ Gi 6 OUNCIL APPROVAL, '`)ATE: l l
bi-
0. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: �� fS\ l EDUCED COUNCIL DATE: U I I
1. CONTRACT SIGNATURE ROUTING 611118 QAKc p �40 , , _ p
ENT TO VENDOR/CONTRACTOR DATE SENT: 5/L ett. WDATE RECD: �� � ��
ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, 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.)
,LAW DEPT
SIGNATORY
CITY CLERK
Xi ASSIGNED AG #
A.SIGNED • COPY RETURNED
RETURN �ORIGINAI5
:OMMENTS:
:XECUTE ° " ORIGINALS 119 h$ �'V icAAi
INITIAL / DATE SIGNED
jowl. 2'1
4( 611
AG# /
DATE SENT: (Q 63- -i-' -
c s „lox kc
5 11-soArt e.,pr,4 - LH) -.2. sr '' ',1 -Al s
1,i1/11-7
CITY OF .7;"'"j.''''''''41111111S1111".....".
Federal Way
ORIGINAL CONTRACT #1 OF 3
CITY CLERK
BID AND CONTRACT DOCUMENTS
AND
SPECIFICATIONS
FOR
Lakota Park Stormwater Facility Repair Project
RFS # 18-002
City of Federal Way
Public Works Department
33325 Eighth Avenue South
Federal Way, WA 98003
Mailing Address:
City of Federal Way
Public Works Department
Federal Way, WA 98003-6325
LAKOTA PARK STORMWATER FACILITY REPAIR PROJECT
RFB #18-002
Addendum No. 1
March 27, 2018
ATTENTION: All Bidders and Planholders
You are hereby notified that in Addendum No. 1, the Plans and/or Bid and Contract Documents
and Specifications for "Lakota Park Stormwater Facility Repair Project" are amended as follows:
PLANS
Sheet CO2 (Sheet 03 of 06)
Replace Construction Note #3 with the following:
"Install manhole. Set manhole rim one foot below finished grade. Install locking
round frame and cover per the attached City of Federal Way Standard Plan DWG.
No. 4-12 and DWG. No. 4-13, and SS Section 9-05.15."
The bid opening date has not changed.
All bidders are required to acknowledge receipt of this addendum on page 24 of the Bid Form.
Failure to do so may cause rejection of the bid.
City of Federal Way
Fei Tang, P.E.
SWM Project Engineer
0
Z N
re
w
0
0
0
z
0
0
J
0
Z
m
0
OG
0
z M
6 7
C
cc
W
0
U
Z
Y
0
0
-J
0
Z
M
0
Y
OC
0
U -
U.1
E
Q
Cr
U.
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
Lakota Park Stormwater Facility Repair Project
RFB # 18-002
Bids Accepted Until 3:00 p.m., April 2, 2018
Bids Opened 3:10 p.m., April 2, 2018
AT:
City of Federal Way
Hylebos Room
33325 Eighth Avenue South
Federal Way, WA 98003
Prepared By:
Public Works Department
CITY OF FEDERAL WAY, WASHINGTON
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 2 2018
RFB ver. 4-17
TABLE OF CONTENTS
PAGE
PUBLIC NOTICE — REQUEST FOR BIDS 5
BIDDER'S CHECKLIST 7
SECTION 1: INSTRUCTIONS TO BIDDERS 9
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 16
NO BID RESPONSE FORM (Attachment A) 22
BID FORM (Attachment B) 23
BID SCHEDULE (Attachment C) 25
BID SIGNATURE PAGE (Attachment D) 26
BID BOND FORM (Attachment E) 27
SUBCONTRACTOR LIST (Attachment F) 28
COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 29
CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) 31
CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I) 32
PUBLIC WORKS CONTRACT (Attachment J)
33
(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 Option
Retainage Bond to the City of Federal Way
Notice to Labor Unions of Other Employment Organizations Nondiscrimination
in Employment
Certificate(s) of Insurance
Performance/Payment Bond
Title VI Assurances
AMENDMENTS TO THE STANDARD SPECIFICATIONS PINK PAGES
SPECIAL PROVISIONS BLUE PAGES
STANDARD PLANS, DETAILS AND PROJECT SIGN DETAILS (WHITE) APPENDIX A
PREVAILING WAGES AND BENEFIT CODE KEY (YELLOW) APPENDIX B
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 3 2018
RFB ver. 4-17
PERMIT AND AGENCY APPROVALS (WHITE) APPENDIX C
GEOTECHNICAL INFORMATION (GREEN) APPENDIX D
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
Page 4
RFB # 18-002
2018
CITY OF FEDERAL WAY
REQUEST FOR BIDS
Lakota Park Stormwater Facility Repair Project RFB # 18-002
SUBMITTAL OF SEALED BIDS:
Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through
April 2, 2018, at 3:00 p.m., at the City Hall Purchasing Office or by US Mail at City of Federal Way,
Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received
after 3:00 p.m. on said date will not be considered.
BID OPENING:
All bids will be opened and read publicly aloud at 3:10 p.m. on April 2, 2018, at Hylebos Room,
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:
Repairing a settled earthen berm of a stormwater facility in Lakota Park, and replacing a section of
the outlet pipe of the facility.
The Contractor shall complete all work within 35 working days.
The bidder is urged to check the plans and contract provisions carefully.
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 Fei Tang, P.E., SWM Project Engineer, by email at
fei.tang@cityoffederalway.com, or by letter addressed to Fei Tang, P.E., SWM Project Engineer.
The questions must be received by the City on or before Wednesday, March 28, 2018 to allow a
written reply to reach all prospective Bidders before the submission of their bids.
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 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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 5 2018
RFB ver. 4-17
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 ensure 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.
Regardless of the date of award or Notice to Proceed, the Contractor shall start on-site work no
earlier than June 21, 2018 and no later than June 28, 2018, and must complete all work under this
project by August 31, 2018.
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 or her bid after the hour set for the opening
thereof unless the award is delayed for a period exceeding thirty (30) days.
Dated the 6th day of March, 2018.
Dates of Publication:
Daily Journal of Commerce: March 17, 2018
March 24, 2018
Federal Way Mirror:
March 16, 2018
March 23, 2018
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 6 2018
RFB ver. 4-17
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 Tess than five
percent (5%) of the total bid amount and shall be shown in both words and figures.
❑ Subcontractor List (Attachment F)
The Subcontractor List shall be filled in by the bidder. (This section may/may not apply)
❑ Combined Affidavit and Certification Form (Attachment G)
This form must be subscribed to and sworn before a Notary Public and notarized.
❑ Contractor's Compliance Statement (Attachment H)
The Contractor's Compliance Statement shall be filled in and fully executed by the bidder.
❑ CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I)
This form must be filled in and fully executed by the bidder.
❑ Contractor's Certificate of Registration
The bidder shall provide a copy of Contractor's current registration with the State of
Washington.
❑ 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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 7 2018
RFB ver. 4-17
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 ])
The successful bidder will fully execute and deliver to the City the Lakota Park Stormwater
Facility Repair Project Public Works Contract ("Contract") from these Bid Documents.
❑ Contractor's Retainage Option (Exhibit C)
The successful bidder will fully execute and deliver to the City the Contractor's Retainage
Option.
❑ Contractor's Retainage Bond (Exhibit D) — If Applicable
If the retainage bond option is chosen, then the successful bidder will fully execute and
deliver to the City the Contractor's 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.
111 Certificate of Insurance (Exhibit F)
The successful bidder will provide a Certificate of Insurance evidencing the insurance
requirement set forth in the Contract.
E 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.
❑ Construction Stormwater General Permit Transfer of Coverage
The successful bidder will complete sections I, III, and VIII of the Transfer of Coverage and
return the form to the City.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 8 2018
RFB ver. 4-17
SECTION 1: INSTRUCTIONS TO BIDDERS
1-1 Time and Place for Submission and Opening of Bids
Sealed bids must be submitted by 3:00 p.m. local time on April 2, 2018, to the Purchasing
Office of the City of Federal Way (the "City"), located on the second floor of City Hall, or
received by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue S, Federal
Way, Washington, 98003-6325, and will be publicly opened and read aloud in City Hall
Hylebos Room on April 2, 2018, at 3:10 p.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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 9 2018
RFB ver. 4-17
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. Any questions
concerning the description of the work contained in the contract documents must be
directed to Fei Tang, SWM Project Engineer, by email at fei.tang@cityoffederalway.com, or
by letter addressed to Fei Tang, P.E., SWM Project Engineer. The questions must be
received by the City on or before Wednesday, March 28, 2018 to allow a written reply to
reach all prospective Bidders before the submission of their 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 amount and/or total price will be
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 10 2018
RFB ver. 4-17
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.
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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 11 2018
RFB ver. 4-17
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).
e. Within a three-year period immediately preceding the date of the bid solicitation,
the bidder shall not be a willful violator, as defined in RCW 49.48.082, of any
provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final
and binding citation and notice of assessment issued by the Department of
Labor and Industries or through a civil judgment entered by a court of limited
or general jurisdiction.
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
paragraphs (B)(1) and (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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 12 2018
RFB ver. 4-17
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.
d. Under penalty of perjury, the bidder shall provide certification that the bidder
is in compliance with the responsible bidder criteria in section 1-14(B)(2)(d)
and referenced wage payment statutes under RCW 39.04.350(1)(g) and (2).
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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 13 2018
RFB ver. 4-17
1-16 Bid Documents
Bidders are required to submit with the bid package the following:
A. Attachment A— 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 G— Combined Affidavit and Certification Form.
H. Attachment H— Contractor's Compliance Statement.
I. Attachment I— Contractor Certification — Wage Law Compliance.
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 mariner 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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 14 2018
RFB ver. 4-17
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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 15 2018
RFB ver. 4-17
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
Federal Way, Washington 98003-6325
Attention: Bid Protest -- Lakota Park Stormwater Facility Repair Project
RFB # 18-002
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.
SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS
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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 16 2018
RFB ver. 4-17
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 Fei
Tang, P.E., SWM Project Engineer. Questions by the Contractor regarding interpretation of
the terms, provisions and requirements of this contract shall be addressed to Fei Tang, P.E.,
SWM 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 Bids,
Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid
Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List, Combined Affidavit
and Certification Form, Contractor's Compliance Statement, Contractor Certification Wage
Law Compliance — Responsibility Criteria, Lakota Park Stormwater Facility Repair Project
Contract including all exhibits, Addenda and Change Orders, the Lakota Park Stormwater
Facility Repair Project Special Provisions, contract plans, applicable Amendments to the
WSDOT Standard Specifications, Standard Plans and Details, Prevailing Wage Rates and
Benefit Code Key, Permit and Agency Approvals, 2018 WSDOT / APWA Standard
Specifications for Road, Bridge and Municipal Construction ("Standard Specifications"), and
all other Appendices attached hereto and incorporated by this reference. The contract
documents are 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 of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 17 2018
RFB ver. 4-17
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.
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,
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 18 2018
RFB ver. 4-17
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.
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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 19 2018
RFB ver. 4-17
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 3, 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 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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 20 2018
RFB ver. 4-17
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.
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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 21 2018
RFB ver. 4-17
AttachmentA
NO BID RESPONSE FORM
When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th
Avenue South, Federal Way, Washington 98003-6325. 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.
Bid Number: RFB No. 18-002
Bid Title: Lakota Park Stormwater Facility Repair Project
❑ Cannot comply with specifications.
❑ Cannot meet delivery requirement.
❑ Do not regularly manufacture or sell the type of commodity involved.
❑ Other (please specify).
Explanation of reason(s) checked:
Check one of the following:
❑ WE DO
o WE DO NOT desire to be retained on the mailing list for future procurements of this
commodity.
Firm Name:
Address: Phone:
Signature Date
Name (Type or Print) Title
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 22 2018
RFB ver. 4-17
Attachment B
BID FORM
CITY OF FEDERAL WAY
Lakota Park Stormwater Facility Repair Project
BID FORM
Caelf7'
`rte/Bidder: 4 , h 24 /(a�/art ;/1C, Date: 42i/2 .,(0t/4r
ITEM
BID AMOUNT
TOTAL BID AMOUNT
(including Washington State sales tax, all other
government taxes, assessments and charges)
$
��,0 / 33. q S.
i
To City Council Members
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
Pursuant to and in compliance with your advertisement for bids for construction of Lakota Park
Stormwater Facility Repair Project, 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 Lakota Park Stormwater Facility Repair Project, 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 Lakota Park Stormwater Facility Repair Project 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.
Bonder Certified Check Dollars ($ )
e Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The
City may correct obvious mathematical errors.
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.
City of Federal Way REB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 23 2018
RFB ver. 4-17
Page 23 Bid Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Receipt of the following Addendums is hereby acknowledged:
Addendum No. / Date Issued: .�v� %// 6c�'
Addendum No. Date Issued:
Addendum No. Date Issued:
Co.
Corporations �lai-
(De%te Twos)
Y2p1 afl Jr/ /L22 � C
Firm Name
Bidder's State License No. &ature
Gfd/ bd& 6 O kae/o-d-
Bidder's State Tax No. Title
City of Federal Way RFB # 18-002
Lakota Park Stormwatcr Facility
Repair Project Page 24 2018
RFB ver. 4-17
Page 24
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Attachment C
Bid Schedule
Lakota Park Stormwater Facility Repair Project
RFB-18-002
NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. All entries must be written in ink.
Item
#
Sec. #
ITEM DESCRIPTION
UNIT
PLAN
QTY.
UNIT PRICE
DOLLARS &
CENTS
TOTAL AMOUNT
DOLLARS &
CENTS
1
1-09.7
Mobilization
LS
1
302/ FCC. 66
f
V/ •?- . G 0
2
1-05.4
Contractor Surveying
LS
1
/400c.. Oi%
j,00o,E '-,
3
1-05.5
Record Drawing and As -built Survey
LS
1
C S6 U
6ooi°"
4
1-07.17
Utility Potholing *
EA
4
Sop `-'
/ Z0 o..° e'
5
1-07.23
Portable Chain-link Panel Fence
LF
8107,
7c
.2(,,7_B 0
6
1-09.6
Force Account
FA
1
$35,000.00
$35,000.00
7
1-10.5
Project Temporary Traffic Control
LS
1
0O c
j00 ?"
8
2-01.5
Clearing and Grubbing
Removal of Structure and Obstruction
is
LS
1
1
52 5 s'
/'z, o o
5 SboQ
9
2-02.5
13 600 0
10
2-03.5
Low Permeability Soil Incl. Haul
Ton
1768
�� 36-100
6 si-y 0(-.)
11
2-03.5
Unsuitable Foundation Excavation Incl. Haul & Disp *
CY
456
..?3,0 r'
/"7 3Z8c'
12
2-05.5
Construction Access Stabilization
LS
1
7$ po_e'"
'].S x Aa
13
2-09.5
Shoring or Extra Ex. Cl. B
SF
5537
/ 06
S *-6. 72
14
4-02.5
Trail Mix
Ton
88
-24S:o("'
6600lz)V
15
4-02.5
Red Cinder *
Ton
102
/C/e! del)
/ yig 2, 00
16
7-04.5
Corrugated Polyethylene Storm Sewer Pipe 24 In.
Diam
Corrugated Polyethylene Storm Sewer Pipe 12 In.
Diam
LF
LF
468
9
1 cf5.c'r-
Ls -6 " c'
7 q zi; pG
17
7-04.5
/9''v co
18
7-05.5
MH TYPE 3, 48" DIA.
EA
2
4 '`Ct,caD
qjc 'o °
19
7-05.5
Connection to Drainage Structure
EA
2
//,,, C) 0
2Zrdc, `° t'
20
7-05.5
Catchbasin Relocation
EA
2
/qpp,° U
3 Tey 90
21
7-05.5
Adjust Catch Basin
EA
1
'/SL2
(1St, F'v
22
7-08.5
Quarry Spalls *
Ton
48
62 pU
09 "16 po
23
7-08.5
Gravel Borrow *
Ton
226
3-65:'(-)
/2, 6 .5"600
24
7-08.5
LWF
CY
70
,31 GO
.1. Q$Z, (10
25
8-01.5
Erosion Control and Water Pollution Prevention
13
1
, Ida 640
/c7 Va.60
26
8-01.5
Seeding
SY
5425
• .77
eir77, ZS -
27
8-01.5
Biodegradable Erosion Control Blanket
SY
1721
/.. YS
z'i .S &/s--
28
8.01.5
High Visibility Fence
LF
2119
` o 7
ZZ 6 7, -3
29
8-02.5
Topsoil Type A
SY
1669
7. d0
/JAg3-e0
30
8-04.5
Cement Concrete Curb
LS
1
2goo."`'
2Vop .!'c)
Sub -Total
Sales Tax, 10%
Total,rod,
ii,54/ & 9Z V
1/5 L/66, %3
/33, 9
* Contingent item of work per Special Provisions Section 1-04.6.
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
Page 25
RFB # 18-002
Page 25 Bid Schedule
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
2018
Attachment D
BID SIGNATURE PAGE
Date: (/14,-, , 2c
The undersigned bidder hereby proposes and agrees to deliver the equipment and/or
services pursuant to the Lakota Park Stormwater Facility Repair Project and comply with all other
terms and conditions of the contract and bid documents of RFB 18-002.
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 corporati9n.
Cc); ��; �� : /, 4 i e 6/a.sairel-// 7/)
Corporation/P I / Compady
(Delete Two)
By:
(Signature)
o27-y/I./0?e/'
A(4-(df.M.t
Printed Name)
Its:
(Title)
/4/.73/ Mic7/ .6
.C1740/7; 9,00
(Address)
;6) 663-)7
(Telephone Number)
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 26 2018
RFB ver. 4-17
Page 26 Bid Signature Page
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Attachment E
BID BOND FORM
Herewith find cleposit ;n the form of a certified check, cashier's check, cash, or bid bond in
the amount of $ 5/g°d amount , which amount is not Tess than five percent (5%) of the total bid.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we, Gary Harper Construction, Inc. , as
Principal, and Developers Surety and Indemnity Company , as Surety, are held and
firmly bound unto the City of Federal Way, as Obligee, in the penal sum offive percent (5%) of total bid
and ---/100 dollars ($ 5% ), 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:
Lakota Park Stormwater Facility Repair Project
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
29thDAY OF March 2018
Gary'Ha r"'" A,.
By: Pr' i� , ,'.
Developer St�rrety a ' (nd mrl�,r Conipgn�i
a..,,,
''
Surety Roxana.Pataicio§i lel \',,,os
Attorney -in -Fact..‘. ‘'‘
Date: A, Cc.: / sem- , 20
Received return of deposit in the sum of $
City of Federal Way
Lakota Park Stormwater Facility
Repair Project Page 27 2018
RFB ver. 4-17
RFB # 18-002
'age 27 Bid Bond Form
'rovided to Builders Exchanae of WA. Inc. For usaae Conditions Aareement see www.bxwa.com - Always Verify Scale
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA92623 (949) 263-3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
***Steven W. Palmer, Katie Snider, Kelly Araujo, Holly E. Ulfers, Angela D. Tonnon, Roxana Palacios, jointly or severally***
as their true and lawful Attorney(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of
suretyship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as
each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s)-in-Fact, pursuant to these
presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers 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 shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017.
By:
By:
Daniel Young, Senior Vice -President
Mark Lansdon, Vice -President
State of California
County of Orange
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
On February 6, 2017
Date
personally appeared
before me,
Lucille Raymond, Notary Public
LUCILLE RAYMOND
a`. Commission 0 2081945
i :•• _ ) Notary Public - California I
z 'y? Orange County
My Comm. Expires Oct 13, 2018
Here Insert Name and Title of the Officer
Daniel Young and Mark Lansdon
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Place Notary Seal Above Signature
CERTIFICATE
yLucille andNotaPubl
Public
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
By:
This Certificate is executed in the City of Irvine, California, this
Cassie J.risford, Assistant Se. J Lary
ATS -1002 (02/17)
29th day of March
0
Attachment F
SUBCONTRACTOR LIST
Prepared in Compliance with RCW 39.30.060
Lakota Park Stormwater Facility Repair Project
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 ITEM NUMBERS ESTIMATED AMOUNT
NAME
WMBE QUALIFIED?
(Y/N)
City of Federal Way
Lakota Park Stormwater Facility
Repair Project Page 28 2018
RFB ver. 4-17
RFB # 18-002
Page 28 Subcontractor List
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
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 USDOT's 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, work person, 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 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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 29 2018
RFB ver. 4-17
Page 29 Combined Affidavit & Certification Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
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.
Lakota Park Stormwater Facility Repair Project
Name of Bidder's Firm
Si ature o Authorized Rep ntative of Bidder
Sub011014/44worn to before me this t'day of , 28o7{/j"?
(printed/typed name of notary)
Notary Public in and for the State of ashington
My commission expires: ;Ye)/
'S A LCdpi$1%
Np1t sZ
r \G —
OF Wg5t.0%
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 30 2018
RFB ver. 4-17
Page 30
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Attachment 11
CONTRACTOR'S COMPLIANCE STATEMENT
(President's Executive Order #11246)
Date: y/;1%5
This statement relates to a proposal contract with the City of Federal Way named
Lakota Park Stormwater Facility Repair Project
I am the undersigned bidder or prospective contractor. I represent that:
I Erhave, ❑ 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:
h4r
Name df Bidder
Sl
n ure •
Its: (Ae
Title
Ivs/ 223��7 SG
527olzomal\
Address
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 31 2018
RFB ver. 4-17
Page 31 Contractor's Compliance Statement
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Attachment I
Contractor Certification
Wage Law Compliance — Responsibility Criteria
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE
WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of
the firm identified below that, to the best of my knowledge and belief, this firm has NOT been
determined by a final and binding citation and notice of assessment issued by the Washington State
Department of Labor and industries or through a civil judgment entered by a court of limited or
general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of
Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for
Bids.
Bidder Name:
Name of Contractor/Bidder — Print Full Legal Entity Name of Firm
By:
Signature Aut nze d Person
Title: A,(/) v,f,L74/(,
Date:
(14U r ,r
Print Name o Person Making Certifications for Firm
Place: v4)//v4J
Title of Person Signing Certificate Print City and State Where Signed
(.? .2/ -7d/S
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 32 2018
RFB ver. 4-17
Page 32 Contractor Certification
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Department of Labor and Industries
PO Box 44450
Olympia, WA 98504-4450
558
GARY HARPER CONSTRUCTION INC
14831 223RD ST SE
SNOHOMISH WA 982963989
GARY HARPER CONSTRUCTION INC
Reg: CC GARYHCI055LF
UBI: 601-606-620
Registered as provided by Law as:
Construction Contractor
(CC01) - GENERAL
Effective Date: 6/6/1995
Expiration Date: 6/1/2019
889
STATE OF
WASHINGTON
Corporation
BUSINESS LICENSE
GARY HARPER CONSTRUCTION, INC.
14831 223RD ST SE
SNOHOMISH, WA 98296-3989 g3dfOL/001
UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE � : � Sas
Unified Business ID #: 601606620
Business ID #: 001
Location: 0001
Expires: Dec 31, 2018
C; CITY ENDORSEMENTS:
ISSAQUAH GENERAL BUSINESS - ACTIVE
BELLINGHAM GENERAL BUSINESS - ACTIVE
LICENSING RESTRICTIONS:
Not licensed to hire minors without a Minor Work Permit.
This document lists the registrations, endorsements, and licenses authorized for the business
named above. By accepting this document, the licensee certifies the information on the application
was complete, true, and accurate to the best of his or her knowledge, and that business will be
, conducted in compliance with all applicable Washington state, county, and city regulations.
I.
—� --•-- - ----r._...�_
'a�ae.,,aw ../A.. 411..., ww._i.
'71V 14 -
Director, Department of Revenue
4
I'1
Seattle Public Utilities
700 Fifth Ave
Seattle, WA 98124
City of Issaquah
1775 12th Ave NW
Issaquah, WA 98027
Alderwood Water and
Wastewater District
3626 156th St SW
Lynnwood, WA 98087
City of Sultan
319 Main St
Sultan, WA 98294
Lakehaven Water and
Sewer District
PO Box 4249
Federal Way, WA 98063
City of Lynnwood
PO Box 5008
Lynnwood, WA 98036
City of Tukwila
6300 Southcenter Blvd
Tukwila, WA 98188
Gary Harper Construction, Inc.
14831 223rd St SE, Snohomish, WA 98296-3989
Ph (360) 863-1955, Fax (360) 863-1966
Lic # GARYHCI055LF
2017 Public Works Jobs and Major Projects
as a General Contractor
Type of Work: Pump Station 50 Airlift Replacement - Temp bypass pumping, remove all pipe,
compressor and electrical in existing drywell. Remove slab top, install new slab top and convert
drywell to a wet well. Install new pumps and piping. Install new mechanical/electrical vault with
piping, valves, electrical and controls. Restore site and landscaping.
Contact: Bobby Jones, PE - Project Representative
(206) 276-1762
JOB COSTS: $847,687
Type of Work: Wildwood Tank Improvements - Upgrade existing 250,000 Gal Water Reservoir.
Install new mixing system, new overflow piping, new access hatch, ladders and platforms.
Construct new seismic reinforcement ring inside of reservoir. Install new Dechlorination vault
and automatic valve vault. Electrical and controls
Contact: Tony Nguyen, PE - Project Engineer
(425) 837-3437
JOB COSTS: $325,147
Type of Work: Picnic Point WWTF Air Gap Pump Systems - Construct new CMU building with
metal roof. Purchase and install two new Air Gap Pump Skid systems with piping, valves
electrical and controls.
Contact: Josiah Hartom, PE - Project Engineer
(425) 741-7969
JOB COSTS: $294,632
Type of Work: Grit Equipment Replacement Project - Remove old grit classifier, cyclone and
associated equipment purchase and install new grit classifier, cyclone. New electrical.
Contact: Eric Smith, PE - RH2 Engineering
(800) 720-8052
JOB COSTS: $72,807
Type of Work: 2017 Lakota Headworks Screens/Compactor Installation & Upgrades - Replace
old screens and compactor with owner supplied bar screens and compactor. Install new odor
control piping, gratings, electrical and controls. Temp bypass pumping. Install new rock trap
on existing 48" RC pipe. Install 24" bypass line, 4 slide gates with actuators and retaining wall.
Replace 6 actuators with new actuators in headworks.
Contact: Aaron Werner, PE - BHC Consultants
(206) 357-9925
JOB COSTS: $967,265
Type of Work: Lift Station 10 Wet Well Modifications - Temp bypass pumping. Remove old
grating, piping and slide gates in wet well. Apply Xypex Coatings in wet well. Install new manual
operated slide gates, grating and piping. Install new pig port vault, stairs, railing and concrete slab
Contact: Alex Fussell, PE - RH2 Engineers
(425) 951-5348
JOB COSTS: $427,955
Type of Work: 2016 Andover Park East Sewer Repair - Temp bypass pumping. Replace 435 LF
of 12" asbestos pipe with new PVC pipe on Andover Park East. Traffic control, site restoration.
Contact: Jeff Faunce, PE - AKANA
(206) 768-8500
OK,r. LA`t xt -1H 17 (J
JOB COSTS: $363,492
Covington Water District
18631 SE 300th Place
Kent, WA 98042
King County
401 Fifth Ave
Seattle, WA 98104
Hartstene Pointe
Water -Sewer District
772 Chesapeake Dr
Shelton, WA 98584
Cross Valley Water District
8802 180th St SE
Snohomish, WA 98296
Gary Harper Construction, Inc.
14831 223rd St SE, Snohomish, WA 98296-3989
Ph (360) 863-1955, Fax (360) 863-1966
Lic # GARYHCI055LF
2016 Public Works Jobs and Major Projects
as a General Contractor
Type of Work: 222nd PI SE Wells C&D Improvements - Demolish two existing vaults for
for existing wells. Construct two new well buildings. Install new pumps, valves, fittings, piping,
electrical & controls. Misc electrical work in 3 other well buildings.
Contact: Fred French
(253) 631-0565 JOB COSTS: $1,271,349
Type of Work: Vashon Treatment Plant UV Disinfection System #C00963C15 - Construct new
U.V. Disinfection system and building. Install new inlet & discharge piping. New electrical and
controls for U.V. System. Demolish old U.V. System.
Contact: Glen Hiraki, Project Representative
(206) 263-1783 JOB COSTS: $610,144
Type of Work: WAS Pump Station Improvements - Remove old pumps & piping. Install two
new waste activated sludge pumps, valves, fittings & pipe. Minor electrical work.
Contact: Mont Jeffreys, General Manager
(360) 427-2413 JOB COSTS: $63,700
Type of Work: Office Site Fueling Station - Install new above ground dual fuel tank. Install
oil -water separator. Minor electrical. Restore site.
Contact: Curt Brees, General Manager
(360) 668-6766, Ext 102 JOB COSTS: $89,700
Pierce County Public Works Type of Work: Warner Pump Station Chopper Pump Installation - Temporary bypass pumping.
9850 64th St W Remove old pumps, piping and valves. Install new pumps, piping and valves. Electrical
University Place, WA 98467 upgrades.
Contact: Jason Beaver, Civil Engineer
(253) 798-3089 JOB COSTS: $109,332
Seattle Public Utilities
700 Fifth Ave
Seattle, WA 98124
City of Sumner Public Works
1104 Maple St
Sumner, WA 98390
Type of Work: Pump Station 70 Rehab & Forcemain Replacement - Temporary bypass
pumping. Remove all electrical controls, mechanical & HVAC from existing lift station. Install
new electrical, controls, mechanical & HVAC in existing structure. Install new grating and
grating supports. Direction drill new force main.
Contact: Rosalind Liston -Riggs, Senior Inspector
(206) 423-2576 JOB COSTS: $443,359
Type of Work: Parker Road Pump Station No. 5 - Construct a sewer pump station including
temporary bypass, installation of force main, gravity sewer, new standby generator, electrical
and controls. Sheet pile shoring & vacuum pump dewatering. Site and street restoration.
Contact: Jeff Faunce, PE - Akana
(206) 768-8500 JOB COSTS: $1,610,780
A,7_8,4 vv2 r`/l t
.)
P7=", s3- 29%- c/di
:�s
5,47-2y, 7.
Alderwood Water and
Wastewater District
3626 156th St SW
Lynnwood, WA 98087
City of Auburn
25 W Main St
Auburn, WA 98001
University of Washington
Capital Projects Office
University Facilities Building
Seattle, WA 98195
City of Seattle Public Utilities
700 Fifth Ave
Seattle, WA 98124
Lakehaven Utility District
31627 1st Ave S
Federal Way, WA 98063
Island County Public Works
1 NE Sixth St
Coupeville, WA 98239
Snohomish County Fire
District No. 1
12425 Meridian Ave W
Everett, WA 98208
Gary Harper Construction, Inc.
14831 223rd St SE, Snohomish, WA 98296-3989
Ph (360) 863-1955, Fax (360) 863-1966
Lic # GARYHCI055LF
2015 Public Works Jobs and Major Projects
as a General Contractor
Type of Work: S1015 Lift Station Upgrades - Installation of valve vaults along sewer force
mains in County R.O.W. Significant upgrades of two sewer Lift Stations, and minor upgrades
at two additional Lift Stations.
Contact: Brigitte McCarty, PE - District Engineer
(425) 741-7964 JOB COSTS: $1,644,809
Type of Work: Well 4 Emergency Power Improvements - Construct an 800 sq. ft. CMU
building with generator room and a chlorination room. Install new sodium hypochlorite
injection system and emergency generator with above ground fuel tank. Install grinder pump
system and 1-1/2" diameter HDPE force main.
Contact: Seth Wickstrom, PE - Project Engineer
(253) 804-5034 JOB COSTS: $798,016
Type of Work: South Campus Lift Station Renewal - Provide temporary bypass pumping.
Replace existing pumps, pipe and fittings with new. Install new trolley crane and motor
control center.
Contact: John King, Project Manager
(206) 616-6392
JOB COSTS: $320,632
Type of Work: North Union Bay 18B CSO Retrofit Project - Remove flow control device,
installation of new slide gate and electric actuator, electrical and instrumentation
improvements, concrete sidewalk, roadway and curb restoration, landscape restoration.
Contact: Bobby Jones, PE - Senior Resident Engineer
(206) 276-1762
JOB COSTS: $322,695
Type of Work: 2015 Lakota Creek Fish Ladder Repairs - Provide temporary stream bypass
pumping. Excavate and remove section of creek bed. Install new aggregates and boulders
Restore site.
Contact: Tim Osborne, PE - District Engineer
(253) 945-1582
JOB COSTS: $54,500
Type of Work: West Camano at Chapman Overflow - Install one 60" and one 72" catch
basins with trash racks, 51 feet of buried 36" CPEP storm pipe, 77 feet of 36" CMP pipe
secured with pipe anchors, riprap slope armoring.
Contact: Matthew Lander, Project Manager
(360) 240-5545
JOB COSTS: $110,120
Type of Work: Underground Diesel Fuel Storage Tank Removal/Above Ground Diesel
Fuel Storage Tank Installation - Remove 3000 gallon underground tank, install new 1000
gallon above ground fuel tank at Fire Station
Contact: Gary Kaufmann, CPM
(425) 551-1216
JOB COSTS: $65,762
Attachment 1
PUBLIC WORKS CONTRACT
FOR
LAKOTA PARK STORMWATER FACILITY REPAIR PROJECT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 1 day of
Nve , 2011 and is made by and between the City of Federal Way, a Washington municipal
corporation ("City or Owner"), and Gary Harper Construction, Inc., a Washington corporation
("Contractor").
A. The City desires to retain an independent contractor to furnish all labor and materials
necessary to perform work necessary to complete Lakota Park Stormwater Facility Repair Project,
located in Lakota Park near the intersection of 21st Ave SW and SW Dash Point Road, 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 Lakota Park Stormwater Facility Repair
project, including without limitation:
Repairing a settled earthen berm of a stormwater facility in Lakota Park, and replacing a section of
the outlet pipe of the facility ("Work"), in accordance with and as described in the Contract
Documents, which include without limitation, The City's Request for Bids, Bidder's Checklist,
Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Schedule, Bid
Signature Page, Bid Bond, Subcontractor List, Combined Affidavit and Certification Form,
Contractor's Compliance Statement, Contractor Certification Wage Law Compliance — Responsibility
Criteria, Lakota Park Stormwater Facility Repair Project Contract including all exhibits, Addenda
and Change Orders, the Lakota Park Stormwater Facility Repair Project Special Provisions, contract
plans, applicable Amendments to the WSDOT Standard Specifications, Standard Plans and Details,
Prevailing Wage Rates and Benefit Code Key, Permit and Agency Approvals, 2018 WSDOT / APWA
Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications"),
and all other Appendices attached hereto and incorporated by this reference, (collectively the
"Contract Documents"), which Work shall be completed to the City's satisfaction, within the time
period prescribed by the City and pursuant to the direction of the Mayor or his or her designee.
1.2 Completion Date. The Work shall be commenced following receipt by the Contractor of
the City's Notice to Proceed. Onsite work shall start no earlier than June 21, 2018 and no later than
June 28, 2018. The Work shall be completed within 35 working days. In the event the Work is not
substantially completed within the time specified, or on-site work is not started within the specified
time window, 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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 33 2018
RFB ver. 4-17
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.
The Contractor shall not use any property other than that directly affected by the Contract
Work without the approval of the Engineer. The Contractor shall protect private or public property
on or in the vicinity of the Work site. If the Contractor damage, destroy, or interfere with the use of
such property, the Contractor shall restore it to original condition.
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 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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 34 2018
RFB ver. 4-17
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 within 35 working days to complete, and the expiration of
all warranties contained in the Contract Documents ("Term").
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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 35 2018
RFB ver. 4-17
Contract; provided, however, that this warranty may extend beyond this time period pursuant to
the warranties as specified in the special provisions, contract plans, other parts of the Contract
Documents, or as attached hereto as an appendix and incorporated by this reference. 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 Five Hundred Thousand One Hundred
Thirty -Three and 98/100 Dollars ($500,133.98), 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 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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 36 2018
RFB ver. 4-17
1
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.
1 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
tinvolves federal funds including USDOT funds administered by WSDOT, the contractor agrees to
the clauses contained in Exhibit H.
1 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST
6.1 It is the intention and understanding of the Parties that the Contractor shall be an
1 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.
' 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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 37 2018
RFB ver. 4-17
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
(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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 38 2018
RFB ver. 4-17
(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.
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.
9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the
following provisions:
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 39 2018
RFB ver. 4-17
(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 and non-contributory 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.
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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 40 2018
RFB ver. 4-17
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.
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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 41 2018
RFB ver. 4-17
1
' 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.
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
1 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
l
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.
' City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 42 2018
RFB ver. 4-17
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 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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 43 2018
RFB ver. 4-17
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.
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 or by email
to Fei Tang at fei.tang@cityoffederalway.com for the City, and to ,6' . r, j k� r 2J4
at email address C/Ofn for the Contractor. Any notices
may be delivered piersohally o the addressee of the notice, emailed to the contact listed above, 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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 44 2018
RFB ver. 4-17
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.
DATED the day and year set forth above.
[signature page follows]
City of Federal Way RFB # I8-002
Lakota Park Stormwater Facility
Repair Project Page 45 2018
RFB ver. 4-17
CITY OF FEDERAL WAY:
By:
ATTEST:
ante Courtney, CMC, Ci
APPROVED AS TO FORM:
3. Ryan Call, City Attorney
Clerk
Fir
STATE OF WASHINGTON )
�- ) ss.
COUNTY OF 4hvintfl )
Ferrell, Mayor
3325 8th Avenue South
Federal Way, WA 98003-6325
GARY HARPER CONSTRUCTION, INC.:
By:
ry Harper, President
14831 223rd St SE
Snohomish, WA 98296
(360) 863-1955
On this day personally appeared before me Gary Harper to me known to be the President of Gary
Harper Construction, Inc. 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 oath stated that he was authorized to execute said instrument and that
the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my�h dd'M4fdSt aI seal
eo
9
t(s• ) Nat ARY
101 puBuc
. As
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
this day of gig/ , 206.
a
J 7
stet z ��
(typed/printed name of notary)
Notary Public in and for the State of Washington.
My commission expires J.34)j//
RFB # 18-002
Page 46 2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Date:
EXHIBIT A
❑ Origxna1
❑ Revised if
NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT
Contractor's U BI Number:
Name & address of Public Agency
13I Number!
Department I. se Oal,
Date Assigned
Notice is hereby pas en rek¢tivr to the corn on of confined or project descnbrd blow
Project Name
CaabactNaaoher
Job Order Contracting
• Ye: • '_ .c
bescrgh . of Warkpose:aclade
Federally funded transportaliaa
Lent Dame
Jabsue Addres.(es)
inject?
Na Cif yin, Fmk
Contract lead Statement below:
• Yes
•
:-mai :'' ess
inen[ tu'
arior^s
Combative Address
II Retsina is art infithdi,
please select ear of the falouRg
and
Last Surety's Name &
nt bond iso fat
ad
federaCy
Number.
foaled transportable pojects)
■ Rctunuge Band
■ CantraccPagme
Name: [Brod Number
Data C. ractAwarded
Don Work Commenced
Wort Completed
rase weri Accepted
Were Saitrittraciers used as tins project' If sa, please complete Addendum A_
■ res • Into
AffidantID' -111e L1fI release wtL be pameml uno: all affiants are listed.
Contract Amount
Additions (+) S Liquidated Damages $
Reductions (-) S Al:fm.ad-DisburspedS
Sub -Toldt $ Amount Retroed S
Sane; Tan Rate
011. lama zulossigkApimatiti l__ oinnm)
Sales Tao: Amnon
TOTAL $
,tVt7TE_ Thaw noir coeds moat ha
S
s
TOTAL $
Ceoomaec
Nate_ The Disbursing Mut must moat& this completed nonce uanediate1i' after acceptance of lite week Om soder the nonan
NO PAYMENT SHALL BE MADE FROM P.ET I ED FUNDIS ;Mil receipt Mall release cettificares.
Submitting Farms Please Ant& the cambered from try wad to all dui awes below
Combat Name:
Finai(Addaw_,:_
dew -fr, t teribrs r a.
Pufalo Wanks Seaton
S5 -'o
vnCgm wnpor
ch.4
REV 3100:i]e (1' 2615) F115-1131,000 1O-2)314
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
vWr rain sirs. cKart.w- . i
Labor & Industries
owns Polassir
f1165;. 5454163, Oka S4
-artrsdReieaseetle.IM/lCWN
Page 47
Title:
Phone Nmnber
r4ounhr
peplciatlon, ttpuky,
abnuarec & Coordination
Unit
1360:.912U-94513
pull Kwrksme,l rte i7�
RFB # 18-002
2018
Masi= A: lite L all Subcontractors and Sub -tiers Bel.
This atktnttiatn can be submitted its uther funnats.
Prim& known Aldus. its atthis time. BliathigualikaaliajligAtifferlikaahla
Suhstirtrratlnr's Name
1 131 \lumber IR squired)
AMINaitI
For lax assistance oricr request this document in an atlantic ebrrral. please all 1 -100-647- 7706 Tcleiypc tTTY) mets may use the
Washington Relay Service by calling 7I I
REV 31 11112.13e Antstendurn 1 I tb2fv' I51 F215 03$ NM! 1 it
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
Page 48
RFB # 18-002
2018
PROJECT NUMBER
EXHIBIT B
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
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 $ DECREASE $
UNIT PRICE:
THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE
ITEM NO. ITEM
TOTAL NET CONTRACT:
QTY. UNIT PRICE ADD OR DELETE
INCREASE $ DECREASE $
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 $
*ADJUSTMENTS $
NEW CONTRACT AMOUNT $
CONTRACTOR'S SIGNATURE DATE
DIRECTOR'S SIGNATURE DATE
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 49 2018
RFB ver. 4-17
ADJUSTMENTS
CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $
❑ DECREASED $
PAY THIS ADJUSTED AMOUNT: $
DIRECTOR'S SIGNATURE DATE
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 50 2018
RFB ver. 4-17
EXHIBIT C
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: Lakota Park Stormwater Facility Repair Project
RFB No: 18-002
Contractor: Gary Harper Construction, Inc.
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys
earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under
the terms of this contract:
O Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan
association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of
Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement
to the Contractor if this option is selected.
O Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account
holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract
award. The City will provide the agreement to the Contractor if this option is selected. All investments are
subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the
contractor.
0 Option 4: Contractor shall submit a "Retainage Bond" on City -provided form (Exhibit D of this Agreement).
74C
ctor. nam t�4re Date
9
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 51 2018
RFB ver. 4-17
EXHIBIT D
RETAINAGE BOND TO CITY OF FEDERAL WAY
LAKOTA PARK STORMWATER FACILITY REPAIR PROJECT
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Gary Harper Construction, Inc. 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: Twenty -Five Thousand Six and 70/100 Dollars
($25,006.70) 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 Lakota Park Stormwater Facility Repair 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 material men 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 $500,133.98 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.
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.
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 52 2018
RFB ver. 4-17
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 to resolve said dispute. The
Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute
Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. 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
GARY HARPER CONSTRUCTION, INC.
By:
Gary Harper, President
14831 223rd St SE
Snohomish, WA 98296
SURETY
By:
Attorney -in -Fact
(Attach Power of Attorney)
Title:
Address:
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 53 2018
RFB ver. 4-17
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 Gary Harper who signed the said bond on behalf of the Principal, was President of said
Corporation; that I know his 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:
J. Ryan Call, City Attorney
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 54 2018
RFB ver. 4-17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
EXHIBIT E
NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS
NONDISCRIMINATION IN EMPLOYMENT
TO: ALL EMPLOYEES
AND TO:
/VA (c14-w7/(i/I)
(Name of Union or Organization)
The undersigned currently holds contract(s) with 4lUy fb-, C.05 ,on..ifinvolving
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:
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
Fei Tang, SWM Project Engineer
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Page 55
4a4 14/rI Condrz
1/ -1 -
(Contract • r or subc• ntractor)
Date
al /7 2a18
RFB # 18-002
2018
EXHIBIT F
CERTIFICATE OF INSURANCE
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 56 2018
RFB ver. 4-17
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ACORD 25 (2016/03)
1
ACRO®
`� CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
5/17/2018
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION 15 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
Arthur J. Gallagher Risk Management Services, Inc.
777 108th Ave NE, #200
Bellevue WA 98004
CONTACT Shannon Sellers _
NAME:
PHONE 425-454-3386 FAX 425-451-3716
(A/C,No Frd)• wC.Noi:
E-MAIL Ss• shannon_sellers@ajg.com
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A :Indian Harbor Insurance Company
36940
INSURED GARYHAR-03
Gary Harper Construction Inc.
14831 223rd St. SE
Snohomish WA 98296
INSURER B :Ohio Security Insurance Co.
ESG0051003
INSURER C:Underwriters at Lloyd's London
15792
INSURER D :
$1,000,000
INSURER E :
INSURER F :
COVERAGES
CERTIFICATE NUMBER: 1183136511
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
INR LTR
TYPE OF INSURANCE
AINSD
WVBD
POLICY NUMBER
POLICY EFF
(MMIDDIYYYY)
POLICY EXP
/YBR
(MM/DDYYY)
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
Y
ESG0051003
12/1/2017
12/1/2018
EACH OCCURRENCE
$1,000,000
CLAIMS -MADE
OCCUR
DAMAGE TO RENTED
PREMISES (Ea occurrence)
$50,000
MED EXP (Any one person)
$
PERSONAL &ADV INJURY
$1,000,000
GE
'L AGGREGATE
POLICY
OTHER:
LIMIT APPLIES
PRO-
JECT
PER:
LOC
GENERAL AGGREGATE
$2,000,000
PRODUCTS-COMP/OPAGG
$2,000,000
$
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
SCHEDULED
AUTOS
NON -OWNED
AUTOS ONLY
YCOMBINED
BAS57973464
7/1/2017
7/1/2018
SINGLE LIMIT
(Ea accident)
$1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY(Per accident)$
PPOPERTY DAMAGE
(Per accident)
$
$
C
X
UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS -MADE
CAS -0000283-01
12/1/2017
12/1/2018
EACH OCCURRENCE
$5,000,000
AGGREGATE
$5,000,000
DED
RETENTION $
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITYY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
/ N
N / A
ES00051003
12/1/2017
12/1/2018
PER
STATUTE
OTH-
ER
WA STOP GAP
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE - POLICY LIMIT
$1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: RFB-18-002Lakota Park Stormwater Facility Repair Project
The City, its officers, officials, employees, volunteers and agents are named as additional insureds as respects their interest in the operations
of the Named Insured as required by written contract. This insurance is primary and non-contributory. A waiver of subrogation applies.
CANCELLATION
City of Federal Way
City Hall
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 R PRESENTATIVE
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
ENDORSEMENT #003
This endorsement, effective 12:01 a.m., December 1, 2017 forms a part of Policy No. ESG0051003 issued to
GARY HARPER CONSTRUCTION INC. by Indian Harbor Insurance Company.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NON-CONTRIBUTORY WORDING (AS REQUIRED
BY WRITTEN CONTRACT)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following additional provisions apply to any person or entity added as an additional insured by endorsement to
this policy:
1. Solely to the extent required by a written contract which the Named Insured enters into prior to an
"occurrence" or offense for which the additional insured is provided coverage under this policy:
a. This policy shall apply as primary insurance in relation to any other policy issued to that additional
insured.
b. Any insurance or self insurance maintained by the additional insured shall be excess of the insurance
afforded to the additional insured by this policy and shall not contribute to it.
SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance, is modified to
the extent it is inconsistent with this endorsement.
2. In no event shall this Endorsement be construed as increasing the limits of insurance set forth in the
Declarations page or altering the rules which fix the most we will pay set forth in SECTION III — LIMITS OF
INSURANCE.
3. Notwithstanding any other provision of this policy or any endorsement attached thereto, no coverage shall
be afforded under this policy for any loss, cost or expense arising out of the sole negligence of any
additional insured or any person or organization acting on behalf of any additional insured.
All other terms and conditions of this policy remain unchanged.
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
SLC 016 0912
©2012 XL America, Inc. All Rights Reserved.
May not be copied without permission.
PUNE 12/04/2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
POLICY NUMBER: ESG0051003 COMMERCIAL GENERAL LIABILITY
CG 20 10 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s):
Location(s) Of Covered Operations
AS REQUIRED BY WRITTEN CONTRACT SIGNED
BY BOTH PARTIES PRIOR TO LOSS
ALL LOCATOINS
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations
for the additional insured(s) at the location(s)
designated above.
B. With respect to the insurance afforded to these
additional insureds, the following additional exclu-
sions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or equip-
ment furnished in connection with such work,
on the project (other than service, mainte-
nance or repairs) to be performed by or on
behalf of the additional insured(s) at the loca-
tion of the covered operations has been com-
pleted; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a principal
as a part of the same project.
CG 20 10 07 04 Copyright, ISO Properties, Inc., 2004
Page 1
UNIFORM
POLICY NUMBER: ESG0051003
COMMERCIAL GENERAL LIABILITY
CG 24 04 05 09
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Person Or Organization:
AS REQUIRED BY WRITTEN CONTRACT SIGNED BY BOTH PARTIES
PRIOR TO LOSS
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV — Conditions:
We waive any right of recovery we may have against
the person or organization shown in the Schedule
above because of payments we make for injury or
damage arising out of your ongoing operations or "your
work" done under a contract with that person or
organization and included in the "products -completed
operations hazard". This waiver applies only to the
person or organization shown in the Schedule above.
CG 24 04 05 09
© Insurance Services Office, Inc., 2008 Page 1
POLICY NUMBER: ESG0051003 COMMERCIAL GENERAL LIABILITY
CG 20 37 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s):
Location And Description Of Completed Operations
AS REQUIRED BY WRITTEN CONTRACT SIGNED BY
BOTH PARTIES PRIOR TO LOSS
ALL LOCATIONS
Information required to complete this Schedule, if not sho
wn above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to include
as an additional insured the person(s) or or-
ganization(s) shown in the Schedule, but only with
respect to liability for "bodily injury" or "property
damage" caused, in whole or in part, by "your work" at
the location designated and described in the schedule
of this endorsement performed for that additional
insured and included in the "products -completed
operations hazard"
CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004
UNIFORM
COMMERCIAL GENERAL LIABILITY
CG 20 38 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS FOR OTHER
PARTIES WHEN REQUIRED IN WRITTEN
CONSTRUCTION AGREEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
include as an additional insured:
1. Any person or organization for whom you are
performing operations when you and such
person or organization have agreed in writing
in a contract or agreement that such person or
organization be added as an additional insured
on your policy; and
2. Any other person or organization you are
required to add as an additional insured under
the contract or agreement described in
Paragraph 1. above.
Such person(s) or organization(s) is an additional
insured only with respect to liability for "bodily
injury", "property damage" or "personal and
advertising injury" caused, in whole or in part, by:
a. Your acts or omissions; or
b. The acts or omissions of those acting on
your behalf;
in the performance of your ongoing operations for
the additional insured.
However, the insurance afforded to such additional
insured described above:
a. Only applies to the extent permitted by
law; and
b. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
A person's or organization's status as an additional
insured under this endorsement ends when your
operations for the person or organization described
in Paragraph 1. above are completed.
CG 20 38 04 13
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to:
1. "Bodily injury", "property damage" or "personal
and advertising injury" arising out of the
rendering of, or the failure to render, any
professional architectural, engineering or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve, maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications; or
b. Supervisory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims against
any insured allege negligence or other wrongdoing
in the supervision, hiring, employment, training or
monitoring of others by that insured, if the
"occurrence" which caused the "bodily injury" or
"property damage", or the offense which caused
the "personal and advertising injury', involved the
rendering of, or the failure to render, any
professional architectural, engineering or surveying
services.
2. "Bodily injury" or "property damage" occurring
after:
a. All work, including materials, parts or
equipment furnished in connection with
such work, on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the additional
insured(s) at the location of the covered
operations has been completed; or
© Insurance Services Office, Inc., 2012 Page 1 of 2
EXHIBITG
Bond no. 382982P
CITY OF FEDERAL WAY
PERFORMANCE/PAYMENT BOND
KNOW ALL PEOPLE BY THESE PRESENTS:
We, the undersigned Gary Harper Construction, Inc. , ("Principal") and
Developers Surety and IndemiLyt Company , the undersigned corporation organized and existing under the laws
of the State of California 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
Five Hundred TIinlay usi n e aHundred
penal sum of
a ioi/ i uOth's-- Dollars and no/100 ($ 500,133.98-- ) 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 \J Ane, 1 , 20143 for
Lakota Park Stormwater Facility Repair Project (RFB 18-002)
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 dty, 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
City of Federal Way RI -13 # 18-002
Lakota Park Stormwater Facility
Repair Project Page 57 2018
RFB ver. 4-17
157 Exhibit G Performance / Payment Bond
ovided to Builders Exchange of WA. Inc. For usage Conditions Aareement see www.bxwa.com - Always Verify Scale
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 to resolve said
dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
DATED this17th day of May
CORPORATE SEAL OF PRINCIPAL:
20 18.
By:
Its:
PRINCIPAL
Gary Har er;Construction,nc.
(Name f Person ExecutiDcf`>3ond
Gary Harper, President
(T)
14831 223rd St. SE
Snohomish, WA 98296-3989
(Address)
360-863-1955
(Phone)
CERTIFICATE AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the
within bond; that Gary Harper , who signed the said bond on behalf of the Principal, was _
President 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 Se ' tary
[For LLC's with one officer only, use the notary block below and DELETE Certificate of Corporate
Seal]
STATE OF WASHINGTON )
) ss.
COUNTY OF )
On this day personally appeared before me , to me known to be the
of 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/she was
authorized to execute said instrument.
GIVEN my hand and official seal this
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
day of
Page 58
, 20_.
1(113 # 18-002
158
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
2018
CORPORATE SEAL OF SURETY:
APPROVED AS TO FORM:
Notary's signature
Notary's printed name
Notary Public in and for the State of Washington.
My commission expires
or
City Attorney
Developers Surety and Indemnity Company
SURETY � ('I I�
By: 'l�ilN ��UGl I��IUV✓I
Attorney -in -Fact
(Attach Power of Attorney)
Roxana Palacios, Attorney -in -Fact
(Name of Person Executing Bond)
155 NE 100th Street, Suite 209
Seattle. WA 98125
(Address)
206-525-8201
(Phone)
City of Federal Way R1I3 # 18-002
Lakota Park Stormwater Facility
Repair Project Page 59 2018
RFB ver. 4-17
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263-3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
***Steven W. Palmer, Katie Snider, Kelly Araujo, Holly E. Ulfers, Angela D. Tonnon, Roxana Palacios, jointly or severally***
as their true and lawful Attomey(s)-in-Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of
suretyship giving and granting unto said Attomey(s)-in-Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as
each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s)-in-Fact, pursuant to these
presents, are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice -President, Senior Vice -President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attomey to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attomey;
RESOLVED, FURTHER, that the signatures of such officers may be affixed to any such Power of Attomey or to any certificate relating thereto by facsimile, and any such
Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and attested by their respective Secretary or Assistant Secretary this 6th day of February, 2017.
By: 040-44:1
l
Daniel Young, Senior Vice -President
By:
Mark Lansdon, Vice -President
State of California
County of Orange
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
On February 6, 2017
Date
personally appeared
before me,
Lucille Raymond, Notary Public
Here Insert Name and Title of the Officer
Daniel Young and Mark Lansdon
LUCILLE RAYMOND
Commission # 2081915 [
;per Notary Public - California D
Orange County
Comm. Exires Oct 13_2018
Place Notary Seal Above
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND (
certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furt
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, Califomia, this 17th day
By:e.-40,04-Ze '
tary
tot—
Cassie J. rrisford, Assistant S
ATS -1002 (02/17)
Lucil
y
ond, Notary Public
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 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
City of Federal Way RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 60 2018
RFB ver. 4-17
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 RFB # 18-002
Lakota Park Stormwater Facility
Repair Project Page 61 2018
RFB ver. 4-17
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
1
I 1 INTRO.AP1
2 INTRODUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3 The following Amendments and Special Provisions shall be used in conjunction with the
4 2018 Standard Specifications for Road, Bridge, and Municipal Construction.
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract
9 and supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 1-02.AP1
17 Section 1-02, Bid Procedures and Conditions
18 January 2, 2018
19 1-02.4(1) General
20 This section is supplemented with the following:
21
22 Prospective Bidders are advised that the Contracting Agency may include a partially
23 completed Washington State Department of Ecology (Ecology) Transfer of Coverage
24 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit
25 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the
26 transfer of coverage of the CSWGP to the Contractor, an informational copy of the
27 Transfer of Coverage and the associated CSWGP will be included in the appendices.
28 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III,
29 and VIII of the Transfer of Coverage and return the form to the Contracting Agency.
30
31 The Contracting Agency is responsible for compliance with the CSWGP until the end of
32 day that the Contract is executed. Beginning on the day after the Contract is executed,
33 the Contractor shall assume complete legal responsibility for compliance with the
34 CSWGP and full implementation of all conditions of the CSWGP as they apply to the
35 Contract Work.
36
37 1-02.6 Preparation of Proposal
38 Item number 1 of the second paragraph is revised to read:
39
40 1. A unit price for each item (omitting digits more than two places to the right of the
41 decimal point),
42
43 The following new paragraph is inserted before the last paragraph:
44
45 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
46 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of
47 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A
48 Contractor Certification of Wage Law Compliance form is included in the Proposal
49 Forms.
50
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 1-03.AP1
2 Section 1-03, Award and Execution of Contract
3 January 2, 2018
4 1-03.3 Execution of Contract
5 The first paragraph is revised to read:
6
7 Within 20 calendar days after the Award date, the successful Bidder shall return the
8 signed Contracting Agency -prepared Contract, an insurance certification as required by
9 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer
10 of Coverage form for the Construction Stormwater General Permit with sections I, III,
11 and VIII completed when provided, and shall be registered as a contractor in the state of
12 Washington.
13
14 1-03.5 Failure to Execute Contract
15 The first sentence is revised to read:
16
17 Failure to return the insurance certification and bond with the signed Contract as
18 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's
19 Business Enterprise information if required in the Contract, or failure or refusal to sign
20 the Contract, or failure to register as a contractor in the state of Washington, or failure to
21 return the completed Transfer of Coverage for the Construction Stormwater General
22 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal
23 bond or deposit of this Bidder.
24
25 1-06.AP1
26 Section 1-06, Control of Material
27 January 2, 2018
28 1-06.1(3) Aggregate Source Approval (ASA) Database
29 This section is supplemented with the following:
30
31 Regardless of status of the source, whether listed or not listed in the ASA database the
32 source owner may be asked to provide testing results for toxicity in accordance with
33 Section 9-03.21(1).
34
35 1-06.2(2)D Quality Level Analysis
36 This section is supplemented with the following new subsection:
37
38 1-06.2(2)D5 Quality Level Calculation — HMA Compaction
39 The procedures for determining the quality level and pay factor for HMA compaction are
40 as follows:
41
42 1. Determine the arithmetic mean, Xm, for compaction of the lot:
43
44 X=E x
n
45
46 Where:
47 x = individual compaction test values for each subiot in the lot.
48 XX = summation of individual compaction test values
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 n = total number test values
2
3 2. Compute the sample standard deviation, "S", for each constituent:
4
5 S=
nLxz —( Zx)z
n(n-1)
2
6
7 Where:
8 lx2= summation of the squares of individual compaction test values
9 (1x)2 = summation of the individual compaction test values squared
10
11 3. Compute the lower quality index (QL):
12
13 QL _ X — LSL
S
14
15 Where:
16 LSL = 91.5
17
18 4. Determine PL (the percent within the lower Specification limit which
19 corresponds to a given QL) from Table 1. For negative values of QL, PL is equal
20 to 100 minus the table PL. If the value of QL does not correspond exactly to a
21 figure in the table, use the next higher value.
22
23 5. Determine the quality level (the total percent within Specification limits):
24
25 Quality Level = PL
26
27 6. Using the quality level from step 5, determine the composite pay factor (CPF)
28 from Table 2.
29
30 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the
31 compaction lot; however, the maximum HMA compaction CPF using an LSL =
32 91.5 shall be 1.05.
33
34 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an
35 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for
36 that lot; however, the maximum HMA compaction CPF using an LSL = 91.00
37 shall be 1.00.
38
39 1-06.2(2)D4 Quality Level Calculation
40 The first paragraph (excluding the numbered list) is revised to read:
41
42 The procedures for determining the quality level and pay factors for a material, other
43 than HMA compaction, are as follows:
44
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 1-07.AP1
2 Section 1-07, Legal Relations and Responsibilities to the Public
3 January 2, 2018
4 1-07.5(3) State Department of Ecology
5 This section is supplemented with the following:
6
7 9. When a violation of the CSWGP occurs, immediately notify the Engineer and fill out
8 WSDOT Form 422-011, Contractor ECAP Report, and submit the form to the
9 Engineer within 48 hours of the violation.
10
11 10. Once Physical Completion has been given, prepare a Notice of Termination
12 (Ecology Form ECY 020-87) and submit the Notice of Termination electronically to
13 the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the
14 Notice of Termination to Ecology.
15
16 11. Transfer the CSWGP coverage to the Contracting Agency when Physical
17 Completion has been given and the Engineer has determined that the project site is
18 not stabilized from erosion.
19
20 12. Submit copies of all correspondence with Ecology electronically to the Engineer in
21 a PDF format within four calendar days.
22
23 1-07.7(1) General
24 The first sentence of the third paragraph is revised to read:
25
26 When the Contractor moves equipment or materials on or over Structures, culverts or
27 pipes, the Contractor may operate equipment with only the load -limit restrictions in
28 Section 1-07.7(2).
29
30 The first sentence of the last paragraph is revised to read:
31
32 Unit prices shall cover all costs for operating over Structures, culverts and pipes.
33
34 1-07.9(2) Posting Notices
35 The second sentence of the first paragraph (up until the colon) is revised to read:
36
37 The Contractor shall ensure the most current edition of the following are posted:
38
39 In items 1 through 10, the revision dates are deleted.
40
41 1-07.11(2) Contractual Requirements
42 In this section, "creed" is revised to read "religion".
43
44 Item numbers 1 through 9 are revised to read 2 through 10, respectively.
45
46 After the preceding Amendment is applied, the following new item number 1 is inserted:
47
48 1. The Contractor shall maintain a Work site that is free of harassment, humiliation,
49 fear, hostility and intimidation at all times. Behaviors that violate this requirement
50 include but are not limited to:
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 a. Persistent conduct that is offensive and unwelcome.
2
3 b. Conduct that is considered to be hazing.
4
5 c. Jokes about race, gender, or sexuality that are offensive.
6
7 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual
8 nature which interferes with a person's ability to perform their job or creates an
9 intimidating, hostile, or offensive work environment.
10
11 e. Language or conduct that is offensive, threatening, intimidating or hostile
12 based on race, gender, or sexual orientation.
13
14 f. Repeating rumors about individuals in the Work Site that are considered to be
15 harassing or harmful to the individual's reputation.
16
17 1-07.11(5) Sanctions
18 This section is supplemented with the following:
19
20 Immediately upon the Engineer's request, the Contractor shall remove from the Work
21 site any employee engaging in behaviors that promote harassment, humiliation, fear or
22 intimidation including but not limited to those described in these specifications.
23
24 1-07.11(6) Incorporation of Provisions
25 The first sentence is revised to read:
26
27 The Contractor shall include the provisions of Section 1-07.11(2) Contractual
28 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract
29 including procurement of materials and leases of equipment.
30
31 1-07.18 Public Liability and Property Damage Insurance
32 Item number 1 is supplemented with the following new sentence:
33
34 This policy shall be kept in force from the execution date of the Contract until the
35 Physical Completion Date.
36
37 1-08.AP1
38 Section 1-08, Prosecution and Progress
39 January 2, 2018
40 1-08.5 Time for Completion
41 Item number 2 of the sixth paragraph is supplemented with the following:
42
43 f. A copy of the Notice of Termination sent to the Washington State Department of
44 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
45 Notice of Termination by Ecology; and no rejection of the Notice of Termination by
46 Ecology. This requirement will not apply if the Construction Stormwater General
47 Permit is transferred back to the Contracting Agency in accordance with Section 8-
48 01.3(16).
49
50 1-08.7 Maintenance During Suspension
51 The fifth paragraph is revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
2 The Contractor shall protect and maintain all other Work in areas not used by traffic. All
3 costs associated with protecting and maintaining such Work shall be the responsibility
4 of the Contractor.
5
6 2-09.AP2
7 Section 2-09, Structure Excavation
8 January 2, 2018
9 2-09.3(3)D Shoring and Cofferdams
10 The first sentence of the sixth paragraph is revised to read:
11
12 Structural shoring and cofferdams shall be designed for conditions stated in this Section
13 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for
14 Highway Bridges Seventeenth Edition — 2002 for allowable stress design, or the
15 AASHTO LRFD Bridge Design Specifications for load and resistance factor design.
16
17 5-04.AP5
18 Section 5-04, Hot Mix Asphalt
19 January 2, 2018
20 5-04.1 Description
21 The last sentence of the first paragraph is revised to read:
22
23 The manufacture of HMA may include additives or processes that reduce the optimum
24 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance
25 with these Specifications.
26
27 5-04.2 Materials
28 The reference to 'Warm Mix Asphalt Additive" is revised to read "HMA Additive".
29
30 5-04.2(1) How to Get an HMA Mix Design on the QPL
31 The last bullet in the first paragraph is revised to read:
32
33 • Do not include HMA additives that reduce the optimum mixing temperature or serve
34 as a compaction aid when developing a mix design or submitting a mix design for
35 QPL evaluation. The use of HMA additives is not part of the process for obtaining
36 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.
37
38 In the table, "WSDOT Standard Practice QC -8" is revised to read "WSDOT Standard
39 Practice QC -8 located in the WSDOT Materials Manual M 46-01".
40
41 5-04.2(1)C Mix Design Resubmittal for QPL Approval
42 Item number 3 of the first paragraph is revised to read:
43
44 3. Changes in modifiers used in the asphalt binder.
45
46 5-04.2(2)B Using Warm Mix Asphalt Processes
47 This section, including title, is revised to read:
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 5-04.2(2)B Using HMA Additives
2 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the
3 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives
4 include organic additives, chemical additives and foaming processes. The use of
5 Additives is subject to the following:
6
7 • Do not use additives that reduce the mixing temperature in accordance with
8 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.
9
10 • Before using additives, obtain the Engineer's approval using WSDOT Form
11 350-076 to describe the proposed additive and process.
12
13 5-04.3(3)A Mixing Plant
14 In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for
15 AASHTO T 168".
16
17 5-04.3(4) Preparation of Existing Paved Surfaces
18 The first sentence of the fourth paragraph is revised to read:
19
20 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1,
21 CSS -1 h, or Performance Graded (PG) asphalt for tack coat.
22
23 5-04.3(6) Mixing
24 The first paragraph is revised to read:
25
26 The asphalt supplier shall introduce recycling agent and anti -stripping additive, in the
27 amount designated on the QPL for the mix design, into the asphalt binder prior to
28 shipment to the asphalt mixing plant.
29
30 The seventh paragraph is revised to read:
31
32 Upon discharge from the mixer, ensure that the temperature of the HMA does not
33 exceed the optimum mixing temperature shown on the approved Mix Design Report by
34 more than 25°F, or as approved by the Engineer. When an additive is included in the
35 manufacture of HMA, do not heat the additive (at any stage of production including in
36 binder storage tanks) to a temperature higher than the maximum recommended by the
37 manufacturer of the additive.
38
39 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
40 The following new paragraph is inserted after the first paragraph:
41
42 The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as
43 shown on the HMA Mix Design will be used for VMA calculations until the Contractor
44 submits a written request for a Gsb test. The new Gsb will be used in the VMA
45 calculations for HMA from the date the Engineer receives the written request for a Gsb
46 retest. The Contractor may request aggregate specific gravity (Gsb) testing be
47 performed by the Contracting Agency twice per project. The Gsb blend of the combined
48 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA
49 produced after the new Gsb is determined.
50
51 5-04.3(9)A1 Test Section — When Required, When to Stop
52 The following new row is inserted after the second row in Table 9:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
VMA
Minimum PF; of 0.95
based on the criteria in
None4
Section 5-04.3(9)642
2
3 5-04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section
4 In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read
5 "Gradation, Asphalt Binder, VMA, and Va"
6
7 5-04.3(9)63 Mixture Statistical Evaluation — Acceptance Testing
8 In Table 11, "Va" is revised to read "VMA and Va"
9
10 5-04.3(9)65 Mixture Statistical Evaluation — Composite Pay Factors (CPF)
11
12
The following new row is inserted above the last row in Table 12:
Voids in Mineral Aggregate
(VMA)
2
13
14 5-04.3(9)67 Mixture Statistical Evaluation — Retests
15 The second to last sentence is revised to read:
16
17 The sample will be tested for a complete gradation analysis, asphalt binder content,
18 VMA and Va, and the results of the retest will be used for the acceptance of the HMA
19 mixture in place of the original mixture sublot sample test results.
20
21 5-04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots
22 The bulleted item in the fourth paragraph is revised to read:
23
24 For a compaction lot in progress with a compaction CPF Tess than 0.75 using an
25 LSL = 91.0, a new compaction lot will begin at the Contractor's request after the
26 Engineer is satisfied that material conforming to the Specifications can be
27 produced. See also Section 5-04.3(11)F.
28
29 5-04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance Testing
30 In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355".
31
32 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments
33 In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for
34 AASHTO T 355".
35
36 5-04.3(10)C3 HMA Statistical Compaction — Price Adjustments
37 The first sentence in the second paragraph is revised to read:
38
39 For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not
40 meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in
41 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay
42 Factor (CPF).
43
44 The last two paragraphs are revised to read:
45
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2
3
Determine the Compaction Price Adjustment (CPA) from the table below, selecting the
equation for CPA that corresponds to the value of CPF determined above.
Calculating HMA Compaction Price Adjustment (CPA)
Value of CPF
Equation for Calculating CPA
When CPF > 1.00
CPA = [0.80 x (CPF — 1.00)] x Q x
UP
When CPF = 1.00
CPA = $0
When CPF < 1.0
CPA = [0.40 x (CPF —1.00)] x Q x
UP
4
5 Where
6 CPA = Compaction Price Adjustment for the compaction lot ($)
7 CPF = Composite Pay Factor for the compaction lot (maximum is 1.05)
8 Q = Quantity in the compaction lot (tons)
9 UP = Unit price of the HMA in the compaction lot ($/ton)
10
11 6-01.AP6
12 Section 6-01, General Requirements for Structures
13 January 2, 2018
14 6-01.10 Utilities Supported by or Attached to Bridges
15 In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
16
17 6-01.12 Final Cleanup
18 The second paragraph is deleted.
19
20 6-02.AP6
21 Section 6-02, Concrete Structures
22 January 2, 2018
23 6-02.3(2)A Contractor Mix Design
24 The last sentence of the last paragraph is revised to read:
25
26 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of
27 7.5 percent for all concrete placed above the finished ground line unless noted
28 otherwise.
29
30 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D
31 Item number 5 of the first paragraph is deleted.
32
33 Item number 6 of the first paragraph (after the preceding Amendment is applied) is
34 renumbered to 5.
35
36 6-02.3(4)D Temperature and Time For Placement
37 The following is inserted after the first sentence of the first paragraph:
38
39 The upper temperature limit for placement for Class 4000D concrete may be increased
40 to a maximum of 80°F if allowed by the Engineer.
41
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 6-02.3(6)A1 Hot Weather Protection
2 The first paragraph is revised to read:
3
4 The Contractor shall provide concrete within the specified temperature limits. Cooling of
5 the coarse aggregate piles by sprinkling with water is permitted provided the moisture
6 content is monitored, the mixing water is adjusted for the free water in the aggregate
7 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile.
8 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or
9 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is
10 completely melted by placing time.
11
12 The second sentence of the second paragraph is revised to read:
13
14 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that
15 touch the concrete.
16
17 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing
18 In the third subparagraph of the first paragraph, the last sentence is revised to read:
19
20 The Contractor shall texture the bridge deck surface to within 3-inches minimum and
21 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum
22 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches
23 maximum of the perimeter of bridge drain assemblies.
24
25 6-02.3(13)A Strip Seal Expansion Joint System
26 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE
27 AMS Standard 595".
28
29 6-02.3(24)C Placing and Fastening
30 The fourth sentence of the second paragraph is revised to read:
31
32 All epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections,
33 however they may be tied at alternate intersections when spacing is less than 1 foot in
34 each direction and they are supported by continuous supports meeting all other
35 requirements of supports for epoxy-coated bars.
36
37 The sixth paragraph (excluding the numbered list) is revised to read:
38
39 Precast concrete supports (or other accepted devices) shall be used to maintain the
40 concrete coverage required by the Plans. The precast concrete supports shall:
41
42 Item number 2 of the sixth paragraph is revised to read:
43
44 2. Have a compressive strength equal to or greater than that of the concrete in which
45 they are embedded.
46
47 The first sentence of the seventh paragraph is revised to read:
48
49 In slabs, each precast concrete support shall have either: (1) a grooved top that will hold
50 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the
51 reinforcing steel.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The eighth paragraph is revised to read:
2
3 Precast concrete supports may be accepted based on a Manufacturer's Certificate of
4 Compliance.
5
6 The ninth paragraph (excluding the numbered list) is revised to read:
7
8 In lieu of precast concrete supports, the Contractor may use metal or all -plastic supports
9 to hold uncoated bars. Any surface of a metal support that will not be covered by at
10 least 1 inch of concrete shall be one of the following:
11
12 The tenth paragraph is revised to read:
13
14 In lieu of precast concrete supports, epoxy -coated reinforcing bars may be supported by
15 one of the following:
16
17 1. Metal supports coated entirely with a dielectric material such as epoxy or
18 plastic,
19
20 2. Other epoxy -coated reinforcing bars, or
21
22 3. AII-plastic supports.
23
24 The following new paragraph is inserted after the tenth paragraph:
25
26 Damaged coatings on metal bar supports shall be repaired prior to placing concrete.
27
28 The twelfth paragraph (after the preceding Amendment is applied) is revised to read:
29
30 AII-plastic supports shall be lightweight, non -porous, and chemically inert in concrete.
31 AH -plastic supports shall have rounded seatings, shall not deform under load during
32 normal temperatures, and shall not shatter or crack under impact loading in cold
33 weather. AII-plastic supports shall be placed at spacings greater than 1 foot along the
34 bar and shall have at least 25 percent of their gross place area perforated to
35 compensate for the difference in the coefficient of thermal expansion between plastic
36 and concrete. The shape and configuration of all -plastic supports shall permit complete
37 concrete consolidation in and around the support.
38
39 The thirteenth paragraph (after the preceding Amendment is applied) is revised to read:
40
41 A "mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks,
42 top and bottom mats shall be supported adequately enough to hold both in their proper
43 positions. If bar supports directly support, or are directly supported on No. 4 bars, they
44 shall be spaced at not more than 3 -foot intervals (or not more than 4 -foot intervals for
45 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports.
46 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top
47 mat as needed.
48
49
50 6-02.3(28)D Contractors Control Strength
51 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO
52 T 23".
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
2 6-05.AP6
3 Section 6-05, Piling
4 January 2, 2018
5 6-05.3(9)A Pile Driving Equipment Approval
6 The fourth sentence of the second paragraph is revised to read:
7
8 For prestressed concrete piles, the allowable driving stress in kips per square inch shall
9 be 0.095 IT plus prestress in tension, and 0.85f, minus prestress in compression,
10 where f'c is the concrete compressive strength in kips per square inch.
11
12 6-07.AP6
13 Section 6-07, Painting
14 January 2, 2018
15 6-07.3(6)A Paint Containers
16 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS
17 Standard 595".
18
19 6-08.AP6
20 Section 6-08, Bituminous Surfacing on Structure Decks
21 January 2, 2018
22 6-08.3(7)A Concrete Deck Preparation
23 The first sentence of the first paragraph is revised to read:
24
25 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish
26 the extent of bridge deck repair in accordance with Section 6-09.3(6).
27
28 6-09.AP6
29 Section 6-09, Modified Concrete Overlays
30 January 2, 2018
31 6-09.3 Construction Requirements
32 This section is supplemented with the following new subsection:
33
34 6-09.3(15) Sealing and Texturing Concrete Overlay
35 After the requirements for checking for bond have been met, all joints and visible cracks
36 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The
37 Contractor may use compressed air to accelerate drying of the deck surface for crack
38 identification and sealing. Cracks 1/16 inch and greater in width shall receive two
39 applications of HMWM. Immediately following the application of HMWM, the wetted
40 surface shall be coated with sand for abrasive finish.
41
42 After all cracks have been filled and sealed and the HMWM resin has cured, the
43 concrete overlay surface shall receive a longitudinally sawn texture in accordance with
44 Section 6-02.3(10)05.
45
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Traffic shall not be permitted on the finished concrete until it has reached a minimum
2 compressive strength of 3,000 psi as verified by rebound number determined in
3 accordance with ASTM C805 and the longitudinally sawn texture is completed.
4
5 6-09.3(1)B Rotary Milling Machines
6 This section is revised to read:
7
8 Rotary milling machines used to remove an upper layer of existing concrete overlay,
9 when present, shall have a maximum operating weight of 50,000 pounds and conform
10 to Section 6-08.3(5)B.
11
12 6-09.3(1)C Hydro -Demolition Machines
13 The first sentence of this section is revised to read:
14
15 Hydro -demolition machines shall consist of filtering and pumping units operating in
16 conjunction with a remote-controlled robotic device, using high -velocity water jets to
17 remove sound concrete to the nominal scarification depth shown in the Plans with a
18 single pass of the machine, and with the simultaneous removal of deteriorated concrete.
19
20 6-09.3(1)D Shot Blasting Machines
21 This section, including title, is revised to read:
22
23 6-09.3(1)D Vacant
24
25 6-09.3(2) Submittals
26 Item number 1 and 2 are revised to read:
27
28 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of
29 the hydro -demolition machine selected by the Contractor for use in this project to
30 scarify concrete surfaces.
31
32 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle
33 loads, and axle spacing of the rotary milling machine (if used to remove an upper
34 layer of existing concrete overlay when present).
35
36 The first sentence of item number 3 is revised to read:
37
38 A Type 2 Working Drawing of the Runoff Water Disposal Plan.
39
40 6-09.3(5)A General
41 The first sentence of the fourth paragraph is revised to read:
42
43 All areas of the deck that are inaccessible to the selected scarifying machine shall be
44 scarified to remove the concrete surface matrix to a maximum nominal scarification
45 depth shown in the Plans by a method acceptable to the Engineer.
46
47 This section is supplemented with the following:
48
49 Concrete process water generated by scarifying concrete surface and removing existing
50 concrete overlay operations shall be contained, collected, and disposed of in
51 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2)
52 Runoff Water Disposal Plan.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
2 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines
3 This section's title is revised to read:
4
5 Testing of Hydro-Demolition Machines
6
7 The second paragraph is revised to read:
8
9 In the "sound" area of concrete, the equipment shall be programmed to remove
10 concrete to the nominal scarification depth shown in the Plans with a single pass of the
11 machine.
12
13 6-09.3(5)D Shot Blasting
14 This section, including title, is revised to read:
15
16 6-09.3(5)D Vacant
17
18 6-09.3(5)E Rotomilling
19 This section, including title, is revised to read:
20
21 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling
22 When the Contractor elects to remove the upper layer of existing concrete overlay,
23 when present, by rotomilling prior to final scarifying, the entire concrete surface of the
24 bridge deck shall be milled to remove the surface matrix to the depth specified in the
25 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of
26 the rotary milling machine shall be monitored in order to prevent the unnecessary
27 removal of concrete below the specified removal depth.
28
29 6-09.3(6) Further Deck Preparation
30 The first paragraph is revised to read::
31
32 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the
33 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface.
34 The Contractor shall mark those areas of the existing bridge deck that are authorized by
35 the Engineer for further deck preparation by the Contractor.
36
37 Item number 4 of the second paragraph is deleted.
38
39 The first sentence of the third paragraph is deleted.
40
41 6-09.3(6)A Equipment for Further Deck Preparation
42 This section is revised to read:
43
44 Further deck preparation shall be performed using either power driven hand tools
45 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section
46 6-09.3(1)C.
47
48 6-09.3(6)B Deck Repair Preparation
49 The second paragraph is deleted.
50
51 The last sentence of the second paragraph (after the preceding Amendment is applied) is
52 revised to read:
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 In no case shall the depth of a sawn vertical cut exceed 3/4 inch or to the top of the top
3 steel reinforcing bars, whichever is less.
4
5 The first sentence of the third to last paragraph is revised to read:
6
7 Where existing steel reinforcing bars inside deck repair areas show deterioration greater
8 than 20 -percent section loss, the Contractor shall furnish and place steel reinforcing
9 bars alongside the deteriorated bars in accordance with the details shown in the
10 Standard Plans.
11
12 The last paragraph is deleted.
13
14 6-09.3(7) Surface Preparation for Concrete Overlay
15 The first seven paragraphs are deleted and replaced with the following:
16
17 Following the completion of any required further deck preparation the entire lane or strip
18 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign
19 material that may still be present. These materials shall be removed by detergent -
20 cleaning or other method accepted by the Engineer followed by sandblasting.
21
22 After detergent cleaning and sandblasting is completed, the entire lane or strip being
23 overlaid shall be swept clean in final preparation for placing concrete using either
24 compressed air or vacuum machines.
25
26 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being
27 cleaned in final preparation for placing concrete shall be discontinued when final
28 preparation is begun. Scarifying and hand tool chipping shall remain suspended until
29 the concrete has been placed and the requirement for curing time has been satisfied.
30 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time
31 after the completion of concrete placing.
32
33 Scarification, and removal of the upper layer of concrete overlay when present, may
34 proceed during the final cleaning and overlay placement phases of the Work on
35 adjacent portions of the Structure so long as the scarification and concrete overlay
36 removal operations are confined to areas which are a minimum of 100 feet away from
37 the defined limits of the final cleaning or overlay placement in progress. If the
38 scarification and concrete overlay removal impedes or interferes in any way with the
39 final cleaning or overlay placement as determined by the Engineer, the scarification and
40 concrete overlay removal Work shall be terminated immediately and the scarification
41 and concrete overlay removal equipment removed sufficiently away from the area being
42 prepared or overlaid to eliminate the conflict. If the grade is such that water and
43 contaminants from the scarification and concrete overlay removal operation will flow into
44 the area being prepared or overlaid, the scarification and concrete overlay removal
45 operation shall be terminated and shall remain suspended for the first 24 hours of curing
46 time after the completion of concrete placement.
47
48 6-09.3(12) Finishing Concrete Overlay
49 The third paragraph is deleted.
50
51 The last paragraph is deleted.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 6-09.3(13) Curing Concrete Overlay
2 The first sentence of the first paragraph is revised to read:
3
4 As the finishing operation progresses, the concrete shall be immediately covered with a
5 single layer of clean, new or used, wet burlap.
6
7 The last sentence of the second paragraph is deleted.
8
9 The following two new paragraphs are inserted after the second paragraph:
10
11 As an alternative to the application of burlap and fog spraying described above, the
12 Contractor may propose a curing system using proprietary curing blankets specifically
13 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working
14 Drawing consisting of details of the proprietary curing blanket system, including product
15 literature and details of how the system is to be installed and maintained.
16
17 The wet curing regimen as described shall remain in place for a minimum of 42 -hours.
18
19 The last paragraph is deleted.
20
21 6-09.3(14) Checking for Bond
22 The first sentence of the first paragraph is revised to read:
23
24 After the requirements for curing have been met, the entire overlaid surface shall be
25 sounded by the Contractor, in a manner accepted by and in the presence of the
26 Engineer, to ensure total bond of the concrete to the bridge deck.
27
28 The last sentence of the first paragraph is deleted.
29
30 The second paragraph is deleted.
31
32 6-18.AP6
33 Section 6-18, Shotcrete Facing
34 January 2, 2018
35 6-18.3(3) Testing
36 In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604".
37
38 6-18.3(3)B Production Testing
39 In the last sentence, "AASHTO T 24" is revised to read "ASTM C1604".
40
41 6-18.3(4) Qualifications of Contractor's Personnel
42 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM
43 C1604".
44
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 6-19.AP6
2 Section 6-19, Shafts
3 January 2, 2018
4 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft
5 Excavation Operations
6 The first paragraph is supplemented with the following:
7
8 In no case shall shaft excavation and casing placement extend below the bottom of
9 shaft excavation as shown in the Plans.
10
11 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS)
12 The third sentence of the third paragraph is revised to read:
13
14 The thermal wire shall extend from the bottom of the reinforcement cage to the top of
15 the shaft, with a minimum of 5 -feet of slack wire provided above the top of shaft.
16
17 The following new sentence is inserted after the third sentence of the third paragraph:
18
19 All thermal wires in a shaft shall be equal lengths.
20
21 7-02.AP7
22 Section 7-02, Culverts
23 January 2, 2018
24 7-02.3(6)A4 Excavation and Bedding Preparation
25 The first sentence of the third paragraph is revised to read:
26
27 The bedding course shall be a 6 -inch minimum thickness layer of culvert bedding
28 material, defined as granular material either conforming to Section 9-03.12(3) or to
29 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C.
30
31 8-01.AP8
32 Section 8-01, Erosion Control and Water Pollution Control
33 January 11, 2018
34 8-01.1 Description
35 This section is revised to read:
36
37 This Work consists of furnishing, installing, maintaining, removing and disposing of best
38 management practices (BMPs), as defined in the Washington Administrative Code
39 (WAC) 173-201 A, to manage erosion and water quality in accordance with these
40 Specifications and as shown in the Plans or as designated by the Engineer.
41
42 The Contracting Agency may have a National Pollution Discharge Elimination System
43 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special
44 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP
45 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not
46 have a CSWGP for the project but may have another water quality related permit as
47 identified in the Contract Special Provisions or the Contracting Agency may not have
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 water quality related permits but the project is subject to applicable laws for the Work.
2 Section 8-01 covers all of these conditions.
3
4 8-01.2 Materials
5 The first paragraph is revised to read:
6
7 Materials shall meet the requirements of the following sections:
8
9 Corrugated Polyethylene Drain Pipe 9.05.1(6)
10 Quarry Spalls 9-13
11 Erosion Control and Roadside Planting 9-14
12 Construction Geotextile 9-33
13
14 8-01.3(1) General
15 This section is revised to read:
16
17 Adaptive management shall be employed throughout the duration of the project for the
18 implementation of erosion and water pollution control permit requirements for the
19 current condition of the project site. The adaptive management includes the selection
20 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices,
21 implementing maintenance procedures, and other managerial practices that when used
22 singularly or in combination, prevent or reduce the release of pollutants to waters of the
23 State. The adaptive management shall use the means and methods identified in this
24 section and means and methods identified in the Washington State Department of
25 Transportation's Temporary Erosion and Sediment Control Manual or the Washington
26 State Department of Ecology's Stormwater Management Manuals for construction
27 stormwater.
28
29 The Contractor shall install a high visibility fence along the site preservation lines shown
30 in the Plans or as instructed by the Engineer.
31
32 Throughout the life of the project, the Contractor shall preserve and protect the
33 delineated preservation area, acting immediately to repair or restore any fencing
34 damaged or removed.
35
36 All discharges to surface waters shall comply with surface water quality standards as
37 defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to
38 the ground shall comply with groundwater quality standards WAC Chapter 173-200.
39
40 The Contractor shall comply with the CSWGP when the project is covered by the
41 CSWGP. Temporary Work, at a minimum, shall include the implementation of:
42
43 1. Sediment control measures prior to ground disturbing activities to ensure all
44 discharges from construction areas receive treatment prior to discharging from
45 the site.
46
47 2. Flow control measures to prevent erosive flows from developing.
48
49 3. Water management strategies and pollution prevention measures to prevent
50 contamination of waters that will be discharged to surface waters or the
51 ground.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 4. Erosion control measures to stabilize erodible earth not being worked.
2
3 5. Maintenance of BMPs to ensure continued compliant performance.
4
5 6. Immediate corrective action if evidence suggests construction activity is not in
6 compliance. Evidence includes sampling data, olfactory or visual evidence
7 such as the presence of suspended sediment, turbidity, discoloration, or oil
8 sheen in discharges.
9
10 To the degree possible, the Contractor shall coordinate this temporary Work with
11 permanent drainage and erosion control Work the Contract requires.
12
13 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
more erodible earth than as listed below:
Western Washington
(West of the Cascade
Mountain Crest)
May 1 through
September 30
17 Acres
October 1
through April
30
5 Acres
Eastern Washington
(East of the Cascade
Mountain Crest)
April 1 through
October 31
17 Acres
November 1
through March
31
5 Acres
The Engineer may increase or decrease the limits based on project conditions.
Erodible earth is defined as any surface where soils, grindings, or other materials may
be capable of being displaced and transported by rain, wind, or surface water runoff.
Erodible earth not being worked, whether at final grade or not, shall be covered within
the specified time period (see the table below), using BMPs for erosion control.
Western Washington
(West of the Cascade
Mountain Crest)
October 1
through April
30
2 days
maximum
May 1 to
September 30
7 days
maximum
Eastern Washington
(East of the Cascade
Mountain Crest)
October 1
through June
30
5 days
maximum
November 1
through March
31
10 days
maximum
When applicable, the Contractor shall be responsible for all Work required for
compliance with the CSWGP including annual permit fees.
29 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall
30 continue to comply with this division during the suspension.
31
32 Nothing in this Section shall relieve the Contractor from complying with other Contract
33 requirements.
34
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 8-01.3(1)A Submittals
2 This section's content is deleted.
3
4 This section is supplemented with the following new subsection:
5
6 8-01.3(1)A1 Temporary Erosion and Sediment Control
7 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section
8 and plan sheets that meets the Washington State Department of Ecology's Stormwater
9 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC
10 plans are used on small projects that disturb soil and have the potential to discharge but
11 are not covered by the CSWGP. The contract uses the term "TESC plan" to describe
12 both TESC plans and abbreviated TESC plans. When the Contracting Agency has
13 developed a TESC plan for a Contract, the narrative is included in the appendix to the
14 Special Provisions and the TESC plan sheets are included in the Contract Plans. The
15 Contracting Agency TESC plan will not include off-site areas used to directly support
16 construction activity.
17
18 The Contractor shall either adopt the TESC Plan in the Contract or develop a new
19 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor
20 shall modify the TESC Plan to meet the Contractor's schedule, method of construction,
21 and to include off-site areas that will be used to directly support construction activity
22 such as equipment staging yards, material storage areas, or borrow areas. Contractor
23 TESC Plans shall include all high visibility fence delineation shown on the Contracting
24 Agency Contract Plans. All TESC Plans shall meet the requirements of the current
25 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be
26 adaptively managed as needed throughout construction based on site inspections and
27 discharge samples to maintain compliance with the CSWGP. The Contractor shall
28 develop a schedule for implementation of the TESC work and incorporate it into the
29 Contractor's progress schedule.
30
31 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and
32 implementation schedule as Type 2 Working Drawings. At the request of the Engineer,
33 updated TESC Plans shall be submitted as Type 1 Working Drawings.
34
35 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
36 This section is revised to read:
37
38 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the
39 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate
40 of Training in Construction Site Erosion and Sediment Control from a course approved
41 by the Washington State Department of Ecology. The ESC Lead must be onsite or on
42 call at all times throughout construction. The ESC Lead shall be listed on the
43 Emergency Contact List required under Section 1-05.13(1).
44
45 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
46 limited to:
47
48 1. Installing, adaptively managing, and maintaining temporary erosion and
49 sediment control BMPs to assure continued performance of their intended
50 function. Damaged or inadequate BMPs shall be corrected immediately.
51
52 2. Updating the TESC Plan to reflect current field conditions.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to
3 the Washington State Department of Ecology in accordance with the CSWGP.
4
5 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the
6 Site Log Book or portion thereof is electronically developed, the electronic
7 documentation must be accessible onsite. As a part of the Site Log Book, the
8 Contractor shall develop and maintain a tracking table to show that identified
9 TESC compliance issues are fully resolved within 10 calendar days. The table
10 shall include the date an issue was identified, a description of how it was
11 resolved, and the date the issue was fully resolved.
12
13 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
14 erosion and sediment control BMPs, and all stormwater discharge points at least once
15 every calendar week and within 24 -hours of runoff events in which stormwater
16 discharges from the site. Inspections of temporarily stabilized, inactive sites may be
17 reduced to once every calendar month. The Washington State Department of Ecology's
18 Erosion and Sediment Control Site Inspection Form, located at
19 http://www.ecy.wa.gov/programs/wq/stormwater/construction/InspectionForm.docx,
20 shall be completed for each inspection and a copy shall be submitted to the Engineer no
21 later than the end of the next working day following the inspection.
22
23 8-01.3(1)C Water Management
24 This section is supplemented with the following new subsections:
25
26 8-01.3(1)C5 Water Management for In -Water Work Below Ordinary High Water
27 Mark (OHWM)
28 Work over surface waters of the state (defined in WAC 173-201 A-010) or below the
29 OHWM (defined in RCW 90.58.030) must comply with water quality standards for
30 surface waters of the state of Washington.
31
32 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid
33 All equipment containing hydraulic fluid that operates over surface waters of the state or
34 below the OHWM, shall be equipped with an environmentally acceptable hydraulic fluid.
35 The fluid shall meet specific requirements for biodegradability, aquatic toxicity, and
36 bioaccumulation in accordance with the United States Environmental Protection Agency
37 (EPA) publication EPA800-R-11-002. Acceptance shall be in accordance with Section
38 1-06.3, Manufacturer's Certification of Compliance.
39
40 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills
41 are acceptable. The Contractor shall respond to spills to land or water in accordance
42 with the Contract.
43
44 8-01.3(1)C7 Turbidity Curtain
45 All Work for the turbidity curtain shall be in accordance with the manufacturer's
46 recommendations for the site conditions. Removal procedures shall be developed and
47 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type
48 2 Working Drawing, detailing product information, installation and removal procedures,
49 equipment and workforce needs, maintenance plans, and emergency
50 repair/replacement plans.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply
2 with water quality standards.
3
4 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity
5 curtain. All components of the turbidity curtain shall be removed from the project.
6
7 8-01.3(1)C1 Disposal of Dewatering Water
8 This section is revised to read:
9
10 When uncontaminated groundwater is encountered in an excavation on a project it may
11 be infiltrated within vegetated areas of the right of way not designated as Sensitive
12 Areas or incorporated into an existing stormwater conveyance system at a rate that will
13 not cause erosion or flooding in any receiving surface water.
14
15 Alternatively, the Contractor may pursue independent disposal and treatment
16 alternatives that do not use the stormwater conveyance system provided it is in
17 compliance with the applicable WACs and permits.
18
19 8-01.3(1)C2 Process Wastewater
20 This section is revised to read:
21
22 Wastewater generated on-site as a byproduct of a construction process shall not be
23 discharged to surface waters of the State. Some sources of process wastewater may be
24 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some
25 sources of process wastewater may be disposed via independent disposal and
26 treatment alternatives in compliance with the applicable WACs and permits.
27
28 8-01.3(1)C3 Shaft Drilling Slurry Wastewater
29 This section is revised to read:
30
31 Wastewater generated on-site during shaft drilling activity shall be managed and
32 disposed of in accordance with the requirements below. No shaft drilling slurry
33 wastewater shall be discharged to surface waters of the State. Neither the sediment nor
34 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as
35 detectable by visible or olfactory indication (e.g., chemical sheen or smell).
36
37 1. Water-only shaft drilling slurry or water slurry with approved flocculants may be
38 infiltrated on-site. Flocculants used shall meet the requirements of Section 9-
39 14.5(1) or shall be chitosan products listed as General Use Level Designation
40 (GULD) on the Washington State Department of Ecology's stormwater
41 treatment technologies webpage for construction treatment. Infiltration is
42 permitted if the following requirements are met:
43
44 a. Wastewater shall have a pH of 6.5 — 8.5 prior to discharge.
45
46 b. The amount of flocculant added to the slurry shall be kept to the minimum
47 needed to adequately settle out solids. The flocculant shall be thoroughly
48 mixed into the slurry.
49
50 c. The slurry removed from the shaft shall be contained in a leak proof cell or
51 tank for a minimum of 3 hours.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 d. The infiltration rate shall be reduced if needed to prevent wastewater from
2 leaving the infiltration location. The infiltration site shall be monitored
3 regularly during infiltration activity. All wastewater discharged to the
4 ground shall fully infiltrate and discharges shall stop before the end of
5 each work day.
6
7 e. Drilling spoils and settled sediments remaining in the containment cell or
8 tank shall be disposed of in accordance with Section 6-19.3(4)F.
9
10 f. Infiltration locations shall be in upland areas at least 150 feet away from
11 surface waters, wells, on-site sewage systems, aquifer sensitive recharge
12 areas, sole source aquifers, well head protection areas, and shall be
13 marked on the plan sheets before the infiltration activity begins.
14
15 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry
16 Wastewater Management and Infiltration Plan as a Type 2 Working
17 Drawing. This Plan shall be kept on-site, adapted if needed to meet the
18 construction requirements, and updated to reflect what is being done in
19 the field. The Working Drawing shall include, at a minimum, the following
20 information:
21
22 i. Plan sheet showing the proposed infiltration location and all surface
23 waters, wells, on-site sewage systems, aquifer -sensitive recharge
24 areas, sole source aquifers, and well -head protection areas within
25 150 feet.
26
27 ii. The proposed elevation of soil surface receiving the wastewater for
28 infiltration and the anticipated phreatic surface (i.e., saturated soil).
29
30 iii. The source of the water used to produce the slurry.
31
32 iv. The estimated total volume of wastewater to be infiltrated.
33
34 v. The approved flocculant to be used (if any).
35
36 vi. The controls or methods used to prevent surface wastewater runoff
37 from leaving the infiltration location.
38
39 vii. The strategy for removing slurry wastewater from the shaft and
40 containing the slurry wastewater once it has been removed from the
41 shaft.
42
43 viii. The strategy for monitoring infiltration activity and adapting methods
44 to ensure compliance.
45
46 ix. A contingency plan that can be implemented immediately if it
47 becomes evident that the controls in place or methods being used are
48 not adequate.
49
50 x. The strategy for cleaning up the infiltration location after the infiltration
51 activity is done. Cleanup shall include stabilizing any loose sediment
52 on the surface within the infiltration area generated as a byproduct of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 suspended solids in the infiltrated wastewater or soil disturbance
2 associated with BMP placement and removal.
3
4 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives
5 not approved for infiltration shall be contained and disposed of by the
6 Contractor at an approved disposal facility in accordance with Section 2-
7 03.3(7)C. Spoils that have come into contact with mineral slurry shall be
8 disposed of in accordance with Section 6-19.3(4)F.
9
10 8-01.3(1)C4 Management of Off -Site Water
11 This section is revised to read:
12
13 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site
14 surface water and overland flow that will run-on to the project. Off-site surface water
15 run-on shall be diverted through or around the project in a way that does not introduce
16 construction related pollution. It shall be diverted to its preconstruction discharge
17 location in a manner that does not increase preconstruction flow rate and velocity and
18 protects contiguous properties and waterways from erosion. The Contractor shall submit
19 a Type 2 Working Drawing consisting of the method for performing this Work.
20
21 8-01.3(1)E Detention/Retention Pond Construction
22 This section is revised to read:
23
24 Whether permanent or temporary, ponds shall be constructed before beginning other
25 grading and excavation Work in the area that drains into that pond. Detention/retention
26 ponds may be constructed concurrently with grading and excavation when allowed by
27 the Engineer. Temporary conveyances shall be installed concurrently with grading in
28 accordance with the TESC Plan so that newly graded areas drain to the pond as they
29 are exposed.
30
31 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
32 In the table, the second column heading is revised to read:
33
34 Eastern Washington'
35 (East of the Cascade Mountain Crest)
36
37 Footnote 1 in the table is revised to read:
38
39 Seeding may be allowed outside these dates when allowed or directed by the Engineer.
40
41 8-01.3(5) Plastic Covering
42 The first sentence of the first paragraph is revised to read:
43
44 Erosion Control — Plastic coverings used to temporarily cover stockpiled materials,
45 slopes or bare soils shall be installed and maintained in a way that prevents water from
46 intruding under the plastic and prevents the plastic cover from being damaged by wind.
47
48 8-01.3(7) Stabilized Construction Entrance
49 The first paragraph is revised to read:
50
51 Temporary stabilized construction entrance shall be constructed in accordance with the
52 Standard Plans, prior to construction vehicles entering the roadway from locations that
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 generate sediment track out on the roadway. Material used for stabilized construction
2 entrance shall be free of extraneous materials that may cause or contribute to track out.
3
4 8-01.3(8) Street Cleaning
5 This section is revised to read:
6
7 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other
8 debris from the Roadway. The street sweeper shall effectively collect these materials
9 and prevent them from being washed or blown off the Roadway or into waters of the
10 State. Street sweepers shall not generate fugitive dust and shall be designed and
11 operated in compliance with applicable air quality standards. Material collected by the
12 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C.
13
14 When allowed by the Engineer, power broom sweepers may be used in non -
15 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris
16 from the roadway into the work area. The swept material shall be prevented from
17 entering or washing into waters of the State.
18
19 Street washing with water will require the concurrence of the Engineer.
20
21 8-01.3(12) Compost Socks
22 The first two sentences of the first paragraph are revised to read:
23
24 Compost socks are used to disperse flow and sediment. Compost socks shall be
25 installed as soon as construction will allow but before flow conditions create erosive
26 flows or discharges from the site. Compost socks shall be installed prior to any mulching
27 or compost placement.
28
29 8-01.3(13) Temporary Curb
30 The second to last sentence of the second paragraph is revised to read:
31
32 Temporary curbs shall be a minimum of 4 inches in height.
33
34 8-01.3(14) Temporary Pipe Slope Drain
35 The third and fourth paragraphs are revised to read:
36
37 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts,
38 wood stakes, sand bags, or as allowed by the Engineer.
39
40 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater
41 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain
42 water quality compliance.
43
44 The last paragraph is deleted.
45
46 8-01.3(15) Maintenance
47 This section is revised to read:
48
49 Erosion and sediment control BMPs shall be maintained or adaptively managed as
50 required by the CSWGP until the Engineer determines they are no longer needed.
51 When deficiencies in functional performance are identified, the deficiencies shall be
52 rectified immediately.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
2 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for
3 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired
4 immediately.
5
6 In areas where the Contractor's activities have compromised the erosion control
7 functions of the existing grasses, the Contractor shall overseed at no additional cost to
8 the Contracting Agency.
9
10 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to
11 maintain voids between the spalls for collecting mud and dirt.
12
13 Unless otherwise specified, when the depth of accumulated sediment and
14 debris reaches approximately'/ the height of the BMP the deposits shall be removed.
15 Debris or contaminated sediment shall be disposed of in accordance with Section 2-
16 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the
17 Engineer.
18
19 8-01.3(16) Removal
20 This section is revised to read:
21
22 The Contractor shall remove all temporary BMPs, all associated hardware and
23 associated accumulated sediment deposition from the project limits prior to Physical
24 Completion unless otherwise allowed by the Engineer. When the temporary BMP
25 materials are made of natural plant fibers unaltered by synthetic materials the Engineer
26 may allow leaving the BMP in place.
27
28 The Contractor shall remove BMPs and associated hardware in a way that minimizes
29 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil
30 after removal of BMPs. If the installation and use of the erosion control BMPs have
31 compacted or otherwise rendered the soil inhospitable to plant growth, such as
32 construction entrances, the Contractor shall take measures to rehabilitate the soil to
33 facilitate plant growth. This may include, but is not limited to, ripping the soil,
34 incorporating soil amendments, or seeding with the specified seed.
35
36 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
37 may be transferred back to the Contracting Agency. Approval of the Transfer of
38 Coverage request will require the following:
39
40 1. All other Work required for Contract Completion has been completed.
41
42 2. All Work required for compliance with the CSWGP has been completed to the
43 maximum extent possible. This includes removal of BMPs that are no longer
44 needed and the site has undergone all Stabilization identified for meeting the
45 requirements of Final Stabilization in the CSWGP.
46
47 3. An Equitable Adjustment change order for the cost of Work that has not been
48 completed by the Contractor.
49
50 4. Submittal of the Washington State Department of Ecology Transfer of
51 Coverage form (Ecology form ECY 020-87a) to the Engineer.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 If the Engineer approves the transfer of coverage back to the Contracting Agency, the
2 requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of
3 Termination form to the Washington State Department of Ecology will not apply.
4
5 8-01.4 Measurement
6 This section's content is deleted and replaced with the following new subsections:
7
8 8-01.4(1) Lump Sum Bid for Project (No Unit Items)
9 When the Bid Proposal contains the item "Erosion Control and Water Pollution
10 Prevention" there will be no measurement of unit or force account items for Work
11 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also,
12 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are
13 deleted.
14
15 8-01.4(2) Item Bids
16 When the Proposal does not contain the items "Erosion Control and Water Pollution
17 Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will
18 contain some or all of the following items measured as noted.
19
20 ESC lead will be measured per day for each day that an inspection is made and a
21 report is filed.
22
23 Biodegradable erosion control blanket and plastic covering will be measured by the
24 square yard along the ground slope line of surface area covered and accepted.
25
26 Turbidity curtains will be measured by the linear foot along the ground line of the
27 installed curtain.
28
29 Check dams will be measured per linear foot one time only along the ground line of
30 the completed check dam. No additional measurement will be made for check
31 dams that are required to be rehabilitated or replaced due to wear.
32
33 Stabilized construction entrances will be measured by the square yard by ground
34 slope measurement for each entrance constructed.
35
36 Tire wash facilities will be measured per each for each tire wash installed.
37
38 Street cleaning will be measured by the hour for the actual time spent cleaning
39 pavement, refilling with water, dumping and transport to and from cleaning
40 locations within the project limits, as authorized by the Engineer. Time to mobilize
41 the equipment to or from the project limits on which street cleaning is required will
42 not be measured.
43
44 Inlet protections will be measured per each for each initial installation at a
45 drainage structure.
46
47 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by
48 the linear foot along the ground line of the completed barrier.
49
50 Wattles and compost socks will be measured by the linear foot.
51
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 Temporary curbs will be measured by the linear foot along the ground line of the
2 completed installation.
3
4 Temporary pipe slope drains will be measured by the linear foot along the flow line
5 of the pipe.
6
7 Coir logs will be measured by the linear foot along the ground line of the completed
8 installation.
9
10 Outlet protections will be measured per each initial installation at an outlet location.
11
12 Tackifiers will be measure by the acre by ground slope measurement.
13
14 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
15 Pollution Prevention
16 The Contract Provisions may establish the project as lump sum, in accordance with
17 Section 8-01.4(1) and also include one or more of the items included above in Section
18 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-
19 01.4(2) is not deleted and the Work under that item will be measured as specified.
20
21 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution
22 Prevention
23 Compost blanket will be measured by the square yard by ground slope surface area
24 covered and accepted.
25
26 Mulching will be measured by the acre by ground slope surface area covered and
27 accepted.
28
29 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by
30 ground slope measurement.
31
32 Seeding and fertilizing by hand will be measured by the square yard by ground slope
33 measurement. No adjustment in area size will be made for the vegetation free zone
34 around each plant.
35
36 Fencing will be measured by the linear foot along the ground line of the completed
37 fence.
38
39 8-01.5 Payment
40 This section's content is deleted and replaced with the following new subsections:
41
42 8-01.5(1) Lump Sum Bid for Project (No Unit Items)
43 Payment will be made for the following Bid item when it is included in the Proposal:
44
45 "Erosion Control and Water Pollution Prevention", lump sum.
46
47 The lump sum Contract price for "Erosion Control and Water Pollution Prevention"
48 shall be full pay to perform the Work as described in Section 8-01 except for costs
49 compensated by Bid Proposal items inserted through Contract Provisions as
50 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion
51 Control and Water Pollution Prevention" will be made as follows:
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1. The Contracting Agency will pay 15 percent of the bid amount for the
2 initial set up for the item. Initial set up includes the following:
3
4 a. Acceptance of the TESC Plan provided by the Contracting Agency or
5 submittal of a new TESC Plan,
6
7 b. Submittal of a schedule for the installation of the BMPs, and
8
9 c. Identifying water quality sampling locations.
10
11 2. 70 percent of the bid amount will be paid in accordance with Section 1-
12 09.9.
13
14 3. Once the project is physically complete and copies of the all reports
15 submitted to the Washington State Department of Ecology have been
16 submitted to the Engineer, and, if applicable, transference of the CSWGP
17 back to the Contracting Agency is complete, the remaining 15 percent of
18 the bid amount shall be paid in accordance with Section 1-09.9.
19
20 8-01.5(2) Item Bids
21 "ESC Lead", per day.
22
23 "Turbidity Curtain", per linear foot.
24
25 "Biodegradable Erosion Control Blanket", per square yard.
26
27 "Plastic Covering", per square yard.
28
29 "Check Dam", per linear foot.
30
31 "Inlet Protection", per each.
32
33 "Gravel Filter Berm", per linear foot.
34
35 "Stabilized Construction Entrance", per square yard.
36
37 "Street Cleaning", per hour.
38
39 "Silt Fence", per linear foot.
40
41 "Wood Chip Berm", per linear foot.
42
43 "Compost Berm", per linear foot.
44
45 "Wattle", per linear foot.
46
47 "Compost Sock", per linear foot.
48
49 "Coir Log", per linear foot.
50
51 `Temporary Curb", per linear foot.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 "Temporary Pipe Slope Drain", per linear foot.
2
3 "Temporary Seeding", per acre.
4
5 "Outlet Protection", per each.
6
7 "Tackifier", per acre.
8
9 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6.
10
11 Maintenance and removal of erosion and water pollution control devices including
12 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed
13 by these activities, and any additional Work deemed necessary by the Engineer to
14 control erosion and water pollution will be paid by force account in accordance with
15 Section 1-09.6.
16
17 To provide a common Proposal for all Bidders, the Contracting Agency has entered an
18 amount in the Proposal to become a part of the Contractor's total Bid.
19
20 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water
21 Pollution Prevention
22 The Contract may establish the project as lump sum, in accordance with Section 8-
23 01.4(1) and also reinstate the measurement of one or more of the items described in
24 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When
25 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted
26 and the Work under that item will be paid as specified.
27
28 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution
29 Prevention
30 Payment will be made for each of the following Bid items when they are included in the
31 Proposal:
32
33 "Compost Blanket", per square yard.
34
35 "Mulching", per acre
36
37 "Mulching with PAM", per acre
38
39 "Mulching with Short -Term Mulch", per acre.
40
41 "Mulching with Moderate -Term Mulch", per acre.
42
43 "Mulching with Long -Term Mulch", per acre.
44
45 "Seeding, Fertilizing and Mulching", per acre.
46
47 "Seeding and Fertilizing", per acre.
48
49 "Seeding and Fertilizing by Hand", per square yard.
50
51 "Second Application of Fertilizer", per acre.
52
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 "Liming", per acre.
2
3 "Mowing", per acre.
4
5 "Seeding and Mulching", per acre.
6
7 "High Visibility Fence", per linear foot.
8
9 8-02.AP8
10 Section 8-02, Roadside Restoration
11 January 2, 2018
12 8-02.2 Materials
13 The reference to the material "Soil" is revised to read "Topsoil".
14
15 8-02.5 Payment
16 The following new paragraph is inserted following the Bid item "Plant Selection ", per
17 each:
18
19 The unit Contract price for "Plant Selection ", per each shall be full pay for all Work
20 to perform the work as specified within the planting area prior to planting for weed
21 control, planting area preparation and installation of plants with initial watering.
22
23 The paragraph following the Bid item "PSIPE ", per each is revised to read:
24
25 The unit Contract price for "PSIPE ", per each, shall be full pay for all Work to
26 perform the work as specified within the planting area for weed control and planting
27 area preparation, planting, cleanup, and water necessary to complete planting
28 operations as specified to the end of first year plant establishment.
29
30 8-04.AP8
31 Section 8-04, Curbs, Gutters, and Spillways
32 January 2, 2018
33 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways
34 The first paragraph is supplemented with the following:
35
36 Roundabout truck apron cement concrete curb and gutter shall be constructed with air
37 entrained concrete Class 4000 conforming to the requirements of Section 6-02.
38
39 8-14.AP8
40 Section 8-14, Cement Concrete Sidewalks
41 January 2, 2018
42 8-14.2 Materials
43 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE
44 AMS Standard 595".
45
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 8-20.AP8
2 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation
3 Systems, and Electrical
4 January 2, 2018
5 8-20.1(1) Regulations and Code
6 The last paragraph is revised to read:
7
8 Persons performing electrical Work shall be certified in accordance with and supervised
9 as required by RCW 19.28.161. Proof of certification shall be worn at all times in
10 accordance with WAC 296-46B-942. Persons failing to meet these certification
11 requirements may not perform any electrical work, and shall stop any active electrical
12 work, until their certification is provided and worn in accordance with this Section.
13
14 8-20.3(4) Foundations
15 The second sentence of the first paragraph is revised to read:
16
17 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard
18 foundations shall be Class 4000P and does not require air entrainment.
19
20 8-20.3(5)A General
21 The last two sentences of the last paragraph is deleted.
22
23 This section is supplemented with the following:
24
25 All conduits shall include a pull tape with the equipment grounding conductor. The pull
26 tape shall be attached to the conduit near the end bell or grounded end bushing, or to
27 duct plugs or caps if present, at both ends of the conduit.
28
29 8-20.3(8) Wiring
30 The seventeenth paragraph is supplemented with the following:
31
32 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be
33 used.
34
35 8-21.AP8
36 Section 8-21, Permanent Signing
37 January 2, 2018
38 8-21.3(9)F Foundations
39 Item number 3 of the twelfth paragraph is supplemented with the following new sentence:
40
41 Class 4000P concrete for roadside sign structures does not require air entrainment.
42
43 9-02.AP9
44 Section 9-02, Bituminous Materials
45 January 2, 2018
46 9-02.1 Asphalt Material, General
47 The second paragraph is revised to read:
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified
2 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2
3 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and
4 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the
5 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to
6 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier
7 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that
8 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the
9 Contract.
10
11 9-02.1(4) Performance Graded Asphalt Binder (PGAB)
12 This section's title is revised to read:
13
14 Performance Graded (PG) Asphalt Binder
15
16 The first paragraph is revised to read:
17
18 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades
19 specified in the Contract shall be used in the production of HMA. For HMA with greater
20 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt
21 binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the
22 proportions of the mix design shall meet the PG asphalt binder requirements of
23 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.
24
25
26
27
28
29
30
31
32
33
34
35
The second paragraph, including the table, is revised to read:
In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders
shall meet the following requirements:
The third paragraph is revised to read:
The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not
required.
36 9-02.1(6) Cationic Emulsified Asphalt
37 This section is revised to read:
38
39 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
40 grades specified in the Contract shall be used.
41
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
Additional Requirements
Performance Grade (PG)
by
Asphalt Binders
Propertyee
Method t
PG58H-22
PG58V-22
PG64H-28
PG64V-28
RTFO
Residue:
Average
Percent
Recovery
@ 3.2 kPa
AASHTO T
350'
30% Min.
25% Min.
30% Min.
'Specimen conditioned in accordance with AASHTO T 240 — RTFO.
The third paragraph is revised to read:
The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not
required.
36 9-02.1(6) Cationic Emulsified Asphalt
37 This section is revised to read:
38
39 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the
40 grades specified in the Contract shall be used.
41
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 9-02.5 Warm Mix Asphalt (WMA) Additive
2 This section, including title, is revised to read:
3
4 9-02.5 HMA Additive
5 Additives for HMA shall be approved by the Engineer.
6
7 9-03.AP9
8 Section 9-03, Aggregates
9 January 2, 2018
10 9-03.1(1) General Requirements
11 The second paragraph (up until the colon) is revised to read:
12
13 Aggregates for Portland Cement Concrete shall meet the following test requirements:
14
15 9-03.1(5)B Grading
16 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read
17 "FOP for WAQTC/AASHTO T 27/T 11".
18
19 9-03.4(1) General Requirements
20 The first paragraph (up until the colon) is revised to read:
21
22 Aggregate for bituminous surface treatment shall be manufactured from ledge rock,
23 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface
24 Treatment shall meet the following test requirements:
25
26 9-03.8(1) General Requirements
27 The first paragraph (up until the colon) is revised to read:
28
29 Aggregates for Hot Mix Asphalt shall meet the following test requirements:
30
31 9-03.8(7) HMA Tolerances and Adjustments
32 In the table in item number 1, the fifth row is revised to read:
33
Asphalt binder
-0.4% to 0.5%
±0.7%
34
35 In the table in item number 1, the following new row is inserted before the last row:
36
Voids in Mineral
-1.5%
Aggregate, VMA
37
38 9-03.9(1) Ballast
39 The second paragraph (up until the colon) is revised to read:
40
41 Aggregates for ballast shall meet the following test requirements:
42
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 9-04.AP9
2 Section 9-04, Joint and Crack Sealing Materials
3 January 2, 2018
4 9-04.1(2) Premolded Joint Filler for Expansion Joints
5 In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545".
6
7 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement
8 This section is supplemented with the following:
9
10 Hot poured sealant for cement concrete pavement is acceptable for installations in joints
11 where cement concrete pavement abuts a bituminous pavement.
12
13 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement
14 This section is supplemented with the following:
15
16 Hot poured sealant for bituminous pavement is acceptable for installations in joints
17 where cement concrete pavement abuts a bituminous pavement.
18
19 9-06.AP9
20 Section 9-06, Structural Steel and Related Materials
21 January 2, 2018
22 9-06.5 Bolts
23 This section's title is revised to read:
24
25 Bolts and Rods
26
27 9-06.5(4) Anchor Bolts
28 This section, including title, is revised to read:
29
30 9-06.5(4) Anchor Bolts and Anchor Rods
31 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless
32 otherwise specified, shall be Grade 105 and shall conform to Supplemental
33 Requirements S2, S3, and S4.
34
35 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to
36 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts
37 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292,
38 Grade 2H, and shall conform to the overtopping, lubrication, and rotational testing
39 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or
40 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH.
41 Washers shall conform to ASTM F436.
42
43 The bolts and rods shall be tested by the manufacturer in accordance with the
44 requirements of the pertinent Specification and as specified in these Specifications.
45 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the
46 project site. The Contractor shall submit to the Engineer for acceptance a
47 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and
48 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for
2 testing.
3
4 All bolts, rods, nuts, and washers shall be marked and identified as required in the
5 pertinent Specification.
6
7 9-06.18 Metal Bridge Railing
8 The second sentence of the first paragraph is revised to read:
9
10 Steel used for metal railings, when galvanized after fabrication in accordance with
11 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or
12 0.15 to 0.25 percent.
13
14 9-08.AP9
15 Section 9-08, Paints and Related Materials
16 January 2, 2018
17 9-08.1(2)K Orange Equipment Enamel
18 In the second sentence of the first paragraph, the reference to "Federal Standard 595" is
19 revised to read "SAE AMS Standard 595".
20
21 9-08.1(8) Standard Colors
22 In the first paragraph, the reference to "Federal Standard 595" is revised to read"SAE AMS
23 Standard 595".
24
25 9-13.AP9
26 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion
27 and Scour Protection and Rock Walls
28 January 2, 2018
29 9-13.1(1) General
30 The last paragraph is revised to read:
31
32 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other
33 defects tending to destroy its resistance to weather and shall meet the following test
34 requirements:
35
36 9-13.7(1) Rock for Rock Walls and Chinking Material
37 The first paragraph (up until the colon) is revised to read:
38
39 Rock for rock walls and chinking material shall be hard, sound and durable material,
40 free from seams, cracks, and other defects tending to destroy its resistance to weather,
41 and shall meet the following test requirements:
42
43 9-14.AP9
44 Section 9-14, Erosion Control and Roadside Planting
45 January 2, 2018
46 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs)
47 In the second column of Table 1, "ASTM D 586" is revised to read "AASHTO T 267".
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 In Table 1, the second to last row is deleted.
2
3 9-20.AP9
4 Section 9-20, Concrete Patching Material, Grout, and Mortar
5 January 2, 2018
6 9-20.5 Bridge Deck Repair Material
7 Item number 3 of the first paragraph is revised to read:
8
9 3. Permeability of less than 2,000 coulombs at 28 -days or more in accordance with
10 AASHTO T 277.
11
12 9-21.AP9
13 Section 9-21, Raised Pavement Markers (RPM)
14 January 2, 2018
15 9-21.2 Raised Pavement Markers Type 2
16 This section's content is deleted.
17
18 9-21.2(1) Physical Properties
19 This section, including title, is revised to read:
20
21 9-21.2(1) Standard Raised Pavement Markers Type 2
22 The marker housing shall contain reflective faces as shown in the Plans to reflect
23 incident light from either a single or opposite directions and meet the requirements of
24 ASTM D 4280 including Flexural strength requirements.
25
26 9-21.2(2) Optical Requirements
27 This section, including title, is revised to read:
28
29 9-21.2(2) Abrasion Resistant Raised Markers Type 2
30 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and
31 meet the requirements of ASTM D 4280 with the following additional requirement: The
32 coefficient of luminous intensity of the markers shall be measured after subjecting the
33 entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop
34 apparatus. After the exposure described above, retroreflected values shall not be less
35 than 0.5 times a nominal unblemished sample.
36
37 9-21.2(3) Strength Requirements
38 This section is deleted in its entirety.
39
40 9-28.AP9
41 Section 9-28, Signing Materials and Fabrication
42 January 2, 2018
43 9-28.11 Hardware
44 The last paragraph is revised to read:
45
46 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and
47 related connecting hardware shall be galvanized in accordance with ASTM F 2329.
48
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 9-28.14(2) Steel Structures and Posts
2 The first sentence of the third paragraph is revised to read:
3
4 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to
5 Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F.
6
7 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM
8 F 2329".
9
10 The first sentence of the fifth paragraph is revised to read:
11
12 Except as otherwise noted, steel used for sign structures and posts shall have a
13 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.
14
15 The last sentence of the last paragraph is revised to read:
16
17 If such modifications are contemplated, the Contractor shall submit a Type 2 Working
18 Drawing of the proposed modifications.
19
20 9-29.AP9
21 Section 9-29, Illumination, Signal, Electrical
22 January 2, 2018
23 9-29.1 Conduit, Innerduct, and Outerduct
24 This section is supplemented with the following new subsection:
25
26 9-29.1(10) Pull Tape
27 Pull tape shall be pre -lubricated polyester pulling tape. The pull tape shall have a
28 minimum width of 1 -inch and a minimum tensile strength of 500 pounds. Pull tape may
29 have measurement marks.
30
31 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
32 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:
33
Slip Resistant Lid
ASTM A36 steel
Frame
ASTM A36 steel
Slip Resistant Frame
ASTM A36 steel
34
35 9-29.6 Light and Signal Standards
36 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F
37 2329".
38
39 Item number 2 of the last paragraph is revised to read:
40
41 2. The steel light and signal standard fabricator's shop drawing submittal, including
42 supporting design calculations, submitted as a Type 2E Working Drawing in
43 accordance with Section 8-20.2(1) and the Special Provisions.
44
45 9-29.6(1) Steel Light and Signal Standards
46 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
47
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The first sentence of the last paragraph is revised to read:
2
3 Steel used for light and signal standards shall have a controlled silicon content of either
4 0.00 to 0.06 percent or 0.15 to 0.25 percent.
5
6 9-29.6(5) Foundation Hardware
7 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329".
8
9 9-29.10(1) Conventional Roadway Luminaires
10 This section is revised to read:
11
12 All conventional roadway luminaires shall meet 3G vibration requirements as described
13 in ANSI C136.31.
14
15 All luminaires shall have housings fabricated from aluminum. The housing shall be
16 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise
17 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test
18 as specified in ASTM B117.
19
20 Each housing shall include a four bolt slip -fitter mount capable of accepting a nominal 2"
21 tenon and adjustable within +1- 5 degrees of the axis of the tenon. The clamping
22 bracket(s) and the cap screws shall not bottom out on the housing bosses when
23 adjusted within the +1- 5 degree range. No part of the slipfitter mounting brackets on the
24 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws
25 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall
26 include leveling reference points for both transverse and longitudinal adjustment.
27
28 All luminaires shall include shorting caps when shipped. The caps shall be removed and
29 provided to the Contracting Agency when an alternate control device is required to be
30 installed in the photocell socket. House side shields shall be included when required by
31 the Contract. Order codes shall be modified to the minimum extent necessary to include
32 the option for house side shields.
33
34 This section is supplemented with the following new subsections:
35
36 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires
37 HPS conventional roadway luminaires shall meet the following requirements:
38
39 1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff
40 optics.
41
42 2. Light pattern distribution shall be IES Type III.
43
44 3. The reflector of all luminaires shall be of a snap -in design or secured with
45 screws. The reflector shall be polished aluminum or prismatic borosilicate
46 glass.
47
48 4. Flat lenses shall be formed from heat resistant, high -impact, molded
49 borosilicate or tempered glass.
50
51 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to
52 the luminaire and secured in the closed position to the luminaire by means of
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1 an automatic latch. The lens and doorframe assembly, when closed, shall
2 exert pressure against a gasket seat. The lens shall not allow any light output
3 above 90 degrees nadir. Gaskets shall be composed of material capable of
4 withstanding the temperatures involved and shall be securely held in place.
5
6 6. The ballast shall be mounted on a separate exterior door, which shall be
7 hinged to the luminaire and secured in the closed position to the luminaire
8 housing by means of an automatic type of latch (a combination hex/slot
9 stainless steel screw fastener may supplement the automatic -type latch).
10
11 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt
12 lamp complete and associated ballast. Lamps shall mount horizontally.
13
14 9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires
15 LED Conventional Roadway Luminaires are divided into classes based on their
16 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W,
17 310W, and 400W. LED luminaires are required to be pre -approved in order to verify
18 their photometric output. To be considered for pre -approval, LED luminaires must meet
19 the requirements of this section.
20
21 LED luminaires shall include a removable access door, with tool -less entry, for access
22 to electronic components and the terminal block. The access door shall be removable,
23 but include positive retention such that it can hang freely without disconnecting from the
24 luminaire housing. LED drivers may be mounted either to the interior of the luminaire
25 housing or to the removable door itself.
26
27 LED drivers shall be removable for user replacement. All internal modular components
28
29 shall be connected by means of mechanical plug and socket type quick disconnects.
Wire nuts may not be used for any purpose. All external electrical connections to the
30 luminaire shall be made through the terminal block.
31
32 LED luminaires shall include a 7 -pin NEMA photocell receptacle. The LED driver(s)
33 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color
34 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI)
35 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees
36 Celsius.
1
1
1
1
1
1
1
1
1
37
38
39
40
41
42
43
44
45
46
47
LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages
refer to the supply voltages to the luminaires present in the field. LED power usage shall
not exceed the following maximum values for the applicable wattage class:
Class
Max. Wattage
200W
110W
250W
165W
310W
210W
400W
275W
Only one brand of LED conventional roadway luminaire may be used on a Contract.
They do not necessarily have to be the same brand as any high -mast, underdeck, or
wall -mount luminaires when those types of luminaires are specified in the Contract.
LED luminaires shall include a standard 10 year manufacturer warranty.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The list of pre -approved LED Conventional Roadway Luminaires is available at
2 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm.
3
4 9-29.10(2) Decorative Luminaires
5 This section, including title, is revised to read:
6
7 9-29.10(2) Vacant
8
9 9-29.12 Electrical Splice Materials
10 This section is supplemented with the following new subsections:
11
12 9-29.12(3) Splice Enclosures
13 9-29.12(3)A Heat Shrink Splice Enclosure
14 Heat shrink splice enclosures shall be medium or heavy wall cross-linked
15 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic
16 adhesive sealant. Heat shrink splices used for "wye" connections require rubber
17 electrical mastic tape.
18
19 9-29.12(3)B Molded Splice Enclosure
20 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The
21 material used shall be compatible with the insulation material of the insulated
22 conductor or cable. The component materials of the resin insulation shall be
23 packaged ready for convenient mixing without removing from the package.
24
25 9-29.12(4) Re -Enterable Splice Enclosure
26 Re -enterable splice enclosures shall use either dielectric grease or a flexible resin
27 contained in a two-piece plastic mold. The mold shall either snap together or use
28 stainless steel hose clamps.
29
30 9-29.12(5) Vinyl Electrical Tape for Splices
31 Vinyl electrical tape in splicing applications shall meet the requirements of MIL -I-
32 24391C.
33
34 9-29.12(1) Illumination Circuit Splices
35 This section is revised to read:
36
37 Underground illumination circuit splices shall be solderless crimped connections
38 capable of securely joining the wires, both mechanically and electrically, as defined in
39 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or
40 split bolt vice -type connectors.
41
42 9-29.12(1)A Heat Shrink Splice Enclosure
43 This section is deleted in its entirety.
44
45 9-29.12(1)B Molded Splice Enclosure
46 This section is deleted in its entirety.
47
48 9-29.12(2) Traffic Signal Splice Material
49 This section is revised to read:
50
51 Induction loop splices and magnetometer splices shall use an uninsulated barrel -type
52 crimped connector capable of being soldered.
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
2 9-29.16(2)E Painting Signal Heads
3 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595".
4
5 9-29.17 Signal Head Mounting Brackets and Fittings
6 In the first paragraph, item number 2 under Stainless Steel is revised to read:
7
8 2. Bands or cables for Type N mount.
9
10 9-29.20 Pedestrian Signals
11 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS
12 Standard 595".
13
14 9-34.AP9
15 Section 9-34, Pavement Marking Material
16 January 2, 2018
17
18
19
20 9-34.2(5) Low VOC Waterborne Paint
21 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2".
22
23
24
25
26
27
28
29
30
31
32
9-34.2(2) Color
Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595".
33
The heading "High -Build Waterborne Paint" is supplemented with "Type 4".
The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5".
In the row beginning with "°@90°F", each minimum value is revised to read "60".
In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is
revised to read "3".
The last four rows are replaced with the following:
Vehicle Composition
ASTM D
2621
100% acrylic emulsion
100% cross-linking
acrylic4
100% acrylic emulsion
Freeze -Thaw
Stability, KU
ASTM D
2243 and D
562
@ 5 cycles show no
coagulation or change
in viscosity greater
than ±10 KU
@ 5 cycles show no
coagulation or change
in viscosity greater
than ±10 KU
@ 3 cycles show no
coagulation or change
in viscosity greater
than ±10 KU
Heat Stability
ASTM D 5622
± 10 KU from the initial
viscosity
± 10 KU from the initial
viscosity
± 10 KU from the initial
Viscosity
Low Temperature
Film Formation
ASTM D
28053
No Cracks*
No Cracks
Cold Flexibility5
ASTM D522
Pass at 0.5 in mandrel*
Test Deck Durability6
ASTM D913
Z70% paint retention in
wheel track*
Mud Cracking ,
(See note 7)
No Cracks
No Cracks
34
35 After the preceding Amendments are applied, the following new column is inserted after the
36
37
"Standard Waterborne Paint Type 1 and 2" column:
Semi -Durable Waterborne Paint Type 3
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
White
Yellow
Min.
Max.
Min. Max.
Within ± 0.3 of qualification sample
80
95
80
95
60
60
77
77
65
65
43
43
1.25
1.25
3
3
0.98
0.96
88
50
100°
100°
9.5
9.5
10
10
100°% acrylic emulsion
@ 5 cycles show no coagulation or
change in viscosity greater than ± 10 KU
± 10 KU from the initial viscosity
No Cracks
Pass at 0.25 in mandrel
>_70% paint retention in wheel track
No Cracks
1
2 The footnotes are supplemented with the following:
3
4 4Cross-linking acrylic shall meet the requirements of federal specification TT -P -1952F
5 Section 3.1.1.
6
7 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness
8 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F) for 24
9 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall
10 be put in a 40°F refrigerator when the paint is drawn down After 24 hours, the
11 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel
12 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and
13 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must
14 show no evidence of cracking, chipping or flaking when bent 180 degrees over a
15 mandrel bar of specified diameter.
16
17 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a
18 minimum of six months with the following additional requirements: it shall be applied at
19 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000
20 ADT and which was applied during the months of September through November.
21
22 'Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with
23 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH
24 and 72±5 °F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks.
25
26 9-34.3 Plastic
27 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE
28 AMS Standard 595".
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
1
2 9-34.3(2) Type B — Pre -Formed Fused Thermoplastic
3 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE
4 AMS Standard 595".
5
6 9-34.7(1) Requirements
7 The first paragraph is revised to read:
8
9 Field performance evaluation is required for low VOC solvent -based paint per Section 9-
10 34.2(4), Type A — liquid hot applied thermoplastic per Section 9-34.3(1), Type B —
11 preformed fused thermoplastic per Section 9-34.3(2), Type C — cold applied preformed
12 tape per Section 9-34.3(3), and Type D — liquid applied methyl methacrylate per Section
13 9-34.3(4).
14
15 The last paragraph is deleted.
16
17 9-34.7(1)C Auto No -Track Time
18 The first paragraph is revised to read:
19
20 Auto No -Track Time will only be required for low VOC solvent -based paint in
21 accordance with Section 9-34.2(4).
22
23 The second and third sentences of the second paragraph are deleted.
24
AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK
Revised: 1/11/18
SPECIAL PROVISIONS
1 INTRODUCTION TO THE SPECIAL PROVISIONS
2
3 (August 14, 2013 APWA GSP)
4
5 The work on this project shall be accomplished in accordance with the Standard
6 Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the
7 Washington State Department of Transportation (WSDOT) and the American Public Works
8 Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The
9 Standard Specifications, as modified or supplemented by the Amendments to the Standard
10 Specifications and these Special Provisions, all of which are made a part of the Contract
11 Documents, shall govern all of the Work.
12
13 These Special Provisions are made up of both General Special Provisions (GSPs) from
14 various sources, which may have project -specific fill-ins; and project -specific Special
15 Provisions. Each Provision either supplements, modifies, or replaces the comparable
16 Standard Specification, or is a new Provision. The deletion, amendment, alteration, or
17 addition to any subsection or portion of the Standard Specifications is meant to pertain only
18 to that particular portion of the section, and in no way should it be interpreted that the
19 balance of the section does not apply.
20
21 The project -specific Special Provisions are not labeled as such. The GSPs are labeled
22 under the headers of each GSP, with the effective date of the GSP and its source. For
23 example:
24
25 (March 8, 2013 APWA GSP)
26 (April 1, 2013 WSDOT GSP)
27 (May 1, 2013 $$2$$ GSP)
28
29 Also incorporated into the Contract Documents by reference are:
30 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently
31 adopted edition, with Washington State modifications, if any
32 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA,
33 current edition
34 • King County Road Standards, current edition
35 • City of Federal Way Public Works Development Standards, current edition
36 • King County Surface Water Design Manual as adopted by the City of Federal Way
37
38 Contractor shall obtain copies of these publications, at Contractor's own expense.
39
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
1
RFB # 18-002
1 Division 1
2 General Requirements
3
4 DESCRIPTION OF WORK
5
6 (March 13, 1995)
7 This Contract provides for the improvement of *** repairing a settled earthen berm of a
8 stormwater facility in Lakota Park, replacing a section of the outlet pipe of the facility, *** and
9 other work, all in accordance with the attached Contract Plans, these Contract Provisions,
10 and the Standard Specifications.
11
12 1-01.3 Definitions
13 (******)
14
15 Delete the heading Completion Dates and the three paragraphs that follow it, and replace
16 them with the following:
17
18 Dates
19 Bid Opening Date
20 The date on which the Contracting Agency publicly opens and reads the Bids.
21 Award Date
22 The date of the formal decision of the Contracting Agency to accept the lowest
23 responsible and responsive Bidder for the Work.
24 Contract Execution Date
25 The date the Contracting Agency officially binds the Agency to the Contract.
26 Notice to Proceed Date
27 The date stated in the Notice to Proceed.
28 Substantial Completion Date
29 The day the Engineer determines the Contracting Agency has full and unrestricted
30 use and benefit of the facilities, both from the operational and safety standpoint, any
31 remaining traffic disruptions will be rare and brief, and only minor incidental work,
32 replacement of temporary substitute facilities, plant establishment periods, or
33 correction or repair remains for the Physical Completion of the total Contract.
34 Physical Completion Date
35 The day all of the Work is physically completed on the project. All documentation
36 required by the Contract and required by law does not necessarily need to be
37 furnished by the Contractor by this date.
38 Completion Date
39 The day all the Work specified in the Contract is completed and all the obligations of
40 the Contractor under the contract are fulfilled by the Contractor. All documentation
41 required by the Contract and required by law must be furnished by the Contractor
42 before establishment of this date.
43 Final Acceptance Date
44 The date on which the City of Federal Way Council accepts the Work as complete.
45
46 Delete the second paragraph under heading Contract and replace it with the following:
47
48 The Contract includes all Contract Documents defined in the Public Works Contract for
49 the Project which is included in the Request for Bid as Attachment J.
50
51 Supplement this Section with the following:
52
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
2
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 All references in the Standard Specifications, Amendments, or WSDOT General Special
2 Provisions, to the terms "Department of Transportation", "Washington State
3 Transportation Commission", "Commission", "Secretary of Transportation", "Secretary",
4 "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency".
5
6 All references to the terms "State" or "state" shall be revised to read "Contracting
7 Agency" unless the reference is to an administrative agency of the State of Washington,
8 a State statute or regulation, or the context reasonably indicates otherwise.
9
10 All references to "State Materials Laboratory" shall be revised to read "Contracting
11 Agency designated location".
12
13 All references to "final contract voucher certification" shall be interpreted to mean the
14 Contracting Agency form(s) by which final payment is authorized.
15
16 Additive
17 A supplemental unit of work or group of bid items, identified separately in the Bid
18 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition
19 to the base bid.
20
21 Alternate
22 One of two or more units of work or groups of bid items, identified separately in the Bid
23 Proposal, from which the Contracting Agency may make a choice between different
24 methods or material of construction for performing the same work.
25
26 Business Day
27 A business day is any day from Monday through Friday except holidays as listed in
28 Section 1-08.5.
29
30 Contract Bond
31 The definition in the Standard Specifications for "Contract Bond" applies to whatever
32 bond form(s) are required by the Contract Documents, which may be a combination of a
33 Payment Bond and a Performance Bond.
34
35 Contract Documents
36 See definition for "Contract".
37
38 Contract Time
39 The period of time established by the terms and conditions of the Contract within which
40 the Work must be physically completed.
41
42 Notice of Award
43 The written notice from the Contracting Agency to the successful Bidder signifying the
44 Contracting Agency's acceptance of the Bid Proposal.
45
46 Notice to Proceed
47 The written notice from the Contracting Agency or Engineer to the Contractor authorizing
48 and directing the Contractor to proceed with the Work and establishing the date on which
49 the Contract time begins.
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
3
RFB # 18-002
2
3
45
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
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
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed
Request for Bids (Advertisement for Bids) for the work.
After award of the contract, plans and specifications will be issued to
cost as detailed below:
can be found in the
the Contractor at no
To Prime Contractor
No. of Sets
Basis of Distribution
Reduced plans (11" x 17")
5
Furnished automatically
upon award.
Contract Provisions
5
Furnished automatically
upon award.
Large plans (e.g., 22" x
34")
5
Furnished automatically
upon award.
27
28 Additional plans and Contract Provisions may be obtained by the Contractor from the
29 source stated in the Request for Bids, at the Contractor's own expense.
30
31 1-02.4 Examination of Plans, Specifications and Site of Work
32
33 1-02.4(1) General
34 Section 1-02.4(1) is supplemented with the following:
35
36
37
38
39
40
(******)
The Contracting Agency has included a partially filled in Washington State
Department of Ecology (Ecology) Transfer of Coverage (Ecology form ECY 020-
87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid
Documents. As a condition of execution of Contract, the Contractor is required to
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
4
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 complete sections I, III, and VIII of the Transfer of Coverage and return the form to
2 the Contracting Agency.
3
4 The Contracting Agency is responsible for compliance with the CSWGP until the
5 end of day that the Contract is executed. Beginning on the day after the Contract is
6 executed the Contractor shall assume complete legal responsibility for compliance
7 with the CSWGP and full implementation of all conditions of the CSWGP as they
8 apply to the contract Work.
9
10 1-02.4(2) Subsurface Information
11 Section 1-02.4(2) is supplemented with the following:
12
13
14 Soil boring log data, soil sample test data, groundwater monitoring data, and
15 geotechnical recommendations reports are included in the Appendix D..
16
17 Contractor's attention is drawn to the fact that groundwater level is relatively high in the
18 vicinity of the project site and wetland deposit was found in the area only a few feet below
19 surface.
20
21 1-02.6 Preparation of Proposal
22
23 (August 2, 2004)
24 The fifth and sixth paragraphs of Section 1-02.6 are deleted.
25
26 . 1-02.9 Delivery of Proposal
27 (July 31, 2017 APWA GSP, Option A)
28
29 Delete this section and replace it with the following:
30
31 Each Proposal shall be submitted in a sealed envelope, with the Project Name and
32 Project Number as stated in the CaII for Bids clearly marked on the outside of the
33 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and
34 delivery.
35
36 If the project has FHWA funding and requires UDBE Written Confirmation Document(s)
37 or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder
38 shall submit Written Confirmation Documentation from each UDBE firm listed on the
39 Bidder's completed UDBE Utilization Certification, form 272-056U, as required by
40 Section 1-02.6. The UDBE Written Confirmation Document(s) and/or GFE (if any) shall
41 be received either with the Bid Proposal or as a Supplement to the Bid. The
42 document(s) shall be received no later than 24 hours (not including Saturdays,
43 Sundays and Holidays) after the time for delivery of the Bid Proposal.
44
45 The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance
46 with Wage Payment Statutes" document where the Bidder under penalty of perjury
47 verifies that the Bidder is in compliance with responsible bidder criteria in RCW
48 39.04.350 subsection (1) (g), as required per Section 1-02.14. The "Certification of
49 Compliance with Wage Payment Statutes" document shall be received either with the
50 Bid Proposal or no later than 24 hours (not including Saturdays, Sundays and
51 Holidays) after the time for delivery of the Bid Proposal.
52
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
5
RFB # 18-002
1 If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed
2 envelope labeled the same as for the Proposal, with "Supplemental Information" added.
3 All other information required to be submitted with the Bid Proposal must be submitted
4 with the Bid Proposal itself, at the time stated in the Call for Bids.
5
6 The Contracting Agency will not open or consider any Bid Proposal that is received after
7 the time specified in the Call for Bids for receipt of Bid Proposals, or received in a
8 location other than that specified in the Call for Bids. The Contracting Agency will not
9 open or consider any "Supplemental Information" (UDBE confirmations, GFE
10 documentation, or Certification of Compliance with Wage Payment Statutes) that is
11 received after the time specified above, or received in a location other than that specified
12 in the Call for Bids.
13
14 1-02.13 Irregular Proposals
15 (June 20, 2017 APWA GSP)
16
17 Delete this section and replace it with the following:
18
19 1. A Proposal will be considered irregular and will be rejected if:
20 a. The Bidder is not prequalified when so required;
21 b. The authorized Proposal form furnished by the Contracting Agency is not
22 used or is altered;
23 c. The completed Proposal form contains any unauthorized additions, deletions,
24 alternate Bids, or conditions;
25 d. The Bidder adds provisions reserving the right to reject or accept the award,
26 or enter into the Contract;
27 e. A price per unit cannot be determined from the Bid Proposal;
28 f. The Proposal form is not properly executed;
29 g. The Bidder fails to submit or properly complete a Subcontractor list, if
30 applicable, as required in Section 1-02.6;
31 h. The Bidder fails to submit or properly complete an Underutilized
32 Disadvantaged Business Enterprise Certification, if applicable, as required in
33 Section 1-02.6;
34 i. The Bidder fails to submit written confirmation from each UDBE firm listed on
35 the Bidder's completed UDBE Utilization Certification that they are in
36 agreement with the bidder's UDBE participation commitment, if applicable, as
37 required in Section 1-02.6, or if the written confirmation that is submitted fails
38 to meet the requirements of the Special Provisions;
39 j The Bidder fails to submit UDBE Good Faith Effort documentation, if
40 applicable, as required in Section 1-02.6, or if the documentation that is
41 submitted fails to demonstrate that a Good Faith Effort to meet the Condition
42 of Award was made;
43 k. The Bid Proposal does not constitute a definite and unqualified offer to meet
44 the material terms of the Bid invitation; or
45 i. More than one Proposal is submitted for the same project from a Bidder
46 under the same or different names.
47
48 2. A Proposal may be considered irregular and may be rejected if:
49 a. The Proposal does not include a unit price for every Bid item;
50 b. Any of the unit prices are excessively unbalanced (either above or below the
51 amount of a reasonable Bid) to the potential detriment of the Contracting
52 Agency;
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
6
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 c. Receipt of Addenda is not acknowledged;
2 d. A member of a joint venture or partnership and the joint venture or
3 partnership submit Proposals for the same project (in such an instance, both
4 Bids may be rejected); or
5 e. If Proposal form entries are not made in ink.
6
7 1-02.14 Disqualification of Bidders
8 (July 31, 2017 APWA GSP, Option A)
9
10 Delete this section and replace it with the following:
11
12 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory
13 bidder responsibility criteria in RCW 39.04.350(1), as amended.
14
15 The Contracting Agency will verify that the Bidder meets the mandatory bidder
16 responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the
17 Contracting Agency reserves the right to request documentation as needed from the
18 Bidder and third parties concerning the Bidder's compliance with the mandatory bidder
19 responsibility criteria.
20
21 The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance
22 with Wage Payment Statutes", document where the Bidder under penalty of perjury
23 verifies that the Bidder is in compliance with responsible bidder criteria in RCW
24 39.04.350 subsection (1)(g). A form appropriate for "Certification of Compliance with
25 Wage Payment Statutes" will be provided by the Contracting Agency in the Bid
26 Documents. The form provided in the Bid Documents shall be submitted with the Bid as
27 stated in Section 1-02.9.
28
29 If the Contracting Agency determines the Bidder does not meet the mandatory bidder
30 responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the
31 Contracting Agency shall notify the Bidder in writing, with the reasons for its
32 determination. If the Bidder disagrees with this determination, it may appeal the
33 determination within two (2) business days of the Contracting Agency's determination by
34 presenting its appeal and any additional information to the Contracting Agency. The
35 Contracting Agency will consider the appeal and any additional information before
36 issuing its final determination. If the final determination affirms that the Bidder is not
37 responsible, the Contracting Agency will not execute a contract with any other Bidder
38 until at least two business days after the Bidder determined to be not responsible has
39 received the Contracting Agency's final determination.
40
41 1-03.3 Execution of Contract
42 The first paragraph of Section 1-03.3 is supplemented with the following:
43
44 (January 5, 2015)
45 The Contract will not be executed until the Contractor completes sections I, III, and VIII
46 of the Transfer of Coverage for the Construction Stormwater General Permit and returns
47 the form to the Contracting Agency.
48
49 1-03.5 Failure to Execute Contract
50 Section 1-03.5 is supplemented with the following:
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
7
RFB # 18-002
1
2 (January 5, 2015)
3 Failure to return the completed Transfer of Coverage for the Construction Stormwater
4 General Permit to the Contracting Agency shall result in forfeiture of the proposal bond
5 or deposit of this Bidder.
6
7 1-03.7 Judicial Review
8 (July 23, 2015 APWA GSP)
9
10 Revise this section to read:
11
12 Any decision made by the Contracting Agency regarding the Award and execution of the
13 Contract or Bid rejection shall be conclusive subject to the scope of judicial review
14 permitted under Washington Law. Such review, if any, shall be timely filed in the
15 Superior Court of the county where the Contracting Agency headquarters is located,
16 provided that where an action is asserted against a county, RCW 36.01.05 shall control
17 venue and jurisdiction.
18
19 1-04 Scope of the Work
20
21 1-04.1(2) Bid Items Not Included in the Proposal
22 Delete Sectionl-04.1(2) and replace it with the following:
23
24 (******)
25 Payment will be made only for the specific bid items listed in the Bid Schedule. No
26 separate or additional measurement or payment will be made for any and all other work
27 and materials necessary to complete the project. All work and materials not specifically
28 included in the bid items listed in the Bid Schedule shall be considered to be included in
29 the various unit prices or lump sum bid prices.
30
31 1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
32 Specifications, and Addenda
33 Revise the first and second paragraph to read:
34
35 (******)
36 The documents embodying the legally binding obligations between the City and the
37 Contractor for completion of the work consist of the following: The City's Request for
38 Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and
39 Conditions, Bid Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List,
40 Combined Affidavit and Certification Form, Contractor's Compliance Statement,
41 Contractor Certification Wage Law Compliance — Responsibility Criteria, Lakota Park
42 Stormwater Facility Repair Project Contract including all exhibits, Addenda and Change
43 Orders, the Lakota Park Stormwater Facility Repair Project Special Provisions, contract
44 plans, applicable Amendments to the WSDOT Standard Specifications, Standard Plans
45 and Details, Prevailing Wage Rates and Benefit Code Key, Permit and Agency
46 Approvals, 2018 WSDOT / APWA Standard Specifications for Road, Bridge and
47 Municipal Construction ("Standard Specifications"), and all other Appendices attached
48 hereto and incorporated by this reference,. The contract documents are intended to be
49 complementary so that what is required by any one of them shall be as binding as if
50 called for by all of them. The Contractor shall provide any Work or materials clearly
51 implied in the Contract even if the Contract does not mention it specifically.
52
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
8
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Any inconsistency in the parts of the contract shall be resolved by following this order of
2 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
3 1. Change Order or Written Construction Change Directive (if any),
4 2. Addenda (if any),
5 3. Instructions to Bidders, General Contractual Terms and Conditions including
6 Attachments A through I, and Public Work Contract with Exhibits A -H,
7 4. Special Provisions,
8 5. Contract Plans,
9 6. Amendments to the Standard Specifications,
10 7. Standard Specifications,
11 8. Contracting Agency's Standard Plans or Details (if any), and
12 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
13
14 1-04.6 Variation in Estimated Quantities
15 (May 25, 2006 APWA GSP; may not be used on FHWA-funded projects)
16
17 Supplement this section with the following:
18
19 The quantities for Utility Potholing, Quarry Spalls, Red Cinder, Gravel Borrow, and
20 Unsuitable Foundation Excavation Incl. Haul & Disp. have been entered into the
21 Proposal only to provide a common proposal for bidders. Actual quantities will be
22 determined in the field as the work progresses, and will be paid at the original bid price,
23 regardless of final quantity. These bid items shall not be subject to the provisions of 1-
24 04.6 of the Standard Specifications.
25
26 1-04.7 Differing Site Conditions (Changed Conditions)
27 Supplement this section with the following:
28
29
30 The Contractor shall be deemed to have waived any and all claim for additional time or
31 claim for extra compensation for additional work and material required because of the
32 alleged changed conditions if the Contactor disturbs the condition before the Engineer has
33 indicated to the Contractor that he has completed his field evaluation of the situation.
34 Changed conditions as a result of any negligence or inattention on the part of the
35 Contractor or his subcontractors shall not be considered eligible for extra payment.
36
37 1-05 Control of Work
38
39 1-05.4 Conformity With And Deviations From Plans And Stakes
40 Section 1-05.4 is supplemented with the following:
41
42
43 Contractor Surveying
44 Primary survey control data provided by the Contracting Agency is indicated on the
45 Plans. Copies of the Contracting Agency -provided primary survey control data are
46 available for the bidder's inspection at the office of the Project Engineer.
47
48 The Contractor shall be responsible for all project surveying, including but not limited to
49 setting, maintaining, and resetting staking of all alignments, slopes, and grades
50 necessary for the construction of the project, and survey calculations (including
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
9
RFB # 18-002
1 reviewing and verifying the survey control data to be furnished by the Contracting
2 Agency).
3
4 The Contractor shall inform the Engineer when monuments are discovered that were
5 not identified in the Plans and construction activity may disturb or damage the
6 monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected
7 throughout the length of the project or be replaced at the Contractors expense.
8
9 Detailed survey records shall be maintained, including a description of the work
10 performed on each shift, the methods utilized, and the control points used. The record
11 shall be adequate to allow the survey to be reproduced. A copy of each day's record
12 shall be provided to the Engineer within three working days after the end of the shift.
13
14 The meaning of words and terms used in this provision shall be as listed in "Definitions
15 of Surveying and Associated Terms" current edition, published by the American
16 Congress on Surveying and Mapping and the American Society of Civil Engineers.
17
18 The survey work shall include but not be limited to the following, when applicable:
19
20 1. Verify the primary horizontal and vertical control furnished by the Contracting
21 Agency, and expand the primary survey control to provide additional points as
22 needed to allow construction of the project. Provide descriptions of secondary
23 control to the Contracting Agency. The description shall include coordinates
24 and elevations of all secondary control points.
25
26 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks
27 on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs)
28 and at points on the alignments spaced no further than 50 feet.
29
30 3. Establish clearing limits and proposed berm toe, placing stakes at all angle
31 points and at intermediate points not more than 50 feet apart.
32
33 4. Establish grading limits, placing slope stakes along slopes at increments not
34 more than 50 feet apart, and at all control points as shown in the Plans.
35 Establish offset reference to all slope stakes. If Global Positioning Satellite
36 (GPS) Machine Controls are used to provide grade control, then slope stakes
37 may be omitted at the discretion of the Contractor
38
39 5. Establish the horizontal and vertical location of all drainage features, placing
40 offset stakes to all drainage structures and pipes at a horizontal interval not
41 greater than 25 feet.
42
43 6. Establish berm top elevations by placing stakes at the top of subgrade and at
44 the top of each course of surfacing. Subgrade and surfacing stakes shall be
45 set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet
46 in curve sections with a radius less than 300 feet, and at 10 -foot intervals in
47 intersection radii with a radius less than 10 feet. Transversely, stakes shall be
48 placed at all locations where the roadway slope changes and at additional
49 points such that the transverse spacing of stakes is not more than 12 feet. If
50 GPS Machine Controls are used to provide grade control, then roadbed and
51 surfacing stakes may be omitted at the discretion of the Contractor.
52
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
10
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 7. Establish intermediate elevation benchmarks as needed to check work
2 throughout the project.
3
4 8. Survey both upstream and downstream invert elevations of the existing 18"
5 diameter pipe that will be replaced by the project. Survey actual length of this
6 pipe. Calculate pipe slope using this surveyed invert elevations and length.
7
8 9. For all other types of construction included in this provision, provide staking
9 and layout as necessary to adequately locate, construct, and check the
10 specific construction activity.
11
12 The Contractor shall provide the Contracting Agency copies of any calculations and
13 staking data when requested by the Engineer.
14
15 To facilitate the establishment of these lines and elevations, the Contracting Agency will
16 provide the Contractor with primary survey control information consisting of descriptions
17 of control points used for the horizontal and vertical control, as well as the vertical
18 datum utilized by the project.
19
20 The Contractor shall ensure a surveying accuracy within the following tolerances:
21 Vertical Horizontal
22 Slope stakes ±0.10 feet ±0.10 feet
23 Subgrade grade stakes set
24 0.04 feet below grade ±0.01 feet ±0.5 feet
25 (parallel to alignment)
26 ±0.1 feet
27 (normal to alignment)
28
29 Stationing N/A ±0.1 feet
30 Alignment N/A ±0.1 feet
31 Surfacing grade stakes ±0.01 feet ±0.5 feet
32 (parallel to alignment)
33 ±0.1 feet
34 (normal to alignment)
35
36 Storm structure rim and
37 pipe invert ±0.01 feet
38
39 The Contracting Agency may spot-check the Contractor's surveying. These spot -
40 checks will not change the requirements for normal checking by the Contractor.
41
42 Contract work to be performed using contractor -provided stakes shall not begin until the
43 stakes are approved by the Contracting Agency. Such approval shall not relieve the
44 Contractor of responsibility for the accuracy of the stakes.
45
46 Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
47 needed that are not described in the Plans, then those stakes shall be marked, at no
48 additional cost to the Contracting Agency as ordered by the Engineer.
49
50 Payment
51 Payment will be made in accordance with Section 1-04.1 for the following bid item when
52 included in the proposal:
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
11
RFB # 18-002
1
2 "Contractor Surveying", lump sum.
3 The lump sum contract price for "Contractor Surveying" shall be full pay for all labor,
4 equipment, materials, and supervision utilized to perform the Work specified, including
5 any resurveying, checking, correction of errors, replacement of missing or damaged
6 stakes, and coordination efforts.
7
8 1-05.5 Record Drawing and As -Built Survey
9 Add this new section 1-05.5 with the following:
10
11 (******)
12 Record Drawing
13 The Contractor shall maintain one set of full size plans for Record Drawings, updated with
14 clear and accurate red -lined field revisions on a daily basis, and within one working day after
15 receipt of information that a change in Work has occurred. The Contractor shall not conceal
16 any work until the required information is recorded.
17
18 This Record Drawing set shall be used for this purpose alone, shall be kept separate from
19 other Plan sheets, and shall be clearly marked as Record Drawings. These Record
20 Drawings shall be kept on site at the Contractor's field office, and shall be available for
21 review by the Contracting Agency at all times. The Contractor shall bring the Record
22 Drawings to each weekly progress meeting for review.
23
24 The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a
25 single, experienced, and qualified individual. The quality of the Record Drawings, in terms of
26 accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to
27 modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of
28 Record Drawings for the Contracting Agency without further investigative effort by the
29 Contracting Agency.
30
31 The Record Drawing markups shall document all changes in the Work, both concealed and
32 visible. Record at least the following on the Record Drawings:
33 • Actual dimensions, arrangement, and materials used when different than shown on
34 the Plans.
35 • Changes made by Change Order or Field Order.
36 • Changes made by the Contractor.
37 • Pothole information gathered by the Contractor.
38 • Existing utility information not included in the Contract Plans, or that differs from the
39 Contract Plans.
40
41 Making Entries on the Record Drawings:
42
43 • Use erasable colored pencil (not ink) for all markings on the Record Drawings,
44 conforming to the following color code:
45 • Additions - Red
46 • Deletions Green
47 • Comments - Blue
48 • Dimensions Graphite
49 • Provide the applicable reference for all entries, such as the change order number, the
50 request for information (RFI) number, or the approved shop drawing number.
51 • Date all entries.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
12
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 • Clearly identify all items in the entry with notes similar to those in the Contract
2 Drawings (such as pipe symbols, centerline elevations, materials, pipe joint
3 abbreviations, etc.).
4
5 Record Drawings shall be provided to the Contracting Agency prior to Physical Completion.
6
7 As -Built Survey
8 After construction has been completed the Contractor shall perform an as -built survey and
9 provide the information in (1) full-size paper copy, a TIF format file of each plan sheet,
10 including any "add" sheets, and an AutoCAD file in 2017 or prior version to the Engineer.
11 This as -built survey shall survey the following:
12
13 • All storm drainage structures installed, modified or left in place: rim elevation, sump
14 elevations, type, size, lid type (solid cover or grate, standard or heavy duty), and lid
15 shape.
16 • Storm pipes: invert elevations, length, diameter, and material type.
17 • Berm top elevations for the entire berm length spaced no more than 20 feet apart.
18 • All the requirements for Record Drawings or "as -built" drawings listed in the various
19 sections of the Contract Documents, shall also be followed.
20
21 The Contractor shall perform all of the necessary calculations for the contracted survey work
22 and shall provide copies of these calculations to the Contracting Agency. Electronic files of
23 all survey data shall be provided and in a format acceptable to the Contracting Agency.
24
25 All survey work performed by the Contractor shall conform to all applicable sections of the
26 Revised Code of Washington and the Washington Administrative Code. Surveying shall be
27 performed under the supervision of a Professional Land Surveyor (PLS) registered in the
28 State of Washington. The final as -built survey drawing shall bear the professional surveyors
29 seal and signature certifying its accuracy
30
31 The same surveying accuracy tolerances described in Section 1-05.4 of this Special
32 Provisions shall apply.
33
34 The Contractor shall provide all traffic control, signing, and temporary traffic control devices
35 in order to provide a safe work zone.
36
37 As -built survey results shall be provided to the Contracting Agency prior to Physical
38 Completion.
39
40 Payment
41 Payment will be made in accordance with Section 1-04.1 for the following bid item when
42 included in the proposal:
43
44 "Record Drawing and As -built Survey", lump sum.
45
46 The lump sum contract price for "Record Drawing and As -built Survey" shall be full pay for all
47 labor, equipment, materials, and supervision utilized to perform the Work specified in this
48 section, including any resurveying, checking, correction of errors, replacement of missing or
49 damaged stakes, coordination efforts, and traffic control necessary to perform the Work.
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
13
RFB # 18-002
1 1-05.7 Removal of Defective and Unauthorized Work
2 (October 1, 2005 APWA GSP)
3
4 Supplement this section with the following:
5
6 If the Contractor fails to remedy defective or unauthorized work within the time specified
7 in a written notice from the Engineer, or fails to perform any part of the work required by
8 the Contract Documents, the Engineer may correct and remedy such work as may be
9 identified in the written notice, with Contracting Agency forces or by such other means as
10 the Contracting Agency may deem necessary.
11
12 If the Contractor fails to comply with a written order to remedy what the Engineer
13 determines to be an emergency situation, the Engineer may have the defective and
14 unauthorized work corrected immediately, have the rejected work removed and replaced,
15 or have work the Contractor refuses to perform completed by using Contracting Agency
16 or other forces. An emergency situation is any situation when, in the opinion of the
17 Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk
18 of loss or damage to the public.
19
20 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
21 remedying defective or unauthorized work, or work the Contractor failed or refused to
22 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
23 monies due, or to become due, the Contractor. Such direct and indirect costs shall
24 include in particular, but without limitation, compensation for additional professional
25 services required, and costs for repair and replacement of work of others destroyed or
26 damaged by correction, removal, or replacement of the Contractor's unauthorized work.
27
28 No adjustment in contract time or compensation will be allowed because of the delay in
29 the performance of the work attributable to the exercise of the Contracting Agency's
30 rights provided by this Section.
31
32 The rights exercised under the provisions of this section shall not diminish the
33 Contracting Agency's right to pursue any other avenue for additional remedy or damages
34 with respect to the Contractor's failure to perform the work as required.
35
36 1-05.11 Final Inspection
37 Delete this section and replace it with the following:
38
39 1-05.11 Final Inspections and Operational Testing
40 (October 1, 2005 APWA GSP)
41
42 1-05.11(1) Substantial Completion Date
43
44 When the Contractor considers the work to be substantially complete, the Contractor
45 shall so notify the Engineer and request the Engineer establish the Substantial
46 Completion Date. The Contractor's request shall list the specific items of work that
47 remain to be completed in order to reach physical completion. The Engineer will
48 schedule an inspection of the work with the Contractor to determine the status of
49 completion. The Engineer may also establish the Substantial Completion Date
50 unilaterally.
51
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
14
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 If, after this inspection, the Engineer concurs with the Contractor that the work is
2 substantially complete and ready for its intended use, the Engineer, by written notice to
3 the Contractor, will set the Substantial Completion Date. If, after this inspection the
4 Engineer does not consider the work substantially complete and ready for its intended
5 use, the Engineer will, by written notice, so notify the Contractor giving the reasons
6 therefor.
7
8 Upon receipt of written notice concurring in or denying substantial completion, whichever
9 is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
10 interruption, the work necessary to reach Substantial and Physical Completion. The
11 Contractor shall provide the Engineer with a revised schedule indicating when the
12 Contractor expects to reach substantial and physical completion of the work.
13
14 The above process shall be repeated until the Engineer establishes the Substantial
15 Completion Date and the Contractor considers the work physically complete and ready
16 for final inspection.
17
18 1-05.11(2) Final Inspection and Physical Completion Date
19
20 When the Contractor considers the work physically complete and ready for final
21 inspection, the Contractor by written notice, shall request the Engineer to schedule a
22 final inspection. The Engineer will set a date for final inspection. The Engineer and the
23 Contractor will then make a final inspection and the Engineer will notify the Contractor in
24 writing of all particulars in which the final inspection reveals the work incomplete or
25 unacceptable. The Contractor shall immediately take such corrective measures as are
26 necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
27 diligently, and without interruption until physical completion of the listed deficiencies. This
28 process will continue until the Engineer is satisfied the listed deficiencies have been
29 corrected.
30
31 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
32 written notice listing the deficiencies, the Engineer may, upon written notice to the
33 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
34 Section 1-05.7.
35 The Contractor will not be allowed an extension of contract time because of a delay in
36 the performance of the work attributable to the exercise of the Engineer's right
37 hereunder.
38
39 Upon correction of all deficiencies, the Engineer will notify the Contractor and the
40 Contracting Agency, in writing, of the date upon which the work was considered
41 physically complete. That date shall constitute the Physical Completion Date of the
42 contract, but shall not imply acceptance of the work or that all the obligations of the
43 Contractor under the contract have been fulfilled.
44
45 1-05.11(3) Operational Testing
46
47 It is the intent of the Contracting Agency to have at the Physical Completion Date a
48 complete and operable system. Therefore when the work involves the installation of
49 machinery or other mechanical equipment; street lighting, electrical distribution or signal
50 systems; irrigation systems; buildings; or other similar work it may be desirable for the
51 Engineer to have the Contractor operate and test the work for a period of time after final
52 inspection but prior to the physical completion date. Whenever items of work are listed in
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
15
RFB # 18-002
1 the Contract Provisions for operational testing they shall be fully tested under operating
2 conditions for the time period specified to ensure their acceptability prior to the Physical
3 Completion Date. During and following the test period, the Contractor shall correct any
4 items of workmanship, materials, or equipment which prove faulty, or that are not in first
5 class operating condition. Equipment, electrical controls, meters, or other devices and
6 equipment to be tested during this period shall be tested under the observation of the
7 Engineer, so that the Engineer may determine their suitability for the purpose for which
8 they were installed. The Physical Completion Date cannot be established until testing
9 and corrections have been completed to the satisfaction of the Engineer.
10
11 The costs for power, gas, labor, material, supplies, and everything else needed to
12 successfully complete operational testing, shall be included in the unit contract prices
13 related to the system being tested, unless specifically set forth otherwise in the proposal.
14
15 Operational and test periods, when required by the Engineer, shall not affect a
16 manufacturer's guaranties or warranties furnished under the terms of the contract.
17
18 1-05.12 Final Acceptance
19 Delete the third and fourth sentences in the first paragraph and replace it with the following:
20
21 (******)
22 Final acceptance date of the work shall be the date the Federal Way City Council accepts
23 the project as complete.
24
25 1-05.15 Method of Serving Notices
26 Section 1-05.15 is supplemented with the following:
27
28 (******)
29 Written notice to the Contractor may also be served on the Contractor by email to the email
30 address of the Contractor's representative known to the Engineer.
31
32 Add the following new section:
33
34 1-05.16 Water and Power
35 (October 1, 2005 APWA GSP)
36
37 The Contractor shall make necessary arrangements, and shall bear the costs for power and
38 water necessary for the performance of the work, unless the contract includes power and
39 water as a pay item.
40
41 1-06.1(4) Fabrication Inspection Expense
42 (June 27, 2011 AWPA GSP)
43
44 Delete this section in its entirety.
45
46 1-06.6 Recycled Materials
47 (January 4, 2016 APWA GSP)
48
49 Delete this section, including its subsections, and replace it with the following:
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
16
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The Contractor shall make their best effort to utilize recycled materials in the construction
2 of the project. Approval of such material use shall be as detailed elsewhere in the
3 Standard Specifications.
4
5 Prior to Physical Completion the Contractor shall report the quantity of recycled materials
6 that were utilized in the construction of the project for each of the items listed in Section
7 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
8 glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material
9 and aggregates from concrete returned to the supplier). The Contractor's report shall be
10 provided on DOT form 350-075 Recycled Materials Reporting.
11
12 1-07.1 Laws to be Observed
13 (October 1, 2005 APWA GSP)
14
15 Supplement this section with the following:
16
17 In cases of conflict between different safety regulations, the more stringent regulation
18 shall apply.
19
20 The Washington State Department of Labor and Industries shall be the sole and
21 paramount administrative agency responsible for the administration of the provisions of
22 the Washington Industrial Safety and Health Act of 1973 (WISHA).
23
24 The Contractor shall maintain at the project site office, or other well-known place at the
25 project site, all articles necessary for providing first aid to the injured. The Contractor
26 shall establish, publish, and make known to all employees, procedures for ensuring
27 immediate removal to a hospital, or doctor's care, persons, including employees, who
28 may have been injured on the project site. Employees should not be permitted to work
29 on the project site before the Contractor has established and made known procedures
30 for removal of injured persons to a hospital or a doctor's care.
31
32 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of
33 the Contractor's plant, appliances, and methods, and for any damage or injury resulting
34 from their failure, or improper maintenance, use, or operation. The Contractor shall be
35 solely and completely responsible for the conditions of the project site, including safety
36 for all persons and property in the performance of the work. This requirement shall apply
37 continuously, and not be limited to normal working hours. The required or implied duty of
38 the Engineer to conduct construction review of the Contractor's performance does not,
39 and shall not, be intended to include review and adequacy of the Contractor's safety
40 measures in, on, or near the project site.
41
42 Section 1-07.1 is supplemented with the following:
43
44 (******)
45 Confined Space
46 Confined spaces are known to exist at the following locations:
47
48 Catchbasins, manholes, pipes and similar facilities
49
50 The Contractor shall be fully responsible for the safety and health of all on-site workers
51 and compliant with Washington Administrative Code (WAC 296-809).
52
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
17
RFB # 18-002
1 The Contractor shall prepare and implement a confined space program for each of the
2 confined spaces identified above. The Contractors Confined Space program shall be
3 sent to the Contracting Agency at least 10 days prior to the Contractor beginning work in
4 or adjacent to the confined space. No work shall be performed in or adjacent to the
5 confined space until the plan is submitted to the Engineer as required. The Contractor
6 shall communicate with the Project Engineer to ensure a coordinated effort for providing
7 and maintaining a safe worksite for both the Contracting Agency's and Contractor's
8 workers when working in or near a confined space.
9
10 All costs to prepare and implement the confined space program shall be included in the
11 bid prices for the various items associated with the confined space work.
12
13 1-07.2 State Taxes
14 Section 1-07.2 is supplemented with the following:
15
16 (******)
17 The work on this contract is to be performed upon lands whose ownership obligates the
18 Contractor to pay Sales tax. The entire project is subject to Use Tax under Section 1-07.2(2)
19
20 1-07.5 Environmental Regulations
21
22 1-07.5(3) State Department of Ecology
23 Section 1-07.5(3) is supplemented with the following:
24
25 (April 4, 2016)
26 9. Should a violation of the CSWGP occur (also referred to as a noncompliance
27 event), the Contractor shall immediately notify the Engineer and WSDOT Form
28 422-011 Contractor ECAP Report shall be submitted to the Engineer within 48
29 hours of the violation.
30
31 10. Once Physical Completion has been given the Contractor shall prepare a
32 Notice of Termination (Ecology form ECY 020-87). The Contractor shall submit
33 the Notice of Termination electronically to the Engineer in a PDF format a
34 minimum of 7 calendar days prior to submitting the Notice of Termination to
35 Ecology.
36
37 11. The Contractor shall submit copies of all correspondence with Ecology
38 electronically to the Engineer in a PDF format within four calendar days.
39
40 1-07.5(4) Air Quality
41 Section 1-07.5(4) is supplemented with the following:
42
43 (******)
44 Contractor shall prevent dust from being generated during construction in compliance
45 with all applicable City, County, State, and Federal regulations. Contractor shall be
46 solely responsible for mitigation of dust during construction, and until Final Acceptance
47 of the Project by the City.
48
49 All costs incurred as a result of performance of the Contractor's obligations in this
50 section shall be included in the bid prices for the various items associated with the work.
51
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
18
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 1-07.6 Permits and Licenses
2 Section 1-07.6 is supplemented with the following:
3
4 (August 3, 2015)
5 The Contracting Agency has obtained the below -listed permit(s) for this project. A copy
6 of the permit(s) is attached as an appendix for informational purposes. Copies of these
7 permits and a copy of the Transfer of Coverage form submitted to Ecology for the
8 Construction Stormwater General Permit are required to be onsite at all times.
9
10 Contact with the permitting agencies, concerning the below -listed permit(s), shall be
11 made through the Engineer with the exception of the Construction Stormwater General
12 Permit where direct communication with the Ecology is allowed. The Contractor shall
13 be responsible for obtaining Ecology's approval for any Work requiring additional
14 approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain
15 additional permits as necessary. All costs to obtain and comply with additional permits
16 shall be included in the applicable Bid items for the Work involved.
17
18 *** 1. SEPA Determination of Non -significance
19 2. Critical Areas Partial Exemption Determination
20 3. Construction Stormwater General Permit (CSWGP).
21 Permit #: WAR306211,
22 Permit coverage starts on March 26, 2018.
23 Coverage letter will be available after March 26, 2018
24 4. Right of Way Permit
25 ***
26
27 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan
28 Delete the "Payment" section and replace with the following:
29
30 ( )
31 The work described in this section shall not be paid separately and all costs shall be
32 included in the lump sum bid item for "Erosion Control and Water Pollution Prevention" as
33 described in Section 8-01.5.
34
35 1-07.17 Utilities and Similar Facilities
36 Section 1-07.17 is supplemented with the following:
37
38 (******)
39 The approximate locations and dimensions shown in the Plans for existing facilities are
40 in accordance with available information obtained without uncovering, measuring, or
41 other verification. Some existing underground utilities are not shown in the Plans due to
42 lack of information. The City assumes no responsibility for improper locations or failure
43 to show utility locations on the Plans.
44
45 The following names and telephone numbers of utility companies known or suspected
46 of having facilities within the project limits are supplied for the Contractor's convenience:
47
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
19
RFB # 18-002
2
3
4
5
6
District Code
Company Name
Marking Concerns
Damage/Repair
CC7760
COMCAST CABLE
(425)392-6412
(888)824-8289
KCDPW02
KING COUNTY RDS
(206)296-8153
(206)296-8153
LKHAVN01
LAKEHAVEN U.D.
(253)945-1623
(253)946-5409
PUGE03
PSE ELECTRIC
(866)380-2627
(888)225-5773
PUGG03
PSE GAS
(866)380-2627
(888)225-5773
QLNWA16
QWEST LOCAL NW
(253)833-2343
(800)573-1311
WSDOT12
WSDOT- SIGNALS
(206)442-2110
(206)442-2110
City of Federal Way
Parks Department
Jason Gerwen
(253)835-6962 (0)
(253-261-3941 (C)
Jason Gerwen
(253)835-6962 (0)
(253-261-3941 (C)
All existing utilities shall be maintained in continuous service during the Contractor's
operations, unless the Contractor receives written approval from the utility owner for
interruption of service. The Contractor shall check with the appropriate utility to
determine the minimum notice required if interruption of service is anticipated.
7 Notification shall be written, with a copy delivered to the Engineer, within a minimum of
8 two working days prior to the commencement of work, and must be in such detail as to
9 give the time of the commencement and completion of work and schedule of operations.
10
11 Should the property owner or the Engineer have adequate reason, as determined by the
12 Engineer, to avoid service interruption at the scheduled time, the Contractor shall
13 reschedule his work to meet the new condition.
14
15 The Contractor is also warned that most utilities on the project site are not part of the One
16 Call System. The Contractor shall be responsible for hiring and paying for a utility locator to
17 locate all utilities, including the utilities that are not part of the One Call System. Notice shall
18 be provided individually to those owners of utilities known to, or suspected of, having
19 underground facilities within the area of the proposed excavation.
20
21 The Contractor shall be responsible for any breakage of utilities or loss of services resulting
22 from his operations, and shall hold the Contracting Agency and its agents harmless from any
23 claims resulting from disruption of or damages to same.
24
25 Unless specified otherwise within the contract documents, the Contractor shall be entirely
26 responsible for coordination with utility owners to either arrange for the movement or
27 adjustment of temporary or permanent utilities that prohibit completion of the contract work,
28 or to coordinate with utility owners to allow the performance of such work by the Contractor.
29
30 All work by the Contractor adjacent to or in the vicinity of existing utilities shall be performed
31 in accordance with the requirements of the utility owners. The Contractor shall pay all
32 permit, inspection, and other fees levied by the utility owners.
33
34 Unless specified otherwise in the Contract, all costs incurred as a result of performance of
35 the Contractor's obligations in this section shall be included in the unit contract price for the
36 item installed.
37
38 No additional compensation will be made to the Contractor for reason of delay caused by the
39 actions of any utility company and the Contractor shall consider such costs to be incidental
40 to the other items of the contract.
41
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
20
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 The Contractor shall anticipate that the existence of utilities including those that are not
2 shown in the Plans, and the requirements of utility owners may hinder, delay, and complicate
3 execution of the Work. The Contractor shall not be entitled to any claim for damages
4 because of hindrances, delays, and complications caused by or resulting from the existing
5 utilities and the requirements imposed by utility owners.
6
7 As directed by the Engineer, Contractor shall pothole existing utilities to verify locations and
8 depths prior to work that requires excavation adjacent to the utilities. The per each Contract
9 price for "Utility Potholing" shall be full compensation for all costs incurred to perform the
10 work described in this section.
11
12 1-07.23 Public Convenience and Safety
13 Section 1-07.23 is supplemented with the following:
14
15 (*****.)
16 If operations of the Contractor are shown to significantly impede traffic flow during peak
17 hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of
18 operation on the street.
19
20 Limits of access and staging areas are shown on the Plans. The Contractor's activities
21 shall be confined within these limits, unless arrangements for use of private property are
22 made.
23
24 Prior to any construction activity, the Contractor shall provide written notification informing
25 the City and all employees, contractors, and subcontractors who intend to arrive at this
26 Project with vehicles, equipment or supplies, of the location, purpose and restrictions that
27 apply to the Construction Staging, Access, and Personnel Parking Area.
28
29 All unattended excavation shall be properly barricaded and covered at all times. All open
30 trenching or street cuts must be filled with material as detailed below before leaving the job
31 at the completion of each work shift.
32
33 Immediately upon request by the Engineer, the Contractor shall place, in the amounts
34 designated, any asphalt concrete pavement, cold plant mix, crushed surfacing, gravel base
35 and/or other materials deemed necessary by the Engineer to maintain the above required
36 accessibility of all streets, road approaches, street connections, driveways, etc.
37
38 The Contractor shall be solely responsible for the safety, efficiency and adequacy of the
39 Contractor's plant, appliances, and methods, and for any damage or injury resulting from the
40 failure or improper maintenance use or operation. The Contractor shall be solely and
41 completely responsible for conditions of the job site, including safety of all persons and
42 property during performance of the work. This requirement shall apply continuously and not
43 be limited to normal working hours. The required or implied duty of the Engineer to conduct
44 construction review of the Contractor's performance does not and shall not be intended to
45 include review and adequacy of the Contractor's safety measures in, on, or near the
46 construction site. The Contractor shall comply with the safety standards and provisions of
47 applicable laws, building and construction codes, and the safety regulations set forth in
48 "Safety Standards for Construction" and "General Safety Standards" published in effect at
49 the time of call for bids. These publications may be obtained from the Department of Labor
50 and Industries, Olympia, Washington. The Contractor shall also comply with the safety
51 standard provisions set forth in the "Manual of Accident Prevention in Construction"
52 published by the Associated General Contractors of America.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
21
RFB # 18-002
1
2 Portable chain-link panel fence shall be installed at locations shown on the Plan. Fence
3 material shall meet the following minimum requirements:,
4 1. Fence fabric shall be 11-1/2 ga.2-3/8" diamond, galvanized metal,
5 2. Frame shall be 1-3/8" diameter 0.065" wall galvanized tube,
6 3. Panel stand shall be 36" long by 18" wide and the following pipe sizes:
7 a. 1/2 O.D. schedule 40 black pipe for center upright or black pipe
8 b. 3/4" (1" O.D.) schedule 40 black pipe for center brace
9 c. 1-3/8" 0.065 min. outside frame
10 4. 7" straight ties,
11 5. Top rail shall be 1-3/8" tube (0.065 min.)
12 6. Panel clamps shall be 1-3/8" saddle clamp, 3/8x2" nut and bolt
13
14 The Contractor shall be responsible for maintaining the panel fence during the course of
15 construction to make sure it's stable and in good conditions. Any overturned panels must be
16 immediately re -installed upright. Any damaged panels must be replaced immediately.
17
18 Except the portable chain-link panel fence, the work described in this section shall not be
19 paid separately and all costs shall be included in other Contract bid items associated with
20 this work.
21
22 Portable chain-link panel fence will be measured by the linear foot along the slope of the
23 installed fence line. Additional panels installed perpendicular to the fence line for the purpose
24 of stabilizing the fence will not be measured and the cost shall be included in the bid item for
25 portable chain-link panel fence.
26
27 The unit contract price per linear foot for "Portable Chain-link Panel Fence" shall be full
28 compensation for all costs incurred to perform the work pertaining to portable chain-link
29 panel fence described in this section.
30
31 1-07.24 Rights of Way
32 (******)
33
34 Delete this section and replace it with the following:
35
36 Street Right of Way lines, limits of easements, and limits of construction permits are
37 indicated in the Plans. The Contractor's construction activities shall be confined within
38 these limits, unless arrangements for use of private property are made.
39
40 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of
41 way and easements, both permanent and temporary, necessary for carrying out the
42 work. Exceptions to this are noted in the Bid Documents or will be brought to the
43 Contractor's attention by a duly issued Addendum.
44
45 Whenever any of the work is accomplished on or through property other than public
46 Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any
47 easement agreement obtained by the Contracting Agency from the owner of the private
48 property. Copies of the easement agreements may be included in the Contract
49 Provisions or made available to the Contractor as soon as practical after they have been
50 obtained by the Engineer.
51
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
22
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Whenever easements or rights of entry have not been acquired prior to advertising,
2 these areas are so noted in the Plans. The Contractor shall not proceed with any portion
3 of the work in areas where right of way, easements or rights of entry have not been
4 acquired until the Engineer certifies to the Contractor that the right of way or easement is
5 available or that the right of entry has been received. If the Contractor is delayed due to
6 acts of omission on the part of the Contracting Agency in obtaining easements, rights of
7 entry or right of way, the Contractor will be entitled to an extension of time. The
8 Contractor agrees that such delay shall not be a breach of contract.
9
10 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
11 includes entry onto easements and private property where private improvements must
12 be adjusted.
13
14 The Contractor shall be responsible for providing, without expense or liability to the
15 Contracting Agency, any additional land and access thereto that the Contractor may
16 desire for temporary construction facilities, storage of materials, or other Contractor
17 needs. However, before using any private property, whether adjoining the work or not,
18 the Contractor shall file with the Engineer a written permission of the private property
19 owner, and, upon vacating the premises, a written release from the property owner of
20 each property disturbed or otherwise interfered with by reasons of construction pursued
21 under this contract. The statement shall be signed by the private property owner, or
22 proper authority acting for the owner of the private property affected, stating that
23 permission has been granted to use the property and all necessary permits have been
24 obtained or, in the case of a release, that the restoration of the property has been
25 satisfactorily accomplished. The statement shall include the parcel number, address,
26 and date of signature. Written releases must be filed with the Engineer before the
27 Completion Date will be established.
28
29 The Contractor shall, upon vacating the premises of any easement or right of entry area,
30 obtain a written release from the property owner of each property disturbed or otherwise
31 interfered with by reasons of construction pursued under this contract. The statement
32 shall be signed by the private property owner, or proper authority acting for the owner of
33 the private property affected, stating that the restoration of the property has been
34 satisfactorily accomplished. The statement shall include the parcel number, address,
35 and date of signature. Written releases must be filed with the Engineer before the
36 Completion Date will be established.
37
38 1-08 Prosecution and Progress
39
40 Add the following new section:
41
42 1-08.0 Preliminary Matters
43 (May 25, 2006 APWA GSP)
44
45 Add the following new section:
46
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
23
RFB # 18-002
1 1-08.0(1) Preconstruction Conference
2 (******)
3
4 Prior to the Contractor beginning the work, a preconstruction conference will be held
5 between the Contractor, the Engineer and such other interested parties as may be
6 invited. The purpose of the preconstruction conference will be:
7 1. To review the initial progress schedule;
8 2. To establish a working understanding among the various parties associated or
9 affected by the work;
10 3. To establish and review procedures for progress payment, notifications, approvals,
11 submittals, etc.;
12 4. To establish normal working hours for the work;
13 5. To review safety standards and traffic control; and
14 6. To discuss such other related items as may be pertinent to the work.
15
16 The Contractor shall prepare and submit at the preconstruction conference the following:
17 1. A breakdown of all lump sum items;
18 2. A preliminary schedule of working drawing submittals;
19 3. A list of material sources for approval if applicable.
20 4. Project signage & notifications;
21 5. Confirmation of staging areas;
22 6. Construction site safety;
23 7. Contractor's initial progress schedule (3 copies);
24 8. List of materials fabricated or manufactured off site, including estimated delivery
25 dates for any critical items;
26 9. Names of principal suppliers;
27 10. Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both
28 working and standby rates);
29 11. Weighted wage rates for all employee classifications anticipated to be used on
30 Project;
31 12. Submittal schedule (bring preliminary list);
32 13. Testing lab accreditation and qualifications;
33 14. Prevailing wage rate certification;
34 15. Erosion control plan; and
35 16. Traffic control plan.
36
37 Add the following new section:
38
39 1-08.0(2) Hours of Work
40 (,..,*)
41
42 Except in the case of emergency or unless otherwise approved by the Contracting Agency,
43 the normal straight time working hours for the Contract shall be any consecutive 8 -hour
44 period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch
45 break and a 5 -day work week. The normal straight time 8 -hour working period for the
46 Contract shall be established at the preconstruction conference or prior to the Contractor
47 commencing the work.
48
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
24
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Written permission from the Engineer is required, if a Contractor desires to perform work on
2 holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer
3 than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for
4 such permission, no later than noon on the working day prior to the day for which the
5 Contractor is requesting permission to work.
6
7 Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal
8 straight time working hours Monday through Friday shall be limited as per Federal Way
9 Revised Code Section 19.105.040. Approval to continue work during these hours may be
10 revoked at any time based on verified complaints that the Contractor does not meet the
11 terms of the approved conditions, or if the Contractor's activity creates unanticipated and
12 verifiable adverse effect(s). The Contractor shall have no claim for damages or delays
13 should such permission be revoked for these reasons.
14
15 Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal
16 straight time working hours Monday through Friday may be given subject to certain other
17 conditions set forth by the Director of City of Federal Way Community Development
18 Department, and the Engineer. Conditions set forth by Engineer may include but are not
19 limited to:
20 • The Engineer may require designated representatives to be present during the
21 work. Representatives who may be deemed necessary by the Engineer include,
22 but are not limited to: inspectors and other Contracting Agency employees when
23 in the opinion of the Engineer, such work necessitates their presence.
24 • Requiring the Contractor to reimburse the Contracting Agency for the costs in
25 excess of straight -time costs for Contracting Agency representatives who worked
26 during such times.
27 • Considering the work performed on Saturdays, Sundays, and holidays as working
28 days with regard to the contract time.
29 • Considering multiple work shifts as multiple working days with respect to contract
30 time, even though the multiple shifts occur in a single 24-hour period.
31
32 1-08.4 Prosecution of Work
33 Delete the first paragraph and replace it with the following:
34
35 ( )
36 Notice to Proceed will be given after the Contract has been executed and all the required
37 documents have been approved and filed by the Contracting Agency. The Contractor shall
38 not commence with the work until the Notice to Proceed has been given by the Engineer.
39 Unless otherwise approved in writing, the Contractor shall commence construction activities
40 on the project site and diligently pursue the work to the physical completion date within the
41 time specified in the Section 1.2 of the Public Works Contract of this project. Voluntary
42 shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the
43 responsibility to complete the work within the time(s) specified in the Contract.
44
45 Within three (3) weeks following the Notice to Proceed Date and prior to any on-site work,
46 whichever is earlier, the Contractor shall erect the project signs described in the Section 1-
47 09.7 of these special provisions.
48
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
25
RFB # 18-002
1 1-08.5 Time for Completion
2 Revise the third paragraph to read:
3
4 (..***.)
5 On-site work shall start no earlier than June 21, 2018 and no later than June 28, 2018.
6 Contract time shall begin on the first working day when on-site Work begins. The Contract
7 Provisions may specify another starting date for Contract time, in which case, time will begin
8 on the starting date specified.
9
10 If the Contractor fails to start on-site work within the time window specified above, the
11 Contractor agrees to pay the City liquidated damages for each working day beyond the said
12 time window. The liquidated damage will be calculated in accordance with the formula
13 specified in the Section 1.3 of the Public Works Contract for this project.
14
15 Revise the sixth paragraph to read:
16
17 The Engineer will give the Contractor written notice of the completion date of the contract
18 after all the Contractor's obligations under the contract have been performed by the
19 Contractor. The following events must occur before the Completion Date can be
20 established:
21 1. The physical work on the project must be complete; and
22 2. The Contractor must furnish all documentation required by the contract and required
23 by law, to allow the Contracting Agency to process final acceptance of the contract.
24 The following documents must be received by the Project Engineer prior to
25 establishing a completion date:
26 a. Certified Payrolls (per Section 1-07.9(5)).
27 b. Material Acceptance Certification Documents
28 c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the
29 Contract Provisions.
30 d. Final Contract Voucher Certification
31 e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor
32 and all Subcontractors
33 f. A copy of the Notice of Termination sent to the Washington State Department of
34 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the
35 Notice of Termination by Ecology; and no rejection of the Notice of Termination
36 by Ecology. This requirement will not apply if the Construction Stormwater
37 General Permit is transferred back to the Contracting Agency in accordance with
38 Section 8-01.3(16)
39 g. Property owner releases per Section 1-07.24
40
41 1-08.9 Liquidated Damages
42 (August 14, 2013 APWA GSP)
43
44 Revise the fourth paragraph to read:
45
46 When the Contract Work has progressed to Substantial Completion as defined in the
47 Contract, the Engineer may determine that the work is Substantially Complete. The
48 Engineer will notify the Contractor in writing of the Substantial Completion Date. For
49 overruns in Contract time occurring after the date so established, the formula for
50 liquidated damages shown above will not apply. For overruns in Contract time occurring
51 after the Substantial Completion Date, liquidated damages shall be assessed on the
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
26
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 basis of direct engineering and related costs assignable to the project until the actual
2 Physical Completion Date of all the Contract Work. The Contractor shall complete the
3 remaining Work as promptly as possible. Upon request by the Project Engineer, the
4 Contractor shall furnish a written schedule for completing the physical Work on the
5 Contract.
6
7 1-09.2(1) General Requirements for Weighing Equipment
8 Revise the sixth and seventh paragraphs to read:
9
10 (».,.,.)
11 Trucks and Tickets — Each truck to be weighed shall bear a unique identification number.
12 This number shall be legible and in plain view of the scale operator. Each vehicle operator
13 shall obtain a weigh or load ticket from the scale operator. All tickets shall, at a minimum,
14 contain the following information:
15 1. Date of haul;
16 2. Contract number;
17 3. Contract unit Bid item;
18 4. Unit of measure;
19 5. Identification number of hauling vehicle; and
20 6. Weight delivered:
21 i. Net weight in the case of batch and hopper scales.
22 ii. Gross weight, tare and net weight in the case of platform scales (tare
23 may be omitted if a tare beam is used).
24 iii. Approximate load out weight in the case of belt conveyor scales.
25 7. Ticket serial number imprinted on the tickets;
26 8. Type of material;
27 9. Weiqhman's identification;
28 10. Location of delivery by proiect station or street address.
29
30 The vehicle operator shall deliver the ticket in legible condition to the material receiver at the
31 material delivery point. The material delivery point is defined as the location where the
32 material is incorporated into the permanent Work. It shall be the Contractor's responsibility to
33 provide a certified weight ticket to the Engineer's designated representative on the project at
34 the time of delivery of materials for each truckload delivered. In the event that the
35 Engineer's designated representative is not present, the Contractor shall forward the ticket
36 to the Engineer within (1) working day, along with sufficient verification of the specific
37 stockpiled location or area of use. Pay quantities will be prepared on the basis of said
38 information. Quantities for material delivered without adequate documentation will not be
39 paid.
40
41 1-09.2(5) Measurement
42 (May 2, 2017 APWA GSP)
43
44 Revise the first paragraph to read:
45
46 Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
47 verification checks on the accuracy of each batch, hopper, or platform scale used in
48 weighing contract items of Work.
49
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
27
RFB # 18-002
1 1-09.6 Force Account
2 (October 10, 2008 APWA GSP)
3
4 Supplement this section with the following:
5
6 The Contracting Agency has estimated and included in the Proposal, dollar amounts for
7 all items to be paid per force account, only to provide a common proposal for Bidders.
8 All such dollar amounts are to become a part of Contractor's total bid. However, the
9 Contracting Agency does not warrant expressly or by implication, that the actual amount
10 of work will correspond with those estimates. Payment will be made on the basis of the
11 amount of work actually authorized by Engineer.
12
13 1-09.7 Mobilization
14 Supplement this section 1-09.7 with the following:
15
16 (******)
17 Mobilization shall include but not be limited to the following items: movement of the
18 Contractor's personnel, materials, equipment, supplies, and other items or work incidental
19 to construction of the project; the establishment of office/storage buildings, all barricades
20 and signage required on the project site, and other facilities necessary for construction of
21 the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or
22 licenses required to complete the project not furnished by the City; and other work and
23 operations which must be performed or costs that must be incurred.
24
25 Also to be included in the lump sum bid price for "Mobilization" is the following:
26
27 1. Written release, per Section 1-07.24 shall be obtained from all property
28 owners whose property is used for storage or other purposes.
29 2. The Contractor shall be responsible for providing and installing two project
30 signs as described below.
31
32 The Contractor shall provide and maintain two (2) 8 -foot wide by 4 -foot high signs
33 constructed of 3/4 -inch exterior high density sign plywood. Signs shall bear the name of
34 the project, Owner, Contractor, Engineer, and other participating agencies. Lettering shall
35 be applied by an experienced sign painter. Paint shall be exterior type enamel. The
36 specific details are included in Appendix A. The general sign locations will be provided by
37 the Contracting Agency. The signs shall be clearly legible from moving traffic. The signs
38 shall not obscure any other signs, signals and upcoming traffic or cause any safety
39 concerns. The signs shall be erected within three (3) week following the Notice to Proceed
40 Date and before the beginning of construction, and remain in place for the duration of
41 construction. The Contractor shall remove and properly dispose of the signs at project
42 completion or when directed by the Engineer.
43
44 1-09.9 Payments
45 Delete the first four paragraphs and replace them with the following:
46
47 ( )
48 The basis of payment will be the actual quantities of Work performed according to the
49 Contract and as specified for payment.
50
51 The Contractor shall submit a Lump Sum item cost breakdown to the Engineer for review
52 and approval at the Preconstruction Conference. The approved lump sum cost breakdown
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
28
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 will be used to determine the Work performed on a monthly basis. A breakdown is not
2 required for lump sum items that include a basis for incremental payments as part of the
3 respective Specification. In the absence of an approved lump sum breakdown, the Project
4 Engineer will determine the amounts for monthly payments on Lump Sum items based on
5 information available. The Project Engineer's determination shall be final.
6
7 Progress payments for completed work and material on hand will be based upon progress
8 estimates prepared by the Engineer. A progress estimate cutoff date will be established at
9 the preconstruction conference. The Contractor shall submit to the Engineer a request for
10 payment for work completed during the previous period. Copies of such a request for
11 payment shall be submitted on a form provided by the Engineer. All monthly pay requests
12 are subject to approval and/or verification by the Engineer.
13
14 Errors or omissions in the request for payment may result in a delayed payment. It is the
15 Contractor's responsibility to maintain and submit adequate documentation for work
16 completed within each monthly pay period.
17
18 The initial progress estimate will be made no later than 30 days after the Contractor
19 commences the work, and successive progress estimates will be made every month
20 thereafter until the Completion Date. Progress estimates made during progress of the work
21 are tentative, and made only for the purpose of determining progress payments. The
22 progress estimates are subject to change at any time prior to the calculation of the final
23 payment.
24
25 The value of the progress estimate will be the sum of the following:
26 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of
27 work completed multiplied by the unit price.
28 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
29 breakdown for that item, or absent such a breakdown, based on the Engineer's
30 determination.
31 3. Materials on Hand —100 percent of invoiced cost of material delivered to Job site or
32 other storage area approved by the Engineer.
33 4. Change Orders — entitlement for approved extra cost or completed extra work as
34 determined by the Engineer.
35
36 Progress payments will be made in accordance with the progress estimate less:
37 1. Retainage per Section 1-09.9(1);
38 2. The amount of progress payments previously made; and
39 3. Funds withheld by the Contracting Agency for disbursement in accordance with the
40 Contract Documents.
41
42 Progress payments for work performed shall not be evidence of acceptable performance or
43 an admission by the Contracting Agency that any work has been satisfactorily completed.
44 The determination of payments under the contract will be final in accordance with Section
45 1-05.1.
46
47 Except when requested a minimum of (10) calendar days in advance by the Contractor,
48 progress payments will be mailed to the address supplied in writing by the Contractor at the
49 preconstruction conference.
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
29
RFB # 18-002
1 1-10 Temporary Traffic Control
2
3 1-10.2(1) General
4 Section 1-10.2(1) is supplemented with the following:
5
6 (January 8, 2016)
7 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the
8 State of Washington. The Traffic Control Supervisor shall be certified by one of the following:
9
10 The Northwest Laborers -Employers Training Trust
11 27055 Ohio Ave.
12 Kingston, WA 98346
13 (360) 297-3035
14
15 Evergreen Safety Council
16 12545 135th Ave. NE
17 Kirkland, WA 98034-8709
18 1-800-521-0778 or
19 (425) 814-3930
20
21 The American Traffic Safety Services Association
22 15 Riverside Parkway, Suite 100
23 Fredericksburg, Virginia 22406-1022
24 Training Dept. Toll Free (877) 642-4637
25 Phone: (540) 368-1701
26
27 1-10.2(2) Traffic Control Plans
28 Section 1-10.2(2) is deleted and replaced with the following:
29
30 (******)
31 A City of Federal Way Right of Way permit has been obtained for this project which includes
32 minimum traffic control requirements (See Appendix C). The Contractor shalt develop traffic
33 control plans to be project site specific and to facilitate the Contractor's chosen method of
34 performing the Work. Additional measures beyond the minimum traffic control requirements
35 may be required depending on the Contractor's chosen method of performing the Work. The
36 Contractor's traffic control plan shall show the necessary construction signs, flaggers,
37 spotters and other traffic control devices required to support the Work, and shall conform to
38 the established standards for plan development as shown in the MUTCD, Part 6 and the
39 most current edition of the PROWAG. The Contractor's traffic control plan shall be submitted
40 to the Engineer for approval at least 10 calendar days in advance of the time the signs and
41 other traffic control devices are scheduled to be installed and utilized.
42
43 1-10.5 Payment
44
45 (******)
46 Delete Sections 1-10.5(2) and 1-05(3). Section 1-10.5(1) shall apply to this project.
47
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
30
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 Division 2
2 Earthwork
3
4 2-01 Clearing, grubbing, and Roadside Cleanup
5 The work consists of clearing, and grubbing areas described on the Plans as necessary to
6 perform the Work.
7
8 2-02 Removal of Structures and Obstructions
9
10 2-02.3 Construction Requirements
11 Section 2-02.3 is supplemented with the following:
12
13 (February 17, 1998)
14 Removal of Obstructions
15 "**
16 • Storm sewer pipe, approximately 475 LF of 18" diameter concrete pipe.
17 • Concrete curb along running track. Length may vary.
18 • Cinder track approximately 2000 sf.
19 • Subsurface items encountered during grading or excavation such as abandoned non -
20 hazardous materials containing utilities; boulders of Tess than 4 -foot in the largest
21 dimension; trash, trees, or stumps of any size.
22 ***
23
24 (******)
25 Contractor is warned that subsurface items may be encountered during grading and
26 excavation since the site has been historically filled with unknown imported materials. The
27 nature, size and quantity of these subsurface items are not represented by the limited soil
28 boring logs. If determined by the Engineer that these subsurface items are not suitable for
29 inclusion to the project, the contractor shall remove and dispose of these materials in
30 accordance with Section 2-02.
31
32 2-02.5 Payment
33 Section 2-02.5 is supplemented with the following:
34
35 The lump sum Contract payment for "Removal of Structure and Obstruction" shall be full
36 compensation for all costs incurred by the Contractor in performing the contract work defined
37 in Section 2-02 except for costs compensated by other Bid items specifically included in the
38 Bid Proposal.
39
40 2-03 Roadway Excavation and Embankment
41
42 2-03.3 Construction Requirements
43 Section 2-03.3 is supplemented with the following:
44
45 (******)
46 Low Permeability Soil (LPS) for berm construction shall consist of inorganic mineral soil that
47 meets the gradation requirements below. LPS shall be free of deleterious material, such as
48 wood, organic waste, or other debris.
49
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
31
RFB # 18-002
Sieve Size Percent Passing by Weight
6 -inch 100
3 -inch 95-100
U.S. No. 4 40-80
U.S. No. 200 20-60
1
2 Existing berm shall be cleared and grubbed in accordance with the requirements presented
3 in Section 2-01.
4
5 If the foundation soil is loose or disturbed and there is no free water present, the disturbed
6 soil shall be moisture conditioned (if necessary) and recompacted to a firm and non -yielding
7 surface. If the disturbed soil cannot be moisture -conditioned and recompacted, it shall be
8 removed and replaced with LPS. The replacement soil should be placed and compacted as
9 recommended below.
10
11 LPS shall be placed in 6 -inch horizontal lifts within 2 percentage points of the optimum
12 moisture content. Each lift shall be compacted to at least 95 percent of its maximum dry
13 density as determined by ASTM International test method D1557 (Modified Proctor). Density
14 tests shall be performed to confirm compliance with this requirement.
15
16 When extending/moving the northern toe of the existing berm to the north, the berm material
17 shall be keyed into the slope of the existing berm by benching. Benches shall not exceed 3 ft
18 in vertical height. To adequately compact new slope, the northern slope of the berm shall be
19 over -built first and then trimmed back to the slope.
20
21 The contractor should be aware that the LPS is sensitive to moisture. As a result, it will be
22 difficult to work on and control the moisture content of the LPS during wet weather or under
23 wet conditions. It is the contractor's responsibility to protect the material and to make sure its
24 moisture content is within 2 percentage points of the optimum moisture content.
25
26 2-03.3(14)0 Compaction and Moisture Control Tests
27 Supplement Section 2-03.3(14)D with the following:
28
29 (******)
30 The Contractor shall be responsible for materials testing, including but not limited to
31 gradation, density -moisture and compaction testing. All testing shall be performed by an
32 independent testing lab with national accreditation for the scope of services provided. Submit
33 documentation to verify soil test lab accreditation and qualifications for staff designated for
34 nuclear gauge operation to the Engineer for review. Nuclear density testing shall be
35 performed by staff approved by the Engineer. A copy of all test results shall be made
36 available to the Engineer as soon as they are complete.
37
38 Prior to beginning construction, the Contractor shall submit certified gradation curves for all
39 imported materials to be utilized. After the material has been accepted, the Contractor shall
40 have density -moisture testing performed on the materials.
41
42 At the beginning of construction activities requiring compaction, the Contractor shall
43 demonstrate methods that successfully achieve the compaction specifications in the
44 presence of the Engineer or his designee. For berm compaction, the Contractor shall
45 demonstrate a minimum of four successful field tests at location chosen by the Engineer. At
46 any areas of failing test, the areas shall be retested after appropriate actions have been
47 taken until passing test is reached. The Contractor shall be responsible for all the costs
48 associated with the retests.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
32
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2 2-03.3(14)E Unsuitable Foundation Excavation
3 Supplement Section 2-03.3(14)E with following:
4
5 (******)
6 Before building the new berm, Contractor shall remove and dispose of unsuitable foundation
7 materials as shown on the Plan.
8
9 Additional soft and/or disturbed soil and organic -rich soil, if encountered, shall be over -
10 excavated within the footprint of the widened berm to expose the underlying inorganic soil.
11 The exposed soil beneath the widened berm shall be proof rolled with heavy, rubber -tired
12 construction equipment, such as a front-end loader, scraper, or similarly heavy construction
13 equipment, to produce a firm and non -yielding surface. The subgrade shall be observed by
14 the Engineer to confirm that it has been properly prepared.
15
16 2-03.4 Measurement
17 Section 2-03.4 is supplemented with the following:
18
19 (******)
20 Low permeability soil including haul will be measured by ton.
21
22 Unsuitable foundation excavation will be paid by cubic yard. At the beginning of the project,
23 once the proposed berm toe line is established by the Contractor in accordance with the
24 section 1-05.4, the Contractor shall notify the Engineer immediately and invite the Engineer
25 together to measure the following areas for the purpose of computing the quantity of this bid
26 item: the area of the existing berm top, the area of the existing berm front slope, and the
27 area between the existing berm toe and the proposed berm toe. The quantity of this bid item
28 will be computed by multiplying the measured areas with the specified removal depth of
29 these areas. Contractor shall not start excavating unsuitable foundation until the above
30 mentioned areas are measured. If the Contractor fails to measure these areas together with
31 the Engineer before excavating unsuitable foundation, the Contractor agrees that the
32 quantity of this bid item will be set equal to the engineer's estimated quantity as listed in the
33 Bid Schedule.
34
35 2-03.5 Payment
36 Section 2-03.5 is supplemented with the following:
37
38 (******)
39 "Low Permeability Soil Incl. Haul", per ton.
40 Unless covered in a separate Bid Item specifically listed in this contract, the per ton Contract
41 price for "Low Permeability Soil Incl. Haul" shall be full compensation for all costs incurred for
42 the work described in this section, including but not limited to, furnishing, hauling, placing,
43 compacting the material, preparing subgrade, grading berm toe swale to create positive
44 drainage towards CB, small retaining walls to protect CB and light pole, and all soil sampling
45 and testing including in-place compaction testing.
46
47 "Unsuitable Foundation Excavation Incl. Haul & Disp." Per cubic yard.
48 Unless covered in a separate Bid Item specifically listed in this contract, the per cubic yard
49 Contract price for "Unsuitable Foundation Excavation Incl. Haul & Disp." shall be full
50 compensation for all costs incurred for the work described in this section, including but not
51 limited to, excavating, loading, hauling, and disposing of unsuitable organic -rich topsoil and
52 gravel materials, and preparing subgrade.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
33
RFB # 18-002
1
2 2-05 Construction Access Stabilization and Restoration
3 Add this new section 2-05 with the following
4
5 2-05.1 Description
6 This Work consists of constructing a temporary construction access road along the berm
7 front and a storage/laydown area as shown on the Plan, stabilizing these areas where soft
8 unstable soil is encountered, removal of all the soil stabilization elements following
9 construction, and restoring the disturbed areas.
10
11 2-05.2 Materials
12 Several options may be used for soft area stabilization. Examples include installing crushed
13 surfacing base course lined with geotextile for separation, or placing hog fuel to stabilize the
14 area. Contractor shall propose the option and obtain Engineer's approval prior to
15 construction.
16
17 2-05.3 Construction Requirements
18 The area along the toe of existing berm is known to be wet and soft even in summer time.
19 According to the geotechnical investigation performed for the project design, at some areas
20 wetland deposit was found only approximately 2 feet below grade. It is the Contractor's sole
21 responsibility to stabilize the areas necessary for the construction access with materials
22 appropriate to the conditions.
23
24 Following the construction, all elements used for soil stabilization shall be removed and
25 disposed of off-site. The Contractor shall coordinate the berm and other site construction
26 activities with the access road removal. No elements used for area stabilization shall be
27 buried as part of the berm construction or anywhere onsite. Following the removal of all
28 temporary area stabilization components, the Contractor shall de -compact the area by tilling
29 the soil at least 6" deep, grade and level the area. Any ruts and divots shall be brought to
30 grade using Topsoil Type A. Seed the area per Section 8-01 of these Special Provisions
31 after the area is graded and leveled.
32
33 2-05.4 Measurement
34 No specific unit of measurement shall apply to the lump sum item for Construction Access
35 Stabilization.
36
37 2-05.5 Payment
38 Payment will be made for the following Bid item:
39
40 "Construction Access Stabilization", per lump sum.
41 The lump sum price for Construction Access Stabilization shall be full payment for all costs
42 including all labor, materials, and equipment for all the work described in this section, except
43 seeding and topsoil, including but not limited to, installation and maintenance of the
44 temporary road along the berm front and the storage/laydown area, coordination with other
45 items of construction, removal and disposal of all temporary stabilization elements following
46 construction, leveling of ruts and divots, and any other incidental item of work necessary to
47 complete the work as defined in this section. Seeding and topsoil will be paid separately per
48 SP 8-01 and SP 8-02.
49
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
34
RFB # 18-002
1 2-09 Structural Excavation
2
3 2-09.3 Construction Requirements
4
5 2-09.3(3)B Excavation Using Open Pits — Extra Excavation
6 Section 2-09.3(3)B is supplemented with the following:
7
8 (......*..)
9 Extra excavation and open pit excavation, as defined in this section of the Standard
10 Specifications, will not be allowed for this project.
11
12 The Contractor shall shore excavations in accordance with Section 2-09.3(4). The
13 Contractor shall submit shoring plans to the Engineer for approval in accordance with
14 Section 2-09.3(4).
15
16 2-09.4 Measurement
17
18 (******)
19 Supplement the heading Shoring or Extra Excavation with the following:
20
21 Shoring or Extra Excavation Class B will be measured for payment only when structure
22 excavation is four -feet (4') or deeper measured in accordance with Section 2-09.4 under the
23 heading Shoring or Extra Excavation. The purpose of this supplement is to clarify the
24 measurement of this bid item so that all bids are based on the same quantity. Contractor
25 shall not be discouraged to shore additional areas if it is warranted as judged by the
26 contractor. The costs of shoring the areas that are less than four -feet (4') deep shall be
27 incidental to other Work and shall be included in the unit Contract prices for the Work items
28 that apply.
29
30 2-09.5 Payment
31 Section 2-09.5 is supplemented with the following:
32
33 (......)
34 All costs associated with Structure Excavation Class B Including Haul, and all backfilling
35 including but not limited to, bedding for pipes and structures, backfilling within pipe zone,
36 backfilling above pipe zone, backfilling for structures, compaction, sampling and testing will
37 not be paid separately, and shall be included in the unit Contract prices for the installation of
38 each type and size of storm sewer pipe and structure associated with the excavation.
39
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
35
RFB # 18-002
1 Division 4
2 Bases
3
4 4-02 Gravel Base
5
6 4-02.1 Description
7 Section 4-02.1 is supplemented with the following:
8
9 (******)
10 This work shall consist of constructing gravel walk path on top of the berm, and
11 repairing/restoring disturbed cinder running track sections. Work shall be performed upon a
12 prepared subgrade in accordance with these Specifications and in conformity with the lines,
13 grades, depth, and typical cross-section shown in the Plans or as established by the
14 Engineer.
15
16 4-02.2 Materials
17 Section 4-02.2 is supplemented with the following:
18
19 ( )
20 Trail Mix materials used for gravel walk path on top of berm shall be "Federal Way Trail Mix"
21 999 -1 -Trail Mix -1/4"x0, RSH 2017 Trail Mix crushed rock specialty mix as produced by
22 Washington Rock Quarries. No substitutions allowed. Provide truck tickets for verification.
23 Product shall generally match in gradation with previous similar improvements as
24 determined by the City. Any product not meeting this requirement, at the plant, stockpiled on
25 site or in place shall be rejected and replaced at no cost to the City.
26
27 Red Cinders used for cinder running track restoration shall be the 1/4" or finer red cinders
28 manufactured by Palmer Coking Coal Co, LLP (31407 Highway 169 Black Diamond, WA
29 98010, 360-886-2841) or approved equal by the Engineer.
30
31 4-02.3 Construction Requirements
32 Section 4-02.3 is supplemented with the following
33
34 (******)
35 Materials shall be uniformly spread upon the prepared Subgrade to the depth, width, and
36 cross-section shown in the Plans. Construction methods used shall meet the applicable
37 requirements of Section 4-04.3.
38
39 Following the completion by the Contractor in using the track for access, the Contractor shall
40 repair the areas of the track used by the Contractor. The Contractor shall first remove all
41 organic materials from the track. After all organic materials are removed, the Contractor shall
42 scarify the existing cinder 1 -1/2 -inch to 2 inches deep by using a scarifying blade on the
43 back of a tractor or other rubber -tired equipment. The blade shall have the ability to adjust
44 the depth to about 1 -1/2 -inch to 2 inches. Do not scarify to a deeper depth which would
45 result in unacceptable mixing of the gravel underneath the cinder. If this mixing occurs, the
46 Contractor shall remove all mixed material and replace the gravel and cinder to match the
47 existing at no additional cost to the City. Following the scarifying of the cinder the Contractor
48 shall add 1-1/2 inches of new red cinder on top of the scarified surface. The Contractor shall
49 compact the cinder to 90 to 95%. The compacted cinder shall be flat and level from the
50 inside curb to the outside curb. No depressions greater than 3/8 inch when measured using
51 an 8 -foot straight -edge laid on the cinder will be acceptable. All such depressions shall be
52 leveled by scarifying the cinders in the depression and re -compacting.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
36
RFB # 18-002
1
2 4-02.4 Measurement
3 Section 4-02.4 is supplemented with the following:
4
5 (******)
6 Trail mix will be measured by the ton.
7
8 Red cinder will be measured by the ton.
9
10 4-02.5 Payment
11 Section 4-02.5 is supplemented with the following:
12
13 (******)
14 "Trail Mix", per ton.
15 "Red Cinder", per ton.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
37
RFB # 18-002
1 DIVISION 6
2 Structures
3
4 6-02 Concrete Structures
5
6 6-02.1 Description
7 Section 6-02.1 is supplemented with the following:
8
9 (******)
10 This Work consists of placing cellular concrete lightweight embankment material as Light
11 Weight Fill (LWF) for trench backfill to the lines, grades and dimensions shown on the
12 Plans. Contractor may use either cellular concrete lightweight embankment material as
13 specified in this section, or expanded shale aggregate as specified in Section 7-08 as
14 LWF material.
15
16 Cellular concrete shall have a cast density of 30 to 35 pcf and an 80 psi minimum
17 compressive strength at 28 days.
18
19 6-02.1(1) Submittals
20
21 6-02.1(1)A Mix Design
22 Submit a mix design that will produce a cast density at point of placement and a
23 minimum compressive strength specified. Include laboratory data using the mix design
24 verifying cast density and strength requirements.
25
26 Field qualification test reports must be certified with a signature by an official in
27 responsible charge of the laboratory performing the tests.
28
29 6-02.1(1)B Quality Control and Placement Plan
30 Submit a cellular concrete quality control and placement plan 10 working days before
31 placement of embankment material. Placement of cellular concrete shall be in
32 accordance with the information provided in the quality control plan. The submitted plan
33 shall provide, as a minimum, the following elements:
34 1. An organization chart including names, telephone numbers, current certifications
35 and/or titles, and roles and responsibilities of all those involved in the quality
36 control program.
37 2. The process of communication by which quality control information will be
38 disseminated to the appropriate persons, including materials suppliers.
39 3. Written evidence that cellular concrete installer is certified by and approved by
40 the foam agent manufacturer
41 4. Location of equipment and batching areas.
42 5. Proposed construction sequence and schedule.
43 6. Type of equipment and tools to be used.
44 7. Material list of items and manufacturer's specifications
45 8. A copy of the AASHTO accreditation for your laboratory conducting the testing for
46 compressive strength testing of cellular concrete cylinders.
47
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
38
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 6-02.2 Materials
2 Section 6-02.2 is supplemented with the following:
3
4 (******)
5 6-02.2(1) General
6 All materials shall be delivered, stored and handled per recommendations of cellular
7 concrete manufacturer.
8
9 6-02.2(2) Admixtures
10 Admixtures for accelerating the set time may be used under the manufacturer's
11 recommendations. A foaming agent must be used and tested in accordance with ASTM
12 C 796.
13
14 6-02.2(3) Water
15 Mixing water shall be potable and free of deleterious amounts of acids, alkali, salts, oils,
16 and organic materials in accordance with Section 90-1.02D.
17
18 6-02.2(4) Portland Cement
19 Portland cement must comply with ASTM C 150, Types II/ V. Pozzolans and other
20 cementitious materials may be used when approved by the manufacturer of the foaming
21 agent. Fly ash and natural pozzolans must comply with ASTM C 618. Ground granulated
22 blast furnace slag must comply with ASTM C 989, grade 100 or 120.
23
24 6-02.3 Construction Requirements
25 Section 6-02.3 is supplemented with the following:
26
27 (******)
28 6-02.3(1) Specialized Batching, Mixing, and Placing Equipment
29 Batching, mixing and placing equipment shall be capable of producing material that
30 meets the requirements of this Section. Cement and water may be premixed and
31 delivered to the site. Foam shall be added and mixed at the site using aforementioned
32 equipment.
33
34 6-02.3(2) Personnel Requirements
35 The cellular concrete installer shall be certified and approved in writing by the foam
36 agent manufacturer. The installer's foreman shall have a minimum of 2 years'
37 experience in this work and shall have worked on at least three successful cellular
38 concrete projects.
39
40 The installer shall use adequate numbers of skilled workers who are thoroughly trained
41 and experienced in the necessary crafts and who are familiar with the specified
42 requirements and the methods needed for proper performance of the work.
43
44 The Contractor's Representative shall be experienced in the placement of cellular
45 concrete and shall be on site full-time during placement.
46
47 6-02.3(3) Quality Control and Quality Assurance Testing
48
49 6-02.3(3)A Cast Density
50 During placement of the initial batch, the installer shall check the density and adjust the
51 mix as required to obtain the manufacturer's specified cast density at point of placement.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
39
RFB # 18-002
1 The density results shall be submitted to the Engineer on a daily basis. At the point of
2 placement, the density must comply with the specified cast density.
3
4 6-02.3(3)B Placement
5 Cellular concrete shall be a homogeneous mixture and all materials shall be approved
6 prior to use.
7
8 Cellular concrete must be job site mixed with foaming agent and placed with equipment
9 specialized for cellular concrete lightweight material. Cement and water may be
10 premixed and delivered to the job site and foaming agent added on site. Once mixed, the
11 cellular concrete shall be conveyed promptly to the location of placement without
12 excessive handling.
13
14 A minimum 12 hour curing period between lifts is required. If ambient temperatures are
15 anticipated to be below 32 degrees F within 8 hours after cellular concrete placement,
16 mixing water must either be heated as approved by foaming agent the manufacturer or
17 placement must be prohibited. Cellular concrete must not be placed on frozen ground.
18 Cellular concrete shall not be placed in wet ground condition. Dewatering is necessary
19 where groundwater is present.
20
21 Any material that does not meet the minimum specified strength within 28 days shall be
22 removed and replaced by the Contractor at no additional cost.
23
24 Paving machines, heavy construction equipment shall not be permitted on cellular
25 concrete until it has attained the specified 28 days compressive strength.
26
27 6-02.3(3)C Acceptance
28 The contractor shall rectify any cellular concrete material rejected by the Engineer that
29 does not meet the minimum required material properties or is not installed in accordance
30 with this specification. Corrective measures are subject to the approval of the Engineer.
31 Accepted corrected measures will be performed by the contractor at no additional cost to
32 the City or extension of the contract time. This includes removal and replacement of
33 rejected cellular concrete material not meeting the minimum material requirements or
34 installed in accordance with this specification.
35
36 6-02.4 Measurement
37 Section 6-02.4 is supplemented with the following:
38
39 (**.***)
40 Cellular concrete lightweight embankment will be measured as LWF by the cubic yard in
41 accordance with Section 7-08.
42
43 6-02.5 Payment
44 Section 6-02.5 is supplemented with the following:
45
46 (******)
47 Cellular concrete lightweight embankment will be paid as LWF per cubic yard in
48 accordance with Section 7-08.
49
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
40
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 DIVISION 7
2 Draining Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits
3
4 7-04 Storm Sewers
5
6 7-04.3(1)A General
7 Section 7-04.3(1)A is supplemented with the following:
8 (******)
10 In addition to the tests as required per Section 7-17.3(2)A, Contracting Agency may perform
11 a television inspection. The Contractor shall repair all deficiencies or replace all defective
12 materials found during television inspection at no expense to the Contracting Agency. The
13 decision of the Engineer as to acceptance shall be final.
14
15 Additionally, the 24 -inch diameter storm sewer installed in this project shall also be tested for
16 deflection per Section 7-17.3(2)G. The Contractor shall be responsible for performing the
17 deflection test in accordance with Section 7-17.3(2)G, except that the test shall be performed
18 not less than 5 days after the trench backfill and compaction has been completed.
19
20 7-04.5 Payment
21 Section 7-04.5 is supplemented with the following:
22
23 (******)
24 "Corrugated Polyethylene Storm Sewer Pipe in. Diam.", per linear foot.
25
26 Except for other bid items specifically included in the Contract, the unit Contract price per
27 linear foot for storm sewer pipe of the kind and size specified, shall be full pay for all Work
28 (materials, labor and equipment) to complete the installation, including but not limited to,
29 structure excavation class B including haul, bedding, backfilling within pipe zone, backfilling
30 above pipe zone to finished grade with native materials, compaction, haul and disposal of
31 excess materials, all sampling and/or testing, dewatering if necessary, temporary storm flow
32 bypassing if necessary, protecting existing underdrain pipes and structures,
33 restoring/replacing disturbed or damaged underdrain pipes and structures, 6" diameter PVC
34 sleeves and caps, fence posts for flagging sleeve ends, reconnecting underdrain pipe to
35 CBs, restoring long jump runway, connecting new pipe to existing pipe including all
36 necessary fittings, temporarily moving soccer ball goal and restoring it following pipe
37 installation.
38
39 7-05 Manholes, Inlets, Catch Basins, and Drywells
40
41 7-05.3(3) Connections to Existing Manholes
42 This section is supplemented with the following:
43
44 (******)
45 Core drill existing manholes to fit the new larger diameter pipe and to provide a smooth
46 surface for a water -tight installation of the flexible connector as shown on the plan.
47
48 7-05.3(5) Catchbasin Relocation
49 Add this new section 7-05.3(5) with the following
50
51 The Contractor shall move and relocate existing catchbasin(s) to new location as
52 shown on the Plans. Cations shall be taken to protect the existing catchbasin structures.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
41
RFB # 18-002
1
2 All connected pipes must be reconnected to the same catchbasin at the new location.
3 Additional pipes and fittings may be necessary to connect pipes at new location. Costs for
4 reconnecting pipes and fittings with a diameter 6" or less are considered incidental to the
5 work and will not be paid separately.
6
7 If necessary, adjust knock out location to fit pipes. Adjust catchbasin to the grade at the new
8 location if necessary.
9
10 7-05.4 Measurement
11 This section is supplemented as follows.
12
13 (******)
14 All bid items listed in Special Provisions Section 7-05.5 will be measured per each.
15
16 7-05.5 Payment
17 Section 7-05.5 is supplemented with the following:
18
19 (******)
20 "Manhole Type 3, 48 In. Diam.", per each.
21
22 Except for other bid items specifically included in the Contract, the unit Contract price per
23 each of storm drainage structure of the type and size specified as listed above shall be full
24 pay for furnishing, installing and testing all the work associated with the structure as
25 described in the Standard Specifications and these Special Provisions, and as shown on the
26 Plans, including but not limited to, excavation, haul, disposal, dewatering if necessary,
27 bedding, trench backfill, compaction, temporary storm flow bypassing if necessary,
28 lightweight MH lid, protecting existing underdrain pipes and structures, restoring/replacing
29 disturbed or damaged underdrain pipes and structures, and adjusting underdrain structure
30 location if necessary.
31
32 "Connection to Drainage Structure", per each.
33
34 Except for other bid items specifically included in the Contract, the unit Contract price per
35 each of Connection to Drainage Structure shall be full pay for furnishing and installing all the
36 work as described in the Standard Specifications and these Special Provisions, and as
37 shown on the Plans, including but not limited to, excavation, haul, disposal, core drilling,
38 flexible connector.
39
40 "Catchbasin Relocation", per each.
41 Except for other bid items specifically included in the Contract, the unit Contract price per
42 each of Catchbasin Relocation shall be full pay for all the work associated with the structure
43 as described in the Standard Specifications and these Special Provisions, and as shown on
44 the Plans, including but not limited to, excavation, haul, disposal, dewatering if necessary,
45 bedding, trench backfill, compaction, temporary storm flow bypassing if necessary,
46 transporting the structure, adjust knock location, adjust catchbasin structure to grade,
47 grading to create positive drainage towards CB, reconnecting all pipes at the new location,
48 pipes and fittings necessary to reconnect existing pipes with a diameter 6" or less.
49
50 "Adjust Catch Basin", per each.
51 The unit Contract price per each for "Adjust Catch Basin" shall be full pay for all costs
52 necessary to make the adjustment including grading berm toe swale to create positive
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
42
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 drainage towards the catch basin, restoration of adjacent areas in a manner acceptable to
2 the Engineer.
3
4 7-08 General Pipe Installation Requirements
5
6 7-08.3(1)A Trenches
7 Section 7-08.3(1) is supplemented with the following:
8
9 Relatively high ground water level has been observed during geotechnical exploration and in
10 a groundwater monitoring well installed in the vicinity of the project. The information is
11 available in Appendix D. The Contractor shall anticipate the need for construction
12 dewatering.
13
14 Delete the 6th paragraph and replace it with the following.
15
16 (******)
17 When, after excavating to the foundation level, the material remaining in the trench bottom is
18 determined to be unsuitable by the Engineer, a layer of quarry spalls with a maximum
19 thickness of 18 inches shall be used to mitigate soft or unsuitable foundation conditions. The
20 quarry spalls shall be pushed into the native subgrade with the bucket of an excavator.
21 Vibration compaction shall not be used for quarry spalls installation. The excess materials
22 generated as a result of quarry spalls installation shall be removed and disposed of at an
23 approved site. The trench foundation shall then be backfilled to the bottom of the pipe zone
24 with gravel backfill for foundations, gravel backfill for pipe zone bedding, or other suitable
25 material, and compacted to form a uniformly dense, unyielding foundation.
26
27 7-08.3(3) Backfilling
28 Section 7-08.3(3) is supplemented with the following:
29
30 Where light weight fill (LWF) for trench backfill is required as shown on the Plans, the LWF
31 material shall be either the cellular concrete lightweight embankment material per Section 6-
32 02, or expanded shale aggregate as specified below in this section.
33
34
35
36
37
38
39 When imported backfill material is necessary for trench backfill above pipe zone due to
40 native materials being unsuitable, gravel borrow as specified in Section 9-03.14(1) shall be
41 used for trench backfill above pipe zone.
42
43 7-08.4 Measurement
44 Section 7-08.4 is supplemented with the following:
45
46 (******)
The dry loose bulk density of the expanded shale aggregate shall have a maximum of 55
pounds per cubic foot. The material shall meet the gradation requirements in the table
below.
Sieve
Percent Passing
1/2"
100
3/8"
80-100
No. 4
5-40
No. 8
0-20
No. 16
0-10
No.200
0-10
All percentages are by weight
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
43
RFB # 18-002
1 LWF will be measured by the cubic yard in place determined by the neat lines required by
2 the plans. If the Contractor excavated outside the neat line limits and placed more LWF for
3 backfill, it shall be considered for the Contractor's benefit and shall be included in the cost for
4 other Bid items.
5
6 Quarry spalls will be measured by the ton of spalls actually placed.
7
8 Gravel borrow will be measure by the ton of the material actually placed.
9
10 7-08.5 Payment
11 Section 7-08.5 is supplemented with the following:
12
13 (*.***«)
14 "Quarry SpaIls", per ton.
15 The unit Contract price per ton for "Quarry SpaIls" shall be full pay for all costs in furnishing,
16 placing, and compacting spalls, and all costs for removing and disposal of excess materials
17 generated as a result of quarry spalls installation.
18
19 "Gravel Borrow", per ton.
20 The unit Contract price per ton for "Gravel Borrow" shall be full pay for all costs in furnishing,
21 placing, and compacting gravel borrow used for trench backfill above pipe zone.
22
23 "LWF", per cubic yard.
24 The per cubic yard payment for LWF shall be full compensation for preparation of written
25 submittals, material testing, coordination of and scheduling of LWF placement, specialized
26 equipment to mix, transport and place LWF, compaction, dewatering if necessary, and
27 include all associated costs such as materials, labor, equipment and incidentals necessary to
28 complete the Work.
29
30 All costs associated with, structure excavation class B including haul, bedding, backfilling
31 within pipe zone, backfilling above pipe zone to finished grade with native materials,
32 compaction, haul and disposal of excess materials, all samplings and testings, dewatering if
33 necessary, temporary storm flow bypassing if necessary, protecting existing underdrain pipes
34 and structures, restore underdrain pipes and structures if damaged, 6" diameter PVC
35 sleeves and caps, fence posts for flagging sleeve ends, reconnecting underdrain pipe to
36 CBs, restoring long jump runway, connecting new pipe to existing pipe including all
37 necessary fittings will not be paid separately, and the costs shall be included in the unit
38 Contract prices for the installation of each type and size of culvert, storm sewer pipe,
39 structure, or other structures associated with the excavation.
40
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
44
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 DIVISION 8
2 MISCELLANEOUS CONSTRUCTION
3
4 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL
5
6 8-01.3(1) General
7 Section 8-01.3(1) is supplemented with the following:
8
9 (January 5, 2015)
10 The Contractor shall be responsible for all Work required for compliance with the
11 Construction Stormwater General Permit (CSWGP) including annual permit fees.
12
13 TESC Compliance Incentive
14 If the Proposal includes the Bid item "TESC Compliance Incentive" then an incentive
15 has been established to provide the Contractor the opportunity to earn additional
16 payment for carrying out well-planned and proactive implementation of the CSWGP
17 requirements in order to protect the environment during construction.
18
19 The Contractor will earn a TESC Compliance Incentive payment in the amount of five
20 percent of monies paid on a progress estimate for the Bid item Erosion Control and
21 Water Pollution Prevention when all Work by the Contractor during the period of that
22 progress estimate complies with all Contract requirements for Erosion Control and
23 Water Pollution Prevention and the CSWGP.
24
25 The first through eighth paragraphs of Section 8-01.3(1) are deleted and replaced with the
26 following:
27
28 (January 5, 2015)
29 The Contractor shall install a high visibility fence along the site preservation lines shown
30 in the Plans or as instructed by the Engineer.
31
32 Throughout the life of the project, the Contractor shall preserve and protect the
33 delineated area, acting immediately to repair or restore any fencing damaged or
34 removed.
35
36 Controlling pollution, erosion, runoff, and related damage requires the Contractor
37 to perform temporary Work items including but not limited to:
38
39 1. Providing ditches, berms, culverts, and other measures to control surface water.
40
41 2. Building dams, settling basins, energy dissipaters, and other measures,
42 to control downstream flows.
43
44 3. Controlling underground water found during construction.
45
46 4. Covering or otherwise protecting slopes until permanent erosion -control
47 measures are working.
48
49 To the degree possible, the Contractor shall coordinate this temporary Work with
50 permanent drainage and erosion control Work the Contract requires.
51
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
45
RFB # 18-002
1
2
3
4
5
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 through April5
30
Acres
November 1 through
March 31
5 Acres
6
7 Section 8-01.3(1) is supplemented with the following:
8 (******)
10 The Contractor shall clean all roadways, streets, sidewalks, open spaces and appurtenances
11 of all material or debris which are dropped or otherwise deposited thereon as a result of the
12 Contractor's operations. All such areas shall be cleaned at the conclusion of each day's
13 operations and at such other times as ordered by the City.
14
15 If the roadways, streets, and appurtenances are not properly cleaned, as determined by the
16 City, and the condition of the excavation so warrants, the Contractor shall provide facilities to
17 remove clay or other deposits from tires or between dual wheels or outside of truck beds
18 before trucks and other equipment may be allowed to travel over paved streets.
19
20 Any violation of the above requirements will be sufficient grounds for the City to order the
21 roadways, streets, sidewalks and appurtenances cleaned by others and to deduct all costs
22 of such cleaning from any monies due or to become due to the Contractor.
23
24 All costs in connection with the above work for cleaning of streets shall be included in lump
25 sum bid item for Erosion Control and Water Pollution Prevention.
26
27 8-01.3(1)A Submittals
28 Section 8-01.3(1)A is revised to read:
29
30 (******)
31 A Temporary Erosion and Sediment Control (TESC) Plan consists of a narrative section
32 and plan sheets that meets Ecology's Stormwater Pollution Prevention Plan (SWPPP)
33 requirement in the CSWGP.
34
35 Preliminary Temporary Erosion and Sediment Control (TESC) requirements have been
36 included in the Plan. These requirements are the minimum temporary erosion control
37 measures that will be required and is intended as a guide for the Contractor's
38 convenience. Additional measures may be required due to weather conditions and/or
39 the Contractor's means and methods of construction. The Contractor shall prepare and
40 submit the TESC Plan to meet the Contractor's schedule, method of construction, and
41 to include off-site areas that will be used to directly support construction activity such as
42 equipment staging yards, material storage areas, or borrow areas. Contractor TESC
43 Plans shall include all high visibility fence delineation shown on the Contracting Agency
44 Contract Plans. All TESC Plans shall meet the requirements of the current edition of the
45 WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as
46 needed throughout construction based on site inspections and discharge samples to
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
46
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 maintain compliance with the CSWGP. The Contractor shall develop a schedule for
2 implementation of the TESC work and incorporate it into the Contractor's progress
3 schedule.
4
5 The Contractor shall submit their TESC Plan and implementation schedule as Type 2
6 Working Drawings. At the request of the Engineer updated TESC Plans shall be
7 submitted as Type 1 Working Drawings.
8
9 8-01.3(1)B Erosion and Sediment Control (ESC) Lead
10 The second and third paragraphs in Section 8-01.3(1)B are revised to read:
11
12 (January 5, 2015)
13 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not
14 limited to:
15
16 1. Installing and maintaining all temporary erosion and sediment control Best
17 Management Practices (BMPs) included in the TESC Pian to assure continued
18 performance of their intended function. Damaged or inadequate TESC BMP's
19 shall be corrected immediately.
20
21 2. Updating the TESC Plan to reflect current field conditions.
22
23 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to
24 Ecology in accordance with the CSWGP.
25
26 4. Develop and maintain the Site Log Book as defined in the CSWGP. As a part of
27 the Site Log Book, the Contractor shall develop and maintain a BMP tracking
28 table to show that identified TESC compliance issues are fully resolved within
29 10 calendar days. The table shall include the date an issue was identified, a
30 description of how it was resolved, and the date the issue was fully resolved.
31
32 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site
33 erosion and sediment control BMP's, and all stormwater discharge points at least once
34 every calendar week and within 24 -hours of runoff events in which stormwater
35 discharges from the site. Inspections of temporarily stabilized, inactive sites may be
36 reduced to once every calendar month. The Erosion and Sediment Control Inspection
37 Form (WSDOT Form 220-030) shall be completed for each inspection and a copy shall
38 be submitted to the Engineer no later than the end of the next working day following the
39 inspection.
40
41 8-01.3(2)B Seeding and Fertilizing
42 Section 8-01.3(2)B is supplemented with the following:
43
44 (******)
45 Seed mixes shall meet the following requirements:
46 Current Washington or Oregon State certified 3 way perennial ryegrass blend with
47 white tag ratings. Weed free with less than 0.01% inert material
48
49 Seed shall be placed at a rate not less than 7-10 Ib/1000 sf.
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
47
RFB # 18-002
1 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
2 Section 8-01.3(2)F is supplemented with the following
3
4 (******)
5 All seeding in this Project shall be considered permanent seeding. Seeding application is
6 allowed to be performed in July or August. All physical work must be complete by August 31,
7 2018.
8
9 8-01.3(15) Maintenance
10 (January 5, 2015)
11 The fifth paragraph of Section 8-01.3(15) is deleted.
12
13 8-01.3(16) Removal
14 The first paragraph of Section 8-01.3(16) is revised to read:
15
16 (January 5, 2015)
17 The Contractor shall remove all temporary BMP's and all associated hardware from the
18 project limits prior to Physical Completion unless otherwise approved by the Engineer.
19 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP
20 may be transferred back to the Contracting Agency. Approval of the Transfer of
21 Coverage request will require the following:
22
23 1. All other Work required for Contract Completion has been completed.
24
25 2. All Work required for compliance with the CSWGP has been completed to the
26 maximum extent possible. This includes removal of BMPs that are no longer
27 needed and the site has undergone all Stabilization identified for meeting the
28 requirements of Final Stabilization in the CSWGP.
29
30 3. An Equitable Adjustment change order for the cost of Work that has not been
31 completed by the Contractor.
32
33 4. Submittal of the Washington State Department of Ecology Transfer of Coverage
34 form (Ecology form ECY 020-87a) to the Engineer.
35
36 If the Engineer approves the Transfer of Coverage back to the Contracting Agency the
37 requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of
38 Termination form to Ecology will not apply.
39
40 8-01.4 Measurement
41 Section 8-01.4 is deleted and replaced with the following:
42
43 (******)
44 No specific unit of measurement will apply to the lump sum item for "Erosion Control and
45 Water Pollution Prevention".
46
47 Seeding will be measured by the square yard by ground slope measurement.
48
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
48
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 8-01.5 Payment
2 Section 8-01.5 is deleted and replaced with the following:
3
4 (******)
5 Payment will be made in accordance with Section 1-04.1 for the following bid items:
6
7 "Erosion Control and Water Pollution Prevention", per lump sum.
8 Unless specifically listed as a separate bid item, the lump sum bid item for "Erosion Control
9 and Water Pollution Prevention" shall be full compensation for all of the work described in
10 the Sections of 8-01 and 1-07.15 of the Standard Specifications and these Special
11 Provisions, and as shown on the Plans, including but not limited to, ESC lead, inlet
12 protection, stabilized construction entrances (including quarry spalls used for this purpose),
13 all tasks needed for construction entrance preparation, entrance barrier removal and
14 restoration (including tree cutting, removal and disposal), street cleaning, installation,
15 maintenance and removal of erosion and water pollution control devices including removal
16 and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities,
17 any additional Work deemed necessary by the Engineer to control erosion and water
18 pollution, and additional temporary erosion sedimentation control measures that may result
19 from weather, the nature of the materials, the progress on the work, or the means and
20 methods of work selected by the Contractor.
21
22 Progress payments for the lump sum item "Erosion Control and Water Pollution Prevention"
23 will be made as follows:
24
25 1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for
26 the item. Initial set up includes the following:
27
28 a. Acceptance of the TESC Plan submittal,
29
30 b. Submittal of a schedule for the installation of the BMP's,
31
32 c. Identifying water quality sampling locations, and
33
34 d. Initial installation of BMP's associated with sensitive areas delineation,
35 clearing/grubbing and perimeter control.
36
37 2. The remaining seventy-five percent of the bid amount shall be paid in accordance
38 with Section 1-09.9.
39
40 "Seeding", per square yard.
41
42 "Biodegradable Erosion Control Blanket", per square yard.
43 The unit Contract price per square yard for "Biodegradable Erosion Control Blanket", shall be
44 full pay for all costs to complete the specified Work.
45
46 "High Visibility Fence", per linear foot.
47 The unit contract price per linear foot for "High Visibility Fence" shall be full pay for all costs
48 to furnish, install, maintain, and remove the fence as specified. Once removed, the fencing
49 shall remain the property of the Contractor.
50
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
49
RFB # 18-002
1 8-02 Roadside Restoration
2
3 8-02.3(4)A Topsoil Type A
4 Section 8-02.3(4)A shall be supplemented as follows:
5
6 (**.*..)
7 Topsoil Type A mix shall be a 50:50 mixture of pure compost, and sand, sandy loam, or silty
8 sand. The soil shall be high in organic content and comprised of fully composted and mature
9 organic materials (refer to Section 9-14.4(8), Compost). No fresh sawdust or other fresh
10 wood by-products shall be added to extend the volume after the composting process.
11 Chemical/physical characteristics shall comply with the following:
12 Screen Size (approx. particle size) 7/16" maximum
13 Total Nitrogen 0.25% minimum
14 Organic Matter 20% minimum
15 pH Range 5.5-7.5
16 Conductivity 5 mmhos/cm maximum
17
18 Topsoil shall not be a mixture of contrasting textured subsoils, and shall contain Tess than 5 %
19 by volume of cinders, stones, slag, coarse fragments, gravel, sticks, roots, trash, or other
20 materials larger than 1 1/2 " in diameter.
21
22 Topsoil shall not be placed while the topsoil is in a frozen or muddy condition, when the
23 subsoil is excessively wet or in a condition that may otherwise be detrimental to proper
24 grading and seedbed preparation.
25
26 Topsoil shall be uniformly distributed and lightly compacted to a minimum thickness of 4
27 inches. Any irregularities in the surface resulting from topsoiling or other operations shall be
28 corrected in order to prevent the formation of depressions or water pockets.
29
30 Contractor shall submit supplier's certification of material to the Engineer.
31
32 8-02.4 Measurement
33 Section 8-02.4 Measurement is revised as follows:
34
35 (******)
36 Topsoil Type A will be measured by the square yard along the grade and slope of the area
37 covered and accepted immediately after application. Topsoil spread or incorporated outside
38 of the designated area will not be measured for payment.
39
40 8-02.5 Payment
41 Section 8-02.5 is supplemented with the following:
42
43 (******)
44 "Topsoil Type A", per square yard.
45 The unit Contract price per acre for "Topsoil Type A" shall be full payment for all costs for the
46 specified Work.
47
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
50
RFB # 18-002
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1 8-04 Curbs, Gutters, and Spillways
2
3 8-04.1 Description
4 Section 8-04.1 is supplemented with the following:
5
6 (******)
7 This Work consists of the construction of cement concrete curbs for the running track at
8 locations shown on the Plan and replacing the curb at all locations damaged by the
9 Contractor.
10
11 8-04.3 Construction Requirements
12 Section 8-04.3 is supplemented with the following:
13
14 (******)
15 The Contractor shall repair track curbing at locations shown on the Plan. In Addition, the
16 Contractor shall examine the track curbing prior to using the track for access. Any broken,
17 cracked, chipped, sagged, or any other defect for the entire track shall be recorded
18 (including its location and defect) and a copy shall be provided to the Contracting Agency.
19 Following construction the Contracting Agency will inspect the track curbing. Any curbing
20 where defects were not noted from the Contractor inspection shall be replaced by the
21 Contractor.
22
23 Following the completion by the Contractor in using the track for access the Contractor shall
24 notify the Contracting Agency. The Contracting Agency shall have two working days to
25 inspect the track curbing for damage. The Contractor shall repair any curbing damage found
26 by the Contracting Agency that is not documented in the Contractor inspection. The
27 damaged curbing shall be replaced by the Contractor from existing joint to existing joint or a
28 length not less than 5 feet, as determined by the Contracting Agency. The replaced curbing
29 shall exactly match the existing curbing. Once all curbing is repaired to the Contracting
30 Agency's satisfaction, the Contractor shall proceed with the cinder repair.
31
32 8-04.4 Measurement
33 Section 8-04.4 is supplemented with the following:
34
35 (******)
36 No specific unit of measurement shall apply to the lump sum item for cement concrete curb.
37
38 8-04.5 Payment
39 Section 8-04.4 is supplemented with the following:
40
41 (******)
42 "Cement Concrete Curb", per lump sum
43 The lump sum price for Cement Concrete Curb shall be full pay for all Work described in this
44 section.
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
51
RFB # 18-002
1 DIVISION 9
2 MATERIALS
3
4 9-05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings
5 Section 9-05.20 is supplemented with the following:
6
7 (******)
8 Corrugated Polyethylene Storm Sewer Pipe used in this project shall be AASHTO M 294
9 Type S.
10
11
City of Federal Way
Lakota Park Stormwater Facility Repair
Project
52
RFB # 18-002
APPENDIX A
STANDARD PLANS AND DETAILS AND PROJECT SIGN DETAILS
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
RFB # 18-002
2018
IMP
0
>O
0
>U
O
IN
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
0 0
0
8`4
CP
3
r
ig
o..
mss'
Z81
z0
N
CC laa a0
w
Q
0
0
J
CO
a
LU
'Cr Ce
CO 8 F' J
l'o16. 73
t
0
Z - cn
cc
Q y o
ccQ
0 3 a
Z
Z O 0 O
< ▪ U w v
NI
Z ❑ LL x
W O
LL CC O
y ❑
a
p
J 0 W CC
H LL Z Z
C U g
Q
W ❑ m
U
LL
rr
>-
(n
W
❑
LL
O `W Q
r ❑
I_ZpZ
U Y 0 0
z W
z a
O w O
W m�Y'
LL W W
x
x
x
x
x
x
x
X
X
Y
S
i
N
N
"M
D.2.1.4 TRAFFIC AREA STABILIZATION
the entrance is not preventing sediment from being tracked onto pavement, then a ative
mea . -s to keep the streets free of sediment shall be used. This may include -t sweeping, an
increase 1 • - dimensions of the entrance, or the installation of a wheel . If washing is used, it
shall be done o • area covered with crushed rock, and wash wat- . all drain to a sediment trap or
pond.
3. Any sediment that is tracke• • • savement shall be
sediment collected by sweeping sh. •e remov
cleaned by washing down the street, exc
safety. If it is necessary to wash th eets, a
then be washed into the sumere it can be contr
site and cannot discharsystems tributary to surface s.
oved immediately by sweeping. The
r stabilized on site. The pavement shall not be
en sweeping is ineffective and there is a threat to public
1 sump must be constructed. The sediment would
Wash water must be pumped back onto the
4. Any quarry spa . at are loosened from the pad and end up on
immediat
dway shall be removed
I tcles are entering or exiting the site at points other than the construction e ce(s), fencing (see
ection D.2.1.1) shall be installed to control traffic.
FIGURE D.2.1.4.A STABILIZED CONSTRUCTION ENTRANCE
R=25' MIN.
O
IF A ROADSIDE DITCH IS
PRESENT, INSTALL
DRIVEWAY CULVERT
PER KCRDCS
4"- 8" QUARRY
SPALLS
GEOTEXTILE
•.I
• PROVIDE FULL WIDTH OF
INGRESS/EGRESS AREA
12" MIN.
THICKNESS
NOTES:
• PER KING COUNTY ROAD DESIGN AND CONSTRUCTION STANDARDS (KCRDCS), DRIVEWAYS SHALL
BE PAVED TO EDGE OF R -O -W PRIOR TO INSTALLATION OF THE CONSTRUCTION ENTRANCE TO
AVOID DAMAGING OF THE ROADWAY.
• IT IS RECOMMENDED THAT THE ENTRANCE BE CROWNED SO THAT RUNOFF DRAINS OFF THE PAD.
2016 Surface Water Design Manual — Appendix D 4/24/2016
D-43
LINE DESIGNATION
LINE STATIONING
0
OF
ow
rew
oW
ZU
x?
L 68+20
LL
(JJOr, O
Ow 0iw g
W
ywww
Ow w—r w
Qn w=6 a
' UUN. O
O
O"zH
1-x Q<xt7,00 cos
jH wol- 0=
0 El- u)<
BACK OF DITCH
C 22/251/4:1/BKD
LINE DESIGNATION
LINE STATIONING
A 101+52
0
Z
O
W
SLOPE STAKE
a g
i m Z vi
CD
Z�
Ji•JUUW
wmZZW
mLL<ow
z W
C9FWNx
a<LLWZ
40L C&G o
LL
LINE DESIGNATION
LINE STATIONING
0
Ow
ww
0z
w w
w W
ow
ZU
7
2?
CONTROL POINT
L 23+4598 PC
NVdH3O� bWOV A8 NMV84
Z
t
Z W
Y
a=
Z U
WOO
WLL W
28w
ZEN
mini
<>.
III w
1.23702.011031.110 3111 1.00 V ...Ole
...911.1,4610 KM! 11110104,1111.11
/q lai/tl1011..YKV vNnw.ON/IOWnw
IICIMOIS 'IMMO A ImamoianIMINICOO ICI. WY cine
STSTSAYSTSM22Z ZZITZ ?RU222aVz
N0.
PROFS
'272/77772II7227 �EF.sTtSASi, .tS?lCSSSiUr
x
0
Uw
W
=
=0 0
06
J D
Q
pU
FILL (0.1 FEET)
0Q- D/L/01/50:1/16!
z ▪ w
5(3Qp O
a mXw P F-
¢Qw• mLL
Ow -
ofUUP 0 H .Lii
v) O W
Zw
DU
ON 0F0 y . J 2?
L
C 2/235/3:1/68+20
F ff 2
uJ W
OYW w w
ww v~iWv wR
h Lt
Q FH Q 1- CD
LLoO DI00C0 501
—
O C29-/ 27
LINE DESIGNATION
LINE STATIONING
0
O
Ov)
LL l-
c z oz
ww
W2
ow
7
zU
x �
0
2
m 5
▪ d
M Q
F
DAYLIGHT (D/L) STAKE
SHEET 1 OF 2 SHEETS
m Q
h
cn - 0
1-0
W W
0
ct
�O
W LL
F Z a
O
KN
LL •
L 68+20
w
z
O 0 0
p a �w
- w FP
wa- OF OE
0,,,,_t Hp wa w
FtLux a
o �W ULi-
p OU 0
vwwm )Q Q <LL QY Q6 is
.�Q -N j6 No oz
O(10 EL: Um Oh- ty
BACK OF DITCH
©F121 C2/25/4: 1/BKD
4
0
V
m
1-
z
0
LL
LATH FOR SLOPE REFERENCES
LUMINAIRE NUMBER (23)
LUM `23 / CE 1+0476
O F 11 TOP FNDN
STRUCTURE NOTE REFERENCE
H
W Z
Nr
w z 0
21- a
zz z
Fw HO
LU
W?
ZD� Urn-
�C 1.7.1. a
arn� ❑ 0 w
�m
Y a� z
wz w
W
Y �
• W
• 27
J 0
v
0 te
Zy
OZ
ON
Z
O0
LL J
Z - OLL0
LL YQM
F
LINE DESIGNATION
lomat woe, aarovama a•Arx moo,' 7•0111.11
A /F lIYISAOi6W%IwnLL11lH
✓Y11'4 LN 01101 W' UMY]HM31U
Al MO*TInMA DLL 10,(10110...19, 'YN
ST�uiSS;SS<�csttny, MIZ».>2 Z2MtZZ;
a aO,
PROF d'a
xG
4222..2ZZ22.271ZZZ>:l.ZZ`faCSSM7:SSSZM
LINE STATIONING
/-
0
CO
Z
ww
Ow
Z
x3
82 468+50
OFFSET (3 FEET)
o
< LL W
OLL
008
0Wo
CO0
u
O F 0-9BKC
KB 4-15 1+47 3-5 0
20� O
00 mro
I- LL LL Z LL W
j0W WOOF O
z(-) mil =0W ¢SOW 05
o 1_
'-
I- c) 0)<0? 0
Om. 0 0mel iqv
DC 06024 /4:1
❑
rz
ZO
OW
-W
0
UZLL
200
o o
LLma
J 0
u. CD
SLOPE RATIO (2H:1V)
W LL
N
CN
0UJ
h W
os
-IO
�0)
SLOPE RATIO (4H:1V)
U
O
c�F
W
0 Lu
m LL
LL
W
cq
Z F
N Z
oa
F 31/2:1/F 22-5/4:1/281
NVHH3OO WVQV A9 NMVHO
STAKE FOR DITCH CONSTRUI
COMPOUND SLOPE LATH
25' INCREMENTS
KB 6-3 0+32
OFFSET (10 FEET)
O C 1 FL
DISTANCE FROM %(14.3 FEET)
SLOPE RATIO (2H:1V)
SURVEY STAKES
0
a
m
0 0
LL
F 07SG/F073 FG/141/2:1
STAKE FOR CURB/GUTTER
STAKE FOR DRAINAGE
SHEET 2 OF 2 SHEETS
5
W
0
0
0
m
0
a
0z
g
LL
H
I-QU
JN
W0.m
0z
CO
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
fi-
HIGH VISIBILITY FENCE
SN31139 1119 :A9 NMVNO
TYPICAL SECTION
_AAo _:w_
[.�
SEDIMENT AND D
B
§
2
§z
,
k�
\\Z\
a5
7§w\
§s§!
w a ¥ §(
re
k(
$$
1. Prepare smooth slope.
§
_AAO _:As__
S2
!
B
APPENDIX B
PREVAILING WAGES AND BENEFIT CODE KEY
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
RFB # 18-002
2018
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
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: 3/7/2018
County
Trade
King Asbestos Abatement Workers
King Boilermakers
King Brick Mason
King Brick Mason
King Building Service Employees
King Building Service Employees
King Building Service Employees
King Building Service Employees
King Cabinet Makers (In Shop)
King Carpenters
King Carpenters
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Carpenters
Carpenters
Carpenters
Carpenters
Carpenters
Carpenters
Cement Masons
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
Divers a Tenders
Divers Et Tenders
Divers Et Tenders
Divers Et Tenders
King Divers Et Tenders
King Dredge Workers
Job Classification
Journey Level
Journey Level
Journey Level
Pointer -Caulker -Cleaner
Janitor
Traveling Waxer/Shampooer
Window Cleaner (Non -Scaffold)
Window Cleaner (Scaffold)
Journey Level
Acoustical Worker
Bridge, Dock And Wharf
Carpenters
Carpenter
Carpenters on Stationary Tools
Creosoted Material
Floor Finisher
Floor Layer
Scaffold Erector
Journey Level
Bell/Vehicle or Submersible
Operator (Not Under Pressure)
Dive Supervisor/Master
Wage Holiday Overtime Note
$46.57 5D 11-I
$66.54 5N 1C
$55.82 5A 1M
$55.82; 5A _. Inn
$23.73
$24.18
$27.23
$28.13 5S 2F
$22.74 1
$57.18 5D 4C
55
55
55
2F
2F
2F
$57.18
5D 4C
$57.18 5D 4C
4C
4C
4C
4C
4C
$57.31
$57.28
$57.18
$57.18
$57.18
$57.21
$110.54
$72.97
5D
5D
5D
5D
5D
7A 1M
5D
5D
Diver $110.54 5D
Diver On Standby $67.97 5D
Diver Tender
Manifold Operator
Manifold Operator Mixed Gas
...............
Remote Operated Vehicle
Operator/Technician
Remote Operated Vehicle Tender
$61.65
$61.65
$66.65
$61.65
$57.43
5D
5D
4C
4C
4C 8V
4C
4C
4C
5D 4C
5D
4C
5A 4C
Assistant Engineer $56.44 5D 3F
King Dredge Workers
King Dredge Workers
King Dredge Workers
King Dredge Workers
King Dredge Workers
King Dredge Workers
King Drywall Applicator
King Drywall Tapers
King Electrical Fixture Maintenance
Workers
............. .
King Electricians - Inside
King Electricians Inside
......:..:
King Electricians - Inside
King Electricians - Inside
..._._ ............................___..
King Electricians - Inside
King Electricians - Inside
King Electricians- Inside
King Electricians - Motor Shop
King Electricians - Motor Shop
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
.................... .
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians - Powerline
Construction
King Electricians Powerline
Construction
King Electronic Technicians
King Elevator Constructors
King Elevator Constructors
King Fabricated Precast Concrete
Products
King Fence Erectors
King Flaggers
King Glaziers
King Heat Et Frost Insulators And
Asbestos Workers
King Heating Equipment Mechanics
King Hod Carriers Et Mason Tenders
Assistant Mate (Deckhand)
Boatmen
Engineer Welder
Leverman, Hydraulic
Mates
Oiler
Journey Level
Journey Level
Journey Level
$56.00 5D 3F
$56.44 5D 3F
$57.51 5D 3F
$58.67 5D 3F
$56.44 5D 3F
$56.00 5D 3F
$56.78 5D 1H
$57.43 5P 1E
$28.99 5L 1E
Cable Splicer $76.96 7C 4E
Cable Splicer (tunnel) $82.24 7C 4E
Certified Welder $74.38 7C 4E
Certified Welder (tunnel) $79.80 7C 4E
Construction Stock Person $39.69 7C 4E
Journey Level $71.80 7C 4E
Journey Level (tunnel) $76.96 7C 4E
Craftsman $15.37 1
Journey Level $14.69 1
Cable Splicer $79.43 5A 4D
Certified Line Welder $69.75 5A 4D
Groundperson $46.28 5A 4D
Heavy Line Equipment Operator $69.75 5A 4D
Journey Level Lineperson $69.75 5A 4D
..._..................
Line Equipment Operator $59.01 5A 4D
Meter Installer
Pole Sprayer
Powderperson $52.20 5A 4D
$46.28 5A 4D 8W
$69.75 5A 4121
Journey Level
Mechanic
Mechanic In Charge
All Classifications - In -Factory
Work Only
Fence Erector
Journey Level
Journey Level
Journeyman
Journey Level
Journey Level
$31.00 1
$91.24 7D 4A
$98.51 7D 4A
$17.72 5B 1R
$15.18 1
$39.48 7A 31
$61.81 7L 1Y
$67.93 5J 4H
$78.17 7F 1 E
$48.02 7A 31
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
King Industrial Power Vacuum Cleaner
King Inland Boatmen
King Inland Boatmen
King Inland Boatmen
King Inland Boatmen
King Inland Boatmen
King Inland Boatmen
King Inspection/Cleaning/Sealing Of
Sewer Et Water Systems By.
Remote Control
King Inspection/Cleaning/Sealing Of
Sewer Et Water Systems By.
Remote Control
King Inspection/Cleaning/Seating Of
Sewer Et Water Systems By
Remote Control
King Inspection/Cleaning/Sealing Of
Sewer Et Water Systems By.
Remote Control
King Inspection/Cleaning/Sealing Of
Sewer it Water Systems By.
Remote Control
King Insulation Applicators
King Ironworkers
King Laborers
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
Laborers
King Laborers
King Laborers
Journey Level
Boat Operator
Cook
Deckhand
Deckhand Engineer
Launch Operator
Mate
Cleaner Operator, Foamer
Operator
Grout Truck Operator
Head Operator
Technician
Tv Truck Operator
Journey Level
Journeyman
Air, Gas Or Electric Vibrating
Screed
Airtrac Drill Operator
Ballast Regular Machine
Batch Weighman
Brick Pavers
Brush Cutter
Brush Hog Feeder
Burner
Caisson Worker
Carpenter Tender
Caulker
Cement Dumper -paving
Cement Finisher Tender
Change House Or Dry Shack
Chipping Gun (under 30 Lbs.)
Chipping Gun(30 Lbs. And Over)
Choker Setter
Chuck Tender
.........................
Clary Power Spreader
Clean-up Laborer
Concrete Dumper/chute
Operator
Concrete Form Stripper
Concrete Placement Crew
$11.50"
$61.41 5B
$56.48
$57.48
$58.81
$58.89
5B
5B
5B
5B
$57.31 5B
$31.49
$11.50:
$24.91'
$19.33
$20.45
1
1K
1K
1K
1K
1K
1K
$57.18 5D 4C
$67.88 7N 10
$46.57 7A 31
$48.02
$46.57
$39.48
$46.57
$46.57
$46.57;,
$46.57
$48.02
$46.57 7A
$46.57 7A
7A
7A
7A
7A
7A
7A
7A
7A
$47.44
$46.57
$46.57
$46.57
7A
7A
7A
7A
$47.44 7A
$46.57 7A
$46.57 7A
$47.44 7A
$46.57 7A
$47.44 7A
$46.57 7A
$47.44 7A
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
31
King Laborers Concrete Saw Operator/core $47.44# 7A i 31
Driller
King Laborers Crusher Feeder $39.48 7A 31
King Laborers Curing Laborer $46.57 7A 31
King Laborers Demolition: Wrecking Et Moving $46.57 7A 31
(incl. Charred Material)
King Laborers Ditch Digger $46.57 7.4 31
King Laborers Diver $48.02 7A 31
King Laborers Drill Operator $47.44 7A 31
(hydraulic,diamond)
King Laborers Dry Stack Walls $46.57 7A 31__...r.
King Laborers Dump Person $46.57 7A 31
King Laborers Epoxy Technician $46.57 7A 31
King Laborers Erosion Control Worker $46.57 7A 31
King Laborers Fatter Et Bucker Chain Saw $47.44 7A 31
King Laborers Fine Graders $46.57 7A 31
King Laborers Firewatch $39.48 7A 31
King Laborers Form Setter $46.57 7A 31
King Laborers Gabian Basket Builders $46.57 7A 31
King Laborers General Laborer $46.57 7A 31
King Laborers Grade Checker Et Transit Person $48.02 7A 31
King Laborers Grinders $46.57 7A 31
King Laborers Grout Machine Tender $46.57 7A 31
King Laborers Groutmen (pressure)inctuding $47.44 7A 31
Post Tension Beams
King Laborers Guardrail Erector $46.57 7A 31
King Laborers Hazardous Waste Worker (levet $48.02 7A 31
King Laborers
A)
Hazardous Waste Worker (level $47.44 7A 31
B)
King Laborers Hazardous Waste Worker (level $46.57 7A 31
C)
King Laborers High Scaler $48.02 7A 31
King Laborers Jackhammer $47.44 7A 31
King Laborers Laserbeam Operator $47.44 7A 31
King Laborers Maintenance Person $46.57 7A 31
King Laborers Manhole Builder-mudman $47.44 7A 31
King Laborers Material Yard Person $46.57 7A 31
King Laborers Motorman -dinky Locomotive $47.44 7A 31
King Laborers Nozzleman (concrete Pump, $47.44 7A 31
Green Cutter When Using
Combination Of High Pressure Air
Et Water On Concrete Et Rock,
Sandblast, Gunite, Shotcrete,
Water Bla
King Laborers Pavement Breaker $47.44 7A 31
King Laborers Pilot Car $39.48 ZA 31
King Laborers Pipe Layer Lead $48.02 7A 31
King Laborers Pipe Layer/tailor $47.44 7A 31
King Laborers Pipe Pot Tender $47.44 7A 31
King Laborers Pipe Reliner $47.44 7A 31
King Laborers Pipe Wrapper $47.44 7A 31
King
King
Laborers Pot Tender $46.57 7A 31
Laborers Powderman $48.02 7A 31
King Laborers Powderman's Helper $46.57 7A 31
King Laborers Power Jacks $47.44 7A 31
King Laborers Railroad Spike Puller - Power $47.44 7A 31
King Laborers Raker - Asphalt $48.02 7A 31
King Laborers Re-timberman $48.02 7A 31
King Laborers Remote Equipment Operator $47.44 7A 31
King Laborers Rigger/signal Person $47.44 7A 31
King Laborers Rip Rap Person $46.57 7A 31
King Laborers Rivet Buster $47.44 7A
King Laborers Rodder $47.44 7A
King Laborers Scaffold Erector $46.57 7A
King Laborers Scale Person $46.57 7A
King Laborers Sloper (over 20") $47.44 7A
King Laborers Sloper Sprayer $46.57 7A
King Laborers Spreader (concrete) $47.44 7A
Laborers Stake Hopper $46.57 7A
Laborers Stock Piler $46.57 7A
King
King
31
31
31
31
31
31
31
31
King Laborers Tamper Et Similar Electric, Air Et $47.44 7A 31
Gas Operated Tools
King Laborers Tamper (multiple Et Self- $47.44 7A 31
propelled)
King Laborers Timber Person - Sewer (tagger, $47.44 7A 31
Shorer Et Cribber)
King Laborers Toolroom Person (at Jobsite) $46.57 7A 31
King Laborers Topper $46.57 7A 31
King Laborers Track Laborer $46.57 7A 31
King Laborers Track Liner (power) $47.44 7A 31
King Laborers Traffic Control Laborer $42.22 7A 31 8R
King Laborers Traffic Control Supervisor $42.22 7A 31
King Laborers Truck Spotter $46.57 7A 31
King Laborers Tugger Operator $47.44 7A 31
Laborers Tunnel Work -Compressed Air $92.60 7A 31 8Q
Worker 0-30 psi
Laborers Tunnel Work -Compressed Air $97.63 7A 31
Worker 30.01-44.00 psi
King Tunnel Work -Compressed Air $101.31 7A
Worker 44.01-54.00 psi
8R
King
King
King
King
Laborers
Laborers
Laborers
Tunnel Work -Compressed Air $107.01
Worker 54.01-60.00 psi
Tunnel Work -Compressed Air
Worker 60.01-64.00 psi
$109.13
31
7A 31
7A 31
8Q
8Q
8Q
8Q
King Laborers Tunnel Work -Compressed Air $114.23 7A 31 8Q
Worker 64.01-68.00 psi
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers
King Laborers - Underground Sewer Et
Water
King Laborers - Underground Sewer Et
Water
King Landscape Construction
King Landscape Construction
King Landscape Construction
Lathers
Marble Setters
Metal Fabrication (In Shop)
Metal Fabrication (In Shop),
Metal Fabrication (In Shop)
Metal Fabrication (In Shop),
Metal Fabrication (In Shop),
King
King
King
King
King
King
King
King
King
Millwright
Modular Buildings
King Modular Buildings
King Modular Buildings
King Modular Buildings
King Modular Buildings
........ _._.._
King Modular Buildings
...........
King Modular Buildings
King Modular Buildings
King Painters
King Pile Driver
King Pile Driver
King Pile Driver
King Pile Driver
King Pile Driver
Tunnel Work -Compressed Air $116.13 7A
Worker 68.01-70.00 psi
Tunnel Work -Compressed Air $118.13 7A
Worker 70.01-72.00 psi
Tunnel Work -Compressed Air $120.13 7A
Worker 72.01-74.00 psi
Tunnel Work-Guage and Lock $48.12 7A
Tender
. _....._...
Tunnel Work -Miner $48.12 7A
Vibrator $47.44 7A
Vinyl Seamer $46.57 7A
Watchman $35.88 7A
Welder $47.44 7A
Well Point Laborer $47.44
Window Washer/cleaner $35.88
General Laborer Et Topman $46.57 7A
7A
7A
Pipe Layer
Irrigation Or Lawn Sprinkler
Installers
Landscape Equipment Operators
Or Truck Drivers
Landscaping or Planting Laborers
Journey Level
Journey Level
Fitter
Laborer
Machine Operator
Painter
Welder
Journey Level
Cabinet Assembly
Electrician
Equipment Maintenance
Plumber
Production Worker
Tool Maintenance
Utility Person
Welder
Journey Level
Crew Tender
Hyperbaric Worker - Compressed
Air Worker 0-30.00 P51
Hyperbaric Worker - Compressed
Air Worker 30.01 - 44.00 PSI
Hyperbaric Worker - Compressed
Air Worker 44.01 - 54.00 PSI
Hyperbaric Worker - Compressed
31 8Q
31 8Q
31 8Q
31 $Q
31 4.... 8Q
31
31
31
31
31
31
31
$47.443 ZA 31
$13.56
$28.17
$17.87
$56.78 5D
$55.82 5A
$15.86
$11.50
$13.04
$11.50
$15.48
$58.68
$11.56
$11.56
$11.56
$11.56
$11.50
$11.56
$11.56
$11.56
$41.60
1
1H
1M
1
1
1
5D 4C
1
1
6Z
$52.37 5D
$71.35 5D
4C
4C
$76.35 5D 4C
$80.35 5D 4C
$85.35 5D 4C
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
King Pile Driver
Pile Driver
King ' Pile Driver
King Pile Driver
King Pile Driver
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Pile Driver
Plasterers
Playground Et Park Equipment
Installers
Plumbers Et Pipefitters
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
Power Equipment Operators
King Power Equipment Operators
Air Worker 54.01 - 60.00 PSI
Hyperbaric Worker - Compressed $87.85
Air Worker 60.01 - 64.00 PSI
Hyperbaric Worker - Compressed
Air Worker 64.01 - 68.00 PSI
Hyperbaric Worker - Compressed
Air Worker 68.01 - 70.00 PSI
Hyperbaric Worker - Compressed
Air Worker 70.01 - 72.00 PSI
Hyperbaric Worker - Compressed
Air Worker 72.01 - 74.00 PSI
Journey Level
Journey Level
Journey Level
Journey Level
Asphalt Plant Operators
Assistant Engineer
Barrier Machine (zipper)
Batch Plant Operator, Concrete
Bobcat
Brokk - Remote Demolition
Equipment
Brooms
Bump Cutter
Cableways
Chipper
Compressor
Concrete Pump: Truck Mount
With Boom Attachment Over 42
M
Concrete Finish Machine -laser
Screed
Concrete Pump - Mounted Or
Trailer High Pressure Line Pump,
Pump High Pressure.
5D
4C
$92.85 5D 4C
$94.85 5D 4C
$96.85 5D 4C
$98.85 5D 4C
$57.43 5D
$54.89 7Q
$11.50
$81.69 61
$60.49 7A
$56.90 7A
$59.96 7A
$59.96 7A
$56.90 7A
$56.90 7A
$56.90 7A
$59.96 7A
$60.49 7A
$59.96 7A
$56.90 7A
$60.49
$56.90:
$59.49
Concrete Pump: Truck Mount $59.96 7A 3C
With Boom Attachment Up To
42m
Conveyors $59.49 7A 3C
Cranes Friction: 200 tons and $62.33 7A 3C
over
4C
1R
1
1G
3C
3C
3C
3C
3C
3C
8P
8P
8P
8P
8P
8P
3C 8P
3C
3C
3C
3C
7A 3C
7A 3C
7A
3C
Cranes: 20 Tons Through 44 Tons $59.96 7A 3C
With Attachments
Cranes: 100 Tons Through 199 $61.10 7A 3C
Tons, Or 150' Of Boom (Including
Jib With Attachments)
Cranes: 200 tons- 299 tons, or $61.72 7A
250' of boom including jib with
attachments
3C
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
Cranes: 300 tons and over or $62.33 7A 3C 8P
300' of boom including jib with
attachments
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
......_.......
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
Power Equipment Operators
King
King Power Equipment Operators
King Power Equipment Operators
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With Attachments)
$60.49 7A
Cranes: A -frame - 10 Tons And $56.90 7A
Under
Cranes: Friction cranes through $61.72 7A
199 tons
Cranes: Through 19 Tons With $59.49 7A
Attachments A -frame Over 10
Tons
Crusher $59.96 7A
Deck Engineer/deck Winches
(power)
Derricks, On Building Work
Dozers D-9 a Under
Drill Oilers: Auger Type, Truck
Or Crane Mount
Drilling Machine
Elevator And Man -lift:
Permanent And Shaft Type
............
Finishing Machine, Bidwell And $59.96 7A
Gamaco Et Similar Equipment
Forklift: 3000 Lbs And Over With $59.49 7A
Attachments
..........
Forklifts: Under 3000 Lbs. With $56.90
Attachments
Grade Engineer: Using Blue $59.96 7A
Prints, Cut Sheets, Etc
Gradechecker/stakeman $56.90 7A
Guardrail Punch $59.96 7A
Hard Tail End Dump Articulating $60.49 7A
Off- Road Equipment 45 Yards. Et
Over
Hard Tail End Dump Articulating $59.96 7A
Off-road Equipment Under 45
Yards
$59.96 7A
$60.49
$59.49
$59.49
7A
7A
7A
$61.10 7A
$56.90 7A
Z9
Horizontal/directional Drill
Locator
Horizontal/directional Drill
Operator
$59.49 7A
$59.96 7A
Hydralifts/boom Trucks Over 10 $59.49 7A
Tons
Hydralifts/boom Trucks, 10 Tons $56.90 7A
And Under
Loader, Overhead 8 Yards. Et $61.10 7A
Over
Loader, Overhead, 6 Yards. But $60.49 7A
Not Including 8 Yards
Loaders, Overhead Under 6 Yards $59.96 7A
Loaders, Plant Feed
$59.96 7A
3C ; $P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C ` 8P
3C 8P
3C 8P
3C 8P
3C 8P
8P
3C 8P
8P
1 8P
3C 8P
3C 8P
3C 8P
C 8P
8P
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
King
King
King
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
............
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Eqpment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Loaders: Elevating Type Belt
Locomotives, All
Material Transfer Device
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
Motor Patrol Graders
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
Oil Distributors, Blower
Distribution it Mulch Seeding
Operator
Outside Hoists (elevators And
Manlifts), Air Tuggers,strato
Overhead, Bridge Type Crane: 20
Tons Through 44 Tons
Overhead, Bridge Type: 100 Tons
And Over
Overhead, Bridge Type: 45 Tons
Through 99 Tons
Pavement Breaker
Pile Driver (other Than Crane
Mount)
Plant Oiler - Asphalt, Crusher
Posthole Digger, Mechanical
Power Plant
Pumps - Water
Quad 9, Hd 41, D10 And Over
Quick Tower - No Cab, Under 100
Feet In Height Based To Boom
Remote Control Operator On
Rubber Tired Earth Moving
Equipment
Rigger And Beliman
Rigger/Signal Person, Bellman
(Certified)
Rollagon
Roller, Other Than Plant Mix
Roller, Plant Mix Or Multi -lift
Materials
Roto -mill, Roto -grinder
Saws - Concrete
Scraper, Self Propelled Under 45
Yards
Scrapers - Concrete it Carry All
Scrapers, Self-propelled: 45
Yards And Over
Service Engineers - Equipment
Shotcrete/gunite Equipment
Shovel, Excavator, Backhoe,
$59.49 7A 3C 8P
$59.96 7A 3C 8P
$59.96 7A 3C_. 8P
$61.10 7A 3C 8P
$60.49 7A 8P
$60.49 7A 3C
8P
$56.90 7A 3C 8P
$59.49 7A 3C 8P
$59.96 7A 3C 8P
$61.10 7A 3C 8P
$60.49 7A 3C 8P
$56.90 7A 3C 8P
$59.96 7A 3C 8P
$59.49 7A 3C
$56.90 7A 3C
$56.90 7A 3C
$56.90 7A ?C
$60.49 7A 3C
$56.90 7A 3C
8P
8P
8P
8P
8P
8P
$60.49 7A 3C 8P
$56.90 7A 3C 8P
$59.49 7A 3C 8P
$60.49 7A 3C 8P
$56.90 7A 3C 8P
$59.49 7A 3C 8P
$59.96 7A 3C 8P
$59.49, 7A 3C 8P
$59.96 7A 3C 8P
$59.49 7A 3C 8P
$60.49 7A 3C 8P
$59.49 7A 3C 8P
$56.90 7A 3C 8P
$59.49 7A 3C 8P
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Underground Sewer Et Water
Power Equipment Operators -
Tractors Under 15 Metric Tons.
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50 Metric
Tons
$60.49 7A
Shovel, Excavator, Backhoes, $59.96 7A
Tractors: 15 To 30 Metric Tons
Shovel, Excavator, Backhoes: $61.10 7A
Over 50 Metric Tons To 90 Metric
Tons
Shovel, Excavator, Backhoes: $61.72 7,4
Over 90 Metric Tons
Slipform Pavers $60.49 7,4
Spreader, Topsider Et Screedman $60.49 7,4
Subgrader Trimmer $59.96 7,4
Tower Bucket Elevators $59.49 7A
Tower Crane Up To 175' In $61.10 7,4
Height Base To Boom
Tower Crane: over 175' through $61.72 7A
250' in height, base to boom
Tower Cranes: over 250' in $62.33 7,4
height from base to boom
Transporters, All Track Or Truck $60.49 7A
Type
Trenching Machines $59.49 7A
Truck Crane Oiler/driver - 100 $59.96 7,4
Tons And Over
Truck Crane Oiler/driver Under $59.49 7,4
100 Tons
Truck Mount Portable Conveyor $59.96 7A
Welder $60.49 7,4
Wheel Tractors, Farmall Type $56.90 7A
Yo Yo Pay Dozer $59.96 7A
Asphalt Plant Operators $60.49 7A
Assistant Engineer $56.90 7,4
Barrier Machine (zipper) $59.96 7A
Batch Plant Operator, Concrete $59.96 7,4
Bobcat $56.90 7A
Brokk - Remote Demolition $56.90 7,4
Equipment
Brooms $56.90 7A
Bump Cutter $59.96 7,4
Cableways $60.49 7A
3C 8P
3C
3C
3C
3C
3C
3C
3C
3C
8P
8P
8P
8P
8P
8P
8P
8P
3C 8P
3C
8P
3C 8P
3C
3C
8P
8P
3C 8P
3C
3C
3C
3C
3C
8P
8P
8P
8P
8P
3C 8P
3C
8P
8P
3C 8P
3C 8P
3C
3C
3C
8P
8P
8P
Chipper $59.96 7A 3C 8P
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
Power Equipment Operators -
Underground Sewer & Water
King
King Power Equipment Operators -
Underground Sewer Et Water
Compressor
$56.90
Concrete Pump: Truck Mount $60.49
With Boom Attachment Over 42
M
Concrete Finish Machine -laser $56.90
Screed
Concrete Pump - Mounted Or $59.49
Trailer High Pressure Line Pump,
Pump High Pressure.
7A 3C
7A 3C
7A 3C
7A 3C
Concrete Pump: Truck Mount $59.96 7A 3C
With Boom Attachment Up To
42m
Conveyors
Cranes Friction: 200 tons and
over
Cranes: 20 Tons Through 44 Tons
With Attachments
Cranes: 100 Tons Through 199
Tons, Or 150' Of Boom (Including
Jib With Attachments)
Cranes: 200 tons- 299 tons, or
250' of boom including jib with
attachments
Cranes: 300 tons and over or
300' of boom including jib with
attachments
Cranes: 45 Tons Through 99
Tons, Under 150' Of Boom
(including Jib With Attachments)
Cranes: A -frame - 10 Tons And
Under
Cranes: Friction cranes through
199 tons
Cranes: Through 19 Tons With
Attachments A -frame Over 10
Tons
Crusher
Deck Engineer/deck Winches
(power)
Derricks, On Building Work
Dozers D-9 & Under
Drill Oilers: Auger Type, Truck
Or Crane Mount
Drilling Machine
Elevator And Man -lift:
Permanent And Shaft Type
8P
8P
8P
8P
8P
$59.49 7A 3C 8P
$62.33 7A
$59.96
3C 8P
7A 3C
$61.10 7A 3C
$61.72 7A 3C
8P
8P
8P
$62.33 7A 3C 8P
$60.49
$56.90
$61.72
7A
7A
7A
3C
3C
3C
$59.49 7A 3C
$59.96 7A 3C
$59.96 7A 3C
$60.49 7A 3C
$59.49 7A 3C
$59.49
$61.10
7A 3C
7A
3C
$56.90 7A
8P
8P
8P
8P
8P
8P
8P
8P
8P
8P
3C 8P
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer a Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer 8 Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer a Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Finishing Machine, Bidwell And
Gamaco Et Similar Equipment
Forklift: 3000 Lbs And Over With
Attachments
Forklifts: Under 3000 Lbs. With
Attachments
Grade Engineer: Using Blue
Prints, Cut Sheets, Etc
Gradechecker/ stakeman
Guardrail Punch
$59.96 7A 3C 8P
$59.491 7A
$56.90 7A
$59.96 7A
$56.90 7A
$59.96 7A
Hard Tail End Dump Articulating $60.49 7A
Off- Road Equipment 45 Yards. Et
Over
Hard Tail End Dump Articulating $59.96, 7A
Off-road Equipment Under 45
Yards
Horizontal/directional Drill
Locator
Horizontal/directional Drill $59.96 7A
Operator
Hydralifts/boom Trucks Over 10
Tons
Hydralifts/boom Trucks, 10 Tons $56.90 7A
And Under
3C 8P
3C 8P
3C 8P
lc 8P
3C 8P
3C 8P
3C 8P
$59.49 7A 3C 8P
3C 8P
$59.49 7A 3C 8P
Loader, Overhead 8 Yards. Et
Over
Loader, Overhead, 6 Yards. But
Not Including 8 Yards
3C 8P
$61.10 7A 3C 8P
$60.49 7A 3C 8P
Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P
Loaders, Plant Feed
Loaders: Elevating Type Belt
Locomotives, All
Material Transfer Device
Mechanics, All (leadmen - $0.50
Per Hour Over Mechanic)
Motor Patrol Graders
Mucking Machine, Mole, Tunnel
Drill, Boring, Road Header
And/or Shield
$59.96 7A 3C 8P
$59.49 7A 3C 8P
$59.96 7A 3C 8P
$59.96 7A 3C 8P
$61.10 7A 3C 8P
$60.49 7A 3C 8P
$60.49 7A 3C 8P
Oil Distributors, Blower $56.90 7A 3C 8P
Distribution Et Mulch Seeding
Operator
Outside Hoists (elevators And $59.49 7A 3C 8P
Manlifts), Air Tuggers,strato
Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer ft Water
King Power Equipment Operators -
Underground Sewer Et Water
Tons Through 44 Tons
Overhead, Bridge Type: 100 Tons $61.10
And Over
Overhead, Bridge Type: 45 Tons $60.49
Through 99 Tons
Pavement Breaker
Pile Driver (other Than Crane
Mount)
Plant Oiler - Asphalt, Crusher
Posthole Digger, Mechanical
Power Plant
Pumps - Water
Quad 9, Hd 41, D10 And Over
7A 3C 8P
7A 3C 8P
$56.90 7A 3C
$59.96 7A 3C
$59.49 7A 3C
$56.90 7A 3C
$56.90 7A 3C
$56.90 7A
3C
8P
8P
8P
8P
8P
8P
$60.49 7A 3C 8P
Quick Tower - No Cab, Under 100 $56.90 7A
Feet In Height Based To Boom
Remote Control Operator On $60.49 7A
Rubber Tired Earth Moving
Equipment
Rigger And Bellman
Rigger/Signal Person, Bellman
(Certified)
Rollagon
Roller, Other Than Plant Mix
Roller, Plant Mix Or Multi -lift
Materials
Roto -mill, Roto -grinder
Saws - Concrete
3C 8P
3C 8P
$56.90 7A 3C 8P
$59.49 7A
$60.49 7A
$56.90 7A
$59.49 7A
$59.96 7A
$59.49 7A
Scraper, Self Propelled Under 45 $59.96 7A
Yards
Scrapers - Concrete Et Carry All $59.49 7A
Scrapers, Self-propelled: 45
Yards And Over
Service Engineers - Equipment
Shotcrete/gunite Equipment
Shovel, Excavator, Backhoe,
Tractors Under 15 Metric Tons.
Shovel, Excavator, Backhoe:
Over 30 Metric Tons To 50 Metric
$60.49 7A
$59.49 7A
$56.90 7A
$59.49 7A
$60.49 7A
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
3C 8P
Tons
King
King
Power Equipment Operators -
Underground Sewer & Water
Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Equipment Operators -
Underground Sewer & Water
Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer & Water
King Power Equipment Operators -
Underground Sewer Et Water
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Power Line Clearance Tree
Trimmers
King Refrigeration & Air Conditioning
Mechanics
King
King Residential Brick Mason
King Residential Carpenters
Shovel, Excavator, Backhoes,
Tractors: 15 To 30 Metric Tons
Shovel, Excavator, Backhoes:
Over 50 Metric Tons To 90 Metric
Tons
Shovel, Excavator, Backhoes:
Over 90 Metric Tons
Slipform Pavers
$59.96 7A 3C 8P
$61.10 7A 3C 8P
$61.72 7A 3C 8P
$60.49 7A 3C 8P
3C 8P
$59.96 7A 3C 8P
$59.49 7A 3C 8P
$61.10 7A 3C 8P
$61.72' 7A 3C 8P
$62.33 7A 3C 8P
$60.49 7A 3C 8P
$59.49 7A 3C 8P
$59.96 7A 3C 8P
$59.49 7A 3C 8P
$59.96 7A 3C 8P
$60.49 7A 3C 8P
$56.90 7A 3C 8P
$59.96 7A 3C 8P
$50.02 5A 4A
$47.43 5A 4A
$50.02 5A 4A
$44.64 5A 4A
$33.67 5A 4A
$77.86 6Z 1G
$55.82 5A 1M
$28.20
Spreader, Topsider & Screedman $60.49 7A
Subgrader Trimmer
Tower Bucket Elevators
Tower Crane Up To 175' In
Height Base To Boom
Tower Crane: over 175' through
250' in height, base to boom
Tower Cranes: over 250' in
height from base to boom
Transporters, All Track Or Truck
Type
Trenching Machines
Truck Crane Oiler/driver - 100
Tons And Over
Truck Crane Oiler/driver Under
100 Tons
Truck Mount Portable Conveyor
Welder
Wheel Tractors, Farman Type
Yo Yo Pay Dozer
Journey Level In Charge
Spray Person
Tree Equipment Operator
Tree Trimmer
Tree Trimmer Groundperson
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Using Irritable Bituminous
Materials
Journey Level (Field or Shop)
Boilermaker
Carpenter
Electrician
Heat & Frost Insulator
Laborer
Machinist
Operator
Painter
Pipefitter
Rigger
Sheet Metal
Shipfitter
$22.64
$42.86 5D 4C
$57.43 5P 1E
$30.44
$41.05 7L
$26.28
$23.03
$24.09
$24.46.
$34.69
1H
$77.86 6Z
$44.56 7F
$47.61
$46.58
5A
5C
$55.82 5A
$51.36 5A
$21.46
1G
1R
3J
2R
1M
1M
$20.00`
$51.02 5A 3H
$54.02 5A 3H
$78.17. 7F 1 E
$43.31 7M 1H
$41.06 7T 2B
$42.07 7T 4B
$67.93 5J 4H
$41.99 71" 4B
$42.00 71- 4B
$41.95 7T 4B
$42.00 7T 4B
$41.96 7T 4B
$42.05
$41.98
$42.05 7T 4B
4B
$41.94 7T 4B
$42.05
$22.92
4B
4B
Trucker
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
King Residential Cement Masons
King Residential Drywall Applicators
King Residential Drywall Tapers
King Residential Electricians
King Residential Glaziers
King Residential Insulation Applicators
King Residential Laborers
King Residential Marble Setters
King Residential Painters
King Residential Plumbers &
Pipefitters
King
King
King Residential Soft Floor Layers
King Residential Sprinkler Fitters (Fire
Protection)
King Residential Stone Masons
King Residential Terrazzo Workers
King
Residential Refrigeration & Air
Conditioning Mechanics
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Journey Level
Residential Sheet Metal Workers
Journey Level (Field or Shop)
Residential Terrazzo/Tile
Finishers
King Residential Tile Setters
King Roofers
King Roofers
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Sheet Metal Workers
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding & Ship Repair
Shipbuilding Et Ship Repair
Shipbuilding Et Ship Repair
Sign Makers & Installers
.(Electrical)
King Sign Makers & Installers
(Electrical).
King Sign Makers & Installers (Non -
Electrical)
King Sign Makers & Installers (Non -
$41.91
Warehouse
Welder/Burner
Sign Installer
Sign Maker
Sign Installer
Sign Maker
$21.36
$27.28
$33.25
4B
APPENDIX C
PERMIT AND AGENCY APPROVALS
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
RFB # 18-002
2018
N, CITY OF
Federal Way
October 20, 2017
City of Federal Way - PW/SWM
Fei Tang
33325 8th Ave S
Federal Way, WA 98003
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www cit yoffederalway. corn
Jim Ferrell, Mayor
Email: Fei.Tang@cityoffederalway.com
RE: File #17 -104389 -00 -SE; SEPA THRESHOLD DETERMINATION
Lakota Park Stormwater Facility Repair, 31334 SW Dash Point Rd, Federal Way
Dear Mr. Tang:
The city has reviewed the environmental checklist submitted for the Lakota Park project. It has been
determined that the proposal will not have a probable significant adverse impact on the environment.
As a result, an Environmental Impact Statement (EIS) is not required to comply with the State
Environmental Policy Act (SEPA). A copy of the Determination of Nonsignificance (DNS) is
enclosed.
A 14 -day comment period is required by the SEPA rules (WAC 197-11-340). A notice inviting
comments will be published in the Federal Way Mirror, posted onsite, posted on the official public
notification boards of the city and public libraries, and mailed to all property owners within 300 feet
of the site on October 20, 2017. At the end of the comment period, the department will determine if
the DNS should be withdrawn, modified, or issued as proposed. All final determinations may be
appealed within 21 days (November 24, 2017) following the comment deadline. No licenses,
permits, or approvals will be issued until completion of the appeal period.
Our decision not to require an EIS does not mean that the license, permit, or approval you are seeking
from the city has been granted. Approval or denial of the proposal will be made by the appropriate
administrative or legislative body vested with that authority.
After a final decision has been made on your proposal (i.e., after a permit has been issued), you may,
but are not required to, publish a Notice of Action as set forth in RCW 43.21C.075. The Notice of
Action sets forth a time period after which no legal challenges regarding the proposal's compliance
with SEPA can be made. A copy of the Notice of Action form and copies. of RCW 43.21C.080 and
WAC 197-11-680 providing instructions for giving this notice are available from the Department of
Community Development.
The city is not responsible for publishing the Notice of Action. However, the city is responsible for
giving a notice (to parties of record) stating the date for commencing a judicial appeal (including the
SEPA portion of that appeal) if your proposal is one for which the city's action on it has a specified
time period within which any court appeals must be made.
Mr. Tang
October 20, 2017
Page 2
Questions regarding the environmental review component should be directed to me at
dlavid.vandeweghe it_:eityoffederalw<ay.corn, or 253-835-2638.
Sincerely,
Dave Van De Weghe, AICP
Senior Planner
enc: DNS
17.104 389 -00 -SE Doc I,17 7667R
CITY OF
Federal Way
DETERMINATION OF NONSIGNIFICANCE (DNS)
Lakota Park Stormwater Facility Repair
File No: 17 -104389 -00 -SE
Proposal:
Proponent:
Repair the Lakota Park berm and replace 470 lineal feet of the facility's outlet pipe
within a wetland buffer.
Fei Tang
City of Federal Way, PW/SWM
33325 8th Ave S.,
Federal Way, WA 98003
Location: Lakota Park
1415 SW 314th St.
Federal Way, WA 98023
Lead Agency: City of Federal Way
Staff Contact: Senior Planner
Dave Van De Weghe
253-835-2638
The lead agency for this proposal has determined that it does not have a probable significant adverse
impact on the environment, and an environmental impact statement (EIS) is not required under RCW
43.21 C.030(2)(c). This decision was made after review of a completed environmental checklist, Federal
Way Comprehensive Plan, Federal Way Revised Code, and other municipal policies, plans, rules, and
regulations. This information is available to the public on request.
This DNS is issued under WAC 197-11-340(2); the City will not act on this proposal for 14 days after the
issuance. Any person may submit written comments within this 14 -day period ending at 5:00 p.m.,
November 3, 2017.
Unless modified by the City, this determination will become final following the above 14 -day timeline.
Any person aggrieved of the City's final determination may file a written appeal with the Federal Way
City Clerk no later than 5:00 p.m. on November 24, 2017, stating the reason for the appeal of the
determination. You should be prepared to make specific factual objections.
Responsible Official:
Title:
Address:
Phone:
Brian Davis
Director of Community Development
33325 8th Avenue South, Federal Way, WA 98003
253-835-2601
Date Issued: October 20. 2017 Signature:
7 -100.84 -00 -SE
Doc. I.D. 76602
GTY OF
Federal Way
November 27, 2017
City of Federal Way - PW/SWM
Fei Tang
33325 8`h Ave S
Federal Way, WA 98003
CITY HALL
33325 8th Avenue South
Federal Way, WA 98003-6325
(253) 835-7000
www. cityoffederalway, com
Jim Ferrell, Mayor
Email: Fei.Tang@citvoffederalway.com
RE: File #17 -104394 -00 -AD; CRITICAL AREAS PARTIAL EXEMPTION DETERMINATION
Lakota Park Stormwater Facility Repair Project, 31334 SW Dash Point Rd, Federal Way
Dear Mr. Tang:
On September 12, 2017, the City of Federal Way received a Request for a Critical Areas Partial
Exemption to allow the repair of the Lakota Park berm and replacement of the facility's outlet pipe within
a wetland buffer critical area.
Per Federal Way Revised Code (FWRC) 19.145.120:
19.145.120, "Partial Exemptions"
"The following activities are partial exemptions to the provisions of this chapter and require written
approval from the director.
"(1) Essential public facilities, public utilities and other public improvements. The director may
permit the placement of an essential public facility, public utility or other public improvements in a
critical area if no practical alternative with less impact on the critical area(s) exists. The specific
location and extent of the intrusion into the critical area must constitute the minimum necessary
encroachment to meet the requirements of the public facility or utility and not pose an unreasonable
threat to the health, safety, or welfare on or off the subject property. The intrusion shall attempt to
protect and mitigate impacts to the critical area function and values. The "public utility and other
public improvements" shall not include improvements whose primary purpose is to benefit a private
development, including without limitation interior roads or privately owned detention facilities
installed within or during the construction of a residential subdivision, binding site plan, or other
commercial development. The director may require supporting documentation to demonstrate
compliance with partial exemptions. ..."
The applicant, the City of Federal Way Surface Water Management, proposes to repair a berm in Lakota
Park. Per the application, the berm was designed to protect the upstream wetlands, protect Lakota Park,
and reduce Lakota Park erosion hazards. The outlet system of the facility consists of a control structure
and an 18 -inch diameter concrete pipe that runs under the park and outfalls to the east branch of Lakota
Creek. In 2015, water within the wetlands overtopped the berm and flooded the fields and track. This
flooding was caused by a combination of localized settlement of the berm and blockage at the outlet
control structure. It was determined that portions of the berm had settled as much as 18 inches since
construction, which makes these areas lower than the emergency spillway. Further investigation also
determined that the 18 -inch diameter outlet pipe is deteriorated and in need of repair. The proposed
project will mitigate berm settlement with engineered placement of low permeability soil (LPS). Final
Mr. Tang
November 27, 2017
Page 2
grade of the berm will be restored to the original design. This project will also replace approximately 470
linear feet of deteriorated 18 -inch concrete pipe. The only vegetation to be disturbed is grass on the berm,
which will be restored after construction.
A related SEPA application was also submitted to the city for the proposed work. The city issued a
Determination of Nonsignificance on Oct. 20, 2017. The appeal period ended on Nov. 24, 2017, with no
appeals filed.
The city reviewed the request and supporting documentation in conjunction with applicable sections of
FWRC 19.145, and finds that the proposed work in the critical area qualifies for a partial exemption as no
practical alternative with less impact on the critical area exists. The specific locations and extent of the
intrusions into the critical area constitutes the minimum necessary encroachment to meet the requirements
of the applicant and not pose an unreasonable threat to the health, safety, or welfare on or off the subject
property. The intrusions pose minimal impacts to the critical area's function and values. The project does
not include improvements whose primary purpose is to benefit a private development. Supporting
documentation was submitted to demonstrate compliance with the partial exemption.
In accordance with FWRC 19.145.120.1, the partial exemption request is approved. Should you have any
questions about this letter, contact Senior Planner Dave Van De Weghe at 253-835-2638, or
d.avid.vandewegheOcityof'federatway.com.
Sincerely,
"7 k(
Brian Davis
Community Development Director
17 -104:194 -00 -AU Doc. I.U. 76600
Issuance Date:
Effective Date:
Expiration Date:
November 18, 2015
January 1, 2016
December 31, 2020
Modification Issuance Date: March 22, 2017
Modification Effective Date: May 5, 2017
CONSTRUCTION STORMWATER
GENERAL PERMIT
National Pollutant Discharge Elimination System (NPDES) and State Waste Discharge General
Permit for Stormwater Discharges Associated withConstruction Activity
State of Washington
Department of Ecology
Olympia, Washington 98504
In compliance with the provisions of
Chapter 90.48 Revised Code of Washington
(State of Washington Water Pollution Control Act)
and
Title 33 United States Code, Section 1251 et seq.
The Federal Water Pollution Control Act (The Clean Water Act)
Until this permit expires, is modified, or revoked, Permittees that have properly obtained coverage
under this general permit are authorized to discharge in accordance with the special and general
conditions that follow.
He ier R. Bartlett
Wa r Quality Program Manager
Washington State Department of Ecology
TABLE OF CONTENTS
LIST OF TABLES 3
SUMMARY OF PERMIT REPORT SUBMITTALS 4
SPECIAL CONDITIONS 5
Si. PERMIT COVERAGE 5
S2. APPLICATION REQUIREMENTS 8
S3. COMPLIANCE WITH STANDARDS 12
S4. MONITORING REQUIREMENTS, BENCHMARKS, AND
REPORTING TRIGGERS 13
S5. REPORTING AND RECORDKEEPING REQUIREMENTS 20
S6. PERMIT FEES 23
S7. SOLID AND LIQUID WASTE DISPOSAL 23
S8. DISCHARGES TO 303(d) OR TMDL WATERBODIES 23
S9. STORMWATER POLLUTION PREVENTION PLAN 27
S10. NOTICE OF TERMINATION 37
GENERAL CONDITIONS 38
G1. DISCHARGE VIOLATIONS 38
G2. SIGNATORY REQUIREMENTS 38
G3. RIGHT OF INSPECTION AND ENTRY 39
G4. GENERAL PERMIT MODIFICATION AND REVOCATION 39
G5. REVOCATION OF COVERAGE UNDER THE PERMIT 39
G6. REPORTING A CAUSE FOR MODIFICATION 40
G7. COMPLIANCE WITH OTHER LAWS AND STATUTES 40
G8. DUTY TO REAPPLY 40
G9. TRANSFER OF GENERAL PERMIT COVERAGE 41
G10. REMOVED SUBSTANCES 41
G11. DUTY TO PROVIDE INFORMATION 41
G12. OTHER REQUIREMENTS OF 40 CFR 41
G13. ADDITIONAL MONITORING 41
G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS 41
G15. UPSET 42
G16. PROPERTY RIGHTS 42
Construction Stormwater General Permit
Page
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
G17. DUTY TO COMPLY 42
G18. TOXIC POLLUTANTS 42
G19. PENALTIES FOR TAMPERING 43
G20. REPORTING PLANNED CHANGES 43
G21. REPORTING OTHER INFORMATION 43
G22. REPORTING ANTICIPATED NON-COMPLIANCE 43
G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT 44
G24. APPEALS 44
G25. SEVERABILITY 44
G26. BYPASS PROHIBITED 44
APPENDIX A — DEFINITIONS 47
APPENDIX B — ACRONYMS 55
LIST OF TABLES
Table 1: Summary of Required Submittals 4
Table 2: Summary of Required On-site Documentation 4
Table 3: Summary of Primary Monitoring Requirements 15
Table 4: Monitoring and Reporting Requirements 17
Table 5: Turbidity, Fine Sediment & Phosphorus Sampling and Limits for
303(d) -Listed Waters 25
Table 6: pH Sampling and Limits for 303(d) -Listed Waters 26
C'nrt.c�rrrciion .Sturnnrrrtcr (.itrtieral Permit
Pae 3
SUMMARY OF PERMIT REPORT SUBMITTALS
Refer to the Special and General Conditions within this permit for additional submittal
requirements. Appendix A provides a list of definitions. Appendix B provides a list of acronyms.
Table 1: Summary of Required Submittals
Permit
Section
Submittal
Frequency
First Submittal Date
S5.A and
High Turbidity/Transparency Phone
Reporting
As Necessary
Within 24 hours
S8
S5.B
Discharge Monitoring Report
Monthly*
Within 15 days following
the end of each month
S5.F and
Noncompliance Notification —
Telephone Notification
As necessary
Within 24 -hours
S8
S5.F
Noncompliance Notification —
Written Report
As necessary
Within 5 Days of non -
compliance
S9.0
Request for Chemical Treatment
Form
As necessary
Written approval from
Ecology is required prior to
using chemical treatment
(with the exception of dry
ice or CO2 to adjust pH)
G2
Notice of Change in Authorization
As necessary
G6
Permit Application for Substantive
Changes to the Discharge
As necessary
G8
Application for Permit Renewal
1/permit cycle
No later than 180 days
before expiration
G9
Notice of Permit Transfer
As necessary
G20
Notice of Planned Changes
As necessary
G22
Reporting Anticipated Non-
compliance
As necessary
SPECIAL NOTE: *Permittees must submit electronic Discharge Monitoring Reports (DMRs) to the Washington
State Department of Ecology monthly, regardless of site discharge, for the full duration of permit coverage. Refer to
Section S5.B of this General Permit for more specific information regarding DMRs.
Table 2: Summary of Required On-site Documentation
Document Title
Permit Conditions
Permit Coverage Letter
See Conditions S2, S5
Construction Stormwater General Permit
See Conditions S2, S5
Site Log Book
See Conditions S4, S5
Stormwater Pollution Prevention Plan (SWPPP)
See Conditions S9, S5
Construction Stormwater General Permit
Page 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL CONDITIONS
Si. PERMIT COVERAGE
A. Permit Area
This Construction Stormwater General Permit (CSWGP) covers all areas of Washington
State, except for federal operators and Indian Country as specified in Special Condition
S1.E.3.
B. Operators Required to Seek Coverage Under this General Permit:
1. Operators of the following construction activities are required to seek coverage
under this CSWGP:
a. Clearing, grading and/or excavation that results in the disturbance of one or
more acres (including off-site disturbance acreage authorized in S 1.C.2) and
discharges stormwater to surface waters of the State; and clearing, grading
and/or excavation on sites smaller than one acre that are part of a larger
common plan of development or sale, if the common plan of development or
sale will ultimately disturb one acre or more and discharge stormwater to
surface waters of the State.
i. This includes forest practices (including, but not limited to, class IV
conversions) that are part of a construction activity that will result in the
disturbance of one or more acres, and discharge to surface waters of the
State (that is, forest practices that prepare a site for construction
activities); and
b. Any size construction activity discharging stormwater to waters of the State that
the Washington State Department of Ecology (Ecology):
i. Determines to be a significant contributor of pollutants to waters of the
State of Washington.
ii. Reasonably expects to cause a violation of any water quality standard.
2. Operators of the following activities are not required to seek coverage under this
CSWGP (unless specifically required under Special Condition S1.B.1.b. above):
a. Construction activities that discharge all stormwater and non-stormwater to
ground water, sanitary sewer, or combined sewer, and have no point source
discharge to either surface water or a storm sewer system that drains to surface
waters of the State.
b. Construction activities covered under an Erosivity Waiver (Special Condition
S2.C).
c. Routine maintenance that is performed to maintain the original line and grade,
hydraulic capacity, or original purpose of a facility.
(;°ouslrttc.•tion $forum nlcr (7010'011)12171111
Pegk' 5
C. Authorized Discharges:
1. Stormwater Associated with Construction Activity. Subject to compliance with the
terms and conditions of this permit, Permittees are authorized to discharge
stormwater associated with construction activity to surface waters of the State or to
a storm sewer system that drains to surface waters of the State. (Note that "surface
waters of the State" may exist on a construction site as well as off site; for
example, a creek running through a site.)
2. Stormwater Associated with Construction Support Activity. This permit also
authorizes stormwater discharge from support activities related to the permitted
construction site (for example, an on-site portable rock crusher, off-site equipment
staging yards, material storage areas, borrow areas, etc.) provided:
a. The support activity relates directly to the permitted construction site that is
required to have an NPDES permit; and
b. The support activity is not a commercial operation serving multiple unrelated
construction projects, and does not operate beyond the completion of the
construction activity; and
c. Appropriate controls and measures are identified in the Stormwater Pollution
Prevention Plan (SWPPP) for the discharges from the support activity areas.
3. Non-Stormwater Discharges. The categories and sources of non-stormwater
discharges identified below are authorized conditionally, provided the discharge is
consistent with the terms and conditions of this permit:
a. Discharges from fire -fighting activities.
b. Fire hydrant system flushing.
c. Potable water, including uncontaminated water line flushing.
d. Hydrostatic test water.
e. Uncontaminated air conditioning or compressor condensate.
f Uncontaminated ground water or spring water.
g.
h.
Uncontaminated excavation dewatering water (in accordance with S9.D.10).
Uncontaminated discharges from foundation or footing drains.
i. Uncontaminated or potable water used to control dust. Permittees must
minimize the amount of dust control water used.
j. Routine external building wash down that does not use detergents.
k. Landscape irrigation water.
The SWPPP must adequately address all authorized non-stormwater discharges, except
for discharges from fire -fighting activities, and must comply with Special Condition S3.
Construction 5'torruti'atcr General Permit
Page 6
At a minimum, discharges from potable water (including water line flushing), fire
hydrant system flushing, and pipeline hydrostatic test water must undergo the following:
dechlorination to a concentration of 0.1 parts per million (ppm) or less, and pH
adjustment to within 6.5 — 8.5 standard units (su), if necessary.
D. Prohibited Discharges:
The following discharges to waters of the State, including ground water, are prohibited.
1. Concrete wastewater.
2. Wastewater from washout and clean-up of stucco, paint, form release oils, curing
compounds and other construction materials.
3. Process wastewater as defined by 40 Code of Federal Regulations (CFR) 122.2
(see Appendix A of this permit).
4. Slurry materials and waste from shaft drilling, including process wastewater from
shaft drilling for construction of building, road, and bridge foundations unless
managed according to Special Condition S9.D.9.j.
5. Fuels, oils, or other pollutants used in vehicle and equipment operation and
maintenance.
6. Soaps or solvents used in vehicle and equipment washing.
7. Wheel wash wastewater, unless managed according to Special Condition S9.D.9.
8. Discharges from dewatering activities, including discharges from dewatering of
trenches and excavations, unless managed according to Special Condition S9.D.10.
E. Limits on Coverage
Ecology may require any discharger to apply for and obtain coverage under an
individual permit or another more specific general permit. Such alternative coverage will
be required when Ecology determines that this CSWGP does not provide adequate
assurance that water quality will be protected, or there is a reasonable potential for the
project to cause or contribute to a violation of water quality standards.
The following stormwater discharges are not covered by this permit:
1. Post -construction stormwater discharges that originate from the site after
completion of construction activities and the site has undergone final stabilization.
2. Non -point source silvicultural activities such as nursery operations, site
preparation, reforestation and subsequent cultural treatment, thinning, prescribed
burning, pest and fire control, harvesting operations, surface drainage, or road
construction and maintenance, from which there is natural runoff as excluded in 40
CFR Subpart 122.
3. Stormwater from any federal operator.
Cons! teflon Stormwater General Permit
Page 7
4. Stormwater from facilities located on "Indian Country" as defined in 18
U.S.C.§ 1151, except portions of the Puyallup Reservation as noted below.
Indian Country includes:
a. All land within any Indian Reservation notwithstanding the issuance of any
patent, and, including rights-of-way running through the reservation. This
includes all federal, tribal, and Indian and non -Indian privately owned land
within the reservation.
b. All off -reservation Indian allotments, the Indian titles to which have not been
extinguished, including rights-of-way running through the same.
c. All off -reservation federal trust lands held for Native American Tribes.
Puyallup Exception: Following the Puyallup Tribes of Indians Land
Settlement Act of 1989, 25 U.S.C. § 1773; the permit does apply to land within
the Puyallup Reservation except for discharges to surface water on land held
in trust by the federal government.
5. Stormwater from any site covered under an existing NPDES individual permit in
which stormwater management and/or treatment requirements are included for all
stormwater discharges associated with construction activity.
6. Stormwater from a site where an applicable Total Maximum Daily Load (TMDL)
requirement specifically precludes or prohibits discharges from construction
activity.
S2. APPLICATION REQUIREMENTS
A. Permit Application Forms
1. Notice of Intent Form/Timeline
a.
Operators of new or previously unpermitted construction activities must submit
a complete and accurate permit application (Notice of Intent, or NOI) to
Ecology.
b. Operators must apply using the electronic application form (NOI) available on
Ecology's website http://www.ecy.wa.gov/programs/wq/stormwater/
construction/index.html. Permittees unable to submit electronically (for
example, those who do not have an internet connection) must contact Ecology
to request a waiver and obtain instructions on how to obtain a paper NOI.
Department of Ecology
Water Quality Program - Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
Construction Stormwater General Permit
Page 8
c. The operator must submit the NOI at least 60 days before discharging
stormwater from construction activities and must submit it on or before the date
of the first public notice (see Special Condition S2.B below for details). The 30 -
day public comment period begins on the publication date of the second public
notice. Unless Ecology responds to the complete application in writing, based
on public comments, or any other relevant factors, coverage under the general
permit will automatically commence on the thirty-first day following receipt by
Ecology of a completed NOI, or the issuance date of this permit, whichever is
later; unless Ecology specifies a later date in writing as required by WAC173-
226-200(2).
d. If an applicant intends to use a Best Management Practice (BMP) selected on
the basis of Special Condition S9.C.4 ("demonstrably equivalent" BMPs), the
applicant must notify Ecology of its selection as part of the NOI. In the event
the applicant selects BMPs after submission of the NOI, it must provide notice
of the selection of an equivalent BMP to Ecology at least 60 days before
intended use of the equivalent BMP.
e. Permittees must notify Ecology regarding any changes to the information
provided on the NOI by submitting an updated NOI. Examples of such changes
include, but are not limited to:
i. Changes to the Permittee's mailing address,
ii. Changes to the on-site contact person information, and
iii. Changes to the area/acreage affected by construction activity.
f. Applicants must notify Ecology if they are aware of contaminated soils and/or
groundwater associated with the construction activity. Provide detailed
information with the NOI (as known and readily available) on the nature and
extent of the contamination (concentrations, locations, and depth), as well as
pollution prevention and/or treatment BMPs proposed to control the discharge
of soil and/or groundwater contaminants in stormwater. Examples of such detail
may include, but are not limited to:
i. List or table of all known contaminants with laboratory test results
showing concentration and depth,
ii. Map with sample locations,
iii. Temporary Erosion and Sediment Control (TESC) plans,
iv. Related portions of the Stormwater Pollution Prevention Plan (SWPPP)
that address the management of contaminated and potentially
contaminated construction stormwater and dewatering water,
v. Dewatering plan and/or dewatering contingency plan.
Construction S'tornnl-ater General Permit
Page 9
2. Transfer of Coverage Form
The Permittee can transfer current coverage under this permit to one or more new
operators, including operators of sites within a Common Plan of Development,
provided the Permittee submits a Transfer of Coverage Form in accordance with
General Condition G9. Transfers do not require public notice.
B. Public Notice
For new or previously unpermitted construction activities, the applicant must publish a
public notice at least one time each week for two consecutive weeks, at least 7 days
apart, in a newspaper with general circulation in the county where the construction is to
take place. The notice must contain:
1. A statement that "The applicant is seeking coverage under the Washington State
Department of Ecology's Construction Stormwater NPDES and State Waste
Discharge General Permit".
2. The name, address and location of the construction site.
3. The name and address of the applicant.
4. The type of construction activity that will result in a discharge (for example,
residential construction, commercial construction, etc.), and the number of acres to
be disturbed.
5. The naive of the receiving water(s) (that is, the surface water(s) to which the site
will discharge), or, if the discharge is through a storm sewer system, the name of
the operator of the system.
6. The statement: "Any persons desiring to present their views to the Washington
State Department of Ecology regarding this application, or interested in Ecology's
action on this application, may notify Ecology in writing no later than 30 days of
the last date of publication of this notice. Ecology reviews public comments and
considers whether discharges from this project would cause a measurable change in
receiving water quality, and, if so, whether the project is necessary and in the
overriding public interest according to Tier II antidegradation requirements under
WAC 173-201A-320. Comments can be submitted to: Department of Ecology,
PO Box 47696, Olympia, Washington 98504-7696 Attn: Water Quality Program,
Construction Stormwater."
Corastructron 5lar nmater General Permit
'age 10
C. Erosivity Waiver
Construction site operators may qualify for an erosivity waiver from the CSWGP if the
following conditions are met:
1. The site will result in the disturbance of fewer than 5 acres and the site is not a
portion of a common plan of development or sale that will disturb 5 acres or
greater.
2. Calculation of Erosivity "R" Factor and Regional Timeframe:
a. The project's rainfall erosivity factor ("R" Factor) must be less than 5 during the
period of construction activity, as calculated (see the CSWGP homepage
http://www.ecy.wa.gov/programs/wq/storm.water/constriction/in.dex..htn-il for a
link to the EPA's calculator and step by step instructions on computing the "R"
Factor in the EPA Erosivity Waiver Fact Sheet). The period of construction
activity starts when the land is first disturbed and ends with final stabilization.
In addition:
b. The entire period of construction activity must fall within the following
timeframes:
i. For sites west of the Cascades Crest: June 15 — September 15.
ii. For sites east of the Cascades Crest, excluding the Central Basin:
June 15 — October 15.
iii. For sites east of the Cascades Crest, within the Central Basin: no additional
timeframe restrictions apply. The Central Basin is defined as the portions
of Eastern Washington with mean annual precipitation of less than 12
inches. For a map of the Central Basin (Average Annual Precipitation
Region 2), refer to http://www.ecy.wa.gov/programs/wq/stormwater/
construction/resourcesguidancc.html.
3. Construction site operators must submit a complete Erosivity Waiver certification
form at least one week before disturbing the land. Certification must include
statements that the operator will:
a. Comply with applicable local stormwater requirements; and
b. Implement appropriate erosion and sediment control BMPs to prevent violations
of water quality standards.
4. This waiver is not available for facilities declared significant contributors of
pollutants as defined in Special Condition S 1.B.1.b. or for any size construction
activity that could reasonably expect to cause a violation of any water quality
standard as defined in Special Condition S 1.B.1.b.ii.
5. This waiver does not apply to construction activities which include non-
stormwater discharges listed in Special Condition S 1.C.3.
Construction Sturnm-ater General Permit
Fare 11
6. If construction activity extends beyond the certified waiver period for any reason,
the operator must either:
a. Recalculate the rainfall erosivity "R" factor using the original start date and a
new projected ending date and, if the "R" factor is still under 5 and the entire
project falls within the applicable regional timeframe in Special Condition
S2.C.2.b, complete and submit an amended waiver certification form before the
original waiver expires; or
b. Submit a complete permit application to Ecology in accordance with Special
Condition S2.A and B before the end of the certified waiver period.
S3. COMPLIANCE WITH STANDARDS
A. Discharges must not cause or contribute to a violation of surface water quality standards
(Chapter 173-201A WAC), ground water quality standards (Chapter 173-200 WAC),
sediment management standards (Chapter 173-204 WAC), and human health -based
criteria in the National Toxics Rule (40 CFR Part 131.36). Discharges not in compliance
with these standards are not authorized.
B. Prior to the discharge of stormwater and non-stormwater to waters of the State, the
Permittee must apply all known, available, and reasonable methods of prevention,
control, and treatment (AKART). This includes the preparation and implementation of
an adequate SWPPP, with all appropriate BMPs installed and maintained in accordance
with the SWPPP and the terms and conditions of this permit.
C. Ecology presumes that a Permittee complies with water quality standards unless
discharge monitoring data or other site-specific information demonstrates that a
discharge causes or contributes to a violation of water quality standards, when the
Permittee complies with the following conditions. The Permittee must fully:
1. Comply with all permit conditions, including planning, sampling, monitoring,
reporting, and recordkeeping conditions.
2. Implement stormwater BMPs contained in stormwater management manuals
published or approved by Ecology, or BMPs that are demonstrably equivalent to
BMPs contained in stormwater technical manuals published or approved by
Ecology, including the proper selection, implementation, and maintenance of all
applicable and appropriate BMPs for on-site pollution control. (For purposes of
this section, the stormwater manuals listed in Appendix 10 of the Phase I
Municipal Stormwater Permit are approved by Ecology.)
D. Where construction sites also discharge to ground water, the ground water discharges
must also meet the terms and conditions of this CSWGP. Permittees who discharge to
ground water through an injection well must also comply with any applicable
requirements of the Underground Injection Control (UIC) regulations, Chapter 173-218
WAC.
Construction Stormwater General Permit
Page 12
S4. MONITORING REQUIREMENTS, BENCHMARKS AND REPORTING
TRIGGERS
A. Site Log Book
The Permittee must maintain a site log book that contains a record of the implementation
of the SWPPP and other permit requirements, including the installation and maintenance
of BMPs, site inspections, and stormwater monitoring.
B. Site Inspections
The Permittee's site inspections must include all areas disturbed by construction
activities, all BMPs, and all stormwater discharge points under the Permittee's
operational control. (See Special Conditions S4.B.3 and B.4 below for detailed
requirements of the Permittee's Certified Erosion and Sediment Control Lead [CESCL].)
Construction sites one acre or larger that discharge stormwater to surface waters of the
State must have site inspections conducted by a certified CESCL. Sites less than one
acre may have a person without CESCL certification conduct inspections.
1. The Permittee must examine stormwater visually for the presence of suspended
sediment, turbidity, discoloration, and oil sheen. The Permittee must evaluate the
effectiveness of BMPs and determine if it is necessary to install, maintain, or repair
BMPs to improve the quality of stormwater discharges.
Based on the results of the inspection, the Permittee must correct the problems
identified by:
a. Reviewing the SWPPP for compliance with Special Condition S9 and making
appropriate revisions within 7 days of the inspection.
Immediately beginning the process of fully implementing and maintaining
appropriate source control and/or treatment BMPs as soon as possible,
addressing the problems no later than within 10 days of the inspection. If
installation of necessary treatment BMPs is not feasible within 10 days, Ecology
may approve additional time when an extension is requested by a Permittee
within the initial 10 -day response period.
c. Documenting BMP implementation and maintenance in the site log book.
2. The Permittee must inspect all areas disturbed by construction activities, all BMPs,
and all stormwater discharge points at least once every calendar week and within
24 hours of any discharge from the site. (For purposes of this condition, individual
discharge events that last more than one day do not require daily inspections. For
example, if a stormwater pond discharges continuously over the course of a week,
only one inspection is required that week.) The Permittee may reduce the
inspection frequency for temporarily stabilized, inactive sites to once every
calendar month.
b.
Construction Storli'1 ater General Permit
Page 13
1
1
3. The Permittee must have staff knowledgeable in the principles and practices of
erosion and sediment control. The CESCL (sites one acre or more) or inspector
(sites less than one acre) must have the skills to assess the:
a. Site conditions and construction activities that could impact the quality of
stormwater, and
b. Effectiveness of erosion and sediment control measures used to control the
quality of stormwater discharges.
4. The SWPPP must identify the CESCL or inspector, who must be present on site or
on-call at all times. The CESCL must obtain this certification through an approved '
erosion and sediment control training program that meets the minimum training
standards established by Ecology (see BMP C 160 in the manual referred to in
Special Condition S9.C.1 and 2).
5. The Permittee must summarize the results of each inspection in an inspection
report or checklist and enter the report/checklist into, or attach it to, the site log
book. At a minimum, each inspection report or checklist must include:
a. Inspection date and time.
b. Weather information, the general conditions during inspection and the
approximate amount of precipitation since the last inspection, and precipitation
within the last 24 hours.
c. A summary or list of all implemented BMPs, including observations of all
erosion/sediment control structures or practices.
d. A description of the locations:
i. Of BMPs inspected;
ii. Of BMPs that need maintenance and why;
iii. Of BMPs that failed to operate as designed or intended; and
iv. Where additional or different BMPs are needed, and why.
e. A description of stormwater discharged from the site. The Permittee must note
the presence of suspended sediment, turbidity, discoloration, and oil sheen, as
applicable.
f. Any water quality monitoring performed during inspection.
g. General comments and notes, including a brief description of any BMP repairs,
maintenance or installations made following the inspection.
h. A summary report and a schedule of implementation of the remedial actions that
the Permittee plans to take if the site inspection indicates that the site is out of
compliance. The remedial actions taken must meet the requirements of the
SWPPP and the permit.
Construction $tornni.ater (general Permit
Page 14
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i. The name, title, and signature of the person conducting the site inspection, a
phone number or other reliable method to reach this person, and the following
statement: "I certify that this report is true, accurate, and complete to the best of
my knowledge and belief."
Table 3: Summary of Primary Monitoring Requirements
Size of Soil
Disturbances
Weekly Site
Inspections
Weekly
Sampling w/
Turbidity
Meter :
Weekly
Sampling w/
Transparency
Tube
Weekly pH
sampling2 i
CESCL
Required for
Inspections?
Sites that disturb
less than 1 acre, but
are part of a larger
Common Plan of
Development
Required
Not Required
Not Required
Not Required
No
Sites that disturb 1
acre or more, but
fewer than 5 acres
Required
Sampling Required —
either method3
Required
Yes
Sites that disturb 5
acres or more
Required
Required
Not Required°
Required
Yes
Soil disturbance is calculated by adding together all areas that will be affected by construction activity.
Construction activity means clearing, grading, excavation, and any other activity that disturbs the surface of the
land, including ingress/egress from the site.
2 If construction activity results in the disturbance of 1 acre or more, and involves significant concrete work (1,000
cubic yards of poured concrete or recycled concrete over the life of a project) or the use of engineered soils (soil
amendments including but not limited to Portland cement -treated base [CTB], cement kiln dust [CKD], or fly ash),
and stormwater from the affected area drains to surface waters of the State or to a storm sewer stormwater collection
system that drains to other surface waters of the State, the Permittee must conduct pH sampling in accordance with
Special Condition S4.D.
'Sites with one or more acres, but fewer than 5 acres of soil disturbance, must conduct turbidity or transparency
sampling in accordance with Special Condition S4.C.
4 Sites equal to or greater than 5 acres of soil disturbance must conduct turbidity sampling using a turbidity meter in
accordance with Special Condition S4.C.
Construction Slormwater General Penni!
Page 15
C. Turbidity/Transparency Sampling Requirements
1. Sampling Methods
a. If construction activity involves the disturbance of 5 acres or more, the
Permittee must conduct turbidity sampling per Special Condition S4.C.
b. If construction activity involves 1 acre or more but fewer than 5 acres of soil
disturbance, the Permittee must conduct either transparency sampling or
turbidity sampling per Special Condition S4.C.
2. Sampling Frequency
a. The Permittee must sample all discharge points at least once every calendar
week when stormwater (or authorized non-stormwater) discharges from the site
or enters any on-site surface waters of the state (for example, a creek running
through a site); sampling is not required on sites that disturb less than an acre.
b. Samples must be representative of the flow and characteristics of the discharge.
c. Sampling is not required when there is no discharge during a calendar week.
d. Sampling is not required outside of normal working hours or during unsafe
conditions.
e. If the Permittee is unable to sample during a monitoring period, the Permittee
must include a brief explanation in the monthly Discharge Monitoring Report
(DMR).
f. Sampling is not required before construction activity begins.
g. The Permittee may reduce the sampling frequency for temporarily stabilized,
inactive sites to once every calendar month.
3. Sampling Locations
a. Sampling is required at all points where stormwater associated with
construction activity (or authorized non-stormwater) is discharged off site,
including where it enters any on-site surface waters of the state (for example, a
creek running through a site).
b. The Permittee may discontinue sampling at discharge points that drain areas of
the project that are fully stabilized to prevent erosion.
c. The Permittee must identify all sampling point(s) on the SWPPP site map and
clearly mark these points in the field with a flag, tape, stake or other visible
marker.
d. Sampling is not required for discharge that is sent directly to sanitary or
combined sewer systems.
Construction Stornnvafer General Per-rnit
Page 16
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
e. The Permittee may discontinue sampling at discharge points in areas of the
project where the Permittee no longer has operational control of the construction
activity.
4. Sampling and Analysis Methods
a. The Permittee performs turbidity analysis with a calibrated turbidity meter
(turbidimeter) either on site or at an accredited lab. The Permittee must record
the results in the site log book in nephelometric turbidity units (NTUs).
b. The Permittee performs transparency analysis on site with a 1% -inch -diameter,
60 -centimeter (cm) -long transparency tube. The Permittee will record the results
in the site log book in centimeters (cm).
Table 4: Monitoring and Reporting Requirements
Parameter
Unit
Analytical Method
Sampling
Frequency -
Benchmark
Value
Phone
Reporting
Trigger Value
Turbidity
NTU
SM2130
Weekly, if
discharging
25 NTUs
250 NTUs
Transparency
cm
Manufacturer
instructions, or
Ecology guidance
Weekly, if
discharging
33 cm
6 cm
5. Turbidity/Transparency Benchmark Values and Reporting Triggers
The benchmark value for turbidity is 25 NTUs or less. The benchmark value for
transparency is 33 centimeters (cm). Note: Benchmark values do not apply to
discharges to segments of water bodies on Washington State's 303(d) list
(Category 5) for turbidity, fine sediment, or phosphorus; these discharges are
subject to a numeric effluent limit for turbidity. Refer to Special Condition S8 for
more information.
a. Turbidity 26 — 249 NTUs, or Transparency 32 — 7 cm:
If the discharge turbidity is 26 to 249 NTUs; or if discharge transparency is
less than 33 cm, but equal to or greater than 6 cm, the Permittee must:
i. Review the SWPPP for compliance with Special Condition S9 and make
appropriate revisions within 7 days of the date the discharge exceeded the
benchmark.
ii. Immediately begin the process to fully implement and maintain
appropriate source control and/or treatment BMPs as soon as possible,
addressing the problems within 10 days of the date the discharge
exceeded the benchmark. If installation of necessary treatment BMPs is
not feasible within 10 days, Ecology may approve additional time when
the Permittee requests an extension within the initial 10 -day response
period.
Construction Stornn ater General Permit
Page 17
iii. Document BMP implementation and maintenance in the site log book.
b. Turbidity 250 NTUs or greater, or Transparency 6 cm or less:
If a discharge point's turbidity is 250 NTUs or greater, or if discharge
transparency is less than or equal to 6 cm, the Permittee must complete the
reporting and adaptive management process described below.
i. Telephone or submit an electronic report to the applicable Ecology
Region's Environmental Report Tracking System (ERTS) number (or
through Ecology's Water Quality Permitting Portal [WQWebPortal] —
Permit Submittals when the form is available) within 24 hours, in
accordance with Special Condition S5.A.
• Central Region (Okanogan, Chelan, Douglas, Kittitas, Yakima,
Klickitat, Benton): (509) 575-2490
• Eastern Region (Adams, Asotin, Columbia, Ferry, Franklin,
Garfield, Grant, Lincoln, Pend Oreille, Spokane, Stevens, Walla
Walla, Whitman): (509) 329-3400
• Northwest Region (Kitsap, Snohomish, Island, King, San Juan,
Skagit, Whatcom): (425) 649-7000
• Southwest Region (Grays Harbor, Lewis, Mason, Thurston, Pierce,
Clark, Cowlitz, Skamania, Wahkiakum, Clallam, Jefferson, Pacific):
(360) 407-6300
Links to these numbers and the ERTS reporting page are located on the
following web site:
http://www. ecy.wa. gov/programs/wq/stormwater/con.struction/index.html.
ii. Review the SWPPP for compliance with Special Condition S9 and make
appropriate revisions within 7 days of the date the discharge exceeded the
benchmark.
iii. Immediately begin the process to fully implement and maintain
appropriate source control and/or treatment BMPs as soon as possible,
addressing the problems within 10 days of the date the discharge
exceeded the benchmark. If installation of necessary treatment BMPs is
not feasible within 10 days, Ecology may approve additional time when
the Permittee requests an extension within the initial 10 -day response
period.
iv. Document BMP implementation and maintenance in the site log book.
v. Sample discharges daily until:
a) Turbidity is 25 NTUs (or lower); or
b) Transparency is 33 cm (or greater); or
Construction SYur nlwalc!r General Permit
Page 18
c) The Permittee has demonstrated compliance with the water quality
limit for turbidity:
1) No more than 5 NTUs over background turbidity, if background
is less than 50 NTUs, or
2) No more than 10% over background turbidity, if background is
50 NTUs or greater; or
d) The discharge stops or is eliminated.
D. pH Sampling Requirements — Significant Concrete Work or Engineered Soils
If construction activity results in the disturbance of 1 acre or more, and involves
significant concrete work (significant concrete work means greater than 1000 cubic
yards poured concrete or recycled concrete used over the life of a project) or the use of
engineered soils (soil amendments including but not limited to Portland cement -treated
base [CTB], cement kiln dust [CKD], or fly ash), and stormwater from the affected area
drains to surface waters of the State or to a storm sewer system that drains to surface
waters of the State, the Permittee must conduct pH sampling as set forth below. Note: In
addition, discharges to segments of water bodies on Washington State's 303(d) list
(Category 5) for high pH are subject to a numeric effluent limit for pH; refer to Special
Condition S8.
1. For sites with significant concrete work, the Permittee must begin the pH sampling
period when the concrete is first poured and exposed to precipitation, and continue
weekly throughout and after the concrete pour and curing period, until stormwater
pH is in the range of 6.5 to 8.5 (su).
2. For sites with recycled concrete where monitoring is required, the Permittee must
begin the weekly pH sampling period when the recycled concrete is first exposed
to precipitation and must continue until the recycled concrete is fully stabilized
with the stormwater pH in the range of 6.5 to 8.5 (su).
3. For sites with engineered soils, the Permittee must begin the pH sampling period
when the soil amendments are first exposed to precipitation and must continue
until the area of engineered soils is fully stabilized.
4. During the applicable pH monitoring period defined above, the Permittee must
obtain a representative sample of stormwater and conduct pH analysis at least once
per week.
5. The Permittee must sample pH in the sediment trap/pond(s) or other locations that
receive stormwater runoff from the area of significant concrete work or engineered
soils before the stormwater discharges to surface waters.
6. The benchmark value for pH is 8.5 standard units. Anytime sampling indicates that
pH is 8.5 or greater, the Permittee must either:
Construction S'tornn ater G'eneral Permit
Page 19
a. Prevent the high pH water (8.5 or above) from entering storm sewer systems or
surface waters; or
b. If necessary, adjust or neutralize the high pH water until it is in the range of pH
6.5 to 8.5 (su) using an appropriate treatment BMP such as carbon dioxide
(CO2) sparging or dry ice. The Permittee must obtain written approval from
Ecology before using any form of chemical treatment other than CO2 sparging
or dry ice.
7. The Permittee must perform pH analysis on site with a calibrated pH meter, pH
test kit, or wide range pH indicator paper. The Permittee must record pH sampling
results in the site log book.
S5. REPORTING AND RECORDKEEPING REQUIREMENTS
A. High Turbidity Reporting
Anytime sampling performed in accordance with Special Condition S4.0 indicates
turbidity has reached the 250 NTUs or more (or transparency less than or equal to 6 cm)
high turbidity reporting level, the Permittee must either call the applicable Ecology
Region's Environmental Report Tracking System (ERTS) number by phone within 24
hours of analysis or submit an electronic ERTS report (or submit an electronic report
through Ecology's Water Quality Permitting Portal (WQWebPortal) — Permit Submittals
when the form is available). See the CSWGP web site for links to ERTS and the
WQWebPortal: http://wtiwv.ecy.wa.gov/programs/wq/stormwater/construction/
index.html. Also, see phone numbers in Special Condition S4.C.5.b.i.
B. Discharge Monitoring Reports (DMRs)
Permittees required to conduct water quality sampling in accordance with Special
Conditions S4.0 (Turbidity/Transparency), S4.D (pH), S8 (303[d]/TMDL sampling),
and/or G13 (Additional Sampling) must submit the results to Ecology.
Permittees must submit monitoring data using Ecology's WQWebDMR web application
accessed through Ecology's Water Quality Permitting Portal. To find out more
information and to sign up for WQWebDMR go to: http://www.ecy.wa.gov/programs/
wq/permits/naris/portal.html.
Permittees unable to submit electronically (for example, those who do not have an
interne connection) must contact Ecology to request a waiver and obtain instructions on
how to obtain a paper copy DMR at:
Department of Ecology
Water Quality Program - Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
Permittees who obtain a waiver not to use WQWebDMR must use the forms provided to
them by Ecology; submittals must be mailed to the address above. Permittees shall
Construction Stormwater General Permit
Page 20
submit DMR forms to be received by Ecology within 15 days following the end of each
month.
If there was no discharge during a given monitoring period, all Permittees must submit a
DMR as required with "no discharge" entered in place of the monitoring results. DMRs
are required for the full duration of permit coverage (from issuance date to termination).
For more information, contact Ecology staff using information provided at the following
web site: www.ecy.wa.gov/programs/wq/permits/paris/contacts.html.
C. Records Retention
The Permittee must retain records of all monitoring information (site log book, sampling
results, inspection reports/checklists, etc.), Stormwater Pollution Prevention Plan, copy
of the permit coverage letter (including Transfer of Coverage documentation), and any
other documentation of compliance with permit requirements for the entire life of the
construction project and for a minimum of three years following the termination of
permit coverage. Such information must include all calibration and maintenance records,
and records of all data used to complete the application for this permit. This period of
retention must be extended during the course of any unresolved litigation regarding the
discharge of pollutants by the Permittee or when requested by Ecology.
D. Recording Results
For each measurement or sample taken, the Permittee must record the following
information:
1. Date, place, method, and time of sampling or measurement.
2. The first and last name of the individual who performed the sampling or
measurement.
3. The date(s) the analyses were performed.
4. The first and last name of the individual who performed the analyses.
5. The analytical techniques or methods used.
6. The results of all analyses.
E. Additional Monitoring by the Permittee
If the Permittee monitors any pollutant more frequently than required by this permit
using test procedures specified by Special Condition S4 of this permit, the results of this
monitoring must be included in the calculation and reporting of the data submitted in the
Permittee's DMR.
F. Noncompliance Notification
In the event the Permittee is unable to comply with any part of the terms and conditions
of this permit, and the resulting noncompliance may cause a threat to human health or
the environment (such as but not limited to spills of fuels or other materials, catastrophic
pond or slope failure, and discharges that violate water quality standards), or exceed
Construction Stormwater General Permit
Page 21
numeric effluent limitations (see S8. Discharges to 303(d) or TMDL Waterbodies), the
Permittee must, upon becoming aware of the circumstance:
1. Notify Ecology within 24 -hours of the failure to comply by calling the applicable
Regional office ERTS phone number (refer to Special Condition S4.C.5.b.i. or
www. ecy. wa. gov/program s/wq/storrnwater/construction/turbi di.ty.htm l
for Regional ERTS phone numbers).
2. Immediately take action to prevent the discharge/pollution, or otherwise stop or
correct the noncompliance, and, if applicable, repeat sampling and analysis of any
noncompliance immediately and submit the results to Ecology within five (5) days
of becoming aware of the violation.
3. Submit a detailed written report to Ecology within five (5) days, of the time the
Permittee becomes aware of the circumstances, unless requested earlier by
Ecology. The report must be submitted using Ecology's Water Quality Permitting
Portal (WQWebPortal) - Permit Submittals, unless a waiver from electronic
reporting has been granted according to S5.B. The report must contain a
description of the noncompliance, including exact dates and times, and if the
noncompliance has not been corrected, the anticipated time it is expected to
continue; and the steps taken or planned to reduce, eliminate, and prevent
reoccurrence of the noncompliance.
The Permittee must report any unanticipated bypass and/or upset that exceeds any
effluent limit in the permit in accordance with the 24-hour reporting requirement
contained in 40 C.F.R. 122.41(1)(6).
Compliance with these requirements does not relieve the Permittee from
responsibility to maintain continuous compliance with the terms and conditions of
this permit or the resulting liability for failure to comply. Upon request of the
Permittee, Ecology may waive the requirement for a written report on a case-by-
case basis, if the immediate notification is received by Ecology within 24 hours.
G. Access to Plans and Records
1. The Permittee must retain the following permit documentation (plans and records)
on site, or within reasonable access to the site, for use by the operator or for on-site
review by Ecology or the local jurisdiction:
a. General Permit
b. Permit Coverage Letter
c. Stormwater Pollution Prevention Plan (SWPPP)
d. Site Log Book
2. The Permittee must address written requests for plans and records listed above
(Special Condition S5.G.1) as follows:
Construction Sior•navater General Perrnit
Page 22
a. The Permittee must provide a copy of plans and records to Ecology within 14
days of receipt of a written request from Ecology.
b. The Permittee must provide a copy of plans and records to the public when
requested in writing. Upon receiving a written request from the public for the
Permittee's plans and records, the Permittee must either:
i. Provide a copy of the plans and records to the requester within 14 days of
a receipt of the written request; or
ii. Notify the requester within 10 days of receipt of the written request of the
location and times within normal business hours when the plans and
records may be viewed; and provide access to the plans and records
within 14 days of receipt of the written request; or
iii. Within 14 days of receipt of the written request, the Permittee may
submit a copy of the plans and records to Ecology for viewing and/or
copying by the requester at an Ecology office, or a mutually agreed
location. If plans and records are viewed and/or copied at a location other
than at an Ecology office, the Permittee will provide reasonable access to
copying services for which a reasonable fee may be charged. The
Permittee must notify the requester within 10 days of receipt of the
request where the plans and records may be viewed and/or copied.
S6. PERMIT FEES
The Permittee must pay permit fees assessed by Ecology. Fees for stormwater discharges
covered under this permit are established by Chapter 173-224 WAC. Ecology continues to
assess permit fees until the permit is terminated in accordance with Special Condition S10
or revoked in accordance with General Condition G5.
S7. SOLID AND LIQUID WASTE DISPOSAL
The Permittee must handle and dispose of solid and liquid wastes generated by construction
activity, such as demolition debris, construction materials, contaminated materials, and
waste materials from maintenance activities, including liquids and solids from cleaning
catch basins and other stormwater facilities, in accordance with:
A. Special Condition S3, Compliance with Standards
B. WAC 173-216-110
C. Other applicable regulations
S8. DISCHARGES TO 303(d) OR TMDL WATERBODIES
A. Sampling and Numeric Effluent Limits For Certain Discharges to 303(d) -listed
Waterbodies
Construction Stornnwater General Permit
Page ?3
1. Permittees who discharge to segments of waterbodies listed as impaired by the
State of Washington under Section 303(d) of the Clean Water Act for turbidity,
fine sediment, high pH, or phosphorus, must conduct water quality sampling
according to the requirements of this section, and Special Conditions S4.C.2.b-f
and S4.C.3.b-d, and must comply with the applicable numeric effluent limitations
in S8.0 and S8.D.
2. All references and requirements associated with Section 303(d) of the Clean Water
Act mean the most current listing by Ecology of impaired waters (Category 5) that
exists on January 1, 2016, or the date when the operator's complete permit
application is received by Ecology, whichever is later.
B. Limits on Coverage for New Discharges to TMDL or 303(d) -listed Waters
Operators of construction sites that discharge to a TMDL or 303(d) -listed waterbody are
not eligible for coverage under this permit unless the operator:
1. Prevents exposing stormwater to pollutants for which the waterbody is impaired,
and retains documentation in the SWPPP that details procedures taken to prevent
exposure on site; or
2. Documents that the pollutants for which the waterbody is impaired are not present
at the site, and retains documentation of this finding within the SWPPP; or
3. Provides Ecology with data indicating the discharge is not expected to cause or
contribute to an exceedance of a water quality standard, and retains such data on
site with the SWPPP. The operator must provide data and other technical
information to Ecology that sufficiently demonstrate:
a. For discharges to waters without an EPA -approved or -established TMDL, that
the discharge of the pollutant for which the water is impaired will meet in -
stream water quality criteria at the point of discharge to the waterbody; or
b. For discharges to waters with an EPA -approved or -established TMDL, that
there is sufficient remaining wasteload allocation in the TMDL to allow
construction stormwater discharge and that existing dischargers to the
waterbody are subject to compliance schedules designed to bring the waterbody
into attainment with water quality standards.
Operators of construction sites are eligible for coverage under this permit if
Ecology issues permit coverage based upon an affirmative determination that the
discharge will not cause or contribute to the existing impairment.
C. Sampling and Numeric Effluent Limits for Discharges to Water Bodies on the 303(d)
List for Turbidity, Fine Sediment, or Phosphorus
1. Permittees who discharge to segments of water bodies on the 303(d) list (Category
5) for turbidity, fine sediment, or phosphorus must conduct turbidity sampling in
accordance with Special Condition S4.C.2 and comply with either of the numeric
effluent limits noted in Table 5 below.
Construction Stornt'vater General Pe rinit
Page 24
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2. As an alternative to the 25 NTUs effluent limit noted in Table 5 below (applied at
the point where stormwater [or authorized non-stormwater] is discharged off-site),
Permittees may choose to comply with the surface water quality standard for
turbidity. The standard is: no more than 5 NTUs over background turbidity when
the background turbidity is 50 NTUs or less, or no more than a 10% increase in
turbidity when the background turbidity is more than 50 NTUs. In order to use the
water quality standard requirement, the sampling must take place at the following
locations:
a. Background turbidity in the 303(d) -listed receiving water immediately upstream
(upgradient) or outside the area of influence of the discharge.
b. Turbidity at the point of discharge into the 303(d) -listed receiving water, inside
the area of influence of the discharge.
3. Discharges that exceed the numeric effluent limit for turbidity constitute a
violation of this permit.
4. Permittees whose discharges exceed the numeric effluent limit shall sample
discharges daily until the violation is corrected and comply with the non-
compliance notification requirements in Special Condition S5.F.
Table 5: Turbidity, Fine Sediment & Phosphorus Sampling and Limits for 303(d) -Listed Waters
Parameter identified
in 303(d) listing
Parameter
Sampled
Unit
Analytical
Method
, Sampling
Frequency
Numeric Effluent
Limit'
• Turbidity
• Fine Sediment
• Phosphorus
Turbidity
NTU
SM2130
Weekly, if
discharging
25 NTUs, at the
point where
stormwater is
discharged from the
site; OR
_
In compliance with
the surface water
quality standard for
turbidity (S8.C.2.a)
1Permittees subject to a numeric effluent limit for turbidity may, at their discretion, choose either numeric effluent
limitation based on site-specific considerations including, but not limited to, safety, access and convenience.
D. Discharges to Water Bodies on the 303(d) List for High pH
1. Permittees who discharge to segments of water bodies on the 303(d) list (Category
5) for high pH must conduct pH sampling in accordance with the table below, and
comply with the numeric effluent limit of pH 6.5 to 8.5 su (Table 6).
Construction Stor-niwater General Permit
Page ?5
Table 6: pH Sampling and Limits for 303(d) -Listed Waters
Parameter identified in
303(d) listing
Parametef
Sampled/Units
Analytical
Method
Sampling
Frequency
Numeric Effluent
Limit
High pH
pH /Standard
Units
pH meter
Weekly, if
discharging
In the range of 6.5
— 8.5
2. At the Permittee's discretion, compliance with the limit shall be assessed at one of
the following locations:
a. Directly in the 303(d) -listed waterbody segment, inside the immediate area of
influence of the discharge; or
b. Alternatively, the Permittee may measure pH at the point where the discharge
leaves the construction site, rather than in the receiving water.
3. Discharges that exceed the numeric effluent limit for pH (outside the range of 6.5 —
8.5 su) constitute a violation of this permit.
4. Permittees whose discharges exceed the numeric effluent limit shall sample
discharges daily until the violation is corrected and comply with the non-
compliance notification requirements in Special Condition S5.F.
E. Sampling and Limits for Sites Discharging to Waters Covered by a TMDL or Another
Pollution Control Plan
1. Discharges to a waterbody that is subject to a Total Maximum Daily Load
(TMDL) for turbidity, fme sediment, high pH, or phosphorus must be consistent
with the TMDL. Refer to http://www.ecy.wa.gov/programs/wq/tmdl/
TMDLsbyWriaJTMDLbyWria.html for more information on TMDLs.
a. Where an applicable TMDL sets specific waste load allocations or requirements
for discharges covered by this permit, discharges must be consistent with any
specific waste load allocations or requirements established by the applicable
TMDL.
The Permittee must sample discharges weekly or as otherwise specified
by the TMDL to evaluate compliance with the specific waste load
allocations or requirements.
ii. Analytical methods used to meet the monitoring requirements must
conform to the latest revision of the Guidelines Establishing Test
Procedures for the Analysis of Pollutants contained in 40 CFR Part 136.
Turbidity and pH methods need not be accredited or registered unless
conducted at a laboratory which must otherwise be accredited or
registered.
b. Where an applicable TMDL has established a general waste load allocation for
construction stormwater discharges, but has not identified specific requirements,
Construction S(orrnwater General Permit
Page 26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs) will
constitute compliance with the approved TMDL.
c. Where an applicable TMDL has not specified a waste load allocation for
construction stormwater discharges, but has not excluded these discharges,
compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs) will
constitute compliance with the approved TMDL.
d. Where an applicable TMDL specifically precludes or prohibits discharges from
construction activity, the operator is not eligible for coverage under this permit.
2. Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or
phosphorus that is completed and approved by EPA before January 1, 2016, or
before the date the operator's complete permit application is received by Ecology,
whichever is later. TMDLs completed after the operator's complete permit
application is received by Ecology become applicable to the Permittee only if they
are imposed through an administrative order by Ecology, or through a modification
of permit coverage.
S9. STORMWATER POLLUTION PREVENTION PLAN
The Permittee must prepare and properly implement an adequate Stormwater Pollution
Prevention Plan (SWPPP) for construction activity in accordance with the requirements of
this permit beginning with initial soil disturbance and until final stabilization.
A. The Permittee's SWPPP must meet the following objectives:
1. To implement best management practices (BMPs) to prevent erosion and
sedimentation, and to identify, reduce, eliminate or prevent stormwater
contamination and water pollution from construction activity.
2. To prevent violations of surface water quality, ground water quality, or sediment
management standards.
3. To control peak volumetric flow rates and velocities of stormwater discharges.
B. General Requirements
1. The SWPPP must include a narrative and drawings. All BMPs must be clearly
referenced in the narrative and marked on the drawings. The SWPPP narrative
must include documentation to explain and justify the pollution prevention
decisions made for the project. Documentation must include:
a. Information about existing site conditions (topography, drainage, soils,
vegetation, etc.).
b. Potential erosion problem areas.
c. The 13 elements of a SWPPP in Special Condition S9.D.1-13, including BMPs
used to address each element.
Construction ion .t,Iw nnvti at . r General Penn
Page, 27
r
d. Construction phasing/sequence and general BMP implementation schedule.
e. The actions to be taken if BMP performance goals are not achieved—for
example, a contingency plan for additional treatment and/or storage of
stormwater that would violate the water quality standards if discharged.
f. Engineering calculations for ponds, treatment systems, and any other designed
structures. When a treatment system requires engineering calculations, these
calculations must be included in the SWPPP. Engineering calculations do not
need to be included in the SWPPP for treatment systems that do not require
such calculations.
2. The Permittee must modify the SWPPP if, during inspections or investigations
conducted by the owner/operator, or the applicable local or state regulatory
authority, it is determined that the SWPPP is, or would be, ineffective in
eliminating or significantly minimizing pollutants in stormwater discharges from
the site. The Permittee must then:
a. Review the SWPPP for compliance with Special Condition S9 and make
appropriate revisions within 7 days of the inspection or investigation.
b. Immediately begin the process to fully implement and maintain appropriate
source control and/or treatment BMPs as soon as possible, addressing the
problems no later than 10 days from the inspection or investigation. If
installation of necessary treatment BMPs is not feasible within 10 days, Ecology
may approve additional time when an extension is requested by a Permittee
within the initial 10 -day response period.
c. Document BMP implementation and maintenance in the site log book.
The Permittee must modify the SWPPP whenever there is a change in design,
construction, operation, or maintenance at the construction site that has, or could
have, a significant effect on the discharge of pollutants to waters of the State.
C. Stormwater Best Management Practices (BMPs)
BMPs must be consistent with:
1. Stormwater Management Manual for Western Washington (most current approved
edition at the time this permit was issued), for sites west of the crest of the Cascade
Mountains; or
2. Stormwater Management Manual for Eastern Washington (most current approved
edition at the time this permit was issued), for sites east of the crest of the Cascade
Mountains; or
3. Revisions to the manuals listed in Special Condition S9.C.1. & 2., or other
stormwater management guidance documents or manuals which provide an
equivalent level of pollution prevention, that are approved by Ecology and
incorporated into this permit in accordance with the permit modification
requirements of WAC 173-226-230; or
ConsIrneiion Stormwater General Permit
Page 28
4. Documentation in the SWPPP that the BMPs selected provide an equivalent level
of pollution prevention, compared to the applicable Stormwater Management
Manuals, including:
a. The technical basis for the selection of all stormwater BMPs (scientific,
technical studies, and/or modeling) that support the performance claims for the
BMPs being selected.
b. An assessment of how the selected BMP will satisfy AKART requirements and
the applicable federal technology-based treatment requirements under 40 CFR
part 125.3.
D. SWPPP — Narrative Contents and Requirements
The Permittee must include each of the 13 elements below in Special Condition
S9.D.1-13 in the narrative of the SWPPP and implement them unless site
conditions render the element unnecessary and the exemption from that element is
clearly justified in the SWPPP.
1. Preserve Vegetation/Mark Clearing Limits
a. Before beginning land -disturbing activities, including clearing and grading,
clearly mark all clearing limits, sensitive areas and their buffers, and trees that
are to be preserved within the construction area.
b. Retain the duff layer, native topsoil, and natural vegetation in an undisturbed
state to the maximum degree practicable.
2. Establish Construction Access
a. Limit construction vehicle access and exit to one route, if possible.
b. Stabilize access points with a pad of quarry spalls, crushed rock, or other
equivalent BMPs, to minimize tracking sediment onto roads.
c. Locate wheel wash or tire baths on site, if the stabilized construction entrance is
not effective in preventing tracking sediment onto roads.
d. If sediment is tracked off site, clean the affected roadway thoroughly at the end
of each day, or more frequently as necessary (for example, during wet weather).
Remove sediment from roads by shoveling, sweeping, or pickup and transport
of the sediment to a controlled sediment disposal area.
e. Conduct street washing only after sediment removal in accordance with Special
Condition S9.D.2.d. Control street wash wastewater by pumping back on site or
otherwise preventing it from discharging into systems tributary to waters of the
State.
3. Control Flow Rates
a. Protect properties and waterways downstream of development sites from
erosion and the associated discharge of turbid waters due to increases in the
(Ainstru lion S.toriniv le, GentTal Permit
Page 29
velocity and peak volumetric flow rate of stormwater runoff from the project
site, as required by local plan approval authority.
b. Where necessary to comply with Special Condition S9.D.3.a, construct
stormwater retention or detention facilities as one of the first steps in grading.
Assure that detention facilities function properly before constructing site
improvements (for example, impervious surfaces).
c. If permanent infiltration ponds are used for flow control during construction,
protect these facilities from siltation during the construction phase.
4. Install Sediment Controls
The Permittee must design, install and maintain effective erosion controls and
sediment controls to minimize the discharge of pollutants. At a minimum, the
Permittee must design, install and maintain such controls to:
a. Construct sediment control BMPs (sediment ponds, traps, filters, infiltration
facilities, etc.) as one of the first steps in grading. These BMPs must be
functional before other land disturbing activities take place.
b. Minimize sediment discharges from the site. The design, installation and
maintenance of erosion and sediment controls must address factors such as the
amount, frequency, intensity and duration of precipitation, the nature of
resulting stormwater runoff, and soil characteristics, including the range of soil
particle sizes expected to be present on the site.
c. Direct stormwater runoff from disturbed areas through a sediment pond or other
appropriate sediment removal BMP, before the runoff leaves a construction site
or before discharge to an infiltration facility. Runoff from fully stabilized areas
may be discharged without a sediment removal BMP, but must meet the flow
control performance standard of Special Condition S9.D.3.a.
d. Locate BMPs intended to trap sediment on site in a manner to avoid interference
with the movement of juvenile salmonids attempting to enter off -channel areas
or drainages.
e. Provide and maintain natural buffers around surface waters, direct stormwater to
vegetated areas to increase sediment removal and maximize stormwater
infiltration, unless infeasible.
f. Where feasible, design outlet structures that withdraw impounded stormwater
from the surface to avoid discharging sediment that is still suspended lower in
the water column.
5. Stabilize Soils
a. The Permittee must stabilize exposed and unworked soils by application of
effective BMPs that prevent erosion. Applicable BMPs include, but are not
limited to: temporary and permanent seeding, sodding, mulching, plastic
covering, erosion control fabrics and matting, soil application of polyacrylamide
Construction Storin ater General Penni!
Page 30
(PAM), the early application of gravel base on areas to be paved, and dust
control.
b. The Permittee must control stormwater volume and velocity within the site to
minimize soil erosion.
c. The Permittee must control stormwater discharges, including both peak flow
rates and total stormwater volume, to minimize erosion at outlets and to
minimize downstream channel and stream bank erosion.
d. Depending on the geographic location of the project, the Permittee must not
allow soils to remain exposed and unworked for more than the time periods set
forth below to prevent erosion:
West of the Cascade Mountains Crest
During the dry season (May 1 - September 30): 7 days
During the wet season (October 1 - April 30): 2 days
East of the Cascade Mountains Crest, except for Central Basin*
During the dry season (July 1 - September 30): 10 days
During the wet season (October 1 - June 30): 5 days
The Central Basin*, East of the Cascade Mountains Crest
During the dry season (July 1 - September 30): 30 days
During the wet season (October 1 - June 30): 15 days
*Note: The Central Basin is defined as the portions of Eastern
Washington with mean annual precipitation of less than 12 inches.
e. The Permittee must stabilize soils at the end of the shift before a holiday or
weekend if needed based on the weather forecast.
f. The Permittee must stabilize soil stockpiles from erosion, protected with
sediment trapping measures, and where possible, be located away from storm
drain inlets, waterways, and drainage channels.
g. The Permittee must minimize the amount of soil exposed during construction
activity.
h. The Permittee must minimize the disturbance of steep slopes.
i. The Permittee must minimize soil compaction and, unless infeasible, preserve
topsoil.
6. Protect Slopes
a. The Permittee must design and construct cut -and -fill slopes in a manner to
minimize erosion. Applicable practices include, but are not limited to, reducing
continuous length of slope with terracing and diversions, reducing slope
steepness, and roughening slope surfaces (for example, track walking).
(, (Irtslrt,L,ion Siortni ater General al Permi(
Page 31
b. The Permittee must divert off-site stormwater (run-on) or ground water away
from slopes and disturbed areas with interceptor dikes, pipes, and/or swales.
Off-site stormwater should be managed separately from stormwater generated
on the site.
c. At the top of slopes, collect drainage in pipe slope drains or protected channels
to prevent erosion.
i. West of the Cascade Mountains Crest: Temporary pipe slope drains must
handle the peak 10 -minute flow rate from a Type 1A, 10 -year, 24-hour
frequency storm for the developed condition. Alternatively, the 10 -year,
1 -hour flow rate predicted by an approved continuous runoff model,
increased by a factor of 1.6, may be used. The hydrologic analysis must
use the existing land cover condition for predicting flow rates from
tributary areas outside the project limits. For tributary areas on the project
site, the analysis must use the temporary or permanent project land cover
condition, whichever will produce the highest flow rates. If using the
Western Washington Hydrology Model (WWHM) to predict flows, bare
soil areas should be modeled as "landscaped area."
ii. East of the Cascade Mountains Crest: Temporary pipe slope drains must
handle the expected peak flow rate from a 6 -month, 3 -hour storm for the
developed condition, referred to as the short duration storm.
Place excavated material on the uphill side of trenches, consistent with safety
and space considerations.
d.
e. Place check dams at regular intervals within constructed channels that are cut
down a slope.
7. Protect Drain Inlets
a. Protect all storm drain inlets made operable during construction so that
stormwater runoff does not enter the conveyance system without first being
filtered or treated to remove sediment.
b. Clean or remove and replace inlet protection devices when sediment has filled
one-third of the available storage (unless a different standard is specified by the
product manufacturer).
8. Stabilize Channels and Outlets
a. Design, construct and stabilize all on-site conveyance channels to prevent
erosion from the following expected peak flows:
i. West of the Cascade Mountains Crest: Channels must handle the peak
10 -minute flow rate from a Type 1A, 10 -year, 24-hour frequency storm
for the developed condition. Alternatively, the 10 -year, 1 -hour flow rate
indicated by an approved continuous runoff model, increased by a factor
of 1.6, may be used. The hydrologic analysis must use the existing land
Cort+trr!ction Stol inl1 ater (.;'eueral Permit
Page 32
cover condition for predicting flow rates from tributary areas outside the
project limits. For tributary areas on the project site, the analysis must use
the temporary or permanent project land cover condition, whichever will
produce the highest flow rates. If using the WWHM to predict flows, bare
soil areas should be modeled as "landscaped area."
ii. East of the Cascade Mountains Crest: Channels must handle the expected
peak flow rate from a 6 -month, 3 -hour storm for the developed condition,
referred to as the short duration storm.
b. Provide stabilization, including armoring material, adequate to prevent erosion
of outlets, adjacent stream banks, slopes, and downstream reaches at the outlets
of all conveyance systems.
9. Control Pollutants
Design, install, implement and maintain effective pollution prevention measures to
minimize the discharge of pollutants. The Permittee must:
a. Handle and dispose of all pollutants, including waste materials and demolition
debris that occur on site in a manner that does not cause contamination of
stormwater.
b. Provide cover, containment, and protection from vandalism for all chemicals,
liquid products, petroleum products, and other materials that have the potential
to pose a threat to human health or the environment. On-site fueling tanks must
include secondary containment. Secondary containment means placing tanks or
containers within an impervious structure capable of containing 110% of the
volume contained in the largest tank within the containment structure. Double -
walled tanks do not require additional secondary containment.
c. Conduct maintenance, fueling, and repair of heavy equipment and vehicles
using spill prevention and control measures. Clean contaminated surfaces
immediately following any spill incident.
d. Discharge wheel wash or tire bath wastewater to a separate on-site treatment
system that prevents discharge to surface water, such as closed-loop
recirculation or upland land application, or to the sanitary sewer with local
sewer district approval.
e. Apply fertilizers and pesticides in a manner and at application rates that will not
result in loss of chemical to stormwater runoff. Follow manufacturers' label
requirements for application rates and procedures.
f. Use BMPs to prevent contamination of stormwater runoff by pH -modifying
sources. The sources for this contamination include, but are not limited to: bulk
cement, cement kiln dust, fly ash, new concrete washing and curing waters,
recycled concrete stockpiles, waste streams generated from concrete grinding
and sawing, exposed aggregate processes, dewatering concrete vaults, concrete
Construction .SYurruit c,(cr C endrin Permit
Parc 33
pumping and mixer washout waters. (Also refer to the definition for "concrete
wastewater" in Appendix A --Definitions.)
g. Adjust the pH of stormwater or authorized non-stormwater if necessary to
prevent an exceedance of groundwater and/or surface water quality standards.
h. Assure that washout of concrete trucks is performed off-site or in designated
concrete washout areas only. Do not wash out concrete truck drums or concrete
handling equipment onto the ground, or into storm drains, open ditches, streets,
or streams. Washout of concrete handling equipment may be disposed of in a
designated concrete washout area or in a formed area awating concrete where it
will not contaminate surface or ground water. Do not dump excess concrete on
site, except in designated concrete washout areas. Concrete spillage or concrete
discharge directly to groundwater or surface waters of the State is prohibited.
Do not wash out to formed areas awaiting LID facilities.
i. Obtain written approval from Ecology before using any chemical treatment,
with the exception of CO2 or dry ice used to adjust pH.
Uncontaminated water from water -only based shaft drilling for construction of
building, road, and bridge foundations may be infiltrated provided the
wastewater is managed in a way that prohibits discharge to surface waters. Prior
to infiltration, water from water -only based shaft drilling that comes into contact
with curing concrete must be neutralized until pH is in the range of 6.5 to 8.5
(su).
J.
10. Control Dewatering
a. Permittees must discharge foundation, vault, and trench dewatering water,
which have characteristics similar to stormwater runoff at the site, into a
controlled conveyance system before discharge to a sediment trap or sediment
pond.
b. Permittees may discharge clean, non -turbid dewatering water, such as well -
point ground water, to systems tributary to, or directly into surface waters of the
State, as specified in Special Condition S9.D.8, provided the dewatering flow
does not cause erosion or flooding of receiving waters. Do not route clean
dewatering water through stormwater sediment ponds. Note that "surface waters
of the State" may exist on a construction site as well as off site; for example, a
creek running through a site.
c. Other dewatering treatment or disposal options may include:
Infiltration.
ii. Transport off site in a vehicle, such as a vacuum flush truck, for legal
disposal in a manner that does not pollute state waters.
Construction SYornnl ager General Penni'
Pare 34
iii. Ecology -approved on-site chemical treatment or other suitable treatment
technologies (see S9.D.9.i. regarding chemical treatment written
approval).
iv. Sanitary or combined sewer discharge with local sewer district approval,
if there is no other option.
v. Use of a sedimentation bag with discharge to a ditch or swale for small
volumes of localized dewatering.
d. Permittees must handle highly turbid or contaminated dewatering water
separately from stormwater.
11. Maintain BMPs
a. Permittees must maintain and repair all temporary and permanent erosion and
sediment control BMPs as needed to assure continued performance of their
intended function in accordance with BMP specifications.
b. Permittees must remove all temporary erosion and sediment control BMPs
within 30 days after achieving final site stabilization or after the temporary
BMPs are no longer needed.
12. Manage the Project
a. Phase development projects to the maximum degree practicable and take into
account seasonal work limitations.
b. Inspection and monitoring — Inspect, maintain and repair all BMPs as needed to
assure continued performance of their intended function. Conduct site
inspections and monitoring in accordance with Special Condition S4.
c. Maintaining an updated construction SWPPP — Maintain, update, and
implement the SWPPP in accordance with Special Conditions S3, S4 and S9.
13. Protect Low Impact Development (LID) BMPs
The primary purpose of LID BMPs/On-site LID Stormwater Management BMPs is
to reduce the disruption of the natural site hydrology. LID BMPs are permanent
facilities.
a. Permittees must protect all Bioretention and Rain Garden facilities from
sedimentation through installation and maintenance of erosion and sediment
control BMPs on portions of the site that drain into the Bioretention and/or Rain
Garden facilities. Restore the facilities to their fully functioning condition if
they accumulate sediment during construction. Restoring the facility must
include removal of sediment and any sediment -laden Bioretention/Rain Garden
soils, and replacing the removed soils with soils meeting the design
specification.
C'nrt.titructirrn SIor wafer Genceol Permit
Page 35
b. Permittees must maintain the infiltration capabilities of Bioretention and Rain
Garden facilities by protecting against compaction by construction equipment
and foot traffic. Protect completed lawn and landscaped areas from compaction
due to construction equipment.
c. Permittees must control erosion and avoid introducing sediment from
surrounding land uses onto permeable pavements. Do not allow muddy
construction equipment on the base material or pavement. Do not allow
sediment -laden runoff onto permeable pavements.
d. Permittees must clean permeable pavements fouled with sediments or no longer
passing an initial infiltration test using local stormwater manual methodology or
the manufacturer's procedures.
e. Permittees must keep all heavy equipment off existing soils under LID facilities
that have been excavated to final grade to retain the infiltration rate of the soils.
E. SWPPP — Map Contents and Requirements
The Permittee's SWPPP must also include a vicinity map or general location map (for
example, a USGS quadrangle map, a portion of a county or city map, or other
appropriate map) with enough detail to identify the location of the construction site and
receiving waters within one mile of the site.
The SWPPP must also include a legible site map (or maps) showing the entire
construction site. The following features must be identified, unless not applicable due to
site conditions:
1. The direction of north, property lines, and existing structures and roads.
2. Cut and fill slopes indicating the top and bottom of slope catch lines.
3. Approximate slopes, contours, and direction of stormwater flow before and after
major grading activities.
4. Areas of soil disturbance and areas that will not be disturbed.
5. Locations of structural and nonstructural controls (BMPs) identified in the
SWPPP.
6. Locations of off-site material, stockpiles, waste storage, borrow areas, and
vehicle/equipment storage areas.
7. Locations of all surface water bodies, including wetlands.
8. Locations where stormwater or non-stormwater discharges off-site and/or to a
surface waterbody, including wetlands.
9. Location of water quality sampling station(s), if sampling is required by state or
local permitting authority.
Construction Stormwater (:;'enteral Permit
Page 36
10. Areas where final stabilization has been accomplished and no further construction -
phase permit requirements apply.
11. Location or proposed location of LID facilities.
S10. NOTICE OF TERMINATION
A. The site is eligible for termination of coverage when it has met any of the following
conditions:
1. The site has undergone final stabilization, the Permittee has removed all temporary
BMPs (except biodegradable BMPs clearly manufactured with the intention for the
material to be left in place and not interfere with maintenance or land use), and all
stormwater discharges associated with construction activity have been eliminated;
or
2. All portions of the site that have not undergone final stabilization per Special
Condition S 10.A.1 have been sold and/or transferred (per General Condition G9),
and the Permittee no longer has operational control of the construction activity; or
3. For residential construction only, the Permittee has completed temporary
stabilization and the homeowners have taken possession of the residences.
B. When the site is eligible for termination, the Permittee must submit a complete and
accurate Notice of Termination (NOT) form, signed in accordance with General
Condition G2, to:
Department of Ecology
Water Quality Program — Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
When an electronic termination form is available, the Permittee may choose to submit a
complete and accurate Notice of Termination (NOT) form through the Water Quality
Permitting Portal rather than mailing a hardcopy as noted above.
The termination is effective on the thirty-first calendar day following the date Ecology
receives a complete NOT form, unless Ecology notifies the Permittee that the
termination request is denied because the Permittee has not met the eligibility
requirements in Special Condition S 10.A.
Permittees are required to comply with all conditions and effluent limitations in the
permit until the permit has been terminated.
Permittees transferring the property to a new property owner or operator/Permittee are
required to complete and submit the Notice of Transfer form to Ecology, but are not
required to submit a Notice of Termination form for this type of transaction.
Construction :Sio/ n i alcr General rral Permit
Page 37
GENERAL CONDITIONS
Gl. DISCHARGE VIOLATIONS
All discharges and activities authorized by this general permit must be consistent with the
terms and conditions of this general permit. Any discharge of any pollutant more frequent
than or at a level in excess of that identified and authorized by the general permit must
constitute a violation of the terms and conditions of this permit.
G2. SIGNATORY REQUIREMENTS
A. All permit applications must bear a certification of correctness to be signed:
1. In the case of corporations, by a responsible corporate officer;
2. In the case of a partnership, by a general partner of a partnership;
3. In the case of sole proprietorship, by the proprietor; or
4. In the case of a municipal, state, or other public facility, by either a principal
executive officer or ranking elected official.
B. All reports required by this permit and other information requested by Ecology
(including NOIs, NOTs, and Transfer of Coverage forms) must be signed by a person
described above or by a duly authorized representative of that person. A person is a duly
authorized representative only if:
1. The authorization is made in writing by a person described above and submitted to
Ecology.
2. The authorization specifies either an individual or a position having responsibility
for the overall operation of the regulated facility, such as the position of plant
manager, superintendent, position of equivalent responsibility, or an individual or
position having overall responsibility for environmental matters.
C. Changes to authorization. If an authorization under paragraph G2.B.2 above is no longer
accurate because a different individual or position has responsibility for the overall
operation of the facility, a new authorization satisfying the requirements of paragraph
G2.B.2 above must be submitted to Ecology prior to or together with any reports,
information, or applications to be signed by an authorized representative.
D. Certification. Any person signing a document under this section must make the
following certification:
"I 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 gathered and
evaluated the information submitted. Based on my inquiry of the person or
persons who manage the system, or those persons directly responsible for
gathering information, the information submitted is, to the best of my
C'on trrrctiura Stormwater General Permit
E'agc 35
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."
G3. RIGHT OF INSPECTION AND ENTRY
The Permittee must allow an authorized representative of Ecology, upon the presentation of
credentials and such other documents as may be required by law:
A. To enter upon the premises where a discharge is located or where any records are kept
under the terms and conditions of this permit.
B. To have access to and copy — at reasonable times and at reasonable cost — any records
required to be kept under the terms and conditions of this permit.
C. To inspect — at reasonable times — any facilities, equipment (including monitoring and
control equipment), practices, methods, or operations regulated or required under this
permit.
D. To sample or monitor — at reasonable times — any substances or parameters at any
location for purposes of assuring permit compliance or as otherwise authorized by the
Clean Water Act.
G4. GENERAL PERMIT MODIFICATION AND REVOCATION
This permit may be modified, revoked and reissued, or terminated in accordance with the
provisions of Chapter 173-226 WAC. Grounds for modification, revocation and reissuance,
or termination include, but are not limited to, the following:
A. When a change occurs in the technology or practices for control or abatement of
pollutants applicable to the category of dischargers covered under this permit.
B. When effluent limitation guidelines or standards are promulgated pursuant to the CWA
or Chapter 90.48 RCW, for the category of dischargers covered under this permit.
C. When a water quality management plan containing requirements applicable to the
category of dischargers covered under this permit is approved, or
D. When information is obtained that indicates cumulative effects on the environment from
dischargers covered under this permit are unacceptable.
G5. REVOCATION OF COVERAGE UNDER THE PERMIT
Pursuant to Chapter 43.21B RCW and Chapter 173-226 WAC, the Director may terminate
coverage for any discharger under this permit for cause. Cases where coverage may be
terminated include, but are not limited to, the following:
A. Violation of any term or condition of this permit.
B. Obtaining coverage under this permit by misrepresentation or failure to disclose fully all
relevant facts.
t.`nu.sfnu. icon .SYclrniwater General n ral Permit
Page 39
C. A change in any condition that requires either a temporary or permanent reduction or
elimination of the permitted discharge.
D. Failure or refusal of the Permittee to allow entry as required in RCW 90.48.090.
E. A determination that the permitted activity endangers human health or the environment,
or contributes to water quality standards violations.
F. Nonpayment of permit fees or penalties assessed pursuant to RCW 90.48.465 and
Chapter 173-224 WAC.
G. Failure of the Permittee to satisfy the public notice requirements of WAC 173-226-
130(5), when applicable.
The Director may require any discharger under this permit to apply for and obtain
coverage under an individual permit or another more specific general permit. Permittees
who have their coverage revoked for cause according to WAC 173-226-240 may request
temporary coverage under this permit during the time an individual permit is being
developed, provided the request is made within ninety (90) days from the time of
revocation and is submitted along with a complete individual permit application form.
G6. REPORTING A CAUSE FOR MODIFICATION
The Permittee must submit a new application, or a supplement to the previous application,
whenever a material change to the construction activity or in the quantity or type of
discharge is anticipated which is not specifically authorized by this permit. This application
must be submitted at least sixty (60) days prior to any proposed changes. Filing a request for
a permit modification, revocation and reissuance, or termination, or a notification of planned
changes or anticipated noncompliance does not relieve the Permittee of the duty to comply
with the existing permit until it is modified or reissued.
G7. COMPLIANCE WITH OTHER LAWS AND STATUTES
Nothing in this permit will be construed as excusing the Permittee from compliance with
any applicable federal, state, or local statutes, ordinances, or regulations.
G8. DUTY TO REAPPLY
The Permittee must apply for permit renewal at least 180 days prior to the specified
expiration date of this permit. The Permittee must reapply using the electronic application
form (NOI) available on Ecology's website. Permittees unable to submit electronically (for
example, those who do not have an interne connection) must contact Ecology to request a
waiver and obtain instructions on how to obtain a paper NOI.
Department of Ecology
Water Quality Program - Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
Construction Stornna ater General Permit
Parc 40
G9. TRANSFER OF GENERAL PERMIT COVERAGE
Coverage under this general permit is automatically transferred to a new discharger,
including operators of lots/parcels within a common plan of development or sale, if:
A. A written agreement (Transfer of Coverage Form) between the current discharger
(Permittee) and new discharger, signed by both parties and containing a specific date for
transfer of permit responsibility, coverage, and liability (including any Administrative
Orders associated with the Permit) is submitted to the Director; and
B. The Director does not notify the current discharger and new discharger of the Director's
intent to revoke coverage under the general permit. If this notice is not given, the transfer
is effective on the date specified in the written agreement.
When a current discharger (Permittee) transfers a portion of a permitted site, the current
discharger must also submit an updated application form (NOI) to the Director
indicating the remaining permitted acreage after the transfer.
G10. REMOVED SUBSTANCES
The Permittee must not re -suspend or reintroduce collected screenings, grit, solids, sludges,
filter backwash, or other pollutants removed in the course of treatment or control of
stormwater to the final effluent stream for discharge to state waters.
G11. DUTY TO PROVIDE INFORMATION
The Permittee must submit to Ecology, within a reasonable time, all information that
Ecology may request to determine whether cause exists for modifying, revoking and
reissuing, or terminating this permit or to determine compliance with this permit. The
Permittee must also submit to Ecology, upon request, copies of records required to be kept
by this permit [40 CFR 122.41(h)].
G12. OTHER REQUIREMENTS OF 40 CFR
All other requirements of 40 CFR 122.41 and 122.42 are incorporated in this permit by
reference.
G13. ADDITIONAL MONITORING
Ecology may establish specific monitoring requirements in addition to those contained in
this permit by administrative order or permit modification.
G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS
Any person who is found guilty of willfully violating the terms and conditions of this permit
shall be deemed guilty of a crime, and upon conviction thereof shall be punished by a fine of
up to ten thousand dollars ($10,000) and costs of prosecution, or by imprisonment at the
discretion of the court. Each day upon which a willful violation occurs may be deemed a
separate and additional violation.
Con.S1rrfc.'17vn ,S'IOrnn ater General t'ermi1
Page 41
Any person who violates the terms and conditions of a waste discharge permit shall incur, in
addition to any other penalty as provided by law, a civil penalty in the amount of up to ten
thousand dollars ($10,000) for every such violation. Each and every such violation shall be a
separate and distinct offense, and in case of a continuing violation, every day's continuance
shall be deemed to be a separate and distinct violation.
G15. UPSET
Definition — "Upset" means an exceptional incident in which there is unintentional and
temporary noncompliance with technology-based permit effluent limitations because of
factors beyond the reasonable control of the Permittee. An upset does not include
noncompliance to the extent caused by operational error, improperly designed treatment
facilities, inadequate treatment facilities, lack of preventive maintenance, or careless or
improper operation.
An upset constitutes an affirmative defense to an action brought for noncompliance with
such technology-based permit effluent limitations if the requirements of the following
paragraph are met.
A Permittee who wishes to establish the affirmative defense of upset must demonstrate,
through properly signed, contemporaneous operating logs or other relevant evidence that: 1)
an upset occurred and that the Permittee can identify the cause(s) of the upset; 2) the
permitted facility was being properly operated at the time of the upset; 3) the Permittee
submitted notice of the upset as required in Special Condition S5.F, and; 4) the Permittee
complied with any remedial measures required under this permit.
In any enforcement proceeding, the Permittee seeking to establish the occurrence of an upset
has the burden of proof.
G16. PROPERTY RIGHTS
This permit does not convey any property rights of any sort, or any exclusive privilege.
G17. DUTY TO COMPLY
The Permittee must comply with all conditions of this permit. Any permit noncompliance
constitutes a violation of the Clean Water Act and is grounds for enforcement action; for
permit termination, revocation and reissuance, or modification; or denial of a permit renewal
application.
G18. TOXIC POLLUTANTS
The Permittee must comply with effluent standards or prohibitions established under Section
307(a) of the Clean Water Act for toxic pollutants within the time provided in the
regulations that establish those standards or prohibitions, even if this permit has not yet been
modified to incorporate the requirement.
Corestrrretion Stor•nnl'ak'r General Permit
Nage 42
G19. PENALTIES FOR TAMPERING
The Clean Water Act provides that any person who falsifies, tampers with, or knowingly
renders inaccurate any monitoring device or method required to be maintained under this
permit shall, upon conviction, be punished by a fine of not more than $10,000 per violation,
or by imprisonment for not more than two years per violation, or by both. If a conviction of
a person is for a violation committed after a first conviction of such person under this
condition, punishment shall be a fine of not more than $20,000 per day of violation, or
imprisonment of not more than four (4) years, or both.
G20. REPORTING PLANNED CHANGES
The Permittee must, as soon as possible, give notice to Ecology of planned physical
alterations, modifications or additions to the permitted construction activity. The Permittee
should be aware that, depending on the nature and size of the changes to the original permit,
a new public notice and other permit process requirements may be required. Changes in
activities that require reporting to Ecology include those that will result in:
A. The permitted facility being determined to be a new source pursuant to 40 CFR
122.29(b).
B. A significant change in the nature or an increase in quantity of pollutants discharged,
including but not limited to: for sites 5 acres or larger, a 20% or greater increase in
acreage disturbed by construction activity.
C. A change in or addition of surface water(s) receiving stormwater or non-stormwater
from the construction activity.
D. A change in the construction plans and/or activity that affects the Permittee's monitoring
requirements in Special Condition S4.
Following such notice, permit coverage may be modified, or revoked and reissued pursuant
to 40 CFR 122.62(a) to specify and limit any pollutants not previously limited. Until such
modification is effective, any new or increased discharge in excess of permit limits or not
specifically authorized by this permit constitutes a violation.
G21. REPORTING OTHER INFORMATION
Where the Permittee becomes aware that it failed to submit any relevant facts in a permit
application, or submitted incorrect information in a permit application or in any report to
Ecology, it must promptly submit such facts or information.
G22. REPORTING ANTICIPATED NON-COMPLIANCE
The Permittee must give advance notice to Ecology by submission of a new application or
supplement thereto at least forty-five (45) days prior to commencement of such discharges,
of any facility expansions, production increases, or other planned changes, such as process
modifications, in the permitted facility or activity which may result in noncompliance with
permit limits or conditions. Any maintenance of facilities, which might necessitate
( artxlru lion Storruta'(rter Deli r oI Permit
Page 43
unavoidable interruption of operation and degradation of effluent quality, must be scheduled
during non-critical water quality periods and carried out in a manner approved by Ecology.
G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT
Any discharger authorized by this permit may request to be excluded from coverage under
the general permit by applying for an individual permit. The discharger must submit to the
Director an application as described in WAC 173-220-040 or WAC 173-216-070,
whichever is applicable, with reasons supporting the request. These reasons will fully
document how an individual permit will apply to the applicant in a way that the general
permit cannot. Ecology may make specific requests for information to support the request.
The Director will either issue an individual permit or deny the request with a statement
explaining the reason for the denial. When an individual permit is issued to a discharger
otherwise subject to the construction stormwater general permit, the applicability of the
construction stormwater general permit to that Permittee is automatically terminated on the
effective date of the individual permit.
G24. APPEALS
A. The terms and conditions of this general permit, as they apply to the appropriate class of
dischargers, are subject to appeal by any person within 30 days of issuance of this
general permit, in accordance with Chapter 43.21B RCW, and Chapter 173-226 WAC.
B. The terms and conditions of this general permit, as they apply to an individual
discharger, are appealable in accordance with Chapter 43.21B RCW within 30 days of
the effective date of coverage of that discharger. Consideration of an appeal of general
permit coverage of an individual discharger is limited to the general permit's
applicability or nonapplicability to that individual discharger.
C. The appeal of general permit coverage of an individual discharger does not affect any
other dischargers covered under this general permit. If the terms and conditions of this
general permit are found to be inapplicable to any individual discharger(s), the matter
shall be remanded to Ecology for consideration of issuance of an individual permit or
permits.
G25. SEVERABILITY
The provisions of this permit are severable, and if any provision of this permit, or
application of any provision of this permit to any circumstance, is held invalid, the
application of such provision to other circumstances, and the remainder of this permit shall
not be affected thereby.
G26. BYPASS PROHIBITED
A. Bypass Procedures
Bypass, which is the intentional diversion of waste streams from any portion of a
treatment facility, is prohibited for stormwater events below the design criteria for
Construction Slormwater General Permit
}'age 44
stormwater management. Ecology may take enforcement action against a Permittee for
bypass unless one of the following circumstances (1, 2, 3 or 4) is applicable.
1. Bypass of stormwater is consistent with the design criteria and part of an approved
management practice in the applicable stormwater management manual.
2. Bypass for essential maintenance without the potential to cause violation of permit
limits or conditions.
Bypass is authorized if it is for essential maintenance and does not have the
potential to cause violations of limitations or other conditions of this permit, or
adversely impact public health.
3. Bypass of stormwater is unavoidable, unanticipated, and results in noncompliance
of this permit.
This bypass is permitted only if:
a. Bypass is unavoidable to prevent loss of life, personal injury, or severe property
damage. "Severe property damage" means substantial physical damage to
property, damage to the treatment facilities which would cause them to become
inoperable, or substantial and permanent loss of natural resources which can
reasonably be expected to occur in the absence of a bypass.
b. There are no feasible alternatives to the bypass, such as the use of auxiliary
treatment facilities, retention of untreated wastes, maintenance during normal
periods of equipment downtime (but not if adequate backup equipment should
have been installed in the exercise of reasonable engineering judgment to
prevent a bypass which occurred during normal periods of equipment downtime
or preventative maintenance), or transport of untreated wastes to another
treatment facility.
c. Ecology is properly notified of the bypass as required in Special Condition S5.F
of this permit.
4. A planned action that would cause bypass of stormwater and has the potential to
result in noncompliance of this permit during a storm event.
The Permittee must notify Ecology at least thirty (30) days before the planned date
of bypass. The notice must contain:
a. A description of the bypass and its cause.
b. An analysis of all known alternatives which would eliminate, reduce, or
mitigate the need for bypassing.
c. A cost-effectiveness analysis of alternatives including comparative resource
damage assessment.
d. The minimum and maximum duration of bypass under each alternative.
e. A recommendation as to the preferred alternative for conducting the bypass.
t, onvlruction 5fo n1l1Y1lcr Gt'Ji', (1l 1'i'17117/
Page 45
f. The projected date of bypass initiation.
g. A statement of compliance with SEPA.
h. A request for modification of water quality standards as provided for in WAC
173-201A-110, if an exceedance of any water quality standard is anticipated.
i. Steps taken or planned to reduce, eliminate, and prevent reoccurrence of the
bypass.
5. For probable construction bypasses, the need to bypass is to be identified as early
in the planning process as possible. The analysis required above must be
considered during preparation of the Stormwater Pollution Prevention Plan
(SWPPP) and must be included to the extent practical. In cases where the probable
need to bypass is determined early, continued analysis is necessary up to and
including the construction period in an effort to minimize or eliminate the bypass.
Ecology will consider the following before issuing an administrative order for this
type bypass:
a. If the bypass is necessary to perform construction or maintenance -related
activities essential to meet the requirements of this permit.
b. If there are feasible alternatives to bypass, such as the use of auxiliary treatment
facilities, retention of untreated wastes, stopping production, maintenance
during normal periods of equipment down time, or transport of untreated wastes
to another treatment facility.
c. If the bypass is planned and scheduled to minimize adverse effects on the public
and the environment.
After consideration of the above and the adverse effects of the proposed bypass
and any other relevant factors, Ecology will approve, conditionally approve, or
deny the request. The public must be notified and given an opportunity to
comment on bypass incidents of significant duration, to the extent feasible.
Approval of a request to bypass will be by administrative order issued by Ecology
under RCW 90.48.120.
B. Duty to Mitigate
The Permittee is required to take all reasonable steps to minimize or prevent any
discharge or sludge use or disposal in violation of this permit that has a reasonable
likelihood of adversely affecting human health or the environment.
Giusti -tuition .SIorrull atcrr General Pc•rrnil
Page 46
APPENDIX A — DEFINITIONS
AKART is an acronym for "all known, available, and reasonable methods of prevention, control,
and treatment." AKART represents the most current methodology that can be reasonably
required for preventing, controlling, or abating the pollutants and controlling pollution associated
with a discharge.
Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or phosphorus, which
was completed and approved by EPA before January 1, 2016, or before the date the operator's
complete permit application is received by Ecology, whichever is later.
Applicant means an operator seeking coverage under this permit.
Benchmark means a pollutant concentration used as a permit threshold, below which a pollutant
is considered unlikely to cause a water quality violation, and above which it may. When
pollutant concentrations exceed benchmarks, corrective action requirements take effect.
Benchmark values are not water quality standards and are not numeric effluent limitations; they
are indicator values.
Best Management Practices (BMPs) means schedules of activities, prohibitions of practices,
maintenance procedures, and other physical, structural and/or managerial practices to prevent or
reduce the pollution of waters of the State. BMPs include treatment systems, operating
procedures, and practices to control: stormwater associated with construction activity, spillage or
leaks, sludge or waste disposal, or drainage from raw material storage.
Buffer means an area designated by a local jurisdiction that is contiguous to and intended to
protect a sensitive area.
Bypass means the intentional diversion of waste streams from any portion of a treatment facility.
Calendar Day A period of 24 consecutive hours starting at 12:00 midnight and ending the
following 12:00 midnight.
Calendar Week (same as Week) means a period of seven consecutive days starting at 12:01
a.m. (0:01 hours) on Sunday.
Certified Erosion and Sediment Control Lead (CESCL) means a person who has current
certification through an approved erosion and sediment control training program that meets the
minimum training standards established by Ecology (see BMP C160 in the SWMM).
Chemical Treatment means the addition of chemicals to stormwater and/or authorized non-
stormwater prior to filtration and discharge to surface waters.
Clean Water Act (CWA) means the Federal Water Pollution Control Act enacted by Public
Law 92-500, as amended by Public Laws 95-217, 95-576, 96-483, and 97-117; USC 1251 et seq.
Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a
storm sewer, and into which inflow is allowed by local ordinance.
Co,rstrr ,/on, S'fn, rm :atcr (7'encrr,1
Pngc 47
Common Plan of Development or Sale means a site where multiple separate and distinct
construction activities may be taking place at different times on different schedules and/or by
different contractors, but still under a single plan. Examples include: 1) phased projects and
projects with multiple filings or lots, even if the separate phases or filings/lots will be constructed
under separate contract or by separate owners (e.g., a development where lots are sold to separate
builders); 2) a development plan that may be phased over multiple years, but is still under a
consistent plan for long-term development; 3) projects in a contiguous area that may be unrelated
but still under the same contract, such as construction of a building extension and a new parking
lot at the same facility; and 4) linear projects such as roads, pipelines, or utilities. If the project is
part of a common plan of development or sale, the disturbed area of the entire plan must be used
in determining permit requirements.
Composite Sample means a mixture of grab samples collected at the same sampling point at
different times, formed either by continuous sampling or by mixing discrete samples. May be
"time -composite" (collected at constant time intervals) or "flow -proportional" (collected either as
a constant sample volume at time intervals proportional to stream flow, or collected by
increasing the volume of each aliquot as the flow increases while maintaining a constant time
interval between the aliquots.
Concrete Wastewater means any water used in the production, pouring and/or clean-up of
concrete or concrete products, and any water used to cut, grind, wash, or otherwise modify
concrete or concrete products. Examples include water used for or resulting from concrete
truck/mixer/pumper/tool/chute rinsing or washing, concrete saw cutting and surfacing (sawing,
coring, grinding, roughening, hydro -demolition, bridge and road surfacing). When stormwater
comingles with concrete wastewater, the resulting water is considered concrete wastewater and
must be managed to prevent discharge to waters of the State, including ground water.
Construction Activity means land disturbing operations including clearing, grading or
excavation which disturbs the surface of the land. Such activities may include road construction,
construction of residential houses, office buildings, or industrial buildings, site preparation, soil
compaction, movement and stockpiling of topsoils, and demolition activity.
Contaminant means any hazardous substance that does not occur naturally or occurs at greater
than natural background levels. See definition of "hazardous substance" and WAC 173-340-200.
Contaminated Groundwater means groundwater which contains contaminants, pollutants, or
hazardous substances that do not occur naturally or occur at levels greater than natural
background.
Contaminated Soil means soil which contains contaminants, pollutants, or hazardous
substances that do not occur naturally or occur at levels greater than natural background.
Demonstrably Equivalent means that the technical basis for the selection of all stormwater
BMPs is documented within a SWPPP, including:
1. The method and reasons for choosing the stormwater BMPs selected.
(:- iistrrrction .Stornna°alcr General Penn
Page 48
2. The pollutant removal performance expected from the BMPs selected.
3. The technical basis supporting the performance claims for the BMPs selected, including
any available data concerning field performance of the BMPs selected.
4. An assessment of how the selected BMPs will comply with state water quality standards.
5. An assessment of how the selected BMPs will satisfy both applicable federal technology-
based treatment requirements and state requirements to use all known, available, and
reasonable methods of prevention, control, and treatment (AKART).
Department means the Washington State Department of Ecology.
Detention means the temporary storage of stormwater to improve quality and/or to reduce the
mass flow rate of discharge.
Dewatering means the act of pumping ground water or stormwater away from an active
construction site.
Director means the Director of the Washington State Department of Ecology or his/her
authorized representative.
Discharger means an owner or operator of any facility or activity subject to regulation under
Chapter 90.48 RCW or the Federal Clean Water Act.
Domestic Wastewater means water carrying human wastes, including kitchen, bath, and laundry
wastes from residences, buildings, industrial establishments, or other places, together with such
ground water infiltration or surface waters as may be present.
Ecology means the Washington State Department of Ecology.
Engineered Soils means the use of soil amendments including, but not limited, to Portland
cement treated base (CTB), cement kiln dust (CKD), or fly ash to achieve certain desirable soil
characteristics.
Equivalent BMPs means operational, source control, treatment, or innovative BMPs which
result in equal or better quality of stormwater discharge to surface water or to ground water than
BMPs selected from the SWMM.
Erosion means the wearing away of the land surface by running water, wind, ice, or other
geological agents, including such processes as gravitational creep.
Erosion and Sediment Control BMPs means BMPs intended to prevent erosion and
sedimentation, such as preserving natural vegetation, seeding, mulching and matting, plastic
covering, filter fences, sediment traps, and ponds. Erosion and sediment control BMPs are
synonymous with stabilization and structural BMPs.
Federal Operator is an entity that meets the definition of "Operator" in this permit and is either
any department, agency or instrumentality of the executive, legislative, and judicial branches of
(;'ort.s•trtrction Stormwater General Penni/
Page 49
the Federal government of the United States, or another entity, such as a private contractor,
performing construction activity for any such department, agency, or instrumentality.
Final Stabilization (same as fully stabilized or full stabilization) means the establishment of a
permanent vegetative cover, or equivalent permanent stabilization measures (examples of
permanent non -vegetative stabilization methods include, but are not limited to riprap, gabions or
geotextiles) which prevents erosion.
Ground Water means water in a saturated zone or stratum beneath the land surface or a surface
waterbody.
Hazardous Substance means any dangerous or extremely hazardous waste as defined in RCW
70.105.010 (5) and (6), or any dangerous or extremely dangerous waste as designated by rule under
chapter 70.105 RCW; any hazardous substance as defined in RCW 70.105.010(10) or any
hazardous substance as defined by rule under chapter 70.105 RCW; any substance that, on the
effective date of this section, is a hazardous substance under section 101(14) of the federal cleanup
law, 42 U.S.C., Sec. 9601(14); petroleum or petroleum products; and any substance or category of
substances, including solid waste decomposition products, determined by the director by rule to
present a threat to human health or the environment if released into the environment. The term
hazardous substance does not include any of the following when contained in an underground
storage tank from which there is not a release: crude oil or any fraction thereof or petroleum, if the
tank is in compliance with all applicable federal, state, and local law.
Injection Well means a well that is used for the subsurface emplacement of fluids. (See Well.)
Jurisdiction means a political unit such as a city, town or county; incorporated for local self-
government.
National Pollutant Discharge Elimination System (NPDES) means the national program for
issuing, modifying, revoking and reissuing, terminating, monitoring, and enforcing permits, and
imposing and enforcing pretreatment requirements, under sections 307, 402, 318, and 405 of the
Federal Clean Water Act, for the discharge of pollutants to surface waters of the State from point
sources. These permits are referred to as NPDES permits and, in Washington State, are
administered by the Washington State Department of Ecology.
Notice of Intent (NOI) means the application for, or a request for coverage under this general
permit pursuant to WAC 173-226-200.
Notice of Termination (NOT) means a request for termination of coverage under this general
permit as specified by Special Condition S10 of this permit.
Operator means any party associated with a construction project that meets either of the
following two criteria:
• The party has operational control over construction plans and specifications, including
the ability to make modifications to those plans and specifications; or
Const ucaion Stormwater General Permit
Page 50
• The party has day-to-day operational control of those activities at a project that are
necessary to ensure compliance with a SWPPP for the site or other permit conditions
(e.g., they are authorized to direct workers at a site to carry out activities required by the
SWPPP or comply with other permit conditions).
Permittee means individual or entity that receives notice of coverage under this general permit.
pH means a liquid's measure of acidity or alkalinity. A pH of 7 is defined as neutral. Large
variations above or below this value are considered harmful to most aquatic life.
pH Monitoring Period means the time period in which the pH of stormwater runoff from a site
must be tested a minimum of once every seven days to determine if stormwater pH is between
6.5 and 8.5.
Point Source means any discernible, confined, and discrete conveyance, including but not
limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, and container from
which pollutants are or may be discharged to surface waters of the State. This term does not
include return flows from irrigated agriculture. (See Fact Sheet for further explanation.)
Pollutant means dredged spoil, solid waste, incinerator residue, filter backwash, sewage,
garbage, domestic sewage sludge (biosolids), munitions, chemical wastes, biological materials,
radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, and
industrial, municipal, and agricultural waste. This term does not include sewage from vessels
within the meaning of section 312 of the CWA, nor does it include dredged or fill material
discharged in accordance with a permit issued under section 404 of the CWA.
Pollution means contamination or other alteration of the physical, chemical, or biological
properties of waters of the State; including change in temperature, taste, color, turbidity, or odor
of the waters; or such discharge of any liquid, gaseous, solid, radioactive or other substance into
any waters of the State as will or is likely to create a nuisance or render such waters harmful,
detrimental or injurious to the public health, safety or welfare; or to domestic, commercial,
industrial, agricultural, recreational, or other legitimate beneficial uses; or to livestock, wild
animals, birds, fish or other aquatic life.
Process Wastewater means any water which, during manufacturing or processing, comes into
direct contact with or results from the production or use of any raw material, intermediate
product, finished product, byproduct, or waste product. If stormwater commingles with process
wastewater, the commingled water is considered process wastewater.
Receiving Water means the waterbody at the point of discharge. If the discharge is to a storm
sewer system, either surface or subsurface, the receiving water is the waterbody to which the
storm system discharges. Systems designed primarily for other purposes such as for ground
water drainage, redirecting stream natural flows, or for conveyance of irrigation water/return
flows that coincidentally convey stormwater are considered the receiving water.
Construction Siorrr wafer General Permit
Pige 51
Representative means a stormwater or wastewater sample which represents the flow and
characteristics of the discharge. Representative samples may be a grab sample, a time -
proportionate composite sample, or a flow proportionate sample. Ecology's Construction
Stormwater Monitoring Manual provides guidance on representative sampling.
Responsible Corporate Officer for the purpose of signatory authority means: (i) a president,
secretary, treasurer, or vice-president of the corporation in charge of a principal business
function, or any other person who performs similar policy- or decision-making functions for the
corporation, or (ii) the manager of one or more manufacturing, production, or operating facilities,
provided, the manager is authorized to make management decisions which govern the operation
of the regulated facility including having the explicit or implicit duty of making major capital
investment recommendations, and initiating and directing other comprehensive measures to
assure long term environmental compliance with environmental laws and regulations; the
manager can ensure that the necessary systems are established or actions taken to gather
complete and accurate information for permit application requirements; and where authority to
sign documents has been assigned or delegated to the manager in accordance with corporate
procedures (40 CFR 122.22).
Sanitary Sewer means a sewer which is designed to convey domestic wastewater.
Sediment means the fragmented material that originates from the weathering and erosion of
rocks or unconsolidated deposits, and is transported by, suspended in, or deposited by water.
Sedimentation means the depositing or formation of sediment.
Sensitive Area means a waterbody, wetland, stream, aquifer recharge area, or channel migration
zone.
SEPA (State Environmental Policy Act) means the Washington State Law, RCW 43.21C.020,
intended to prevent or eliminate damage to the environment.
Significant Amount means an amount of a pollutant in a discharge that is amenable to available
and reasonable methods of prevention or treatment; or an amount of a pollutant that has a
reasonable potential to cause a violation of surface or ground water quality or sediment
management standards.
Significant Concrete Work means greater than 1000 cubic yards poured concrete or recycled
concrete used over the life of a project.
Significant Contributor of Pollutants means a facility determined by Ecology to be a
contributor of a significant amount(s) of a pollutant(s) to waters of the State of Washington.
Site means the land or water area where any "facility or activity" is physically located or
conducted.
Source Control BMPs means physical, structural or mechanical devices or facilities that are
intended to prevent pollutants from entering stormwater. A few examples of source control
(7ou.5truction Slorno rater General Permit
Page 52
r.
BMPs are erosion control practices, maintenance of stormwater facilities, constructing roofs over
storage and working areas, and directing wash water and similar discharges to the sanitary sewer
or a dead end sump.
Stabilization means the application of appropriate BMPs to prevent the erosion of soils, such as,
temporary and permanent seeding, vegetative covers, mulching and matting, plastic covering and
sodding. See also the definition of Erosion and Sediment Control BMPs.
Storm Drain means any drain which drains directly into a storm sewer system, usually found
along roadways or in parking lots.
Storm Sewer System means a means a conveyance, or system of conveyances (including roads
with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, manmade
channels, or storm drains designed or used for collecting or conveying stormwater. This does not
include systems which are part of a combined sewer or Publicly Owned Treatment Works
(POTW) as defined at 40 CFR 122.2.
Stormwater means that portion of precipitation that does not naturally percolate into the ground
or evaporate, but flows via overland flow, interflow, pipes, and other features of a stormwater
drainage system into a defined surface waterbody, or a constructed infiltration facility.
Stormwater Management Manual (SWMM) or Manual means the technical Manual
published by Ecology for use by local governments that contain descriptions of and design
criteria for BMPs to prevent, control, or treat pollutants in stormwater.
Stormwater Pollution Prevention Plan (SWPPP) means a documented plan to implement
measures to identify, prevent, and control the contamination of point source discharges of
stormwater.
Surface Waters of the State includes lakes, rivers, ponds, streams, inland waters, salt waters,
and all other surface waters and water courses within the jurisdiction of the State of Washington.
Temporary Stabilization means the exposed ground surface has been covered with appropriate
materials to provide temporary stabilization of the surface from water or wind erosion. Materials
include, but are not limited to, mulch, riprap, erosion control mats or blankets and temporary
cover crops. Seeding alone is not considered stabilization. Temporary stabilization is not a
substitute for the more permanent "final stabilization."
Total Maximum Daily Load (TMDL) means a calculation of the maximum amount of a
pollutant that a waterbody can receive and still meet state water quality standards. Percentages
of the total maximum daily load are allocated to the various pollutant sources. A TMDL is the
sum of the allowable loads of a single pollutant from all contributing point and nonpoint sources.
The TMDL calculations must include a "margin of safety" to ensure that the waterbody can be
protected in case there are unforeseen events or unknown sources of the pollutant. The
calculation must also account for seasonable variation in water quality.
Construction ,$7U17N11 (jlC1' (_; f;leral Penni!
I'agc 53
Transfer of Coverage (TOC) means a request for transfer of coverage under this general permit
as specified by General Condition G9 of this permit.
Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few
examples of treatment BMPs are detention ponds, oil/water separators, biofiltration, and
constructed wetlands.
Transparency means a measurement of water clarity in centimeters (cm), using a 60 cm
transparency tube. The transparency tube is used to estimate the relative clarity or transparency
of water by noting the depth at which a black and white Secchi disc becomes visible when water
is released from a value in the bottom of the tube. A transparency tube is sometimes referred to
as a "turbidity tube."
Turbidity means the clarity of water expressed as nephelometric turbidity units (NTUs) and
measured with a calibrated turbidimeter.
Uncontaminated means free from any contaminant. See definition of "contaminant" and WAC
173-340-200.
Waste Load Allocation (WLA) means the portion of a receiving water's loading capacity that
is allocated to one of its existing or future point sources of pollution. WLAs constitute a type of
water quality based effluent limitation (40 CFR 130.2[h]).
Water -only Based Shaft Drilling is a shaft drilling process that uses water only and no
additives are involved in the drilling of shafts for construction of building, road, or bridge
foundations.
Water quality means the chemical, physical, and biological characteristics of water, usually
with respect to its suitability for a particular purpose.
Waters of the State includes those waters as defined as "waters of the United States" in 40 CFR
Subpart 122.2 within the geographic boundaries of Washington State and "waters of the State" as
defined in Chapter 90.48 RCW, which include lakes, rivers, ponds, streams, inland waters,
underground waters, salt waters, and all other surface waters and water courses within the
jurisdiction of the state of Washington.
Well means a bored, drilled or driven shaft, or dug hole whose depth is greater than the largest
surface dimension. (See Injection well.)
Wheel Wash Wastewater means any water used in, or resulting from the operation of, a tire
bath or wheel wash (BMP C106: Wheel Wash), or other structure or practice that uses water to
physically remove mud and debris from vehicles leaving a construction site and prevent track -
out onto roads. When stormwater comingles with wheel wash wastewater, the resulting water is
considered wheel wash wastewater and must be managed according to Special Condition S9.D.9.
( e.mslrrrclion Stormi,°ater General Permit
Page 54
c�
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
APPENDIX B — ACRONYMS
AKART All Known, Available, and Reasonable Methods of Prevention, Control,
and Treatment
BMP Best Management Practice
CESCL Certified Erosion and Sediment Control Lead
CFR Code of Federal Regulations
CKD Cement Kiln Dust
cm Centimeters
CTB Cement -Treated Base
CWA Clean Water Act
DMR Discharge Monitoring Report
EPA Environmental Protection Agency
ERTS Environmental Report Tracking System
ESC Erosion and Sediment Control
FR Federal Register
LID Low Impact Development
NOI Notice of Intent
NOT Notice of Termination
NPDES National Pollutant Discharge Elimination System
NTU Nephelometric Turbidity Unit
RCW Revised Code of Washington
SEPA State Environmental Policy Act
SWMM Stormwater Management Manual
SWPPP Stormwater Pollution Prevention Plan
TMDL Total Maximum Daily Load
UIC Underground Injection Control
USC United States Code
USEPA United States Environmental Protection Agency
WAC Washington Administrative Code
WQ Water Quality
WWHM Western Washington Hydrology Model
(`r,rrs'lrrtc iior7 SYorm alar General r al Perrrmit
Page 55
Application Id: 17170
Facility/Site Name: Lakota Park
Facility Address: 31250 SW DASH POINT RD
Federal Way, WA 98023
Certification Received:
(Ecology use)
Permit Number:
(Ecology use)
Facility County: King
Permittee Name: Fei Tang Permittee Title: SWM Project Engineer
Permittee Email: fei.tang@cityoffederalway.com Permittee Phone: 253-835-2751
Permittee Address: 33325 8th Ave S Company Name: City of Federal Way
Federal Way, WA 98003
Disturbed Acreage: 1.52
Certification of Permittee
"I 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."
,-�
1'v. L.1 ,A).. bQ• t `,�oi �►��(1i
Title
ez—o 1,46
Signa re of Permittee * Date
* Federal regulations require this application is signed by one of the following:
A. For a corporation: By a responsible corporate 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 print, sign and mail this form to the following address:
Department of Ecology
ATTN: Water Quality Program, Construction Stormwater P.O. Box 47696
Olympia, WA 98504-7696
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
tvi
DEPARTMENT OF
ECOLOGY
Stale
Application Type:
I. Contact Information
New
Notice of Intent
Construction Stormwater General Permit
Renewal Permit Number:
NOI 17170
Site Owner
Honorific: Mr. First Name: Fei
Company Name: City of Federal Way
Mailing Address: 33325 8th Ave S
City: Federal Way State: WA
Email: fei.tang@cityoffederalway.com
Business Phone: 253-835-2751 Fax: 253-835-2709
UBI Number: 601223538
Last Name: Tang
Title: SWM Project Engineer
Zip Code: 98003-6325
Cell Phone: 0—
Permittee
Honorific: Mr. First Name: Fei
Company Name: City of Federal Way
Mailing Address: 33325 8th Ave S
City: Federal Way State: WA
Email: fei.tang@cityoffederalway.com
Business Phone: 253-835-2751 Fax: 253-835-2709
UBI Number: 601223538
Last Name: Tang
Title: SWM Project Engineer
Zip Code: 98003-6325
Cell Phone: 0--
Site Contact
Honorific: Mr. First Name: Fei
Company Name: City of Federal Way
Mailing Address: 33325 8th Ave S
City: Federal Way State: WA
Email: fei,tang@cityoffederalway.com
Business Phone: 253-835-2751 Fax: 253-835-2709
UBI Number:
Last Name: Tang
Title: SWM Project Engineer
Zip Code: 98003-6325
Cell Phone: 0--
II. Electronic Discharge Monitoring Reporting
You must submit monthly discharge monitoring reports using Ecology's Electronic Discharge Monitoring Reporting
(WQWebDMR) system. To sign up for WQWebDMR, or to register a new site, go to ecology.wa.gov/Regulations-
Permits/Permits-certifications/Stormwater-general-permits, and click on the "Construction Stormwater" link. You will find
information on WQWebDMR under the "WQWebDMR and PARIS" link on the right-hand side. If you are unable to submit
your DMRs electronically, you may contact Ecology to request a waiver. Ecology will generally only grant waiver requests
to those permittees without internet access. Only a permittee or representative, designated in writing, may request
access to or a waiver from WQWebDMR. To have the ability to use the system Immediately, you must submit the
Electronic Signature Agreement with your application. If you have questions on this process, contact Ecology's
WQWebDMR staff at WQWebPortal@ecy.wa.gov or 360-407-7097.
:3ubrn:ssior 10: 1131218
Page 1 of 4
111. Site information
Site Protect Name: Lakota Park
Street Address or Location Description: 31250 SW DASH POINT RD
City: Federal Way
Latitude: 47.320337
Type of Construction Activity:
X
County: King
Longitude: -122.356948
Residential
Commercial
Industrial
Highway or Road (city, county, state)
Utilities (specify):
Other (specify):
Site Acreage
Total site/project size:
Total disturbed area:
Zip Code: 98023
29 acres
1.52 acres
Total area of soil disturbance for your site/project over the life of
the project. Include grading, equipment staging, excavation,
borrow pit, material storage areas, dump areas, haul roads, side -
cast areas, off --site construction support areas, and all other soil
disturbance acreage associated with the project.
Will 1,000 cubic yards or more of poured concrete or recycled concrete be used over the
0 Yes 0 No
life of the project?
Estimated project start date: 6/21/2018 Estimated project completion date: 8/31/2018
Other Permits
None
IV. Existing Site Conditions
1. Are you aware of contaminated soils on this site? 0 Yes QX No
2. Are you aware of groundwater contamination located within the site boundary? ❑ Yes C No
3. If you answered yes to question 1 or 2, will any contaminated soils be distrubed or will any ❑ Yes 0 No
contaminated groundwater be discharged due to the proposed construction activity?
If yes, please provide detailed information (as known and readily available) on the nature and extent of the contamination
(concentrations, locations, and depth) as well as pollution prevention and/or treatment Best Management Practices
(BMPs) proposed to control the discharge of snit and/or groundwater contaminants in stormwater. This should include
information that would be included in related portions of the Stormwater Pollution Prevention Plan (SWPPP) that describe
how contaminated and potentially contaminated construction stormwater and dewatering water will be managed. You
may attach this information separately, if needed
V. Stormwater Pollution Prevention Plan (SWPPP)
You must develop a SWPPP prior to starting construction. Do not submit your SWPPP with your application. If you
answered yes to the questions in Part IV, please submit the information that would be included in related portions of the
SWPPP that describe how contaminated and potentially contaminated construction stormwater and dewatering water will
be managed.
VI. Best Management Practices (BMPs)
You must use the BMPs listed in the Stormwater Management Manual for Western Washington or the Stormwater
Management Manual for Eastern Washington or other manuals approved by Ecology. Alternatively, you may use
demonstrably equivalent BMPs on the basis of permit condition S9.C.4. If you intend to use a BMP at your site that is not
included in these manuals, but that you believe meets the definition of a demonstrably equivalent BMP, you must notify
the appropriate regional office. (See Definitions in the Construction Stormwater General Permit).*
http://ecology.wa.gov/Regulations-Perm its/Permits-certifications/Stormwater-general-permits/Construction-stormwater-
permit#contacts
Page 2 of 4
*Note that if you receive permit coverage without indicating the preference for a demonstrably equivalent BMP and later decide to use one, you must
provide Ecology with notice of the selection of an equivalent BMP no less than 60 days before the intended use of the equivalent BMP.
VII. Discharge/Receiving Water Information
Indicate whether your site's stormwater and/or dewatering water could enter surface waters, directly and/or indirectly:
0 Water will discharge directly or indirectly (through a storm drain system or roadside ditch) into one or more surface
waterbodies (wetlands, creeks, lakes, and all other surface waters and water courses).
If your discharge is to a storm sewer system, provide the name of the operator of the storm sewer
system:
City of Federal Way
0 Water will discharge to ground with 100% infiltration, with no potential to reach surface waters under any conditions.
If your project includes dewatering, you must include dewatering plans and discharge locations in your site Stormwater
Pollution Prevention Plan.
Location of Discharge Into Surface Waterbody
Outfall Outfall Description Surface Waterbody Outfall Type Latitude Longitude
Number Name
1 No name iEast Branch Lakota
Creek
VIII. State Environmental Policy Act (SEPA)
'Surface Water Body 47.321886 1-122.3572941
This Notice of Intent (NOI) is incomplete and cannot be approved until the applicable SEPA requirements under Chapter
197-11 WAC are met.
Who is the SEPA lead agency on your site? City of Federal Way
Has the SEPA lead agency issued a final decision on your checklist? Q Yes 0 No 0 Exempt
If No: The NOI is incomplete. Ecology will hold the application until a final SEPA decision is made or the
Construction Stormwater NOl public comment period ends, whichever is later. You must notify Ecology once the
lead agency has issued a determination.
If Yes: Type of SEPA decision issued: DNS
Date of final SEPA decision: 10/20/2017
Date when all SEPA-related comment & appeal periods ended or will end: 11/24/2017
If Exempt:
0 Watershed Restoration & Fish Habitat Enhancement Exemption (RCW 43.21C.0382).
0 Infill Development Exemption (RCW 43.21 C.229).
0 Planned Action Exemption (RCW 43.21C.031).
Categorical Exemption. Under what section of the SEPA Rule (WAC 197-11-800) is it exempt?
Section:
IX. Public Notice
You must publish a public notice at least once a week for two consecutive weeks with seven days between
publications, in at least a single newspaper of general circulation in the county in which the construction is to take place.
Ecology cannot grant permit coverage sooner than the end of the 30 -day public comment period, which begins on the
date of the second public notice.
Newspaper Name First Public Notice Date Second Public Notice Date
Federal Way Mirror 2/16/2018 32/23/2018
Submission ID: 16.12328 Page 3 of 4
X. Certification of Permittees
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."
Permittee Signature Date
Page 4 of 4
DEPARTMENT OF
ECOLOGY
State of Washington
Instructions for Transfer of Coverage
Construction Stormwater General Permit
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 to Ecology for each new party. 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 of
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). If no date for the transfer of coverage is specified, Ecology will use the date of
the last signature.
• 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 that 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 (ECY 070-399), 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 request ADA accommodation including materials in a format for the visually impaired, call the Water Quality Program
at 360-407-6600. Persons with impaired hearing may call Washington Relay Service at 711. Persons with speech disability
may call 877-833-6341.
ECY 020-87a (Rev. 10/16) Instructions Page
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DEPARTMENT OF
Transfer of Coverage
Construction Stormwater General Permit
This form transfers permit coverage for all, or a portion
ECOLOGY of a site to one or more new operators.
State of Washington
Type of permit transfer (check one): ❑ Partial transfer ® Complete transfer
Specific date that permit responsibility, coverage, and liability is transferred to new operator:
*If no date is indicated Ecology will use date of last signature
Please see instructions for details on type of transfer.
Current Operator/Permittee Information
Permit # WAR
For partial transfers:
•List total size of project/site remaining under your operational control following transfer:
• List total area of soil disturbance remaining under your operational control following transfer:
•Submitting this form meets the requirement to submit an updated NOI (General Permit Condition
acres.
Company:
acres.
G9)
Current Operator/Permittee Name:
Fei Tang
Company:
City of Federal Way
Business Phone:
253-835-2751
Ext:
Mailing Address:
33325 8th Ave S
Cell Phone:
Fax (optional):
Email: fei.tang@cityoffederalway.com
City:
Federal Way
State:
WA
Zip+4:
98003
Signature* (see signatory requirements in Section vlll): Title:
Date:
New Operator/Permittee Information
I. New OperatorlPermittee (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: City of Federal Way
Business Phone:
253-835-2751
Ext:
Unified Business Identifier (UBI): 601223538
(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:
Fei.tanq a(�.citvoffederalway.com
Mailing Address:
33325 8th Ave S
City:
Federal Way
State:
WA
Zip + 4:
98003
ECY 020-87a (Rev. 10/16)
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:
Cell Phone:
Fax(Optional):
City:
State:
Zip+4:
Email:
IV. Site/Project Information
Site or Project Name
Lakota Park
Site
Total
acre
Total
project:
borrow
areas,
acreage
Acreage
size of your site/project
= 43,560 ft2.)
area of soil disturbance
1.52 acres. Include
(that you own/control): 29 acres. (Note: 1
for your site/project over the life of the
grading, equipment staging, excavation,
areas, dump areas, haul roads, side -cast
support areas, and all other soil disturbance
project. (Note: 1 acre = 43,560 ft2)
Street Address or Location Description (If the site lacks a
street address, list its specific location. For example,
Intersection of Highway 61 and 34.)
31250 SW Dash Point Road
pit, material storage
off-site construction
associated with the
Parcel ID#: 1221039016 (Optional)
Type of Construction Activity (check
❑ Residential
❑ Commercial
❑ Industrial
❑ Highway or Road (city ,county,
all that apply):
state)
.
a Utilities (specify): Stormwater
❑ Other (specify): .
City (or nearest city): Federal Way
Zip Code:
98003
Estimated project start-up date (mm/dd/yy): 06/21/18
Estimated project completion date (mm/dd/yy): 08/03/18
County: King
Record the latitude and longitude of the main entrance to the site
Latitude: 47.320337 °N
or the
approximate center of site.
Longitude: -122.356948 °W
V. Existing Site Conditions
1. Are you aware of contaminated soils present on the site? ❑ Yes
2. Are you aware of groundwater contamination located within the
3. If you answered yes to questions 1 or 2, will any contaminated soils
discharged due to the proposed construction activity? ❑ Yes
("Contaminated" and "contamination" here mean containing any hazardous
occur naturally or occurs at greater than natural background levels.)
If you answered yes to Question 3, please provide detailed information
extent of the contamination (concentrations, locations, and depth), as
Practices (BMPs) proposed to control the discharge of soil and/or groundwater
information that would be included in related portions of the Stormwater
contaminated and potentially contaminated construction stormwater
be
that does not
on the natures and
Best Management
include
how
.1 No
site boundary? ❑ Yes
be disturbed or will
❑ No
substance (as defined
with the NOI (as known
well as pollution prevention
contaminants
Pollution Prevention
and dewatering water will
I No
any contaminated groundwater
in WAC 173-340-200)
and readily available)
and/or treatment
in stormwater. This should
Plan (SWPPP) that describe
be managed.
ECY 020-87a (Rev. 10/16)
Form Page 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
VI. WQWebDMR (Electronic Discharge Monitoring Reporting)
You must submit monthly discharge monitoring reports using Ecology's WQWebDMR system. To sign up for WQWebDMR, or to
register a new site,
go to http://www.ecy.wa.gov/programs/wq/permits/paris/portal.html. If you are unable to
submit your DMRs
electronically, you
may contact Ecology to request a waiver. Ecology will generally only grant waiver requests
to those permittees
without Internet access. Only a permittee or representative, designated in writing, may request access to or a waiver from WQWebDMR.
To have the ability to use the system immediately, you must submit the Electronic Signature Agreement with your transfer of
coverage form. If you have questions on this process, contact Ecology's WQWebDMR
staff at WebDMRPortal(c ecy.wa.Qov or 800/633-
6193 or 360-407-7097 (local).
VII. Discharge/Receiving Water Information
Indicate whether your site's stormwater and/or dewatering water could enter surface waters, directly and/or indirectly.
' Water will discharge directly or indirectly (through a storm drain system or roadside ditch) into one or more surface waterbodies
(wetlands, creeks, lakes, and all other surface waters and water courses).
If your discharge is to a storm sewer system, provide the name of the operator of the storm sewer system:
(e.g., City of Tacoma):
City of Federal Way
❑ Water will discharge to
ground with 100% infiltration, with no potential to reach surface waters under any conditions.
If your project includes dewatering, you must include dewatering plans and discharge locations in your site Stormwater Pollution
Prevention Plan.
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. See illustration of Surface Waterbody Outfall locations at the end of this form.
• Include the names and locations of both direct and indirect discharges to surface waterbodies, even if the risk 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
Surface Waterbody Name at
Latitude
Longitude
symbols. (Maximum of 4 characters).
the Outfall
Decimal Degrees
Decimal Degrees
Exarnple: t�01A
Example Puget Sound
47 5289247° N
122 3123550° W
.. .i..; 4c5 s ..:;'c^_>.6
..„:: ..1 d
L ,.,.., .Fi..%,n ,,.,i 'i .
.. ... .:... .. ;-,. <.. .,,:2 .Yr r.
.: ,,....,4 ... ,,.. ,t, >. ., .e v. •,
x.o.:. .. ., .., , <.. Y, .�' ._^•
1
East Branch Lakota Creek
47.321886° N
-122.357294° 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.ecvwa.gov/programs/wq/303d/index.html.
ECY 020-87a (Rev. 10/16) Form Page 3
Before signing, please use the following checklist to ensure this form is complete:
❑
AH spaces on this form have been completed. (Attach additional sheets if necessary)
❑ The transfer form has been signed by both the current permittee and the new permittee(s).
111 The date permit responsibility was transferred is specified. (See Page 1)
❑ 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.ecv.wa.gov/biblio/ecv02087.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.
Administrative Order Docket No.
VIII. Certification of Permittee
"I 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. 1 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 OperatorlPermittee requirements:
A. For a corporation: By a responsible corporate officer.
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 retum 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(a ecv.wa.gov
Island, King, and San Juan counties
RaChelle
Stane
360-407-6556
rachelle.stane(@.ecv.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(a.ecv.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
jovice.smith(a ecv.wa.gov
You must submit monthly discharge monitoring reports using Ecology's WQWebDMR system. To sign up for WQWebDMR, or to
ECY 020-87a (Rev. 10/16)
Form Page 4
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
register a new site, go to www.ecy.wa.qov/programs/wq/permits/paris/portal.html. If you are unable to submit your DMRs electronically, yot
may contact Ecology to request a waiver. Ecology will generally only grant waiver requests to those permittees without Internet access.
Only a permittee or representative, designated in writing, may request access to or a waiver from WQWebDMR. To have the ability to use
the system immediately, you must submit the Electronic Signature Agreement with your application.
If you have questions on this process, contact Ecology's WQWebDMR staff at WQWebPortal(a�ecy.wa.gov or 800-633-6193
or 360-407-7097 (local).
Example Surface Waterbody Outfall location for Section VII:
Boundary
Stream
Outfall A: On the NOI application, list
the name of the lake and the latitude
& longitude where construction
stormwater enters the lake.
Monitoring Point A*
Outfall B:
On the NOI application,
list the name of the stream and the
latitude and longitude where construction
stormwater enters the stream.
Monitoring Point B*
Site
*Note: The monitoring points are for illustration only and are not required on this Notice of Intent application form.
Monitoring point information will be entered on the monthly discharge monitoring report as required for active permits.
To request ADA accommodation including materials in a format for the visually impaired, call the Water Quality Program
at 360-407-6600. Persons with impaired hearing may call Washington Relay Service at 711. Persons with speech disability
may call 877-833-6341.
ECY 020-87a (Rev. 10/16) Form Page 5
City of Federal Way
Community Development Dept.
33325 8th Ave 5
Federal Way, WA 98003
Ph: (253) 835-2700 Fax: (253) 835-2709
Job Start:
Contact:
(or called by)
Real:
ROW - Public
Permit #:18 -100598 -00 -AR
Call Job Start #: (253) 835-2725
Project Name: Lakota Berm Repair SWM RFB 18-002
Project Address: SW DASH POINT RD
Project Description: ROW permit for traffic control & access thru right-of-way to project location: SE quadrant of
the intersection between 21st Ave SW and SW Dash Point Rd, in Lakota Park. The project will
take place outside of ROW. ROW will be used for project access only. The project will repair
the settled berm located on the south side of Lakota Park and replace approximately 475 lineal
feet of stormwater pipe. The project construction will take approx. 30 working days.
Owner
Applicant
Contractor
f
COFW - F TANG
TBD - NOT YET SELECTED
33325 8TH AVE S
FEDERAL WAY WA 98003
CONDITIONS:
* Coordinate with Parks for access & restoration.
* Lane Closure Will Require A WSDOT / MUTCD Compliant Traffic Control Plan Be Submitted For
Review & Approval A Minimum Of 48 Hours Prior To Commencement Of Work.
* Lane Closure Shall Be Permitted For The Right -turn Lane Only, 7AM-6PM, Monday - Friday Or As
Authorized By The City Project Engineer.
* FLAGGERS MAY NOT STOP TRAFFIC DURING PEAK HOURS OF 6:30AM TO 8:30AM
* Permittee Must Notify Public Works @ 253-835-2725 24 Hours Prior To Job Start.
* Crew must have copy of right of way permit & traffic control plan on job site at all times.
* Provide For Safe Pedestrian Access At All Times. Submit Plan If Pedestrians Will Be Detoured.
Advance Warning Signs Shall Not Block Open Sidewalks. Do Not Park On Sidewalks.
* Do Not Store Equipment Or Materials In The Right -Of -Way Without Permission Of The City
Engineer
* Failure To Comply With Terms & Conditions Of Permit Will Result In A Stop Work Order And/Or
Permit May Be Revoked.
* See Attachment II. General Terms & Conditions Related To Right Of Way Permit.
* No Work On Weekends, Holidays Or During Non Working Hours Unless Approved In Advance By
Public Works & Community Development. Variance Required Per Ord 09-608
* Clean & Secure Construction Area At The End Of Each Work Day.
* Notify Public Works @ 253-835-2725 To Close Permit When All Work Is Complete.
PERMIT EXPIRES Friday, 31 August, 2018
Permit Issued on Wednesday, February 7, 2018
I hereby certify that the above information is correct and that the construction on the above described property
and the occupancy and the use will be in accordance with the laws, rules and regulations of the State of
Washington and the City of Federal Way.
Owner or agent: Date:
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
RIGHT OP WAY PERMIT GENItRAL TERMS & CONDITIONS
t, Performance of work — All construction, excavation, installation, maintenance, and restoration ("Work") W be performed in connection with this Permit shall be
done in conformance with all applicable federal. state, and local laws and all City ordinances, codes, resolutions, regulations, standards, and procedures, as now
or hereafter amended, including, but not limited to the following:
1.1 ; fatilie.Centr,Ols• Traffic controls, signs, road obstructions, banicades, and Millie plans shall be in accordance with the Section K. of the Washington
State Standard Plans and Part VI of the Manual on Uniform Traffic Control Devices. In addition, muhilane fonds require sequential arrow bonrd(s).
Lane closure permitted between 8:30am & 3:OOpm only. No lane closures will be allowed on a holiday or holiday weekend or after 12:00pin (noon)
on a day prior to a holiday or holiday weekend. Holidays that occur on Friday. Saturday, Sunday or Monday are considered a holiday weekend.
1.2 S1ty..5t€ltliiine . All Work shall be in accordance with the Federal Way Development Standards or when applicable KC Road Standards, Standards
and Specifications for Road, Bridge and Municipal Construction, as amended, and subject to the approval of the Public Works Director, or the
Director's designee,
1.3 ;Plata. The Penult shall be accompanied by plans ("Finns") drawn to wtktiring scale; commonly twenty feet (20') equals one melt (i"). The Plans
shall describe the nature and lttoation of tho Work, staeoifying the names and/or numbers and widths of any affected rights-of-way; The Plans shall
specify the location of existing utility facilities including storm drainage syytrtnii and imecify the type of construction in detail, The Plans shall be
approved by the Public Works Director of the Director's designee piper to the issuance of this Penne. Any deviation from the Plans may be made
only after Permittee has submitted revised plans showing the proposed revisions, which revised pians must he approved by the Public Works
Director or the Director's designee prior to commencement of the modified Work.
1.4 rejvglger_- letetteeiglevediugfiene. All hard surface roads are to he jacked or bored, unless otherwise agreed to Iu writing by the Public
Works Director or the Director's designee, Asphalt toho neat line raw cut rine (I) foot back front the edge of the trench. Restoration of the right of
way terrace shall either include 100% crushed surfacing top course or (:Up and three (3") inches of hot aux asphalt or be replaced to the original
eenditionif thicker, al Ilio City's sole discretion. Concrete is not to be este! in travel lanes. All materials and compaction shall be in accordance with
the "Standards and Specifications for Road, Bridge, and Municipal Construction," as amended. HMA wearing %" PG 64-22, base 1" PG 64-22.
1.5 letweeillegalgetile, Ali trenchesin the right ofwey shall he Ntok0lled with 100% 5/8" entailed rock. When trench width is 18 inches or tent, and is
within the (meted way, trench will be beek011cd with control density buckfilt (self compacted floweble fill) Class B as defined by Wushington
Aggregates and Concrete Association, Tho eggregate will be 3/8 inch minus.
1.6 fpr,tx t.0.11ltljl't11 ?dl, Tilly jith. Equipment and materials are not to be stored in the right of way unless approved in writing by the City of Federal
Way.
1.7 Siitt:,ty1010; ,gtv tyz. Whenever part of a square or slab of existing concrete sidewalk or driveway is cut or damaged, the entire square or slab shall be
removed and replaced. All materials and compaction shall be in accordance with the, City of Federal Way Development Standards. 'Wheel Chair
Rumps must be replaced to meet ADA Standards. Concrete may not be placed in tetnperaturas at or below freezing. 3000 psi. Maximum concrete
accelerator .5%. Calcium is not permitted. No monolithic pours allowed.
1.8 jry:,ljgt)1, All underground utility liars must have a minimum thirty-six (36") inch cover from finished grade, ditch bottom, or natural ground.
Refer to WSDOT Utility Menttal for pipe cover require tnents on Statc Routes; SR 18, SR 99, SR 161, SR 509.
1.9 P, fseCemele tetiMn'0.. eating. In the event the City requires a pre -construction moetingl the necessity of such meeting is to he at the City's sole
discretion, Pcnnittee shall be responsible for scheduling the meeting at last five (5) working days prior to the commencement of the Work.
1.10 then.e:, itgr,,t€iter. Permittee may only perform work in the right of way between the hours of 8:30a:m. and 3:00p.nt., Monday lluttogh'Frlday,
unless different hours of operation are approved in writing by the City. No Work Is Permitted In The ROW On Weekends Or Holidays Observed By
The City. No work will be permitted after 12pm (noon) on a day prior to a holiday weekend.
1.11 let ntlyltt.,tsJ I , Permittee shall not clear, remove or disturb any trees or vegetation in the right of way without submitting a revegetation and
erosion control Man, in Poon and content acceptable to the City.
2, ,NOTICE TO PUBLIC WORKS - Permittee shall notify the Public Works Department at least twenty-four (24) hours, but not more than Seventy-two(72)
hours, prior to commencing the Work. Crew must attl permit # and work location each morning they aro to bo working in town to verify the start of work,
Failure to provide such notice will result it the assessment of n lob start ncnnitv roar= nor each aceltrrrnee, in addition to any other fees provided'tbr in this
Permit.
3. PENALTIES- Penalties up to One Thousand. Dollars (S1,00000) per day may be imposed by the City, payable on demand, if Permittee delays restoration,
relocation, externavalof iaeltities beyond the time limits prescribed by the City pursuant to paragraphs 4, 5.6; 7 or 8 herein or otherwise or hails to complete the
Work in a workmanlike manner, at the city's sole discretion, tar to complete the work prior to the expiration of this Permit, toeless en extension has been ranted.
This penalty shall not constitute liquidated damages or en election of remedies by the City, but will be in addition to any other remedies available to the City at
law, in equity, or by statute.
4. CITY'S RiGHT TO COMPLETE WORK- The City reserves the right to complete the Work, relocate or remove the utilities pursuant to paragraphs 5, 6, 7 or
8 herein or otherwise, and upon demand, Pennittec shall pay to the City an amount equal to all of the City's costs and expenses in performing such work.
5. RESTORATION- After cotnpiction of work authorized by this permit, the Petallike shall restore the right of way at its sole cast and expense, to a condition
Which is equivalent to or better than the cendltion.of the right awns; prior to commencing the Work and to a condition satisfactory to the City within 30 days.
Perituttec shall repair the damage at its sole cost and expense, without delay or interruption and within the tints period prescribed by the City.
6. REPAIRING DAMAGE BY PERiMMITTEE In the event that the Permittee in the course of pet -limning the Work causes damage of any kind, Permittee shall
repair the damage at its sole cost and expense, without delay or intentiption and within the time period prescribed by the City.
7. RIGHTS RESERVED TO THE CITY-- REMOVAL OF FACILITIES The Cityrescrves the tight to use, occupy andcojoy its property for such purposes
as it shall desire including, but not limited to, constructing or installing structures and iitcilitiar on the right of way, ordeveloping, improving, repairing, or
altering the rightof way. Upon the City's demand, the Pt:nnittce will, at its sok cost mid expense, remove, repuir, Telt ate, change, or reconstruct such facilities
or installations pursuant to the City's instructions and within the time period prescribed by the City.
8. ABATEMENT OF UNSAFE CONDITIONS- The City tray, at any time and in its sole discretion, perforin all work necessary to restore to a safe condition,
any right of way left by the Purrnhteo in a dangerous condition to life or property. Upon demand, tete Permittee shall pay to the City all costs and expenses of
such work.
BUSINESS LiCENSE — Per Federal Way Revised Code section 12, all contractors/businesses perfonning work in the City of Federal Way must possess a valid
City of Federal Way business license.
10. PAYMENT OF FEES — Ptrmiltee shall pay to the City immediately upon receipt of the City's monthly invoice, all costs and expenses involved In
administering this Permit, including, but not limited to, a permit fee and hourly rate charges tbr plan review and inspection of the Work.
11. PERMIT REVOCATION — This permit is revocable at any time by the City. The right to revoke is expressly reserved to the City.
12. TERMINATION OF PERMIT — In the event the City does not revoke Chia Pennit pursuant to paragraph 11, this Permit expires on tate date set forth oil the
cover page of this Permit; provided, however, (hat the Public Works Detector or the Director's designee may grant up.toa six -menti extension to this Permit, at
his or her sole discretion, and only in the event the Permittee snakes written application for an extension, pays all fres in advance, and has been found to have
fully complied with all of the comlitlons and reguirensms of this Permit,
13, INDEMNIFY AND IIOLD IiARMLESS — The Permittee agrees to indemnify and hold harmless the City and its appoinitxl and elected officials, officers,
employees, agents, and volunteers from and against Liability for all assessments, claims, demands, suits, and judgements, including costs and attorney fees, for
injury to persons, death, or by Permittees breach of this permit. in the event it is determined that RCW 4.24.115 applies to this Permit, the Fcrnthtec agrees to
defend, hold harmless, and nideeonil'y the City to the maximum extent permitted thereunder, and specifically for its negligeneceoncurrent, with that of the City to
the full extent of Pcnnittec's negligence. Pennittce agrees to defend, indemnify, and hold harmless the City for claims by Permittee's employees and agrees to
waiver hs immunity under the industrial insurance provisions of Title 51 RCW, which waiver has been mutually negotiated by the parties, unless suet] dram is
caused by the City's negligence.
14. NOTICE — Permittee shall notify all property owners adjoining or in proximity to the right of way and all utility companies having facilities nr installations in
the right of way when such property luny be exposes! to the possibility of injury or damage. Permittee shall make all arrangements necessary to protect such
property or utility from injury or damage. Coordinate with property owners flu access during construction.
15. TITLE — This permit grants only the right to use the City's interest in the right of way. The grenting of this Permit is not a warranty that good title to any
specific property is vested in tic City.
16. INSURANCE — The Permittee shall procure and maintain, for the duration of this permit, the following insurance:
16.1 k1iui 111ttft,),ji}rus of„,ltl±urnuee, In the case of a contractor performing taut work, comprehensive general liability insurances, in farm approved by the
City, with limits of liability not less than $500,000 per occurrence and 52,000,000 in the aggregate tbr personal injury, including death, and property
damage. In the case of a homeowner performing the work on heir own property, homeowners insurance is tb nn acceptable to the City; with limits of
liability not lees than $300,000 for pommel injury, including death, and property damage.
16.2 DeattetlhJy sget,,Selt:tn,tnisll, Reletltiettir. The City must approve all deductible or self-insured retention. At the option of the City, Permittee shall
reduce or eliminate any such deductibles or self-insured retentions.
16.3 aLmet story Illstatnoge_lrrot+!i:sipi . Eaeh policy shall contain, or be endorsed to contain, the following provisions:
(1) The City, its officers; ofiieiats, etnployeles and volunteers are to be named as additional insured;
(ii) Coverage shall state that the Pcrtnittee's insurance shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability;
(iii) Coverage shun ntt1 be suspended, cancelled or reduced in coverage or in limits except after thirty (30) days prior written notice to the City
by certified mail, and return receipt requested; and
(iv) Coverage shall be primaty insuranet as respects the City, its officers, employees, and volunteers. Any insurance or self-insurance by the
City, its officers, officials, employees, or volunteers shall be in excess ofthe Pexmittee's, insuranceand shall not contribute with it.
16.4 Ver int ation_etS,eysr(tge. Putniliee shall runtish the Public Works Department with Certificatc(s) of Insurance rind with original undortcnwn((s)
affecting evidencing the coverage's required by this permit. The certificate and endorsements shall be signed by a person authorized by that insurer to
bind coverage on its hchalfand are to be received and approved by the City before this Permit shalt be issued At the City's request, Permittee shall
deliva certified copies of sill required insurance policies.
17, BONDS OR ASSIGNMENT OP FUNDS — The Permittee sand delivery to the City, inibrm satisfactory to the City, prior to the issuance of this Permit, either a
Bond to Perforin Work on City Rights of Way, or an assignment of Funds and Bank Certification in Lieu of Bond, in an amount not less than Ten Thousand
Dollars and No/I00 ($10,000), in favor of the City.
18. ANTi•DISCRIMINATION — in all hiring or employment !made possible or resulting from this Permit and in all benefits of any services or activities resulting
from this Permit, Pemtittegtshall not discrimination against any person because of race color, religion, national origin, age (except minimum age and retirement
provisions); sex, sexual orientation, martial status, parental status, the presence army scnsnry, mental or physical handicap, or the use of a treinexd dog -guide by
a blind or deaf person unless based upon a bona tilt. occupational qualification, and this requirement shall apply to, but not be limited to, the following:
employment, advertising, layoff or termination, rates of pay or other fbnns of compensation, and seltxtian lbr training, including apprenticeship. Pennluec shall
not violate any or lila terms or RCW 49.60, Title VII of the Civil Rights Act of 1964,.or uny otter applicable federal, state, or locut law or regulation regarding
nondiscrimination. Any violation otitis provision shall be grounds for termination of this Permit and may result in ineligibility for futthcrpermits.
19. NON-EXCLUSIVE. RIGHT — This permit shall not be deemed to be an exclusive right. it docs not prohibit the City from granting any other permits to other
public or private entities, and it does not prevent the City from using any affected right of way or afTeet its jurisdiction over any part of the right of way.
20. REMEDIES NOT EXCLUSIVE — No remedy provided for by this Permit shall be deemed exclusive, but shall be deemed cumulative and in addition to every
other rentuly available to the City existing at law, in equity ar by statute.
21. NO ASSIGNMENT — This Permit shall not be assigned by Permittee to any person or entity without the written consent of the City, which consent may be
withheld for any reason.
**SPECIAL TERMS & CONDITIONS AS PRINTED ON PERMIT - FAILURE TO COMPLY WILL RESULT IN STOP WORK ORDER
Last Update DECEMBER 2016
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OP
'.� Federal Way
RIGHT OF WAY PERMIT APPLICATION
DEPARTMENT OF PUBLIC WORKS
33325 81." AVENUE SOUTH - FEDERAL WAY, WA 98003
PHONE 253.835-2725 FAX 253..835-2709
PW DATE STAMP
1
t'f2OJ ECl` NAiME/JOH NUMIIER
()ltf TYPE/DEScttit'r1AN:
APPLICANT
PW, SWM 79' (g11
CONTRACTOR
TBD -7goz)c
CONTACT PERSON
Fei Tang
MAILING ADDRESS
MAILING ADDRESS
33325 8th Ave S
CITY, STATE & ZIP
CITY, STATE & ZIP
Federal Way, WA 98003
PHONE(S)
PRRO'NE(S) 253-835-2751
WA STATE CONTRACTOR'S LICENSE # & EXP DATE
Email lRi,tangkcitvoifcdcratw
ty.com
Email
Project Address, Parcel # or Location: 3 5Y) e,.,,.- c..`-6 I- +4 rt
SE quadrant of the intersection between 21' Ave SW and SW Dash Point Rd, in Lakota Park.
Oe.scription of Project
- Include size, length & type of material, duration of pt'tilect, attach additional sheet if needed
outside of ROW. ROW will be used for project access only. The project will repair the settled
side of Lakota Park and replace approximately 475 lineal feet of Stormwater pipe. The project
approximately 30 working days.
The project will take place
berm located on the south
construction will take
Proposed Start Date: 6/21/2018 Projected Number of Working Days : 30
Pavement or Hard Surface
❑ Pavement Cut
❑Sidewalk Removal
Cut Required? n NO 0 YES
Size & #:
❑
❑
No Traffic Impact ®
Lane Closure
Sidewalk Closed
Control Plan *
Shoulder Work ■
# Panels:
* Provide Traffic
--nTrench in soft surface
(dirt, grass, etc) Feet:
Conduit/Pipe
Aerial
Pole
Size Length
Length
• Push or Bore Feet:
❑ Utilit Pothole? Show
Install? • No ■ Yes,
Install? Include Pole Certification
t e & location on plan
form
I certify under penalty of perjury that I am the property owner or au horized agent of the property owner/utility franchise, I certify that to
the best of my knowledge, the information submitted in support of this permit application is true & correct. I certify that I will comply with all
applicable City of Federal Way regulations pertaining to the work authorized by the issuance of a permit, 1 understand that the issuance of a
permit does not remove the owner's responsibility for compliance with local, state, or federal laws regulating construction or environmental
laws.
I further agree to hold harmless the City of Federal Way as to any claim (including costs, expense, and attorneys' fees incurred in the
investigation and defense of such claim), which may be made by any person, including its officers and employees, upon the accuracy of the
Information supplied to the city as part of this application.
Signature: ,..----).----2,---77-1— Date: 7///I 8 PLEASE SIGN
& DATE
Print Name: f',: e'
** IS ` OMf til ri APIONS WILL Rt ItNED * •
Ret ulred Submittals. C1 ite Plan CI Views' la 1 1 Trac mil Plan 0 A , lietWei Fee 0 Bid 0 lnsurcllicc Cenificatc
Call ONE CALL for locates 2 working days before you dig or drill. "It's the law" 811 (RCW 19.122)
Do Not Write Below This Line
App complete & signed
Fee / Billing Info
Plan Vk map TCP Specials
I.Ytvt
SI + "i
RATINE3 MITIGATION? AMOUNT
WIDTH CORA
'Yl S[DE%'��(, �
BUS STOP KELO ATE STORM
PEDESTRIAN DETOUR
REVIEWER(S)
BOND
O"rt:1GE2
ca�,ti-�P
�1
APPENDIX D
GEOTECHNICAL INFORMATION
City of Federal Way
Lakota Park Stormwater Facility
Repair Project
RFB ver. 4-17
RFB # 18-002
2018
Technical Memorandum
TO: Fei Tang, PE
City of Federal Way
FROM: Daniel C. Simpson, PE (CA) and Calvin McCaughan, PE
DATE: March 3, 2017
RE: Lakota Park Regional Stormwater Facility Berm Repair
Geotechnical Investigation Data Summary
Federal Way, Washington
Project No. 0238073.010.011
Introduction
This technical memorandum summarizes the geotechnical information obtained by Landau Associates,
Inc. (LAI) for the City of Federal Way's (City's) Lakota Park Regional Stormwater Facility Berm Repair
project in Federal Way, Washington. Our service were providedin accordance with our October 12,
2016 proposal.
Tasks to date have included the advancement of five geotechnical borings with in situ sampling and
geotechnical laboratory testing. The following sections summarize our geotechnical field and
laboratory activities and data obtained to date.
Project Understanding
The City owns and operates the Lakota Park Regional Stormwater Facility, which relies on an earthen
berm to provide stormwater retention. The berm is underlain by peat and has settled since its
construction in 2004.
LAI has compiled geotechnical information, summarized herein, to help the City develop design
solutions to restore the berm to a design elevation of 258.2 feet (ft) above sea level. LAI has
developed this information based on the King County's 1990 geotechnical investigation report (King
County, 1990), the Tetra Tech's 2004 drawing set (Tetra Tech/KCM Inc., 2004), our field investigation,
and our knowledge of similar sites.
Field and Laboratory Activities
On October 27 and 31, 2016, LAI personnel and Holocene Drilling, Inc. of Puyallup, Washington
advanced five hollow -stem auger borings (B-1 through B-5) approximately 14 to 261/2 ft below ground
surface (bgs). Figure 1 shows the project vicinity, and Figure 2 shows the approximate boring
locations. The standard penetration test (SPT) was used to perform in situ testing in each borehole at
approximately 5 -ft intervals. Where possible, soil samples were collected at each in situ testing
location. In addition to SPT samples, thin-walled Shelby tubes were pushed to collect relatively
undisturbed samples of peaty soil. Geotechnical laboratory testing consisted of moisture content
4 LANDAU
ASSOCIATES
130 2nd Avenue South • Edmonds, Washington 98020 • (425) 778-0907
Landau Associates
determinations and oedometric compression tests of select samples. LAI's interpreted subsurface
conditions, in situ testing locations, and soil samples are summarized in the boring logs included in
Attachment A. Geotechnical laboratory test results are presented in Attachment B.
Summary of Surface and Subsurface Conditions
The approximately 1,400 -ft -long berm separates the relatively flat and grassy area to the north from
the low -Tying, forested wetland/stormwater retention facility to the south. The top of the berm is
finished with a crushed stone base coarse and serves as a walking path. Concrete ecology blocks have
been placed one high on portions of the berm, from approximately 550 to 750 ft and approximately
1,050 to 1,250 ft from the westerly end. The side slopes of the berm are covered with turf with some
portions of the southerly berm slope bare. Approximately 975 ft from the west end of the berm, a
reinforced concrete control structure passes through the berm, allowing stormwater flow
downstream via an outlet pipe.
The northerly toe of the berm is finished with a turf -lined drainage swale with several catch basins to
collect stormwater. Based on measurements taken by LAI, the northerly toe of the berm and the
adjacent playing fields to the north vary from 0 ft to a maximum of approximately 3.6 ft below the top
of the berm, while the southerly toe of the berm and the wetlands to the south vary from a couple of
feet to a maximum of approximately 5.1 ft below the top of the berm. Construction drawings indicate
that the berm was constructed with 3 horizontal to 1 vertical (H:V) side slopes (Tetra Tech/KCM Inc.
2004). Actual, observed side slopes vary between 4H:1V and 2.5H:1V.
While limited access to drill rigs prevented LAI from performing subsurface investigations within the
berm, construction drawings indicate that the berm was constructed with a low -permeability mixture
of sand, silt, and gravel and moisture conditioned and compacted to 95 percent relative compaction
during construction. The top elevation of the exploratory borings performed by LAI generally
coincides with the northerly toe of the berm. Borings encountered approximately 3 to 5 ft of fill soils,
generally comprised of very soft to soft silt with some sand and gravel. In some areas, the fill
encountered was predominately sandy and loose. Beneath the fill, borings encountered wetland
deposits comprised of amorphous granular to fine fibrous peat with water contents ranging from
approximately 300 percent to more than 700 percent. Peat thicknesses encountered ranged from
about 7.5 to 9.5 ft near the berm. Beneath the peat, a layer of soft to very stiff silt on the order of 3 to
6 ft thick was encountered. Borings B-1, B-3, and B-5 were advanced below the wetland deposits into
the very dense underlying glacial till. The till is expected to be present beneath the peat and silt
deposits across the site.
While static groundwater conditions were not determined during the investigation, groundwater
seepage or perched groundwater was encountered at 8 and 8.5 ft bgs in borings B-4 and B-5,
respectively. Groundwater is likely confined below and perched upon the glacial till layer. During the
Lakota Wetland Park Stormwater Facility Berm Repair
Geotechnical Investigation Data Summary 2 March 3, 2017
Landau Associates
wet season, groundwater likely reaches near ground surface on the north side of the berm and is
above ground surface to the south within the wetland.
Geotechnical Soil Properties
Based on our site observations, review, explorations, and laboratory testing, we recommend the soil
profile presented in Table 1 for berm settlement analysis used to evaluate repair alternatives.
Additional settlement information for the peat can be obtained by inspection of the laboratory test
results presented in Attachment B.
Table 1. Recommended Geotechnical Soil Properties
Geotechnical
Property
Berm Soil Fill Soil Peat Silt Till
Layer top depth O ft 5 ft 8 ft 18 ft
(below top of berm)
Typical Thickness 5 ft 3 ft 10 ft 4 ft 22 ft
Unit Weight (pcf) '(m = 125 ym/Ysat = 110 }tm/'(sat = 65 Ym/Ysat = 115 ym/ysat = 125
Moisture Content — 51% 392% to 719%
Friction Angle 34° 28° — 30° 38°
Strain -based
Modified Virgin _
0.45
Compression Index — —
CcE
Strain -based
Modified Secondary
Compression Index
c (a)
0.001 to 0.04 — —
(a) Recommended range in values reflects field/observed and laboratory data under a wide range of loading conditions.
ft = foot/feet
pcf = pounds per cubic foot
Lakota Wetland Park Stormwater Facility Berm Repair
Geotechnical Investigation Data Summary 3 March 3, 2017
Landau Associates
Closure
LAI looks forward to continuing to assist the City with this project and to the selection and design of
berm settlement repairs. Please do not hesitate to contact the undersigned with any questions.
LANDAU ASSOCIATES, INC.
("J
Daniel Simpson, PE (CA)
Senior Project Geotechnical Engineer
Calvin McCaughan, PE
Principal
DCS/CAM/BJF/mcs
[Y:\0238\073\R\GEOTECH DATA REPORT\LAKOTA PARK DATA SUMMARY TECHNICAL MEMO_FINAL DOCK]
Attachments: Figure 1. Vicinity Map
Figure 2. Site and Exploration Plan
Attachment A. Boring Logs
Attachment B. Geotechnical Laboratory Testing Results
References
King County. 1990. Geotechnical Investigation Report: Lakota Wetland Soils Investigation, Lakota
Wetland Regional Pond, Federal Way, Washington. King County Division of Roads and Engineering.
January 26.
Tetra Tech/KCM, Inc. 2004. Construction Documents: City of Federal Way, Department of Public
Works, Lakota Wetland Regional Stormwater Facility, Improvements, SW Dash Point Road and
South 316th Street. January.
Lakota Wetland Park Stormwater Facility Berm Repair
Geotechnical Investigation Data Summary 4 March 3, 2017
Puget Sound
Dumas Bay
9-
a*
o;
+sr
1
E
0
14 LANDAU
ASSOCIATES
Project
Location
0
0.5 1
Miles
Data Source: Esri 2012
ett
Seattle 5pokar
Federal Way
acoma
Olympia
Washington
City of Federal Way
Lakota Park Regional Stormwater Facility
Berm Repair
Federal Way, Washington
Vicinity Map
Figure
1
r
Site and Exploration Plan
Attachment A
Boring Logs
Landau Associates
ATTACHMENT A
FIELD EXPLORATIONS
Subsurface conditions at the project area were explored on October 27 and 31, 2016. The exploration
programs consisted of advancing and sampling five exploratory borings (B-1, B-2, B-3, B-4, and B-5) at
the approximate locations illustrated on Figure 2 of this report. The exploratory borings were
advanced between 14 and 261/2feet below ground surface (bgs) using a hollow -stem auger. Holocene
Drilling, Inc. of Puyallup, Washington under subcontract to Landau Associates, Inc. (LAI) advanced the
hollow -stem auger borings. The exploratory borings were located using existing infrastructure
reference. The ground surface elevations at the exploration locations were not determined.
The field exploration program was coordinated and monitored by LAI personnel, who also obtained
representative soil samples, maintained a detailed record of the observed subsurface soil and
groundwater conditions, and described the soil encountered by visual and textural examination. Each
representative soil type observed in our exploratory borings was described using the soil classification
system shown on Figure A-1, in general accordance with ASTM International test method D 2488,
Standard Recommended Practice for Description of Soils (Visual -Manual Procedure). Logs of the
exploratory borings are presented on Figures A-2 through A-6. These logs represent our interpretation
of subsurface conditions identified during the field exploration program. The stratigraphic contacts
shown on the summary logs represent the approximate boundaries between soil types; actual
transitions may be more gradual. The soil and groundwater conditions depicted are for the specific
dates and locations reported and, therefore, are not necessarily representative of other locations and
times. A further discussion of the soil and groundwater conditions observed is contained in the text
portion of this report.
Disturbed samples of the soil encountered in the exploratory borings were obtained at selected
intervals using a 1.5 -inch, inside -diameter split -spoon sampler. The sampler was driven up to 18
inches into the undisturbed soil ahead of the drill bit with a 140 -Ib hammer falling a distance of
approximately 30 inches. The number of blows required to drive the sampler for the final 12 inches of
soil penetration, or a portion thereof, is noted on the boring logs, adjacent to the appropriate sample
notation. Samples collected in this manner were taken to our laboratory for further examination and
testing. Relatively undisturbed samples also were obtained using direct -pushed Shelby tubes at each
boring location. A discussion of laboratory test procedures and the laboratory test results are
presented in Attachment B. Upon completion of drilling and sampling, the boreholes were
decommissioned in general accordance with the requirements of Washington Administrative Code
173-160.
Attachment A
Lakota Park Regional Stormwater Facility Berm Repair A-1
0238073.010.011
March 3, 2017
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Soil Classification System
USCS
MAJOR GRAPHIC LETTER TYPICAL
DIVISIONS SYMBOL SYMBOLttt DESCRIPTIONS I�1l'I
COARSE-GRAINED SOIL
(More than 50% of material is
larger than No. 200 sieve size)
GRAVEL AND
CLEAN GRAVEL
° e ° o ° o
GW
Well -graded gravel; gravel/sand mixture(s); little or no fines
GRAVELLY SOIL
(Little or no fines )
D °o U b "
'1 0 0 0'
GP
Poorly graded gravel; gravel/sand mixture(s); little or no fines
(More than 50% of
fraction
GRAVEL WITH FINES
. ' .
GM
Silty gravel; gravel/sand/silt mixture(s)
coarse retained
on No. 4 sieve)
(Appreciable amount of
fines)
• : y
GC
Clayey gravel; gravel/sand/clay mixture(s)
SAND AND
CLEAN SAND
SW
Well -graded sand; gravelly sand; little or no fines
SANDY SOIL
(Little or no fines)
SP
Poorly graded sand; gravelly sand; IitUe or no fines
(More than 50% of
coarse fraction passed
SAND WITH FINES
SM
Silty sand; sand/silt mixture(s)
through No. 4 sieve)
(Appreciable amount of
fines)
/
SC
Clayey sand; sand/clay mixture(s)
FINE-GRAINED SOIL
(More than 50% of
material is smaller than
No. 200 sieve size)
SILT AND CLAY
ML
Inorganic silt and very fine sand; rock flour; silty or clayey fine
sand or clayey silt with slight plasticity
/}
CL
Inorganic day of low to medium plasticity gravelly clay; sandy
day, silty clay; lean day
(Liquid limit less than 50)
S
S
OL
Organic silt; organic, silty clay of low plasticity
SILT AND CLAY
MH
Inorganic silt; micaceous or diatomaceous fine sand
CH
Inorganic clay of high plasticity; fat clay
(Liquid limit greater than 50)
OH
Organic clay of medium to high plasticity; organic silt
HIGHLY ORGANIC SOILPT
Peat; humus; swamp soil with high organic content
OTHER MATERIALS
GRAPHIC LETTER
SYMBOL SYMBOL TYPICAL DESCRIPTIONS
PAVEMENT
' •:
AC or PC
Asphalt concrete pavement or Portland cement pavement
ROCK
�
RK
Rode (See Rock Classification)
WOOD
�N f�
esosedosieoz
WD
Wood, lumber, wood chips
DEBRIS
OA) O/
DB
Construction debris, garbage
Notes: 1. USCS letter symbols correspond to symbols used by the Unified
(e.g., SP -SM for sand or gravel) indicate soil with an estimated
classifications.
2. Soil descriptions are based on the general approach presented
Procedure), outlined in ASTM D 2488. Where laboratory index
Method for Classification of Soils for Engineering Purposes,
3. Soil description terminology is based on visual estimates (in
as follows:
Primary Constituent: > 50%
Secondary Constituents: > 30% and < 50%
> 15% and < 30%
Additional Constituents: > 5% and < 15%
< 5%
4. Soil density or consistency descriptions are based on judgement
conditions, field tests, and laboratory tests, as appropriate.
Soil Classification System and ASTM classification methods. Dual letter symbols
5-15% fines. Multiple letter symbols (e.g., MUCL) indicate borderline or multiple soil
in the Standard Practice for Description and Identification of Soils (Visual -Manual
testing has been conducted, soil classifications are based on the Standard Test
as outlined in ASTM D 2487.
the absence of laboratory test data) of the percentages of each soil type and is defined
- "GRAVEL" "SAND," "SILT," "CLAY," etc.
- "very gravelly," "very sandy," "very silty," etc.
- "gravelly," "sandy," "silty," etc.
- "with gravel," "with sand," "with silt," etc.
- "with trace gravel," "with trace sand," "with trace silt," etc., or not noted.
using a combination of sampler penetration blow counts, drilling or excavating
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
Identification Number
Code Description
PP = 1.0 Pocket Penetrometer, tsf
TV = 0.5 Torvane, tsf
c Shelby Tube
d Grab Sample
e Single -Tube Core Barrel -1
f Double -Tube Core Barrel 1-k J 1F
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 -Ib Hammer, 30 -inch Drop
Sample
Recovery Depth Interval
Sample Depth Interval
Portion of Sample Retained
for Archive or Analysis
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
2 140 -Ib Hammer, 30 -inch Drop
Groundwater
3 Pushed
4 Vibrocore (Rotosonic/Geoprobe)
5 Other - See text if applicable
Q Approximate water level at time of drilling (ATD)
1 Approximate water level at time other than ATD
LANDAU
ASSOCIATES
Lakota Park Regional
Repair
Stormwater Facility BermIA
Federal Way, Washington
Soil Classification System and Key
Figure
A_ �
LAI Project No: 0238073.010.
W = 51
W = 393
PJ SOIL BORING LOG WI
3.010.011 3
B-1
SAMPLE DATA
L
—0
—10
—15
— 20
— 25
— 30
S -1b
S -1a
S-2 I
S-3
S-4
S-5
E
In
0)
b2
b2
c
b2
b2
0
ti
y
0
0
m
3
18
50/
3"
m
H
Boring Completed 10/27/16
Total Depth of Boring = 13.7 ft.
SOIL PROFILE
0
0
E
to
U
o.
m
PT
ML
Drilling Method' Hollow -Stem Auger
Ground Elevation (ft)•
Logged By: AMW Date' 10/27/16
Grass and sod over 10 inches of brown,
silty, fine to medium SAND with gravel and
trace organics (roots)
(TOPSOIL)
Gray -brown SILT with sand and gravel (very
soft, moist to wet)
(FILL)
Dark brown, amorphus granular to fine
fibrous PEAT with silt and sand (soft, moist)
(WETLAND DEPOSIT)
Gray SILT (very stiff, moist)
Gray, silty, fine to coarse SAND with gravel
(very dense, moist)
(GLACIAL TILL)
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.
ukLANDAU
ASSOCIATES
Lakota Park Regional
Stormwater Facility Berm
Repair
Federal Way, Washington
Moisture Content (%)
Plastic Liquid
Limit Limit
20 40 60 80
♦ SPT N -Value •
A Non -Standard N -Value A
20 40 60 80
X Fines Content (%) X
20 40 60 80
394
•
50/
Log of Boring B-1
Figure
A-2
11
LOG WITH GR
SOIL BORIN
73.010.011.GP
B-2
LAI Project No: 0238073.010.011
SAMPLE DATA SOIL PROFILE
a)
—0
— 10
— 15
— 20
— 25
— 30
— 35
m
a
jT
c Z0 ~
o N a y
at Ti
Ec E
w i
LAI Project No: 0238073.010.(
CD
0
3.010.011.GPJ SOIL BORIN
3.010.011 3
B-3
0
—0
—10
—15
—20
—25
— 30
— 35
0
ami
w
SAMPLE DATA
SOIL PROFILE
Drilling Method Hollow -Stem Auger
Ground Elevation (ft).
Moisture Content (%)
Plastic Liquid
Lmit 1--• 1 Limit
20 40 60 80
Logged By: AMW Date 10/27/16
b2
2
PT
S-2
S-3
YP
c
Grass and sod over 10 inches of brown,
silty, fine to coarse SAND with gravel and
trace organics (roots)
(TOPSOIL)
1 SPT N -Value 1
0 Non -Standard N -Value A
20 40 60 80
X Fines Content (%) X
20 40 60 80
Gray -brown, iron -stained, sandy SILT with
gravel (very soft, moist)
(FILL)
Dark brown, amorphus granular to fine
fibrous PEAT with silt and sand (very soft,
moist)
(WETLAND DEPOSIT)
b2
0
W = 660
669
b2
0
W = 595
I
599
S-5 IF
1
ML
b2
8
Gray SILT (stiff, moist)
-grades to sandy and with gravel
_1
b2
-grades to soft
1
Gray, silty, fine to coarse SAND with gravel
(very dense, moist)
(GLACIAL TILL)
S-7
b2
50/
5'
50/
5",
S-8
b2
68
1
Boring Completed 10/27/16
Total Depth of Boring = 26.5 ft.
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.
I4 LANDAU
ASSOCIATES
Lakota Park Regional
Stormwater Facility Berm
Repair
Federal Way, Washington
Log of Boring B-3
Figure
A-4
11
LAI Project No: 0238073.010.( 11
33f1
B-4
SAMPLE DATA
—5
—10
—15
a
w —20
x
F _
_
o-
z
0
m
-
—25
cn
a _
0
o -
_
r
o
m-
m
N _
— 30
iV
O _
Y _
0
0
vi
— 35
0
5)
w
S-1
5-2
S-3
S-4
S-5
a)
1-
5)
0.
caE
co
b2
b2
c
b2
b2
0
I0
0 0
8
0
3
7
m
co
0
iu
1—
W = 336
Boring Completed 10/27/16
Total Depth of Boring = 14.0 ft.
SOIL PROFILE
SM
Drilling Method' Hollow -Stem Auger
Ground Elevation (ft)*
Logged By AMW
Date: 10/27/16
SM
PT
ML
Grass and sod over 13 inches of brown,
silty, fine to coarse SAND with gravel and
trace organics (roots)
(TOPSOIL)
Light brown, silty, fine to coarse SAND with
gravel (loose, moist)
(FILL)
Dark brown, amorphus granular to fine
fibrous PEAT with silt and sand (very soft,
moist)
(WETLAND DEPOSIT)
-grades to red -brown
Gray, very sandy SILT with gravel (soft, wet)
-grades to moist to wet and medium stiff
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.
I4 LANDAU
ASSOCIATES
Lakota Park Regional
Stormwater Facility Berm
Repair
Federal Way, Washington
,1( Perched groundwater at 8.5 ft
Moisture Content (%)
Plastic L'puid
Limit L rnd
20 40 60 80
♦ SPT N -Value •
Non -Standard N -Value 6
20 40 60 80
X Fines Content (%) X
20 40 60 80
•
Log of Boring B-4
Figure
A-5
LAI Project No: 0238073.010.1
71q
c�
x
1-
0
0
0
z_
ce
PJ SOIL B
3.010.011 3
B-5
SAMPLE DATA
ani
—o0
—10
— 15
— 20
— 25
— 30
— 35
S-1
S-2
S-3
S-4
S-5
S-6
S-7
S-8
b2
b2
c
b2
b2
b2
b2
b2
0
LL
N
0
2
1
0
0
6
80
50/
5'
W = 719
W = 367
Boring Completed 10/27/16
Total Depth of Boring = 26.5 ft.
SOIL PROFILE
0
E
C/)
.0
0.
0
E
(n
0
Drilling Method• Hollow -Stem Auger
Ground Elevation (ft).
Logged By: AMW Date* 10/27/16
PT
ML
Grass and sod over 12 inches of brown,
silty, fine to coarse SAND with gravel and
trace organics (roots)
(TOPSOIL)
Light brown -gray SILT with sand and gravel
(very soft, moist to wet)
(FILL)
Dark brown, amorphus granular to tine
fibrous PEAT with silt and sand (very soft,
moist)
(WETLAND DEPOSIT)
Gray SILT (medium stiff, moist)
Gray, silty, fine to coarse SAND with gravel
(very dense, moist)
(GLACIAL TILL)
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.
IA LANDAU
ASSOCIATES
Lakota Park Regional
Stormwater Facility Berm
Repair
Federal Way, Washington
1I( Perched groundwater at 8.0 ft
Moisture Content (%)
Plastic Liquid
Limb
1-1111-1 Limit
20 40 60 80
♦ SPT N -Value •
o Non -Standard N -Value
20 40 60 80
X Fines Content (%) X
20 40 60 80
367
•
50/
Log of Boring B-5
Figure
A-6
11
1
ATTACHMENT B
Geotechnical Laboratory Testing Results
Landau Associates
ATTACHMENT B
LABORATORY SOIL TESTING
Soil samples obtained from the exploratory borings were taken to our laboratory for further
examination and testing. Laboratory tests were performed on representative soil samples to
characterize certain engineering and index properties of the soils along the project alignments. The
laboratory testing program was performed in general accordance with the ASTM International (ASTM)
standard test methods noted below.
Natural Moisture Content
The natural moisture contents of selected soil samples obtained from the exploratory borings were
determined in general accordance with ASTM D 2216 Standard Test Methods for Laboratory
Determination of Water (Moisture) Content of Soil and Rock by Mass test methods. The results from
the moisture content determinations are indicated adjacent to the corresponding samples on the
summary Togs presented in Attachment A.
One -Dimensional Incremental Load Consolidation Test
Consolidation properties of the subsurface soil were evaluated with two one-dimensional incremental
loading consolidation tests performed in general accordance with ASTM D 2435 Standard Test
Methods for One -Dimensional Consolidation Properties of Soils Using Incremental Loading test
methods. Incremental loads applied during the tests were 250; 500; 1,000; 2,000; and 4000 pounds
per square foot. The purpose of these tests was to measure the rate of secondary compression and
the modified virgin compression index. The consolidation tests were performed on relatively
undisturbed samples of subsurface soil obtained from Shelby tube samplers.
Attachment B 0238073.010.011
Lakota Park Regional Stormwater Facility Berm Repair B-1
March 3, 2017
12/6116 Y:102381073\R\Geolech Data ReporMAttachment B\Fig B-1.docx
Vertical Strain (%)
Vertical Strain (%)
0
5
10
15
20
25
30
0
2
4
6
8
10
12
CCE = 0.49
Oedometer
Cell Binding
100
1000
Vertical Stress (psf)
10000
0.01
14 LANDAU
ASSOCIATES
0.1
1
10 100
Time (min)
1000
10000 100000
City of Federal Way
Lakota Park Regional Stormwater Facility
Berm Repair
Federal Way, Washington
B-2 S -3b Consolidation
Test Results
Figure
B-1.
12/6/16 Y:\ 0236\0731R1Geotech Data ReportAttachment B1Fig B-2.docx
Vertical Strain (%)
Vertical Strain ()/D)
-5
0
5
10
15
20
25
30
35
0
1
2
3
4
5
6
7
8
9
100
1000
Vertical Stress (psf)
10000
0.01
CaE = 0.002
CaE = 0.004
-+-250 psf
-40-500 psf
-'-1000 psf
L4 LANDAU
ASSOCIATES
0.1
CaE = 0.009
1
10
Time (min)
100
1000
10000 100000
City of Federal Way
Lakota Park Regional Stormwater Facility
Berm Repair
Federal Way, Washington
B-5 S-3 Consolidation
Test Results
Figure
B-2
Technical Memorandum
TO: Mr. Fei Tang, PE, City of Federal Way
FROM: Ben Ford and Steven Wright, PE
DATE: October 12, 2017
RE: Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair
Federal Way, Washington
LAI Project No. 0238073.020.021
Introduction
This technical memorandum presents the results of Landau Associates, Inc.'s (LAI) geotechnical
engineering services in support of the Lakota Park Regional Stormwater Facility Berm Repair project,
located at 31334 SW Dash Point Road in Federal Way, Washington (site). The purpose of our services
was to provide geotechnical engineering recommendations for the selected berm repair alternative.
Our services were provided in accordance with the terms and conditions of our agreement for the
project, authorized by the City of Federal Way (City) on July 10, 2017. This technical memorandum has
been prepared based on our discussions with representatives of the City, our observations at the
project site, the results of our explorations and laboratory testing, and our experience with similar
projects.
Project Understanding
The Lakota Park Regional Stormwater Facility includes an approximately 1,350 -foot (ft) -long, 3- to
5 -ft -tall earth berm that separates a wetland (detention pond) from playfields at the Park. The berm
was constructed over wetland deposits (peat) in or around 2004 and was overbuilt to allow up to 1 ft
of settlement. A pile -supported control structure that was installed within the berm provides
conveyance between the wetland/detention pond and the downstream stormwater system.
We understand that in some places localized berm settlement has become substantial (with up to 18
inches of settlement in areas), and as a result, water in the wetland overtopped the berm during
heavy rain events in November 2015. The City has informed us that overtopping is severest when the
inlet grate on the wetland side of the control structure becomes clogged with debris. Within about 50
ft of the control structure, differential ground settlement has likely damaged the pond's 18 -inch -
diameter concrete discharge pipe.
LAI was retained by the City to evaluate alternative ways to mitigate berm settlement, with an
emphasis on alternatives that do not require ongoing berm maintenance and monitoring. The results
of our alternatives analysis study are presented in a technical memorandum, dated March 3, 2017. A
second technical memorandum, also dated March 3, 2017, summarizes the geotechnical data LAI
IA LANDAU
ASSOCIATES
955 Malin Lane SW, Suite B • Tumwater, Washington 98501 • (360) 791-3178
Landau Associates
collected for this project and was completed in parallel with the above -referenced alternatives
analysis study.
Existing Surface Conditions and Stormwater Conveyance
The berm that is the subject of this technical memorandum forms the boundary between public
playfields and a wetland area used for flow control (detention) during large storm events. The berm
was constructed with an 18 -inch -diameter concrete outlet pipe at the location of the existing wetland
outlet channel. This pipe allows flow from the wetland to pass through the berm to the downstream
stormwater system. The pipe is approximately 1,000 ft long and passes beneath playfields and Dash
Point Road before discharging to a local ravine, north of Dash Point Road.
Flow through the above-described pipe is regulated by a pile -supported control structure that was
constructed within the berm. The control structure consists of a Type 2 manhole with a vertical
dividing wall. On the inlet (wetland) side of the control structure, a grate prevents debris from
entering the structure. The wall of the control structure has four orifices that restrict the flow that
passes through it, based on the wetland's water level. If stormwater flows exceed the control
structure's capacity, the orifices are designed to discharge water over the berm at a secondary
overflow spillway, located at the western end of the berm. This spillway discharges to the City
stormwater system at Dash Point Road.
Subsurface Conditions
Due to access constraints, LAI was unable to perform a subsurface investigation within the footprint
of the berm. However, project -related construction drawings indicate that the berm was constructed
with a low -permeability mixture of sand, silt, and gravel that was moisture conditioned and
compacted to at least 95 percent relative compaction during construction.
The top elevations of the five exploratory borings LAI performed in close proximity to the berm
generally coincide with the elevation of the northerly toe of the berm. Our nearby borings
encountered approximately 3 to 5 ft of fill soils, generally comprised of very soft to soft silt with some
sand and gravel. In some areas, the fill encountered was predominately sandy and loose. Beneath the
fill, our borings encountered wetland deposits comprised of amorphous, granular to fine, fibrous peat
with water contents ranging from approximately 300 percent to more than 700 percent. The peat
thicknesses observed in explorations near the berm ranged from about 71/2 to 91/2 ft. Beneath the peat,
a layer of soft to very stiff silt on the order of 3 to 6 ft thick was encountered. Borings B-1, B-3, and
B-5 were advanced below the wetland deposits into very dense glacial till. The till is expected to be
present beneath the peat and silt deposits across the site.
While static groundwater conditions were not determined at the locations of our explorations,
groundwater seepage or perched groundwater was observed at 8 and 81/2 ft bgs in borings B-4 and
Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair 2 October 12, 2017
Landau Associates
B-5, respectively. Groundwater is likely confined below and perched upon the glacial till layer. During
the wet season, groundwater likely reaches near ground surface on the north side of the berm and
can be above ground surface to the south within the wetland.
Selected Berm Repair Alternative
As part of our alternatives analysis study, we identified six primary alternatives to restore the berm to
its design function and elevation 258.2 ft. We understand that the City has selected Repair Alternative
1A as the preferred alternative.
Repair Alternative 1A entails topping off the existing berm with 6 to 18 inches of low -permeability soil
(LPS) to return the berm to elevation of 258.2 ft. To maintain the width of the existing path, design
geometry, and path location, work within the wetland would be required if LPS is placed on all
surfaces of the existing berm. However, Repair Alternative 1A assumes the existing path width and
berm design geometry will remain the same, but the northern toe of the berm and the path will be
extended/moved between 1.5 and 4.5 ft to the north to avoid impacts to the wetland.
Conclusions and Recommendations
The following sections present geotechnical conclusions and recommendations related to LPS;
clearing, grubbing, and stripping; embankment construction; erosion protection; and settlement
monitoring.
Low Permeability Soil
LPS for berm construction should consist of inorganic mineral soil that meets the gradation
requirements provided in Table 1. LPS should be free of deleterious material, such as wood, organic
waste, or other debris.
Table 1. LPS Gradation Requirements
Sieve Percent Passing
6 -inch 100
3 -inch 95-100
No. 4 40-80
No. 200 20-60
All percentages are by weight.
Clearing, Grubbing, and Stripping
Portions of the existing berm that will be covered with LPS should be cleared and grubbed in
accordance with the requirements presented in Section 2-01 of the Washington State Department of
Transportation's 2016 Standard Specifications for Road, Bridge, and Municipal Construction (WSDOT
Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair 3 October 12, 2017
Landau Associates
2016). All incidental excavations associated with clearing and grubbing should be backfilled in
accordance with the earthwork recommendations presented in a subsequent section of this technical
memorandum. Material generated during clearing and grubbing should be properly disposed of at an
approved offsite location.
Topsoil and/or other organic -rich soil present along portions of the existing berm that will be covered
with LPS should be stripped to expose the underlying inorganic soil. Stripped material is not
considered suitable for use in the construction of embankments. Stripped material should be either
disposed of off site at an approved location or stockpiled for later use as topsoil.
Embankment Construction
The widened portion of the berm should be founded on competent soil. Soft and/or disturbed soil and
organic -rich soil, if encountered, should be overexcavated within the footprint of the widened
embankment to expose the underlying inorganic soil. The exposed soil beneath the widened
embankment should be proof rolled with a heavy, rubber -tired piece of construction equipment, such
as a front-end loader, scraper, or similarly heavy construction equipment, to produce a firm and
non -yielding surface. A qualified geotechnical or civil engineer should observe the exposed subgrade
to confirm that it has been properly prepared. If the foundation soil is loose or disturbed and there is
no free water present, then the disturbed soil should be moisture conditioned (if necessary) and
recompacted to a firm and non -yielding surface. If the disturbed soil cannot be moisture -conditioned
and recompacted, it should be removed and replaced with LPS. The replacement soil should be placed
and compacted as recommended below.
LPS used to raise the elevation of the existing berm should be placed in 6 -inch horizontal lifts within 2
percentage points of the optimum moisture content. Each lift should be compacted to at least 95
percent of its maximum dry density as determined by ASTM International test method D1557
(Modified Proctor). Density tests should be performed for each lift to confirm compliance with this
recommendation.
When extending/moving the northern toe of the existing berm and path to the north, the
embankment material should be keyed into the slope of the existing berm by benching. We
recommend that benches not exceed 3 ft in vertical height for stability reasons. We also recommend
over building the northern slope of the berm and then trimming back the slope. The intent of this
recommendation is to make sure the LPS near the face of the slope is adequately compacted. Finally,
when extending/moving the northern toe of the existing berm and path to the north, we recommend
maintaining the berm's original slope inclination.
The contractor should be aware that the recommended LPS will be sensitive to moisture. As a result,
it will be difficult to work on and control the moisture content of the LPS during wet weather or under
wet conditions. Consequently, we do not recommend performing earthwork activities under these
Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair 4 October 12, 2017
Landau Associates
conditions. However, if the berm is repaired under these conditions, soil disturbance could be
reduced by:
• Completing earthwork in small sections.
• Sloping excavated surfaces to promote runoff.
• Limiting construction traffic over unprotected soil.
• Limiting the size and type of construction equipment used.
• Removing wet surficial soil prior to commencing fill placement each day.
• Sealing the exposed ground surface by rolling with a smooth drum compactor or rubber -tired
roller at the end of each working day.
• Covering the ground surface with plastic sheeting at the end of each working day and during
rain events.
Erosion Protection
The repaired portion of the pond embankment should be vegetated or otherwise protected to limit
the potential for erosion as soon as practical after construction. This could be accomplished by
seeding the repaired portion of the embankment with an appropriate grass -seed mixture or
hydroseeding with an appropriate seed -mulch -fertilizer mixture.
Settlement Monitoring
Weight added by the LPS used to repair the berm will induce additional settlement of the berm. As
noted in our March 3, 2017 alternative analysis study, we estimate the repaired berm will settle 2 to 3
inches in the first 10 years after the LPS is placed. After 50 years, we estimate that the berm could
settle up to 7 inches.
Settlement monitoring should be performed to determine if the magnitude of the repaired berm
settlement is consistent with our estimates. This could be accomplished by establishing a series of
benchmarks along the top of the berm, spaced about 25 ft apart. The elevation of each benchmark
should be measured upon completion of the berm repair and then on a weekly basis for 1 month.
After the first month, the elevations of the benchmarks should be measured monthly for a period of 1
year. If settlement results are generally consistent with our estimates, benchmark elevations could be
measured annually following the first year.
Review of Documents and Construction Observations
We recommend that LAI review the geotechnical portions of the project plans and specifications to
determine if they are consistent with the recommendations presented in this technical memorandum.
We also recommend that monitoring, testing, and consultation services be provided during
construction to confirm that the conditions encountered are consistent with those anticipated, to
Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair 5 October 12, 2017
Landau Associates
provide expedient recommendations should conditions be revealed during construction that differ
from those anticipated, and to evaluate whether geotechnical -related construction activities comply
with the project plans and the recommendations contained in this technical memorandum.
Use of This Technical Memorandum
This technical memorandum was prepared for the exclusive use of the City of Federal Way for the
Lakota Park Regional Stormwater Facility Berm Repair project in Federal Way, Washington. The use by
others, or for purposes other than intended, is at the user's sole risk. The findings, conclusions, and
recommendations presented herein are based on our understanding of the project, review of
available geotechnical and geologic information for the project vicinity, and our field investigation and
laboratory results. Within the limitations of scope, schedule, and budget, the conclusions and
recommendations presented were prepared in accordance with generally accepted geotechnical
engineering principles and practices in the area at the time this technical memorandum was prepared.
We make no other warranty, either express or implied.
There may be some variation in subsurface soil and groundwater conditions at the site, and the
nature and extent of the variations may not become evident until construction. Accordingly, a
contingency for unanticipated conditions should be included in the construction budget and schedule.
We should be contacted if variations in subsurface conditions are encountered during construction
Closure
We appreciate the opportunity to provide geotechnical services on this project. If you have questions
or comments regarding the information contained in this technical memorandum or if we may be of
further service, please call us at (360) 791-3178
LANDAU ASSOCIATES, INC.
Benjamin Ford
Senior Project EIT
Steven R. Wright, PE
Principal
BJF/SZW/mcs
[\\OLYMPIAI\PROJECTS\0238\073.020\R\BERM DESIGN GEOTECH MEMO\GEOTECHNICAL ENGINEERING RECOMMENDATION REVISED TECHNICAL MEMORANDUM.DOCXI
Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair 6 October 12, 2017
Landau Associates
References
ASTM. 2003. D420 -D5876: Annual Book of Standards. ASTM International.
LAI. 2017. Technical Memorandum: Alternatives Analysis Study, Lakota Park Regional Stormwater
Facility Berm Repair, Federal Way, Washington. Landau Associates, Inc. March 3.
LAI. 2017. Technical Memorandum: Geotechnical Investigation Data Summary, Lakota Park Regional
Stormwater Facility Berm Repair, Federal Way, Washington. Landau Associates, Inc. March 3.
WSDOT. 2016. M41-10: Standard Specifications for Road, Bridge, and Municipal Construction.
Washington State Department of Transportation.
Geotechnical Engineering Recommendations
Lakota Park Regional Stormwater Facility Berm Repair 7 October 12, 2017
Technical Memorandum
TO: Mr. Fei Tang, PE
FROM: Ben Ford and Steven Wright, PE
DATE: October 13, 2017
RE: Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility
Federal Way, Washington
Project No. 0238073.020.023
Introduction
This technical memorandum presents the results of Landau Associates, Inc.'s (LAI) geotechnical
engineering services in support of the replacement of a stormwater conveyance pipe at the Lakota
Park Regional Stormwater Facility. The site is located at 31334 SW Dash Point Road in Federal Way,
Washington (site). The purpose of our services was to provide recommendations for design and
construction of the replacement conveyance pipe by completing subsurface explorations at the site
and characterizing soil and groundwater conditions.
The general project location is shown on Figure 1. The approximate locations of our explorations and
other pertinent site features are presented on Figure 2. Figures 3 through 6 present a classification
key and summary exploration logs of conditions observed in the borings completed for this study
(borings P-1 though P-3). Summary logs for historic borings B-3 and B-4 (LAI 2016) are provided on
Figures 7 and 8. Figure 9 presents the results of laboratory tests completed for this phase of the
project.
Our services were provided in accordance with the terms and conditions of our July 10, 2017
agreement for the project. This technical memorandum has been prepared based on our discussions
with representatives of the City of Federal Way (City), our observations at the project site, the results
of our explorations and laboratory testing, and our experience with similar projects.
Project Understanding
The Lakota Park Regional Stormwater Facility includes an approximately 1,300 -ft -long, 5 -ft -tall earth
berm that separates a wetland (detention pond) from playfields at the park. The berm was
constructed on wetland deposits (peat) in or around 2004 and was slightly overbuilt to accommodate
anticipated settlement.
The wetland's water level is regulated by a pile -supported control structure within the berm. The
control structure allows stormwater to pass downstream through an 18 -inch -diameter concrete pipe,
directed off site and to the north. The approximately 1,000 -ft -long pipe passes beneath the park's
playfields and SW Dash Point Road before discharging to a local ravine. Within about 50 ft of the
control structure, the 18 -inch -diameter concrete pipe is damaged. Previous studies by LAI indicate
1.4 LANDAU
ASSOCIATES
915 Malin Lane SW, Suite B • Tumwater, Washington 98501 • (360) 791-3178
Landau Associates
that differential ground settlement contributed to the pipe damage (LAI 2017). The City plans to
replace 470 linear feet (If) of the pipe from the control structure north. The maximum depth of
ground cover over the pipe is assumed to be 10 ft.
Site Conditions
The project site encompasses Lakota Park, which features athletic playfields and a running track. A
parking lot and small maintenance structure for the park are located east of the site. A 5 -ft -tall earth
berm runs along the park's southern boundary and separates the site from a wetland. Surface
conditions across the site consist of manicured grass, gravel -surfaced track and playfields and bare soil
(an infield for baseball/softball fields). Site topography is generally flat with a vertical relief of about
2 ft across the proposed replacement pipe alignment.
Geology Review
General geologic information for the project area was obtained from Surficial Geology of Northeast
Tacoma, Pierce County, Washington (Smith 1976). According to Smith, subsurface deposits in the
project area consist of Vashon Stade recessional outwash (Qvr), stratified, moderately to well -sorted
sand and gravel that may present as silty sand and silt. This unit is deposited by broad outwash channels
carrying glacial meltwater away from retreating glaciers.
Wetland deposits are mapped south of the site and were observed in our explorations. This unit consists
of poorly drained peat and alluvium deposited by bogs, marshes, or lakes. Glacial till, which consists of
glacially overridden silt and sand deposits with varying amounts of gravel, cobbles, and boulders, was
observed below the recessional outwash and wetland deposits.
Subsurface Explorations
Subsurface soil and groundwater conditions were explored on August 2, 2017 by advancing and
sampling three direct push borings (P-1, P-2, and P-3) along a portion of the stormwater conveyance
pipe alignment. The borings were advanced between 15.0 and 25.0 ft below ground surface (bgs) with
a track -mounted, direct push GeoprobeTM drill rig operated by Holocene Drilling, Inc. of Puyallup,
Washington. A monitoring well was installed in boring P-1, and attempts were made to install wells in
borings P-2 and P-3; however, dense soil conditions prevented the establishment of additional wells.
The approximate locations of our explorations are shown on Figure 2.
The field explorations were coordinated and monitored by LAI personnel, who also obtained
representative soil samples, maintained a detailed record of subsurface soil and groundwater
conditions, and described the soil by visual and textural examination. Each representative soil type
observed was described using the soil classification system shown on Figure 3 in general accordance
with ASTM International (ASTM) standard D2488, Standard Practice for Description and Identification
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 2 October 13, 2017
Landau Associates
of Soils (Visual -Manual Procedure). Detailed summary Togs of our explorations are presented on
Figures 4 through 6. The stratigraphic contacts shown on the logs represent the approximate
boundaries between soil types; actual transitions may be more gradual. Upon completion of drilling
and sampling, the boreholes were decommissioned in accordance with the requirements set forth by
Washington Administrative Code (WAC) 173-160.
Soil Conditions
Underlying 2 to 3 inches of grass/sod, the soil observed in our explorations was categorized into four
general units.
• Fill: Fill was encountered in boring P-1 from ground surface to 6 ft bgs. The fill observed in our
explorations consisted of loose, silty sand with gravel or medium stiff, sandy silt with gravel
and appeared to be reworked native recessional outwash soil. The fill encountered was
generally moist.
• Recessional Outwash: This unit was encountered in borings P-2 and P-3 and extended 4 to 5 ft
bgs. The recessional outwash observed in our explorations typically consisted of loose, silty
sand with gravel in a moist condition.
• Wetland Deposit: Encountered only in boring P-1, wetland deposits were present below the
fill unit from 6.0 to 11.5 ft bgs. The upper 2 ft of this unit consisted of very soft, amorphous
granular to fine fibrous peat with silt and sand. The material below the peat consisted of
loose, silty sand with gravel and organics. The unit was in a moist to wet condition where
encountered.
• Glacial Till: This unit was observed in all three explorations below the recessional outwash or
wetland deposits. The glacial till encountered in our explorations typically consisted of moist,
very stiff to hard, very sandy silt with gravel. The upper 3 to 4 ft of glacial till was brown and
weathered. All explorations terminated in glacial till.
Although boulders and cobbles were not observed in our explorations, they are often present in
glacially -derived soil. The contractor should be prepared to deal with such oversized material.
Groundwater Conditions
Following installation of the monitoring well, groundwater was measured in boring P-1 at 16.5 ft bgs,
and a perched groundwater seam was observed in boring P-3 at 5.8 ft bgs. Subsequent groundwater
readings conducted by the City prior to this writing show groundwater levels between 9 and 10 ft bgs
in the P-1 monitoring well. Groundwater was not observed in boring P-2. Groundwater conditions
reported on the summary logs are for the specific locations and date indicated and may not be
indicative of other locations and/or times. We anticipate that groundwater conditions will vary
depending on local subsurface conditions, weather conditions, and other factors. Groundwater levels
are expected to fluctuate seasonally, with maximum groundwater levels occurring during late winter
and early spring.
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 3 October 13, 2017
Landau Associates
Laboratory Testing
Natural moisture content determinations and sieve analyses were performed on select soil samples
obtained from the borings in general accordance with ASTM test methods D2216 and D422,
respectively. Natural moisture contents are shown as W = xx (i.e., percentage of dry weight) at the
respective sample depths in the column labeled "Test Data" on the summary exploration Togs
presented on Figures 4 through 6. Samples selected for grain size analyses are designated with a "GS"
in the column labeled "Test Data" on Figures 4 through 6. The results of the grain size analyses are
presented in the form of grain size distribution curves on Figure 9.
Conclusions and Recommendations
Based on the conditions observed in our explorations and the results of our engineering analysis, it is
our opinion that subsurface conditions at the project site are suitable for the proposed replacement
stormwater conveyance pipe, provided the recommendations contained herein are incorporated into
the project design. The following should be considered when designing the replacement stormwater
conveyance pipe.
• Highly compressible peat (wetland deposit soil unit) was observed in boring P-1, and thicker
peat deposits are anticipated near the wetland/control structure. The replacement pipe could
be susceptible to damage if measures are not taken to mitigate settlement along the pipe
alignment where compressible soils are present.
• The compressible soil unit appears to terminate between borings P-1 and P-3. Based on this, it
may not be necessary to replace the full length of pipe (470 LF) as originally proposed by the
City. A reduction in the length of the replacement stormwater conveyance pipe should be
considered and evaluated during design.
• Flexible connections between the proposed pipe and existing outlet structure should be used,
given the risk for differential settlement between the pile -supported outlet structure and the
conveyance pipe, which is not supported on piles. Kor-N-Seal® 11 506 Series pipe -to -manhole
connector or a similar product type should be considered for this application. Corrugated,
high-density polyethylene (HOPE) pipe is recommended for the replacement pipe material.
• The majority of site soils are highly moisture sensitive and may require significant
reworking/moisture conditioning before being reused for fill material.
Conclusions and recommendations regarding wetland deposit soil mitigation, excavation and
temporary slopes, construction dewatering, and utility installation are presented in the following
sections.
Wetland Deposit Soil Mitigation
Highly compressible peat was observed in boring P-1 and in the historic borings (B-3 and B-4)
completed at the site. Soft/loose sand and silt underlies the peat and may not provide a firm working
base for laying the replacement pipeline. The peat deposit is anticipated to thicken to the south near
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 4 October 13, 2017
Landau Associates
the berm/control structure. To reduce the potential for damage to the replacement pipe from
differential settlement across its alignment, we recommend 1) the use of lightweight fill (LWF) for
trench backfill and 2) placement of quarry spalls below the pipe zone to provide a firm trench bottom.
For the first 100 ft of replacement pipeline beyond the outlet structure, we recommend project plans
include allowances for mitigation measures one and two above. LWF should consist of expanded shale
aggregate, which is readily available in the project's vicinity. The dry loose bulk density of the LWF
should be limited to a maximum of 55 pounds per cubic foot. Recommended gradation requirements
for the LWF are provided below.
Table 1. Expanded Shale Aggregate Gradation Requirements
Sieve Percent Passing
1/2 -inch 100
3/8 -inch 80-100
No. 4
No. 8
No. 16
No. 200
5-40
0-20
0-10
0-10
LWF meeting these specifications should be used for the majority of trench backfill material within 50
ft of the outlet structure. For the first 50 ft of replacement storm pipe from the outlet structure, LWF
should comprise the trench backfill material between the top of initial pipe backfill and a 2.5 -ft- thick
layer of cover (regular weight trench backfill). This results in an approximately 5Y2 -ft -thick layer of LWF
for this section (assuming a pipe invert of about 10 ft bgs). From 50 to 100 ft beyond the outlet
structure, we recommend a minimum 3 -ft -thick layer of LWF is used as trench backfill material. All
LWF sections should be located directly above the pipe zone backfill section. Compressible peat soils
are not expected to be present below the pipeline's invert elevation beyond 50 ft (to the north) of the
outlet structure. However, beyond 50 ft of the outlet structure, soft/loose sand and silt may be
exposed at the trench bottom, requiring the use of quarry spalls to provide a firm working surface and
a limited amount (minimum of 3 ft) of LWF to help reduce the potential for differential settlement
along the pipe.
Excavation and Temporary Slopes
We anticipate that excavations for the replacement stormwater conveyance pipe will be within loose
to dense or very soft to very stiff soil. A heavy-duty hydraulic excavator with sufficient reach should be
able to excavate the proposed trenches to the expected depths (12 ft or less). Upon reaching the
trench bottom, we suggest a smooth -bladed bucket is used to clean any loose and/or disturbed soil
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 5 October 13, 2017
Landau Associates
from the bottom of the excavation. Glacial deposits often contain cobbles and boulders. Although not
observed in our explorations, the contractor should be prepared to handle such oversized material.
The contractor should be responsible for trench configurations and maintenance of safe working
conditions, including temporary excavation stability. All applicable local, state, and federal safety
codes should be followed. Temporary excavations in excess of 4 ft should either be shored or sloped in
accordance with Safety Standards for Construction Work Part N (Washington State Department of
Labor and Industries, WAC Chapter 296-155-657). The fill, recessional outwash, and wetland deposits
are classified as Type C soils. The glacial till is classified as Type B soil. Based on the conditions observed
in our explorations, the maximum inclination for temporary excavation slopes less than 20 vertical ft
in height, and in the absence of groundwater seepage, would be 1%2 horizontal to 1 vertical (1''AH:1V)
for Type C soils and 1H:1V for Type B soils, based on the governing regulations for safe excavation
practice outlined in WAC 296-155-657.
All open cuts should be monitored by the contractor during excavation for evidence of instability. If
instability is detected, the contractor should flatten the side slopes or install temporary shoring.
If groundwater seepage is present, flatter slopes, temporary shoring, and/or dewatering may be
required. Trench boxes should provide adequate support for shallow excavations, provided the trench
is properly dewatered and settlement -sensitive structures and utilities are not situated immediately
adjacent to the excavation. Trench boxes should meet the requirements outlined in Safety Standards
for Construction Work, Part N (WAC Chapter 296-155).
The parameters provided in Table 2 can be utilized for design of temporary shoring (determination of
active lateral earth pressures). Hydrostatic pressure should also be included in the shoring design,
where appropriate. If additional bracing or sheeting is needed to support trench walls, the temporary
bracing system should be designed by a structural engineer licensed in the state of Washington, and
the design should be submitted for the City's review prior to implementing the bracing system.
Table 2. Recommended Soil Parameters for Design of Temporary Shoring
Soil Unit
Recessional Outwash
and Fill
Wetland Deposit
(Peat)
Wetland Deposit
(SM, MI)
Moist Unit Weight
(Pcf)
115
60
100
Glacial Till 125
Submerged Unit
Weight(*)
(pcf)
53
0
38
63
(a) Should be used only in combination with hydrostatic pressure.
Cohesion
(psf)
0
0
0
0
Internal Angie of
Friction
(degrees)
34
24
28
36
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 6 October 13, 2017
Landau Associates
Construction Dewatering
Groundwater was measured in boring P-1 at 16.5 ft bgs, and groundwater seepage was observed in
boring P-3 at 5.8 ft bgs. Localized zones of shallow, perched groundwater may be encountered at
different depths across the site. Groundwater occurrence will most likely increase with proximity to
the outlet structure and wetland. Groundwater seepage tends to destabilize excavation slopes and
increase lateral loads on, excavation shoring systems.
The contractor should anticipate the need for construction dewatering. It is expected that open sump
pumping from the excavation, where minor amounts of groundwater seepage are encountered, will
be sufficient, assuming the excavation walls remain stable. We recommend work is performed outside
of the wet season (early fall though late spring) to limit the potential for encountering groundwater.
The contractor should be made responsible for the design, installation, monitoring, and maintenance
of any required dewatering system(s).
Utility Installation
The following sections provide geotechnical recommendations for reuse of onsite soil, LWF, pipe
foundation support, pipe bedding and initial backfill, and trench backfill and compaction criteria for
design and construction of the replacement stormwater conveyance pipe.
Reuse of Onsite Soil
Onsite soils within the anticipated trench excavation depths (12 ft or less) are fine-grained and
sensitive to small changes in moisture content. Some portions of the onsite soils contain
organics/peat and are well above optimum moisture content. Material with a moisture content more
than 2 to 3 percent above or below optimum is difficult to compact to a dense, non -yielding condition.
As such, we do not recommend reusing the moisture -sensitive onsite soil. If onsite materials are
reused, suitable materials should be segregated from non -suitable materials and moisture
conditioned as needed.
Pipe Foundation Support
Based on the conditions observed in our current and historic explorations, loose/soft soil conditions
may be present within the first 100 If of pipeline north of the control structure. To provide a firm
working surface for this portion of the replacement stormwater conveyance pipe, quarry spalls should
be placed below the pipe zone. For planning purposes, we recommend a layer of quarry spalls with a
maximum thickness of 18 inches is provided to mitigate soft or unsuitable foundation conditions. The
quarry spalls should consist of broken stone meeting the requirements for Quarry Spalls in Section 9-
13.1(5) of the Washington State Department of Transportation's 2016 Standard Specifications for
Road, Bridge, and Municipal Construction (2016 WSDOT Standard Specifications). The quarry spalls
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 7 October 13, 2017
Landau Associates
should be pushed into the native subgrade with the bucket of an excavator. Vibration compaction
should be avoided.
Dense or stiff native soils should be present starting at about 100 ft north of the outlet structure and
will provide adequate foundation support for the pipeline, provided the foundation soils remain in a
relatively undisturbed condition. If the bottom of the trench becomes disturbed due to excavation
and/or foot traffic during the laying of the pipe, the disturbed material should be overexcavated to
expose undisturbed foundation soil.
Overexcavations, if needed, should be backfilled with suitable foundation material to provide a firm
trench bottom. Foundation material should meet the requirements for Foundation Material Class A
outlined in Section 9-03.17 of the 2016 WSDOT Standard Specifications. The Class A Foundation
Material should be compacted in accordance with the requirements of Section 2-03.3(14)C, Method C
of the 2016 WSDOT Standard Specifications. Compaction and moisture control tests should be
completed in accordance with Section 2-03.3(14)D of the 2016 WSDOT Standard Specifications. The
maximum dry density (MDD) and optimum moisture content can be determined using ASTM test
method D1557.
Pipe Bedding and Initial Backfill
To provide uniform support of buried utility pipes, the pipe should be bedded in accordance with
Section 7-08.3(1)C of the 2016 WSDOT Standard Specifications. The bedding material should extend 6
inches below the invert of the pipe. Bedding material for buried utility pipes should consist of Gravel
Backfill for Pipe Zone Bedding that meets the requirements outlined in Section 9-03.12(3) of the 2016
WSDOT Standard Specifications. For rigid pipes (i.e., concrete and ductile iron), the bedding material
should extend above the pipe invert a distance equal to at least 15 percent of the pipe's outside
diameter. For flexible pipes (e.g., polyvinyl chloride, high-density polyethylene, etc.), the bedding
material should extend at least 6 inches above the crown of the pipe. At a minimum, the bedding
material for metal and steel rib reinforced polyethylene pipes should extend to the spring line of the
pipe.
Pipe zone backfill for rigid and metal pipes should meet the requirements outlined in Section 7-08.3(3)
of the 2016 WSDOT Standard Specifications and should extend a minimum of 6 inches over the crown
of the pipe. Site soils have a high in situ moisture content and are likely to require moisture
conditioning to be suitable as pipe zone backfill material. If wet weather construction is anticipated,
the amount of fines (material passing a US Standard No. 200 sieve) in the pipe zone backfill should not
exceed 5 percent by dry weight, based on a sieve analysis of the portion passing a %-inch sieve.
Pipe bedding material and pipe zone backfill should be brought up evenly around the pipe in relatively
horizontal lifts not exceeding 6 inches and worked under the haunches of the pipe by slicing with a
shovel, vibration, or other approved procedure. Pipe bedding and pipe zone backfill should be
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 8 October 13, 2017
Landau Associates
compacted to at least 90 percent of the MDD, per Section 2-03.3(14)D of the 2016 WSDOT Standard
Specifications. The MDD and optimum moisture content can be determined using ASTM test method
D1557. Opinions given in this technical memorandum do not supersede the specifications of the pipe
manufacturer.
Trench Backfill and Compaction
Recommendations for using LWF as trench backfill within 100 ft of the control structure (discussed
above) should be followed. The suitability of soil for use as trench backfill beyond 50 ft of the control
structure will depend on the gradation and moisture content of the soil when it is placed. For dry,
warm weather conditions (July through early October), onsite soil or import trench backfill should
consist of well -graded sand and gravel with a maximum particle size of 6 inches and at least 75
percent of the material passing the 3 -inch sieve. The material should contain less than 30 percent
fines and should be maintained at a moisture content near optimum. Optimum moisture content is
the moisture content at which the greatest compacted dry density can be achieved.
Imported all-weather fill should consist of well -graded sand and gravel or crushed rock with a
maximum particle size of 4 inches and less than 5 percent passing a US Standard No. 200 sieve based
on the minus %-inch fraction. Organic matter, debris, or other deleterious material should not be
present. Gravel Borrow, as described in Section 9-03.14(1) of the 2016 WSDOT Standard
Specifications, is a suitable source for imported all-weather fill, provided the preceding requirements
are satisfied.
Trenches should be backfilled in accordance with the requirements outlined in Section 7-08.3(3) of
the 2016 WSDOT Standard Specifications. Compaction testing should be completed in accordance
with the requirements set forth in Section 2-03.3(14)D of the 2016 WSDOT Standard Specifications.
Alternatively, the MDD may be determined using the ASTM test method D1557.
Use of This Technical Memorandum
This technical memorandum was prepared for the exclusive use of the City of Federal Way for the
Lakota Park Stormwater Conveyance Pipe Replacement project, located in Federal Way, Washington.
The use by others, or for purposes other than intended, is at the user's sole risk. The findings,
conclusions, and recommendations presented herein are based on our understanding of the project,
review of available geotechnical and geologic information in the project vicinity, and our field
investigation and laboratory results. Within the limitations of scope, schedule, and budget, the
conclusions and recommendations presented were prepared in accordance with generally accepted
geotechnical engineering principles and practices in the area at the time this technical memorandum
was prepared. We make no other warranty, either express or implied.
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 9 October 13, 2017
Landau Associates
There may be some variation in subsurface soil and groundwater conditions at the site, and the
nature and extent of the variations may not become evident until construction. Accordingly, a
contingency for unanticipated conditions should be included in the construction budget and schedule.
We should be contacted if variations in subsurface conditions are encountered during construction.
Closure
We appreciate the opportunity to provide geotechnical services on this project. If you have questions
or comments regarding the information contained in this technical memorandum or if we may be of
further service, please call us at (360) 791-3178.
LANDAU ASSOCIATES, INC.
Fc09e
Benjamin Ford
Senior Project EIT
Steven Wright, PE
Principal
BJF/SZW/AMW/mcs
i\\OLYMPIA1\PROJECTS\0238\073.020\R\CONVEYANCE PIPE GEOTECH MEMO\LAKOTA PARK CONVEYANCE PIPE REPLACEMENT REVISED TECHNICAL MEMORANDUM.DOCXI
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 10 October 13, 2017
Landau Associates
References
ASTM. 2003. D420 -D5876: Annual Book of ASTM Standards. ASTM International.
LAI. 2017. Technical Memorandum: Alternative Analysis Study, Lakota Park Regional Stormwater
Facility Berm Repair, Federal Way, Washington. March 3.
Smith, M. 1976. Surficial Geology of Northeast Tacoma, Pierce County, Washington. Open File Report
76-9. Washington Division of Geology and Earth Resources, Washington State Department of
Natural Resources.
Washington State Department of Labor and Industries. 2016. Construction Work. Chapter 296-155
WAC; Part N. Excavation, Trenching, and Shoring. Washington State Department of Labor and
Industries. May 20.
WSDOT. 2016. Standard Specifications for Road, Bridge, and Municipal Construction 2016. M 41-10.
Washington State Department of Transportation.
Attachments: Figure 1. Vicinity Map
Figure 2. Site and Exploration Plan
Figure 3. Soil Classification and Key
Figure 4. Log of Boring P-1
Figure 5. Log of Boring P-2
Figure 6. Log of Boring P-3
Figure 7. Log of Historical Boring B-3
Figure 8. Log of Historical Boring B-4
Figure 9. Grain Size Distribution
Stormwater Conveyance Pipe Replacement
Lakota Park Regional Stormwater Facility 11 October 13, 2017
Puget Sound
Dumas Bay
Dash Point
State Park
14 LANDAU
ASSOCIATES
0 0.5
Miles
Data Source: Esri 2012
Project
Location
Everett
Seattle
Federal Way
acoma
Olympia
Spokane.
Washington
Lakota Park Stormwater
Conveyance Pipe Replacement
Federal Way, Washington
Vicinity Map
Figure
1
LANDAU ASSOCIATES, INC. O:\CAD' ]2381073.020.023\0238073.020.023_BM.dwt 'Figure 2 8/2{/20]7
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
Soil Classification
MAJOR GRAPHIC
DIVISIONS SYMBOL
System
usCS
LETTER TYPICAL
SYMBOL(1) DESCRIPTIONS (2)13)
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 n o a o
n.
GW
Well -graded gravel; gravel/sand mixture(s); little or no fines
Poorly graded gravel; gravel/sand mixture(s); little or no fines
Silty gravel; graveVsand/silt mixture(s)
Clayey gravel; gravel/sand/clay mixture(s)
u u u
;o o o o
GP
GRAVEL WITH FINES
(Appreciable amount of
fines)
GM
GC
SAND AND
SANDY SOIL
(More than 50% of
coarse fraction passed
through No. 4 sieve)
SILT AND
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)
Inor ansiltand ve finesand;rockflour; silty or dayey fine
siltwitislight plasticityInorganic clay of low to medium plasticity; gravelly clay; sandy
clay; silty day; lean day
SP
SAND WITH FINES
(Appreciable amount of
fines)
CLAYsan�oayey
1
$M
),,,,A0CLL
SC
L
FINE-GRAINED SOIL
(More than 50% of
material is smaller than
No. 200 sieve size)
(Liquid limit less than 50)MH
Organic silt; organic, silty clay of low plasticity
SILT AND CLAY
Inorganic silt; micaceous or diatomaceous fine sand
IALANDAU
(Liquid limit greater than 50)
CH
Inorganic clay of high plasticity; fat clay
Organic day of medium to high plasticity; organic silt
014
HIGHLY ORGANIC SOIL
PT
Peat; humus; swamp soil with high organic content
GRAPHIC
OTHER MATERIALS SYMBOL
LETTER
SYMBOL TYPICAL DESCRIPTIONS
PAVEMENT
.. '_ .
AC or PC
Asphalt concrete pavement or Portland cement pavement
ROCK
I
RK
Rock (See Rock Classification)
WOOD
„ vvM
WD
Wood, lumber, wood chips
DEBRIS
0 0 O/
DB
Construction debris, garbage
Notes: 1. USCS letter symbols correspond to symbols used by the Unfied Soil Classification
(e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines.
classifications.
2. Soil descriptions are based on the general approach presented in the Standard
Procedure), outlined in ASTM D 2488. Where laboratory index testing has
Method for Classification of Soils for Engineering Purposes, as outlined in
3. Soil description terminology is based on visual estimates (in the absence of
as follows:
Primary Constituent: > 50% - "GRAVEL,"
Secondary Constituents: > 30% and < 50% -'very gravelly,"
> 15% and < 30% - "gravelly,"
Additional Constituents: > 5% and < 15% - "with gravel,"
< 5% - "with trace
4. Soil density or consistency descriptions are based on judgement using a combination
conditions, field tests, and laboratory tests, as appropriate.
System and ASTM classification methods. Dual letter symbols
Multiple letter symbols (e.g., MUCL) indicate borderline or multiple soil
Practice for Description and Identification of Soils (Visual -Manual
been conducted, soil classifications are based on the Standard Test
ASTM D 2487.
laboratory test data) of the percentages of each soil type and is defined
"SAND," "SILT," "CLAY," etc.
"very sandy," "very silty," etc.
"sandy," "silty," etc.
"with sand," "with silt," etc.
gravel," "with trace sand," "with trace silt," etc., or not noted.
of sampler penetration blow counts, drilling or excavating
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 -Ib Hammer, 30 -inch Drop
3 Pushed
4 Vibrocore (Rotosonic/Geoprobe)
5 Other - See text if applicable
Sample Identification
Number
Depth Interval
Depth Interval
Sample Retained
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
Recovery
Sample
Portion of
for Archive
Groundwater
Q Approximate water
Y Approximate water
level at time of drilling (ATD)
level at time other than ATD
ASSOCIATES
Lakota Park Stormwater
Conveyance Pipe Replacement
Federal Way, Washington
Soil Classification System and Key
Figure
3
P-1
LAI Project No: 0238073.020
SAMPLE DATA
L
0
0
—0
—5
—10
— 15
0
0-
cS
Z
0
—20
a-
0
n
GO
t'fi —25
rn
N
N
S-1
S-2
S-3
S-4
S-5
S-6
5-7
S-8
i3
i3
i3
i3
13
13
13
i3
or
0
m
r
W = 17
GS
Boring Completed 08/02/17
Total Depth of Boring = 25.0 ft.
SOIL PROFILE
SM
ML
PT
SM
ML
Drilling Method: GeoprobeTM
Ground Elevation (ft) Not measured
Logged By: AMW Date 08/02/17
3 inches of grass/sod
Light brown, silty, fine to coarse SAND with
gravel (loose, moist)
(FILL)
-Grades to brown and mottled
Brown, mottled, very sandy SILT with gravel
(medium stiff, moist)
Dark brown, amorphus granular to fine
fibrous PEAT with silt and sand (very soft,
moist)
(WETLAND DEPOSIT)
Gray, very silty, fine to coarse SAND with
gravel (loose, moist to wet)
-Grades to include organics for 18 inches
Gray, very sandy SILT with gravel (very stiff,
moist to wet)
(GLACIAL TILL)
-Grades to very soft
-Grades to hard and moist
-Interbedded sand layers
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 explana ion of graphics and symbols.
IA LANDAU
ASSOCIATES
Lakota Park Stormwater
Conveyance Pipe Replacement
Federal Way, Washington
s - -
C -
:co
-E
=m
Moisture Content (%)
PlasticLiquid
Limit I • I Limit
20 40 60 80
A SPT N -Value A
A Non -Standard N -Value 0
20 40 60 80
X Fines Content (%) X
20 40 60 80
- • X
Log of Boring P-1
Figure
4
Lakota Park Stormwater
Conveyance Pipe Replacement
Federal Way, Washington
a
0 co
c�
3.GPJ SOIL BORING LOG W
N
lM
en
P-2
LAI Project No: 0238073.020
SAMPLE DATA
0
0.
— o
— 10
— 15
— 20
— 25
00
O_
} -
IA
i3
i3
i3
i3
i3
i3
i3
0
0
U-
a
0
0
m
4°-
c
a
I—
W = 10
GS
Boring Completed 08/02/17
Total Depth of Boring = 20.0 ft.
SOIL PROFILE
Drilling Method: GeoprobeTM
Ground Elevation (ft)* Not measured
Logged By: AMW Date- 08/02/17
SM
ML
2 inches of grass/sod
Light brown, silty, fine to coarse SAND with
gravel (loose, moist)
(RECESSIONAL OUTWASH)
Brown, mottled, silty, fine to coarse SAND
with gravel (dense, moist)
(GLACIAL TILL)
-Grades to gray, very silty, and without
mottling
-Grades to gray -brown
-Grades to mottled and medium dense
Gray -brown, very sandy SILT with gravel
(very stiff, moist)
-Interbedded sand layers
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
ASSOCIATES
Moisture Content (%)
Plastic Liquid
Limit I • I Limit
20 40 60 80
♦ SPT N -Value •
G Non -Standard N -Value A
20 40 60 80
X Fines Content (%) X
20 40 60 80
-• X
•
Log of Boring P-2
Figure
5
OIL BORING LOG WI
020.023.GPJ
P-3
LAI Project No: 0238073.020
SAMPLE DATA
L
n
0
—o
— 10
—15
—20
—25
m
.o
E
a
c Z m ~
o at Z ar
175
at • E CD E
W U) u8 r
S-1
S-2
S-3
i3
i3
i3
0
Li
0
m
Boring Completed 08/02/17
Total Depth of Boring = 15.0 ft.
SOIL PROFILE
Drilling Method: Geoproben"
Ground Elevation (ft): Not measured
Logged By: AMWDate: 08/02/17
SM
IVIL
ML
2 inches of grass/sod
Light brown, silty, fine to coarse SAND with
gravel (loose, moist)
(RECESSIONAL OUTWASH)
uray-Drown, mottles, very sandy tall I wain
gravel (stiff, moist)
(GLACIAL TILL)
-Becomes moist to wet
Gray -brown, very sandy SILT with gravel
(very stiff, moist)
-Grades to hard
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.
I4 LANDAU
ASSOCIATES
Lakota Park Stormwater
Conveyance Pipe Replacement
Federal Way, Washington
Moisture Content (%)
Plastic Liquid
Limit I • I Limit
20 40 60 80
♦ SPT N -Value
A Non -Standard N -Value A
20 40 60 80
X Fines Content (%) X
20 40 60 80
Log of Boring P-3
Figure
6
664
B-3
LAI Project No: 0238073.010.
SAMPLE DATA
— o0
— 5
— 10
— 15
— 20
— 25
S-2
S-3
S-51
S-6
S-7
S-8 I
b2
c
b2
b2
b2
b2
b2
b2
0
0
LL
0 0
2
0
0
8
3
50/
5"
68
W = 660
W = 595
SOIL PROFILE
0
E
Cl)
0
0
a
to
SM
Drilling Method- Hollow -Stem Auger
Ground Elevation (ft):
Logged By' AMW
Date: 10/27/16
ML
PT
ML
SM
Grass and sod over 10 inches of brown,
silty, fine to coarse SAND with gravel and
trace organics (roots)
(TOPSOIL)
Gray -brown, iron -stained, sandy SILT with
gravel (very soft, moist)
(FILL)
Dark brown, amorphus granular to fine
fibrous PEAT with silt and sand (very soft,
moist)
(WETLAND DEPOSIT)
Gray SILT (stiff, moist)
-grades to sandy and with gravel
-grades to soft
Gray, silty, fine to coarse SAND with gravel
(very dense, moist)
(GLACIAL TILL)
Boring Completed 10/27/16
Total Depth of Boring = 26.5 ft.
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.
14 LANDAU
ASSOCIATES
Lakota Park Regional
Stormwater Facility Berm
Repair
Federal Way, Washington
Groundwater Not Encountered
Moisture Content (%)
Plastic Liquid
Limit I • I Limit
20 40 60 80
♦ SPT N -Value •
A Non -Standard N -Value A
20 40 60 80
X Fines Content (%) X
20 40 60 80
•
A
591
50/
5"
Log of Boring B-3
Figure
7
11
LAI Project No: 0238073.010.1
33F)
0 cc
c�
0
B-4
SAMPLE DATA
—0
—5
—10
— 15
-
c0
2-
O
o -
m
J _
O
a-
— 20
0
o _
0
o —
O
O
N-
W
M
—25
0
a�
E 0.
T
c Z a 1-
o o Z o
'r
>> E E E
w in as in
S-1
S-2
S-5
b2
b2
c
b2
b2
0
0
U-
N
0
8
0
3
7
W = 336
Boring Completed 10/27/16
Total Depth of Boring = 14.0 ft.
SOIL PROFILE
0
.0
E
a
rn
rn
U
to
SM
PT
ML
Drilling Method' Hollow -Stem Auger
Ground Elevation (ft).
Logged By: AMW Date' 10/27/16
Grass and sod over 13 inches of brown,
Bitty, fine to coarse SAND with gravel and
trace organics (roots)
(TOPSOIL)
Light brown, silty, fine to coarse SAND with
gravel (loose, moist)
(FILL)
Dark brown, amorphus granular to fine
fibrous PEAT with silt and sand (very soft,
moist)
(WETLAND DEPOSIT)
-grades to red -brown
Gray, very sandy SILT with gravel (soft, wet)
-grades to moist to wet and medium stiff
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.
14 LANDAU
ASSOCIATES
Lakota Park Regional
Stormwater Facility Berm
Repair
Federal Way, Washington
411 Perched groundwater at 8.5 ft
Moisture Content (%)
Plastic,Liquid
Limit • I Limit
20 40 60 80
♦ SPT N -Value
A Non -Standard N -Value A
20 40 60 80
X Fines Content (%) X
20 40 60 80
_A
Log of Boring B-4
Figure
8
11
073.020.023
E
0
x
U.S. Sieve Numbers
U.S. Sieve Opening in Inches
a,
M
0
O
Q) a0 N- (D t0 V co
1g6!eM Aq leUid )U33J8d
0
N
0
0
0
0
0
0
O
O
O
a)
m
E
C
N_
0
U)
0
C
co
U)
a)
C
LL
E
CN
a)
coco
0
0
0
a)
LL
a)
0
0
0
O
U
c
oom
.OCD
C coN
N
Soil Description
N
co w
Z
2
N-
0
L
a)
O
co
0
o
C 0
EE
co
V) Z
U,
u)
C
O N
L.=
s
`0 0
xZ
W
d
N
a
0
a
E
U)
•
C
a)C
• EQ
(p U LT
3 m 5
• O L
OQ'a) OO
Cr) a)
Y .9 )
@a
a U
c
• a)
J • CLL
O
U
W
QC
Groundwater (GW) Monitoring Record - Monitoring Well P-1
Monitoring
Date
Measure Down (feet)
from Ground Surface to
GW Table
8/11/2017
9.28
8/18/2017
9.48
8/25/2017
9.62
9/1/2017
9.8
9/8/2017
9.98
9/13/2017
10.12
9/25/2017
10.16
9/29/2017
10.3
10/6/2017
10.53
10/13/2017
10.55
10/20/2017
9.89
10/27/2017
7.43
See below docoment for monitoring well P-1 location:
"Technical Memorandum - Stormwater Conveyance Pipe Replacement Lakota Park Regional Stormwater Facility"