Loading...
HomeMy WebLinkAboutSEPA EPIC-32-90 - CEDAR RIVER PIPELINE #4SLIPLINING CEDAR RIVER PIPELINE #4 REHABILITATION UNDER I -5 AT SOUTHCENTER EPIC -32 -90 • • Seattle Engineering Department Gary Zarker, Director Norman B. Rice, Mayor Mr. Les Nelson Project Manager Seattle Water Department 9th Floor - Dexter Horton Building 710 2nd Avenue Seattle, Washington 98104 Dear Mr. Nelson: Our investigation addresses the soils at three access pit loca- tions for the Seattle Water Department's proposed Cedar River Pipeline #4 Protection construction project (see vicinity map). The soils investigation included drilling one Soil Boring, TB1, at Access Pit #3; performing portable penetrometer determinations at Access Pits #1 and #2; and referencing several reports of previous geotechnical investigations at and near the access pit areas. The soils reports we reviewed for this project are as follows: - GeoEngineers' report "Geotechnical and Hydrological Studies, Proposed Valley View Estates, Slade Way and 53rd Avenue South, Tukwila, Washington" for Dr. H.N. Allenbach; - Shannon and Wilson's report "Report on Foundation Investigation, Existing Slide Area, Tukwila Interchange, PSH 1 (SR5), Agreement Y- 713 ", dated June 12, 1964; - Shannon and Wilson's report "Report on Foundation Investigation, North of Existing Slide Area, Tukwila Interchange, PSH 1 (SR5), Agreement Y -713, Supplement No. 2 ", dated July 14, 1964 and - Shannon and Wilson's report "Slope Stability Investigation, Tukwila Interchange ", dated April 30, 1966. Our portable penetrometer determination consisted of dropping a 25 pound hammer over a 24 inch drop driving a 1 and 3/8 inch diameter steel tip 18 inches into the soil. The number of blows for each 6 inch depth increment were recorded. 'Printed on Recycled Paper" An equal employment opportunity - affirmative action employer Seattle Engineering Department, Room 910, Seattle Municipal Building, 600 Fourth Avenue, Seattle, WA. 98104 -1879, (206) 684 -5000 • • Les Nelson November 9, 1990 Page 2 Access Pit #1 Access Pit #1 will be located just northwest of Southcenter Parkway near an existing chain link fence. The surface soils at this access pit location are indicated as a well graded sandy fill. At a rather shallow depth, these sandy fill soils increase in silt content. It appears that the upper fill soils have mixed with the native soils. All soils' were found wet; however, this indicated subsurface moisture condition may have resulted from the intrusion of surface ponding waters observed in this area. Our portable penetrometer determinations indicate an upper 10 feet of loose to medium dense soil overlying a stiffer or denser consistency soil (see Soil Log HH2 - labelled "A "). Additional soil boring and test pit information was obtained from Nordstrom's Southcenter Expansion; from Dames and Moore's soils investigation for the Seattle Water Department's pipeline north and west of Southcenter; and from Shannon and Wilson's soils investigation for Southcenter (labelled "B" through "H ". We recommend that the excavation bracing be designed by a Licensed Professional Engineer. The proposed Access Pit #1 excavation is expected to penetrate select fill materials used as backfill for the 60 inch watermain. The observed areas of surface water and generally wet surface soils suggest that the contractor be prepared for dewatering. The soil loading for access pit #1 excavation bracing should consider the lateral effects the adjacent roadway fill supporting Southcenter Parkway. Backfill should be with a select structural fill compacted to 95% ASTM D -698 maximum dry density as this backfill should provide lateral support for soils supporting the nearby built -up roadway. Access Pit #2 Access Pit #2 will be located approximately one third up the slope just west of Interstate I -5. Our portable penetrometer determinations and test pit excavation (see Soil Logs HH1 and TP1 - labelled "I" and "J" in this report) indicate an upper loose to medium dense silty sand overlying a hard silt to clayey silt with sandy silt pockets and seams. Groundwater was not observed in test pit TP1. No indication of past slide activity was observed in the soils of test pit TP1. It appears that the very stiff to hard sandy silty and clayey silty soils indicated in Boring Numbers 231 and 233 and Profiles 3, 4 and 5 of Shannon and Wilsons' report dated April 30, 1966 (labelled sheets "K" through "0" in this report) are representative of this area. • Les Nelson November 9, 1990 Page 3 The slide activity investigated in Shannon'and Wilson's reports and also in GeoEngineer's report is indicated as both deep seated and shallow. The deep seated slope stability will not be affected as the proposed Access Pits #2 and #3 are much too shallow. The potential for shallow instability of the slope at Access Pit #2 is extremely low as the dry to slightly moist clayey silt and silty sand soils observed in the test pit TP1 suggest that any native soils exposed by the proposed Access Pit #2 excavation will be as indicated in Boring Numbers 231 and 233. These soils are indicated as either at or below the plastic limit moisture content and are very stiff to hard. However, we expect the proposed excavation to penetrate the backfill soils for the installed watermain. We recommend that the excavation bracing be designed by a Licensed Professional Engineer. We also recommend that at this location, a diversion ditch upslope of the access pit be exca- vated to capture storm runoff and that this water be discharged at the toe of the slope. Excavated soils should be removed off slope and may be stored for reuse as backfill, if protected from rainwater intrusion. Backfill should be placed and compacted to 95% maximum dry density, as determined by ASTM D -698, to within 3 feet of the surface. The remainder of backfill should be with compacted, native, relatively impermeable silty soils thus forming a surface seal to prevent rainwater infiltration. The entire area should be hydroseeded with a WSDOT seed mix. Access Pit #3 Access Pit #3 is located just east of the asphalt access road on the east side of 53rd Avenue South. The eastern edge of this access pit is expected to be about 50 feet from the crest of the slope leading to Klickitat Drive. Our Soil Boring TB1 (labelled "P" in this report) indicates an upper approximate 12 feet of very loose, moist silty sand over- lying a very stiff to hard layering of nonplastic silt inter- bedded with sand seams and pockets. Groundwater is indicated at 17 foot depth. Our Soil Boring is relatively close to the Soil Boring DH -7A shown on Profile 5, sheet "0", with very similar soils and depth to groundwater. These soils are also very similar to the soils indicated in Shannon and Wilsons' Soil Borings 231 and 233. Les Nelson November 9, 1990 Page 4 We recommend that the excavation bracing for the proposed Access Pit 3 be designed by a Licensed Professional Engineer. Upslope surface runoff should be directed away from the excavation and not be permitted to drain into or on the slope. The contractor should be prepared to control groundwater near the base of the excavation pit. Any groundwater pumped from the excavation should not be discharged onto the slope or be allowed to infiltrate the slope. Excavation spoils are expected to be backfill for the watermain and should be stored upslope of the excavation, away from the crest of the slope. If these excavated soils are found suitable, they should be protected from stormwater intrusion and may be used for backfill, compacted to 95% ASTM D -698 maximum dry density, to within 3 feet of the surface. The remaining 3 feet can be backfilled with compacted native silts to form a surface seal for the prevention of stormwater infiltration. The finished surface should then be hydroseeded. The Materials Laboratory is available to review the proposed soil loading for all excavation bracing systems. Very truly yours, Albert C. Rice, P.E. Senior Materials Engineer JM cc: Herb Johnson Access Pit 3 tcess Pit 2 Access Pit 1 VICINITY MAP SEATTLE ENGINEERING DEPARTMENT MATERIALS LABORATORY C8 7 =" LOG OF TEST BORING DATE 11-" 2 9 U � c -G ;S,S r lip ..L/ HOLE NO H !7 2 PROJECT 5 Ix/D - cc- plyi (it. PI PI✓uN& >I>tlt PROTtftrrav GRD. ELEV. LOCATION nBOtir w' '/0 `k. 601.0 •srv& P441k 10 SoltrH(•&Nrt,R. PAanuvr4/ tf-• G/O Fe^Kt N14 STRATA DEPTH INCH AM N PLE BLOW COUNT STD. PEN. DESCRIPTION OF MATERIAL COMPOSITION CONSISTENCY MOISTURE COLOR WATER LEVEL 18' eir- .I 36" W131.1. GRADt;t3 SRMta IuLrtf I.tIrt Lr SILT WL'r BROWN 19 30 ANb Ft;w GRAVMs1, TRAM. tLt10N DI= RISE -? Y Fort= To M L DI u i 54/46i sIL.T UittH 7-2 4L WT BROWN 78" gq 10" 96' T IO2 :' 108" 110" 126" 3Z" 138 IR Norte ®- • I2 -25 1R URMML3R 8 Z4' INCH DROP — .11/4"0 rIP 8 6 It� v. 17 ID MIIMUI p I�KSLY • L.DOS is Ncrl' —Sams tpwernpltwnopt .., MlrvluM I3W4SE 7 150'' 156" 16z9 168,1 P_7 Lb ON HAND AILL,t?Q SA11MAN& `DI SttuRADO SAMput) 23 2I Z9 27 30 HR a0- ? INSPECTOR JON MARSH • I SIB 1 I • 1 1 I EXISTING BUILDING I I I •SB-4 14"*".—SIDEWALK I 112 •11•■•111111 .1111■•■ .1■1■••■ • • - • •-.••• ::•:•:-..-. ''..... -`• • • - • • • • • • • • PROPOSED EXPANSION : S' • • •••••••••• .••■••••••■•■••■ •1•••••■ •111•1•••• • :.‘" • • • . : - 40 • .11 • . 80 FEET • • : . . L.:7E;*fGt--E"-1:N'D "" • co :>:::_--.57FF47;INDICATES BORING NUMBER ANcr) (xi APPROXIMATE LOCATION -••••: . - . • . "•'*' • • • ' • -'- - • • SHNOM and Hill • • . NORDSTE TE-R EXPE4N:. 113PS 14850 W-5024 By JRGI Da is OCTOBER 1986 P Ui RITTEN11011SEZEMAN IS] ASSOCIATES. INC • cre,ts■ Geotechnic. at CarutuLtants 344 MOO 140th *mute ME. NNW 10/31/90 14:43 FAX 206 3665 TUK PUB WORKS RZA rozlo R11 TENHOUSE ZE11 ?AN & ASSOC., INC. Z Gehtcclluicul / lh,rlrngrnlnt�icrtl Consultants SOIL DESCRIPTION around Surface Elevotlon ApproLlmately Feet S a. W 0 ee *we NUMeeR B 3 ...v. -SOE4 rnpJECT NAME Nordstrom Sauthcenter Expansion •£ 0 7 0 F 44y (f T I • STANDARD PENETRATION RESISTANCE • BLOWS PER FOOT (140 Ib. hemmer. 30 Inch drop) 0 10 2Q 30 40 SO 60 70 80 90 100 Dense, moist, brown, silty fine SAND to fine sandy SILT (Fill) " - I IATD Q • AL 11 "A Dense. moist, brown, gravelly. silty SAND - . - _ • • .. 4 -. -. - .. • 77 • I► Very dense. moist. gray, gravelly, silty SAND (Glacial till) -15 . -20 - .26 -30 -3S r_.. ' • �. 90 10 "I Boring terminated at 17 -3/4 feet Completed 8 October 3986 NOTE: Asphalt concrete pavement section not indicated on log. — -_— _ _ _•__, • , -- - -. .... - - .— - - -- — -- - --- -_ ..._. SAMPLING I r 00 SPLIT $P0DN SAMPLE II 3' 00 SHELBY SAMPLE CR 2.6' ID RING SAFE D BULK SAMPLE * SAMPLE NOT RECOVERED GROUND WATER WATER LEVEL AT TAKE OF CRIWNO A1O L1 OBSERVATION WELL TIP SEAL DATE LABORATORY TESTS • % WATER CONTENT NP NON PLASTIC 1F-- -� —ate LIDUID LIMIT It--- NATURAL WATER. CONTENT PLASTIC LIMIT 10/31/90 14:44 FAX 206e 3665 RSA TUK PUB WORKS 40 �1•: RI7TENHOLISE -ZEMAN & ASSOC., INC. BORING NUMBER, B -4 , W.O. 11 -5024 Gerarcl:llirii1 / Illidrngcnlagirn! Consultants PROJECT NAME Nordstrom Southcenter Expansion • 0 SOIL DESCRIPTION Ground Surface Elevation Approximately Feet Vtry dense (7), moist, liro.n, fine to medium SAND with trace silt (Fill) -Very dense, moist, orange -brown mottled, silty SANG (Weathered glacial till) graces to grey, gravelly, silty SAND (Glacial till) Boring terminated at 14 feet Completed 8 October 1986 NOTE: Asphalt concrete pavement section not indicated on log. SAMPLING 1 T OD SPLIT SPOON SAMPLE 11 3 OO SHELBY SAMPLE 2.5" ID RING SAMPLE Is BULK SAMPLE * SAMPLE NOT RECOVERED -5 10 -1 S -20 -25 -30 -35 z I I I I 40 GROUND WATER 0 0 SEAL DATE STANDARD PENETRATION RESISTANCE A BLOWS PER FOOT (140 lb. hammer. 30 Inch drop) 0 10 20 30 40 50 60 70 80 90 mar • 5012" A (rock ?) 79,(11`Ak 76/11"41 86)11 "A 89/114 WATER LEVEL AT TIME OF DRLUNG AT OBSERVATION WELL TIP LABORATORY TESTS • % WATER CONTENT NP NON PLASTIC — • --' LIOUID LIMIT L--NATURAL WATER CONTENT IPLAS11C LIMIT 1 J/18/90 11:31 .FREEWAY (NORTH) PIPE LINE STATIONS o• u) ry , RAMP 6 d- N BORING NO, 2 7 DN Y g 8 REFERENCE! DRAWING NO. 3, i08 1146, BY JOHN GRAHAM At i COMPANY, DATED 4_21 -61, RAMP F. • • PIPE LINE RIGHT OF WAY rite 41c-dew PiJr j $74, 21S • 57TH. AVENUE SOUTH 10, 01,4 ' /f/P4a1(, F4 STS 24/#$.0 a484 J • g49.. • ..PLOT • PLAN FEET . g • 20 IS 10 S • -2 I) .10-- .t2 20' 22 20 • 11 • 10 5 . • 0 .S .10 • • 34 .. • '\ 10 i. 15 • \' 20 ` `` AS 1 110 10 S ■ 13 • So 60 • AS 109 • ` ?k • ORS., ttsvAllox 17,0 114OMN 5ILTI LOAM 111" 0CC41.1OVAt OPAytL '�• IrrO frCAtTS cr !ROMN I INE 10 MEDIUM ;'" .• °° eve 1F•OC[tuttt ►uP 1 � BRAY 01t17 1014 (MOOt41Itl1 filth! WATER LEYELI 10.16.41. • • 1 ti MUMTM It!YATICN$ 1,trut 70 C.S. O *TV" m• 1922, M, tatVATI01 C.O. 011DI40 f1RIttft 1••AftI th ?[411:6 00p1••iO LENsEO OF CRAY 211•[ SAM) OUAY ,111E Jt•A7 ICI` MCf) OOFIA, C1;[5 ORING 3 tO tl!Y1-10N • l BORING 2 , .I • 26 , 1 t0 i 16 1 1 • • • „ • ELL►ATIOD 1S.' N 0Cem610Nt170MA71L (FILL 160111r • P0ttLRD 000.11 ono OCAY SILL? CIA? tC1' WITH ►OC*ITS 01 Ohl? FM SAID IMootRAt[LY Solil . 14124 L1621.6 10.!1.61 • • 1,01011 ['MOM 00M 11.0 Ewa? 01117 LOAM L1TM LEwsEA 119 OF CRAY SIN[ 10 wEOluI s11%0 who u44.71 (M0I1IIl0t? ?Mt .2 l • •• • rm!st1014 77,2 ' •i • 1 De00llt A'TO OOutC2;1 i , • i • ORAD1l 1124E1 601IN6 CA3t9 TO tlt,0104 12.1 1 1 1 • • ' BORING 4 tLt?ATION 30.0 HMO 640.iN SA.OT IOAP AAUBACVN 71tiT .: t01I• V114 OCC1 101011 OAHU. 1A0 MOOTS. Irrtlllvt•v tOr11 t• 16 1 i i i 1 101 OR7, 91117 CIA' LOAM WITH ORAtIL 110/11 TO MOGIRaI[L? CO /T) • f• • �• t 1 14 s• ▪ 16- ! CROP iILTT L04V *0114 LENSES lN0 P0CR17, •6 Or r,RA' Flr•F S1••0 ANO OC(A610NAt CRAM 10 (rIRN) MATER LIMING !ORINO i • VAT *11.07 CLA' LOAM• w11N 1AAYIL 1,1011 • 4 1 0411 510v,1r1P W110 lttltl It.0 POC4116 OF ORLY TINE SAID 1F11174 01101.1 Slt•T7 My 0.110 POCIIITS Of 0Alt C1k0Y Ct4? 10w A•.0 C*AY 1111E TO MOWN 0140 1611H ..1,4711 Fdal ! 41tf6 Z9ohtW11%1 10100., NO MATE/ LEVtI COMM. • .0.0. 1.6 1[C A• 6AN0T LOA. *.0 'q.N SIL t LOAM 41111 000A0161AL 6RA?1J. (FILL) - (110,11 HOMO SAWN *00 04AY 1I111 0117 LOA:R WITH IENSEC Or G*17 701.0 TO ?4EC1124 0 1M0C0MAtIIY 1.001) % 640411[11 1.E1E1.1 10.30.111 SROwp P1111 10 I1101UM NNO ("t 1A1it1' COIMPACr1 MATE* [ T[R11.0 00AIN0 001Y 1111T'LDIM YITN 010110 Of BRAT fit* SAID Ale OCCAAIOh4L SRAM (FISMI CRAY 2000? LOAM MIEN MOLL OF C0AY FIRE TO PEOION !AND ANC OCLA110hAL' Vitt'. (FLAN 001100 CAStO 10 tltV *llah 20 1. • NO ;o* 61SCU6610D Or 'JAM 'JAM 11,112 Ott�fix% • 1 • /. *to 1 4tlUIwtD TO OMlvt 64#401[11 Owt 700? 4(10141 • ,1T/ L00.• UTAOwt • 70 AMA, ■ /aPICi7>tl prim? Ar wont, tryforI 1711 1; • • • IAM/.R WAS VX/ITAUID 1 t 1. • ,' bAtlq�g Q M001r2T1 Rat • le/ 14• LOG • Off' BORINGS • 101 0 TD SA TPI 'rte 130 WICK TOPSOP.. COP:F U 511.1Y Shti3 4 &NEL HARD 81ZD' M ssity SILT VERY HAFD GRAY Sit TP4 fj0 5 LTOOSOIL� BROWN 4 GRAY SANDY CLAY 6.0 1LS MOWN WET SLUT GRMELLT !AND Wati 0(C. cCBBLts W4:ER SEEPING m. ro 'TEST PIT BELOW 2 FT. TPz b 1 3.acL'neY g T 10.0 oO HNRO BROWN N CRAY 51LT VERY :'ARO GRAY SALT TPA 5'�IGPSO�I BROWN CLAYEY SILT .RUN WET SRTY 4. 6RA1IILY SAW 5.0 Ii0 %ATEeZ 5 t E?I'tra Rills TEST PIT BELOW Z FT. TP 3 . 0 TiRRLSILT Y !A111 Ir[d:140.1'• O 5.5 SS HARD BROWN SILT TP6 1•111[•l xT71 8 xi.: Y SUiD 4 CaRPJEL. S7PIE C +TJ. EL 6Ael. rraa•s --tt>r SILTY S%t40 ►.E1i1LY{01E11110 Y4LIr MOW W2A PFE:"6 WATER TER SEEP NG INTO PTT AT 6S TO BS F. DEFTYL TEST PIT LOGS Test pits Excavated. by power back hoe ,tan. 16 through t6, 19S9 Limits of Project • p 'TP3 N NOS'IM '9 NONNVHS pTP4- tf1 10/31/90 B I 3 GRAY-BROWN CLAYEY $11.1 WITIi OCC. 6ROwN 4 GRAY PE AT 40 1.0' 00 • BROWN ' . • 5A." milt • BECOMING • -GRAVELLY Wr i DEPTH, 2Y 27/12 • SOt'1 • SILT 19Y COMPACT '. • IILTY SAND. 31.56/6 19:0- :4. GRAVEL DARK • :GRAY i.rG1 -+SLY. RGANIC SILT GRAVEL a/t1" MINUS 1• 14:25 FAX 206 11110386 10.0 2!► . 8.0 w.C.= 21107- 3• •13.7 i VERY .HARD ••• GRAY CLAYEY. SILT •• 1Tt1 • OCASIONAL. LAYERS • OF SINE SANO, SOME SAND 16.0 18,0 COMI%T SILT B V- 'tgf'W11._ GRAY -BROWN CLAYEY SAN WITH SGMt PEA GRAVEL, GRAY 8R0rIN ;ORGANIC: Sp- 4 .PEAT BLUE • GRAY 41. G8 /12 5� 90 /1'. 6I 90 /10 7 m57/6 8147/6 0 3.0 0 SHANNON & WILSON BIS sa u/6 6.0 W.C.: 2.4.0io 8.o 21% 20/6 W.C.* 2S.11'. 3m 41/6 4 tt 69/6 WC.' 2.8.7X " 19.6 ;, .BROWN ORGANIC • SILT, GRP' SILTY MED. SAND CLEAN MED. SAND WITH SOME PEIN GRAVEL "NIARINir SWELLS B l6 10.0 • • 6e.0% LA( . ,PE'AT,, 5 -Row. 2a• _ ORGANIC ,S ILT` GRA`l SILTY MEDIUM AND LEGEND 0 • a= !6/6 3m c:ol3 tit 11/6 lWI ia1;::� 18. GRAY SILTY 195 MED, SAND wtTH OCC. -•pEA GRAVEL DEPTH OF 130R1NG IN FEET LOCAT ION oF • 5OR \NG LOCATION OF TEST PIT • PORTER SAMPLE 3>rc 66/6 DISTURBED SAMPLE FROM .POWER. AUGER FL1 -11: SAMPLE NOT RECOVERED • WC. NATURAL VINTc.R. CON -TENT • I 5PLIT SPOON STANDARD PENETRAS 1ON SAMPLJ ...; 1V6 ►2.7/12. • ETC. INDICATE THE NUMBER OF: SLAWS PER DRIVEN'. :. - DISTANCE IN INCHES USING A 30 L.%, WE1GHT. DROPPED 18 1NCHE5. (PoR:rER. SP�MPL S) SPLIT SPOON BLOW COUNT -144P 08. wEIGWV DROPPED 30 •INCHES . . • .. • DATE 1 -26 -59 DRAWN1 PLAN. ar1di •LOGS . • FX'PLtRA` IO 5 CB 7.241 SEATTLE ENGINEERING DEPARTMENT MATERIALS LABORATORY LOG OF TEST BORING DATE 1 1- 2.- 90 PROJECT ieTtgss Prr '12) SW D- CU-DAR RIVVR PIPt3LINts ' Y PROT6`GTION HOLE NO N J GRD ELEV. LOCATION 20 S/o 6O "� t /41tiRMp/N AElOitr lit PROM rota OF St0PI• CAQOUr 3414"i-61)V Iilitwlsb'N SPA wE STRATA DEPTH CNCV SAMPLE NO. BLOW COUNT STD. PEN. DESCRIPTION OF MATERIAL WATER COMPOSITION CONSISTENCY MOISTURE COLOR LEVEL . 6 "- Ia'- l$'% 2'ti'_ '.. _ L8 "- 5Y"- 60„ • 1.004,0 Aubt rt . TuRNLA/bS A-12.117 MOIST sr LT LUtlN L t TTLI- SAND rp • 60 IArGIf d IsPFH. . r 12 • 66" 8 meDlUM . 7 '! 78'I g4" S 7 �3 10" 50 S 96" !02" 501- IM !Map ! s0 3.6 08" -- '- Iiv" - 50+ 'may ? _ _ - _ - - NOr aS 1b. NrtMM ER of INCU DROP • 13/411 0 TIP • • No rt1 - 11 °To 5 s/0 AAC.KUUOC ISALAVATION • . INSPECTOR JON MAR5U C8 7.241 DATE SEATTLE ENGINEERING DEPARTMENT • MATERIALS LABORATORY LOG OF TEST BORING 11- 8- clo �c,t�ss P tr *-2 PROJECT Ek'` /D" GvDAR RIvte.R PRor rj-Ow 11 jot HOLE NO. .2.. � GRD. ELEV. LOCATION /O =- S Lice � r � I',o a� O ' pvlMFH @ y 3 4 p Sc.oPl STRATA DEPTH FT. SAMPLE NO. slow COUNT STD. PEN. DESCRIPTION OF MATERIAL WATER COMPOSITION . CONSISTENCY MOISTURE COLOR LEVEL • 14 IL/ stt.ri SRI,tnY TOPSOIL 400515 tioi r r4) NOIST 8ROta" T ft-4 H5IfloH rh THIN MAN St.t6Rita, eROINV d OtuSL" nOt&T GRA/ • . r tit 2' 3' 9.P 5' t, 4'ILJR L-"D DRY s t 1. r TV GL -I iy SILT HARD TID G RAi wlrH smuoy SILT 6Lt6M�W POe,IC LTtS El 3L--A MS NOtST NOTE - a'TO5I M C E+ 14- .1. • • BoT • INSPECTOR JON lift RS C. )H -10A 5A• d'1 • 0 d PIE ZOMETER DATA Top elev. riser A 94.7' Top elev. riser B 94.6' SAMPLE SOIL DESCRIPTION i STRUCTURE • WATER CONTENTO6 Hard,gray, fine sandy SILT (ML) within I“ fine,sand seams a layers of clayey silt Gray- brown,silty fine SAND -----. Hard, gray, clayey SILT (ML a CL) B sandy SILT w/fine sand. Bottom of boring Mare% 31, KM W- 64-4861 SHANNON WLSON TUKWILA INTERCHANGE AGREEMENT Y- 713 SUPPLEMENT 8 SUMMARY OF FIELD B LABORATORY DATA. BORING G NO. 231 Sta.W102+70 Offset 65 Rt. Elm, 94.6 F 10. 3.30 SAMPLE STRUCTURE 10° Stiff, tan to brown, clayey, sandy SILT vs/trace of gravel Very stiff, gray, layered. silty CLAY(Cli, clayey SILT (ML) and silty SAND (SM) zones of .fractures and slickensides, pockets ci scud (Irgri2s and pockets peasrtin Bottom of borin. 11 12 13 14 15 . ; Mardi 31, 1966 . W- 64-4663 SHANNON IS WLSON TUKWILA INTERCHANGE AGREEMENT If - 713 SUPPLEMENT 6 SUMMARY OF FIELD & LABORATORY DATA BORING Sto.W 99+10 Offset 95IRt Eiev, 106.7 F10. 3.32 250 200 150 • 100 .250 53rd�A e. S. ;DH �S4 200 150 100 50 SAND 13 GRAVEL FILL Fine to med.SAND &GRAVE u 1964 Very sitf.f. y�ILI 19 S3 3 A _y. Dark gray, silty SAND — Hard, gray, sandy SILT .Z3-15 -66 DH-7A 28 2A 1 ,ygune.1964 S 5 Brown, dayey Gray, clayey w /sond• SILT SILT lenses G'r07, ttrr " medium SAND— 2 18' Underdi Gin 20 W Line Proposed A LIn. cut A Line 234 to Gray salwy SILT 20' I17 I 4.I -18-66 Lw Line 5.160th 5L }� 50 Amos- timlts at old slid. scarp • PROFILE 5 ---W102+70— °— W IO2 +7O..- Hard, gray,clayeySILT 250 200 150 238 53rd Ave. S. L.zz... Sandy SILT o. 0 _ Massive, gray, clayey SILT eua.naldes J5'te Laminated, gray SILT w /ftne sand Dense, gro fin - e gravel NQ-T L Soil conditions shown - between borings are an sarilyr represent those aetually nseont repro 2. yybter tends strewn a for 2 -15 -66 except as noted on the profile. Possible shear zone • • W Line IdUnd.rdroin ' S6 100 50 roue 2 pumps • Proposed A Ups cat ELEVATION, feet • A Line 235 • Laminated, hard, PROFILE 6 W I05 +20 clayey SILT I ellckeneidae - 5 Y.cloyey SILT ' 16 0 50 100 150 SCALE. feat 250 200 150 0 .:'.. ILL J 100 Isl 50 • . • 0 TUKWILA INTERCHANGE . Z AGREEMENT T —TI3. SUPPLEMENT 6 • GENERALIZED SOIL PROFILES mar NO. 5 &6 7 r 00 229 .150 100 . Hard, gray, clayey SILT SAND &GRAVEL Proposed W Llne cut Gray, ail_ ty 232 W Line Gray, fine SAND 233 A` Line ' i Dense,gray- brown, sandy SILT Very dense SAND A Line LW Line Hord, gray,cloyey SILT Ton Brown fine to med. SAND , Hord, Stray clayey to sandy SILT Wet aliekeneld. 0 r 01-1-84 Juns,1964 PROFILE 3 W 97 + 53 200 150 Z- 0 1- 100 > w J w 0 V Lln GrOy-bown,fine SAND Gray, elo Laminated, clayey, Dense, groy D ?sandy SILT ?--� Till -like structure ? Sllckereeld„ 53rd A,LS. 238 Sandy S 7 Gray, clayey SILT • 7 Gray, fine to medium SAND Groy,silty, SAND fTtLLJ ? 7 a Laminated, gray SILT with fine sand Dense, groy, fine to .,.-D • Brown, clayey ?SILT Gray, clayey SILT with sand lenses DH-Tp S -5 1964 7 W Lune Group 2 pump. 231 • A Line I _15•Groy, sandy SlL ? • Silty SAND 1 20• I i Gray, clayey to sandy SILT "PROFILE .�=4 W 101 + 8T;,. NOTES L Soil conditions shown between borings are an interpretation of the data and do not neces- sarily represent those actually present. 2. Water levels shown are fa' 2 -15 -66 except . as noted on the profile. 0 so 100 SCALE, fee TUKWILA INTE AGREEMENT Y - 713, GENERALIZED SO INV NO. 3f MARCH 31,1966 SHANNON & V SOIL MECHANIC. St SOUNDS C8 7.241 EATTLE ENGINEERING DEPARTMENT lip MATERIALS LABORATORY LOG OF .TEST BORING • II p DATE I N 1 'i U ril GG t: SS P.T *-3) HOLE NO. T B 1 PROJECT S I'/ D — C (=PAR 13 , vz R PI Po "me #'i PRO re""'" GRD. ELEV. LOCATION 20 I 5/0 lc. 60 "9 .1dAni i /'14av et 301 Vo Give As/H4t.r Attuss ROAD (6/0 5311°S) STRATA DEPTH SAMPLE NO. DESCRIPTION OF MATERIAL BLOW STD. COUNT PEN. COMPOSITION CONSISTENCY MOISTURE COLOR . WATER LEVEL r J o J O O _1 10 iS I1 nnnfl 1111 Orwinntiimpmamm mom ptimmom Nom� ■Ti7 (TIP- GRA/ ftt.T) aj7l�rH• • • . 51 LT worts occl3S1CINAt. VERY FtAa SANG THIN st;A vu -5-90 =II -2 -90 SILT w /GRAVtuV 54/410 self 7H P.19srec sI t.T 6RAo/N6 To , l'i Mg& VsRY SAND(nOrti-GO 30 11 1.ramemorn itimmomm srpArtrtV0 80N @ 31' . i I FM *INSPECTOR Jo N f 9 RWTS � I 1 11 • HYDRO tIP RESUME Albert C. Rice EDUCATION June, 1964 B.S. degree in Civil Engineering Utah State University, Logan, Utah June, 1978 Master of Engineering, Geotechnical,Engineering Utah State University, Logan, Utah LICENSE Professional Engineer, State of Washington, License No. 12361 TRAINING 1. Wave Equation Seminar on Pile Driving, 2 days, February, 1977. 2. Drill Shaft Foundation Seminar, 2 days, November, 1979. 3. Fundamentals of Deep Foundation Design, 40 hour course, University of Missouri, November, 1980. 4.. Construction Claims, 2 day Seminar, Battelle, October, 1983. 5. Hazardous /Toxic Waste Management, 2 day. Seminar, Washington State University, October, 1987. EXPERIENCE June. 1984 to Present Plan, coordinate and direct the functions of the Materials Laboratory including materials testing, investigation, quality control and materials research. Supervise materials engineering in project development, construction and maintenance. Review and approve material; or design reports. Contract for and schedule commercial testing and inspection services as needed. Supervise research into new methods, techniques, processes, materials, instruments and equipment for improved construction, maintenance and inspection of public works projects. Supervise soils engineering work for Seattle Engineering Department. Page 1 • • September, 1980 to June, 1984, Associate Engineer, Seattle Engineering Department Assigned to Corps of Engineers, West Seattle Freeway Bridge Project, Foundations Section for: 1. Inspect and monitor contractor operations related to foundation construction (e.g. pile- driving, tie -back retaining walls, soil densification), to assure contract compliance: with plans, specifications and safety regulations: 2. Interpret plans and specifications, review test data, perform engineering studies and make recommendations related to foundation /geotechnical engineering problems encountered during construction. 3. Train and closely supervise a staff of four subordinates involved in inspection and monitoring of foundation construction. 4. Monitor, coordinate and review work byGeotechnical Consultant. August, 1975 to September, 1980, Associate Engineer, Seattle . Engineering Department 1. Engineering design and preparation of contract plans and technical specifications for upgrading of Seattle's major water distribution reservoirs. 2. Hydraulic design for the new Riverton Heights Reservoir including preparation of plans and specifications for piping, overflow structure, valving and telemetry controls. 3. Hydraulic network analysis for development of recommended improvement required to upgrade existing pipe distribution networks to the present fire code—Water-District 61 and First Hill watermains. 4. Consultant selection and supervision for: (a) Tolt River Slide $ 23,000 (b) Tolt River Dam Safety Study $245,000 (c) Reservoir Seismic Analysis $200,000 5. Special Studies: (a) "South Beacon Reservoir, Subsurface Investigation and Groundwater Study" to determine cause of excessive leakage and slope failure and to recommend alternate solutions. Page 2 (b) "South Beacon Reservoir, Selection of Membrane Liner" for reservoir rehabilitation. April, 1969 to August, 1975, Associate Engineer, Seattle Engineering Department Conduct and /or supervise soil and foundation investigations including - -test borings, lab testing, engineering analysis and reports for projects such as pipelines, tunnels, building, landslides, retaining walls, interceptor drains, transmission lines and landfills. Also, evaluation and inspection of construction procedures related to foundation. June, 1968 to March, 1969. Geotechnical Engineer. Terra Tec, Inc. Involved in design, manufacture and installation of field instrumentation, pneumatic piezometers, earth pressure cells, extensometers and settlement systems for various earth fill structures. Supervised the installation of Terra Tec equipment. June, 1967 to June, 1968, Assistant Engineer, Seattle Water Department Primary responsibility was development of Comprehensive Longrange Water Supply Plan for King County. Twofold purpose of study: analyze and project water needs within metropolitan area and present plan of development to meet this need. March. 1966 to June. 1967. Geotechnical Engineer. Shannon and Wilson. Inc. Conducted foundation investigations including field inspection, lab testing, engineering analysis, and reports. Page 3 ..'DRAFT ... • MATERIALS /GEOTECENICAL ENGINEERING SUPERVISOR 7006507 Class Summary: •••3.t:tion ^(di!^;s) r�ry'ir.:s; �;,•�.; �t�.!�r :t Positions in this class, under limited supervision, supervise professional and technical staff in a Materials Testing Laboratory which is responsible for: (1) testing and researching of ..materials'used in'Public'Works construction projects to ensure compliance with applicable standards and specifications; and (2) geotechnical investigations' by the engineering design division or other City departments.. 'Distinguishing Characteristics of the Class: This is a first -line supervisory class in the Materials Engineering Group. The Materials /Geotechnical Engineering Supervisor is responsible for buc.get management, quality control' assurances and over all program administration fcr ,^e ..ate: als iabcra=_ :_ This class has full supervisory resJcnsibi__ties over subordinate Engineer .and. Specialist positions in addition to the Materials /Geotechnical staff. ' Knowledge cf materials engineering testing and standards applicable to such tee :6, geotechnical engineering and:investigations;" soil' mechanics and various types of testing equipnent•'isTreauired.`s Requires ability to supervise professional employees � r•: >rf�azt t (r.r Prnericar. Society of Testing Materials Manuals;`' Transportation Standards and Specifications and State Construction Manuals are available for directing the testing of Materials. Employee in .this class is responsible 'for establishing:;'own and subordinates' priorities, deadlines and..resolving problems. ..Judgment is' exercised in applying standards to unusual or complex situations-and when test results are marginal. 'Employee is expected to resolve most problems with only general supervisory direction. .Supervisor seldom reviews work.., Typical contacts include inspectors,.project , managers,,.design engineers, contractors, consultants, and representatives from private testing agencies to coordinate tests and provide information on test results; and with product manufacturers, and suppliers to . exchange information and coordinate tests. Examples of Work: o Supervises and directs the work of engineers, engineering/ specialists, and student interns involved in testing of materials used in public works construction . projects and conducting geotechnical investigations. . • ./ Title: Materials/Ge hnical Engineering Supervisor /: • Schematic Number: 70 507 • o Directs the planning, scheduling, and coordinating of work of Materials LaCoratory staff. . . . c Approves/disapproves materials and tests used on public works projects. ,: • o - Provides input/consultation to design engineers and project managers in various departments. • 1",- lim o Reviews technical•specifications,-.:consultant reports and contractor submittals related to materials.and geotechnical engineering issues. 1 • '; - o Prepares and administers.budget.forthe Materials Laboratory. o • , • Contracts for and monitors commercial, testing and .specialty • inspection services. , • o Performs other related duties of .a comparable level/type as assigned. •;. r:';' !.,:p.s? r t ;L 11!*ri e ft; r!.* - • ' Work Environment/Physical Demands: r: "-.A!, • .-t!'" ''! O Moz: work Is performed in-alabcratcry.environment. • Minimum Qualifications: • • Requires a batohelor's decree in CivilinChemical,-.or Mechanical', Engineering, or closely related field'and-five.years'of,professional-level work in engineering materials,testing and research (or a combination cf education and/or training and/or experience which provides an equivalent background req-zired to perform,the work .of.the:class)b-t:,.itl,i •• Licensing and Other Regnirements:-.!..11- • • . . . • Registration as a Professional-Engineeran the State of Washington. Comments: This description was prepared, to indicate the kinds of activities and levels of work difficulty required of positions in this class.'It is not intended as a complete list of specific dUties and responsibilities.": t:Ir ' 2 t ; - A , • : , , • Materials Engineer, Sr., 06203 . , . Class adopted January 2, 1991-.':: , . . , • • 2 CITY OF TUKWILA 620(1 SOUTHCENTER BOULEVARD, TUKWILA, WASHINGTON 98188 Robert P. Groncznack Seattle Water Department 710 2nd Avenue Seattle, Washington 98104 PHONE: P1206)433-1800 Gary L. VanDusen, Mayor 3 October 1990 Subject: Determination of Nonsignificance - Sliplining Cedar River Pipeline #4 Dear Mr. Groncznack: We appreciate your timely and comprehensive coordination with the City of Tukwila on the above project. As you know, the City of Tukwila has a moratorium on any development in environmentally sensitive areas which will run until legislation is adopted; sometime possibly in February 1991. Therefore prior to application for any permits within the City or any work in your project site, a waiver must be requested and granted by the City Council. The significant environmental concern outstanding is the discharge of the chlorinated water from the pipeline. Any plan to release this water into storm drainage would be inappropriate and should be specifically collected for discharge into a sanitary sewage system. If I can be of more assistance or if you have any questions, please call me at 431 -3651. Sincerely, Moira Carr Bradshaw Associate Planner 25.05.970 Determination of Nonsignificance (DNS) DETERMINATION OF NONSIGNIFICANCE Description of Proposal: Cedar River Pipeline 4 slipline under I -5 at Southcenter. Protection of approximately 1200 linear' feet of concrete cylinder pipe will be accomplished by inserting ( "slip lining ") 54" inside diameter steel pipe into the existing concrete pipe, at three access pit locations. In addition, a 130 -foot long 12" service line will be installed to maintain water service to the City of Tukwila. Proponent: City of Seattle, Water Department Location of Proposal, including street address, if any: The pipeline to be sliplined runs beneath I -5, south of the I -405 interchange. The east end is located off the north shoulder of Southcenter Parkway north of the John Danz Theater at Southcenter. The west end is located at the South 160th Street dead end immediately east of 53rd Avenue South. Lead Agency: City of Seattle, Water Department The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An Environmental Impact Statement (EIS) is not required under RCW 43.21C.030(2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request. [] [X] There is no comment period for this DNS. This DNS is issued under 197 -11- 340(2); the lead agency will not act on this proposal for 15 days from the date below. Comments must be submitted by October 16, 1990. Responsible Official: Robert P. Groncznack Position /title: Superintendent of Water Address: 710 2nd Avenue, Seattle, WA 981 Date: October 1, 1990 Signature: (OPTIONAL) Phone: 684 -5850 [X] You may appeal this determination to Seattle Hearing Examiner at Room 1320, Alaska Bldg, 618 2nd Ave, Seattle, WA 98104 no later than October 31, 1990 by written appeal with a $25 filing fee You should come prepared to make specific factual objection. Contact Hearing Examiner 684 -0521 to read or ask about the procedures for SEPA appeals. [ ] There is no agency appeal. SWD (08- 30 -89) jb12 /crpl4dns l'iMIETTD rOC.-T 0 21990 CITY OF TUKWILA PLANNING DEPT. ;.r 1 CEDAR RIVER PIPELINE NUMBER 4 PROTECTION: ENVIRONMENTAL CHECKLIST A. BACKGROUND 1. Name of proposed project, if applicable: Cedar River Pipeline No. 4 Protection. 2. Name of applicant: Seattle Water Department. 3. Address and phone number of applicant and contact person: Seattle Water Department 710 Second Avenue, 10th Floor Seattle, Washington 98104 Attn: Jay B. Laughlin, Associate Environmental Analyst (206) 684 -5927 4. Date checklist prepared: October 1, 1990. 5. Agency requesting checklist: City of Tukwila; Washington Department of Fisheries. 6. Proposed timing or schedule (including phasing, if applicable): Construction scheduled to occur during January and February of 1991. 7. Do you have any plans for future additions, expansion, or further activity related to or connected with this proposal? If yes, explain. No, except for periodic maintenance. 8. List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal. Environmental Impact Statement prepared in 1984 by the City of Tukwila for Valley View Estates (adjoining property). • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 2 9. Do you know whether applications are pending for governmental approvals of other proposals directly affecting the property covered by your proposal? If yes, explain. None. 10. List any government approvals or permits that will be needed for your proposal, if known. Washington Department of Transportation - Utility Permit; Washington Department of Fisheries - Hydraulic Project Approval; City of Tukwila -- Utility Franchise, Excavation Pemit. 11. Give brief, complete description of your proposal, including the proposed uses and the size of the project and site. There are several questions later in this checklist that ask you to describe certain aspects of your proposal. You do not need to repeat those answers on this page. (Lead agencies may modify this form to include additional specific information on project description.) Protection of approximately 1200 linear feet of concrete cylinder pipe, and installation of water main. Rehabilitation will be accomplished by inserting ( "slip lining ") 54" inner diameter steel pipe into the existing concrete pipe, at three access pit locations. In addition, approximately 130 linear feet of 12" ductile iron pipe will be installed within the Southcenter Parkway right -of -way, between access pit #1 and the existing City of Tukwila service connection to the west. 12 Location of the proposal. Give sufficient information for a person to understand the precise location of your proposed project, including a street address, if any, and section, township, and range, if known. If a proposal would occur over a range of areas, provide the range or boundaries of the site(s). Provide a legal description, site plan, vicinity map, and topographic map, if reasonably available. While you should submit any plans required by the agency, you are not required to duplicate maps or detailed plans submitted with any permit applications related to this checklist. The eastern terminus of the project is on the western edge of Southcenter Parkway, approximately parallel with the northern edge of the Southcenter movie theater. CRPL #4 right -of -way runs beneath the I -5, south of the I -405 interchange. The western terminus of the project is at the eastern end of the South 160th street dead end, near the top of the stairs leading to Klickitat Drive. The project lies within Section 22, Township 23 North, Range 4 East, Tukwila, Washington. • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 3 B. ENVIRONMENTAL ELEMENTS 1. Earth a. General description of the site (circle one): Flat, rolling, hilly, steep slopes, mountains, other The site consists of an underground pipeline alignment overlain by backfill placed to achieve acceptable grades for the I -5 /I -405 interchange. Placement of the existing pipe pre -dated the construction of the interchange. The interchange added anywhere from 0 to 40 feet (in depth) of imported material over the pipeline. b. What is the steepest slope on the site (approximate percent slope)? Approximately 30 %, near the western end of the project. Access pits will be excavated to the depth of the pipeline on relatively flat terrain (less than 2% grade) at the eastern end and on a 10% grade in the middle of the project. A third pit will be excavated at the western end, at the top of the slope located immediately west of Klickitat Drive. Areas adjacent to this slope are known to have a history of slides and groundwater activity. c. What general types of soils are found on the site (for example, clay, sand, gravel, peat, muck)? If you know the classification of agricultural soils, specify them and note any prime farmland. Studies have been done of the area downslope of access pit #3 to the west of I -5 which is known to have a slide history as documented in the Draft Environmental Impact Statement prepared for the Valley View Estates project (1984). The soils above access pit #2 in the I -5 right -of -way are primarily imported and consist of select, structural backfill. Soils at the eastern end of the project near access pit #1 are a combination of glacially deposited sands and gravels, and alluvium. They are generally stable. d. Are there surface indications or history of unstable soils in the immediate vicinity? If so, describe. No history of unstable soils is known or indicated by surficial evidence for the areas around access pits #1 and #2. No increase in landslide potential is therefore anticipated for pits. #1 and #2. The area in the vicinity of access pit #3 is characterized by a history of soil instability. A geotechnical report prepared by GeoEngineers Inc. in 1983, included in the Valley View DEIS, indicates that clayey silts underlain by sands with artesian pressures constitute the primary physical factors which have led to landslide failure. Additional evidence indicates that there • • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 4 has been some near surface movement in the form of shallow creep and flow slides. The GeoEngineers report indicates that the area was partially stabilized by the installation of a horizontal .drain system done as part of the I -5 construction. The Seattle Water Department's project staff believes that soil stability will not be a problem at access pit #3 for the following reasons: 1. There is no evidence that the pipe has moved in the 29 years it has been in place. 2. The excavation is relatively shallow and would most likely remain at or above the perched water table identified in the GeoEngineers' soils report. 3. A braced sheet piling or sheet steel box will be installed within the excavation to prevent horizontal soil movement and shifting of material. 4. The trench is expected to be stable and well- drained. Excavation will remove backfill placed during original construction, and no native material will be disturbed. 5. Soil resistence during sheet piling installation will be closely monitored by the project engineer. If resistence to piling installation is believed to be insufficient, a contingency plan will be implemented. 6. Excavation will also be closely monitored by the SWD project engineer. At the first sign of liquifaction of subsurface material or soil subsidence, work will be stopped and well points drilled uphill of the excavation to draw down the water. A bid item is being included in the specifications to allow installation of well points. Any water removed will be taken off -site by a tank truck, or tightlined to the drainage conveyance on Klickitat Drive. e. Describe the purpose, type, and approximate quantities of any filling or grading proposed. Indicate source of fill. No grading or filling is proposed, except as needed to restore site to original condition following excavation of access pits. It is estimated that 200 cubic yards of material will be excavated for access pit #3 (west end); 400 cubic yards for access pit #2 (in I -5 right -of -way); 150 cubic yards for access pit #1. f. Could erosion occur as a result of clearing, construction, or use? If so, generally describe. • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 5 Yes. It is possible that temporary increases in erosion and sedimentation may occur as a result of construction. The potential for soil and slope instability around 'access pit #3 could be increased if care is not taken in timing, sequencing, and stabilization measures used during construction. g. About what percent of the site will be covered with impervious surfaces after project construction (for example, asphalt or buildings)? 0 %. Site will be restored to original condition and re- vegetated with original species (or similar) following construction. h. Proposed measures to reduce or control erosion, or other impacts to the earth, if any. Temporary erosion and sedimentation control plan features will be developed to deal with any construction - related erosion potential. Erosion control measures may include any or all of the following: covering exposed excavation stockpiles; limiting amount of stockpiled earth; installation of silt fences, hay bales, etc. around stockpiles; installation of sheet piling in access pits, combined with concrete lining of bottom of pits, to eliminate groundwater seepage into access pits; directing runoff from west end of project through grassy swales or across grassy slopes to storm drains; providing an on -call tank truck to collect runoff if turbidity becomes a problem; provide an interceptor drain or well points uphill of access pit #3 (west end), if needed; isolate access pit #1 from Gilliam Creek (east end) with hay bales, filter fences, and temporary plywood barriers; other standard erosion control measures, as appropriate. 2. Air a. What types of emissions to the air would result from the proposal (i.e., dust, automobile, odors, industrial wood smoke) during construction and when the project is completed? If any, generally describe and give approximate quantities if known. Temporary increase in vehicle and construction equipment exhaust as a result of construction activities. b. Are there any off -site sources of emissions or odor that may affect your proposal? If so, generally describe. No. c. Proposed measures to reduce or control emissions or other impacts to air, if any: • • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 6 Shut down of idle construction equipment. 3. Water a. Surface: 1) Is there any surface water body on or in the immediate vicinity of the site (including year -round and seasonal streams, saltwater, lakes, ponds, wetlands)? If yes, describe type and provide names. If appropriate, state what stream or river it flows into. Yes. Gilliam Creek (WDF Stream Catalog No. 0032) passes near the northeastern boundary of the project site, and subsequently flows into the Green River. Average annual flow of Gilliam Creek is less than 20 cfs. Very small man -made impoundments within artificial drainage conveyances support wetland vegetation along entrance ramp to I -5 (southbound). 2) Will the project require any work over, in, or adjacent to (within 200 feet) of the described waters? If yes, please describe and attach available plans. Yes. Access pit #1 will be excavated within 200 feet of Gilliam Creek. Access pit #2 will be excavated within 200 feet of the "wetland" along the I -5 (southbound) entrance ramp. 3) Estimate the amount of fill and dredge material that would be placed in or removed from surface water or wetlands and indicate the area of the site that would be affected. Indicate the source of fill material. None. 4) Will the proposal require surface water withdrawals or diversions? Give general description, purpose, and approximate quantities if known. None. 5) Does the proposal lie within a 100 -year floodplain? If so, note location on the site plan. Yes, at Access pit #1 near Gilliam Creek. 6) Does the proposal involve any discharges of waste materials to surface waters? If so, describe the type of waste and anticipated volume of discharge. Water accumulating within the access pits may be discharged to the environment and ultimately conveyed to Gilliam Creek via the drainage improvements installed in and around I -5. Temporary increases in turbidity may occur with erosion and • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 7 sedimentation in the pits. A contingency plan of using a tank truck to collect turbid water, with off -site disposal in a sanitary sewer or other appropriate disposal method, is proposed. Volume of discharge is unknown at this time, but is estimated to be approximately 1 to 5 cfs. (cannot be determined exactly without further soil testing). b. Ground: 1) Will ground water be withdrawn, or will water be discharged to ground water? Give general description, purpose, and approximate quantities if known. No. 2) Describe waste material that will be discharged into the ground from septic tanks or other sources, if any (for example: Domestic sewage; industrial, containing the following chemicals...; agricultural, etc.). Describe the general size of such systems, the number of houses to be served (if applicable), or the number of animals or humans the system(s) are expected to serve. None. c. Water Runoff (including storm water): 1) Describe the source of runoff (including storm water) and method of collection and disposal, if any (include quantities, if known). Where will this water flow? Will this water flow into other waters? If so, describe. Storm runoff and access pit groundwater collecting on west end of project will be diverted through a grass -lined swale into storm drains along Klickitat Drive. A tank truck will be on -site, and runoff will be collected and disposed of off -site if turbidity becomes a problem. Runoff near access pit #2 will flow through a grass -lined swale into storm drains along I -5 entrance ramp. If needed, settling ponds will be constructed upstream of drain intakes to remove fine sediments. Runoff or seepage collecting near pit #1 will be pumped to a tank truck and disposed of off site. 2) Could waste materials enter ground or surface waters? If so, generally describe. Minor, temporary increases in sediment loads are possible, though unlikely, due to construction activities. d. Proposed measures to reduce or control surface, ground, and runoff water impacts, if any: A temporary erosion and sedimentation control (TESC) plan will be developed. Potential measures include: 1) lining • • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 8 the bottom of access pits with concrete to control or eliminate erosion, thereby preventing turbidity; isolation of access pits through installation of sheet piling around pit perimeter (in the case of access pit #1 a plate box will be excavated into the pit to avoid the percussive impact of pile driving and its negative effect on incubating salmon eggs); 3) isolate the pits with a line of filter fabric and haybales; 4) mulching of any bare soil; 5) pumping any accumulated water from access pits to a tank truck for off - site disposal; 6) restoration of disturbed areas with straw mulch and hay bales. See (c)(1) above for more details. 4. Plants a. Check or circle types of vegetation found on the site: ✓ deciduous tree: alder, maple, aspen, other (cottonwood) ✓ evergreen tree: fir, cedar, pine, other ✓ shrubs ✓ grass pasture crop or grain ✓ wet soil plants: cattail, buttercup, bullrush, skunk cabbage, other water plants: water lily, eelgrass, milfoil, other other types of vegetation b. What kind and amount of vegetation will be removed or altered? Vegetation will be temporarily removed as necessary to accommodate excavation of access pits and construction of access roads to all access pits. The extent of vegetation impacts for access pits #2 and #3 will involve grass sod removal. For access pit #1, some shrubs and small trees will be removed. Following construction, excavation sites and access road will be restored and re- vegetated to original condition. c. List threatened or endangered species known to be on or near the site. None. d. Proposed landscaping, use of native plants, or other measures to preserve or enhance vegetation on the site, if any: All access pit sites will be re- vegetated to original condition following construction, as described above. 5. Animals a. Circle any birds and animals which have been observed on or near - the site or are known to be on or near the site: birds: hawk, heron, eagle, o ngbirds), other mammals: deer, bear, elk, beaver, other Cedar River Pipeline No. 4, Protection Environmental Checklist Page 9 fish: bass, rout herring, shellfish, other b. List any threatened or endangered species known to be on or near the site. None. c. Is the site part of a migration route? If so, explain. Anadromous fish, primarily Coho and Chinook salmon, may use Gilliam Creek for spawning. Spawning occurs annually between mid - October and December. d. Proposed measures to preserve or enhance wildlife, if any: Isolation of access pits and erosion control, as described above. Prohibiting the use of pile driving near the stream to avoid disturbance to incubating salmon eggs. 6) Energy and Natural Resources a. What kinds of energy (electric, natural gas, oil, wood stove, solar) will be used to meet the completed project's energy needs? Describe whether it will be used for heating, manufacturing, etc. N/A b. Would your project affect the potential use of solar energy by adjacent properties? If so, generally describe. No. c. What kinds of energy conservation features are included in the plans of this proposal? List other proposed measures to reduce or control energy impacts, if any: N/A 7. Environmental Health a. Are there any environmental health hazards, including exposure to toxic chemicals, risk of fire and explosion, spill, or hazardous waste, that could occur as a result of this proposal? If so, describe: No. 1) Describe special emergency services that might be required. None. 2) Proposed measures to reduce or control environmental health hazards, if any: • • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 10 N/A b. Noise 1) What types of noise exist in the area which may affect your project (for example: traffic, equipment, operation, other)? None. 2) What types and levels of noise would be created by or associated with the project on a short -term or a long -term basis (for example: traffic, construction, operation, other)? Indicate what hours noise would come from the site. Temporary increase in noise related to construction activities. The most significant producer of noise would involve driving and removing sheet piling around access pits #2 and #3. Other sources of noise would include the use of heavy equipment to excavate access pits and transport and install pipe liner. Activities will be in accordance with local noise ordinances. 3) Proposed measures to reduce or control noise impacts, if any: None, except that pile driving at the eastern end could be limited between the hours of 7:00 a.m. and 6:00 p.m. to avoid disturbance to nearby residential sites. No such measures are necessary at the other access pits because there are no nearby residences. 8. Land and Shoreline Use a. What is the current use of the site and adjacent properties? The site is used as a freeway interchange. The pipeline right - of -way is located in the middle of the site. Southcenter Mall is located south of the site, at the eastern end. An undeveloped, wooded hillside is located to the north, south, and west of the pipeline at the western end. b. Has the site been used for agriculture? If so, describe. No. c. Describe any structures on the site. Roadways and appurtenant structures; underground pipeline. d. Will any structures be demolished? If so, what? No. Cedar River Pipeline No. 4, Protection Environmental Checklist Page 11 3. What is the current zoning'classification of the site? The eastern section is zoned CP (planned shopping mall); the western section is zoned R -1 (residential). f. What is the current comprehensive plan designation of the site? Residential. g. If applicable, what is the current shoreline master program. designation of the site? N /A. Gilliam Creek has insufficient discharge (less than 20 cfs.) to be included under shoreline jurisdiction. h. Has any part of the site been classified as an "environmentally sensitive" area? If so, specify. Yes. The eastern section, due to presence of Gilliam Creek, and the western section, due to the presence of steep slopes (greater than 15 %). i. Approximately how many people would reside or work in the completed project? None. j. Approximately how many people would the completed project displace? None. k. Proposed measures to avoid or reduce displacement impacts, if any: N/A 1. Proposed measures to ensure the proposal is compatible with existing and projected land uses and plans, if any: Compliance with all applicable permit processes, including adherence to Best Management Practices in controlling erosion and sedimentation, and slope stability at the west end, and protecting fisheries habitat at the east end. 9. Housing a. Approximately how may units would be provided, if any? Indicate whether high, middle, or low - income housing. None. b. Approximately how many units, if any, would be eliminated? Indicate whether high, middle, or low- income housing. • • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 12 None. c. Proposed measures to reduce or control housing impacts, if any: None. 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennas; what is the principal exterior building material(s) proposed? No structures are proposed, except for temporary maintenance access holes. b. What views in the immediate vicinity would be altered or obstructed? None. c. Proposed measures to reduce or control aesthetic impacts, if any: Revegetation of disturbed areas. 11. Light and Glare a. What type of light or glare will the proposal produce? What time of day would it mainly occur? Potential glare impacts due to night -time flood lighting. b. Could light or glare from the finished project be a safety hazard or interfere with views? No. Floodlights, if used, will shielded and directed away from traffic and private homes to avoid adverse impacts. c. What existing off -site sources of light or glare may affect your proposal? None. d. Proposed measures to reduce or control light and glare impacts, if any: Floodlights will be positioned and operated in such a way as to cause no adverse impact to traffic safety or private homes. 12. Recreation a. What designated and informal recreational opportunities are in the immediate vicinity? • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 13 City of Tukwila recreational trail. b. Would the proposed project displace any existing recreational uses? If so, describe. Temporary closure of the recreational trail may be necessary. c. Proposed measures to reduce or control impacts on recreation, including recreation opportunities to be provided by the project or applicant, if any: Appropriate signs will be posted on -site to inform trail users of closure and re- opening date, if necessary. 13. Historic and Cultural Preservation a. Are there any places or objects listed on, or proposed for, national, state, or local preservation registers known to be on or next to the site? If so, generally describe. No. b. Generally describe any landmarks or evidence of historic, archaeological, scientific, or cultural importance known to be on or next to the site. None. c. Proposed measures to reduce or control impacts, if any: None. 14. Transportation a. Identify public streets and highways serving the site, and describe proposed access to the existing street system. Show on site plans, if any. Access will be via Southcenter Parkway on the eastern end of project, and Klickitat Drive and 53rd Avenue S. on Western end of the project (see attached plans). b. Is site currently served by public transit? If not, what is the approximate distance to the nearest transit stop? Yes. Metro Route 340 serves the western end of the project, and several public transit routes serve Southcenter Mall. c. How many parking spaces would the completed project have? How many would the project eliminate? None. • Cedar River Pipeline No. 4, Protection Environmental Checklist Page 14 d. Will the proposal require any new roads or streets, or improvements to existing roads or streets, not including driveways? If so, generally describe (indicate whether public or private). A temporary access road, approximately 200 feet long, will be constructed from Klickitat Drive to Pit No. 2 to accommodate construction traffic, as detailed in attached plans. Following construction the road will be removed, and the site restored to original condition. A temporary curb cut will be used to gain access from Southcenter Parkway to access pit #1. No blockage is anticipated, although minor interruptions of traffic flow may occur with entering and exiting vehicles. e. Will the project use (or occur in the immediate vicinity of) water, rail, or air transportation? If so, generally describe. No. f. How many vehicular trips per day would be generated by the completed project? If known, indicate when peak volumes would occur. Less than one; approximately 25 vehicle trips per day will occur during construction accounting for both construction personnel and construction equipment. g. Proposed measures to reduce or control transportation impacts, if any: Provision of signs and flaggers to reduce construction - related vehicle delays. 15. Public Services a. Would the project result in an increased need for public services (for example: fire protection, police protection, health care, schools, other)? If so, generally describe. No. b. Proposed measures to reduce or control direct impacts on public services, if any. None. 16. Utilities a. Circle utilities currently available at the site: electricity, natural gas, water, refuse service, telephone, sanitary sewer, septic system, other. N/A 1 Cedar River Pipeline No. 4, Protection Environmental Checklist Page 15 b. Describe the utilities that are proposed for the project, the utility providing the service, and the general construction activities on the site or in the immediate vicinity which might be needed. Portable toilets will be provided during construction. c. SIGNATURE The above answers are true and complete to the best of my knowledge. I understand that the lead agency is relying on them to make its decision. Signature: Date Submitted: bbm2 /crplsepa Seattle Water Department 710 Second Avenue, 9th Floor Seattle, Washington 98104 Phone: 684 -5950 OCT021990 CITY OF U TE OF TRANSMITTAL We are sending you [O attached n under separate cover via the following items: ❑ report [I prints ❑ reproducible plans PrsPecifications n copy of letter DESCRIPTION: ec fQv Cc a Qv �' V�v rit/ v QNt , a A,.v c o LA,. - Dv Q ti s REMARKS: yv �� a C 4� 101/431 THESE ARE TRANSMITTED AS CHECKED BELOW: For approval n For your information As requested n For review and comment COPIES TO: n Approved as submitted n For your action n Approved as noted ❑ For your signature ['Returned for corrections n Please return Signed PQ\) -P \A^. K. \ \AN Title a�' C' •�, Phone No • — __ __ .____.. _,__,r rim", n0/ IDCV ADC tun"' nc niPYrrn //,n, n, v n,nr,r,. , in AT n Al", R _ANNIN(i lDEP I TO: VW\u 1 11- �R`NC� I � .. p� tsATE \ . JOB NO. ( V O I ( RE: C`i`k OF V \Li\ XE,P 1T OF Cbv,h1/4)1\i `A bEN , ATTN: We are sending you [O attached n under separate cover via the following items: ❑ report [I prints ❑ reproducible plans PrsPecifications n copy of letter DESCRIPTION: ec fQv Cc a Qv �' V�v rit/ v QNt , a A,.v c o LA,. - Dv Q ti s REMARKS: yv �� a C 4� 101/431 THESE ARE TRANSMITTED AS CHECKED BELOW: For approval n For your information As requested n For review and comment COPIES TO: n Approved as submitted n For your action n Approved as noted ❑ For your signature ['Returned for corrections n Please return Signed PQ\) -P \A^. K. \ \AN Title a�' C' •�, Phone No • — __ __ .____.. _,__,r rim", n0/ IDCV ADC tun"' nc niPYrrn //,n, n, v n,nr,r,. , in AT n Al", (IMPORTANT 6VIESS RAGE) -- PK/ 42' 'Ae a. as%S /fly 37 kikrd- L � /emu l J C� $� 2i% 76 .,::74 u _ i ten& 1 6-A41- e4 ,��.►novYJl r (1 Zeeas rriti Or - ocet- 42e-c Taal ,, / , >itek/ hteor,f,( /t/A4ao s h T4 (ice avre, _ `�%s4 cezedve-erf) hte . Tielc P`) GJ%7��d 6997,/ 17x/s- P0) - nu s anite,",•z- e./.7.-4/-fra.64. • G r 1,44 eW /Ark 07 t 4709D-4-, 3 e Go4iiu/ ads »i4 (24 12 -/8 9 Bi.. Gaae#' a&' ),4e€4 eviZe scold ea Ceucilo :(ek s � U / frral. PAO /sitar (ae s , //airri,P ladeierig44 40 y /4 14$14it dizek p pfr a Mice guy ales ie- 60(4W a9 Vo.5& OW, ;bees frp(eunteufr ?AI _Zoo. � Sv�v yr "fI /(11-144 jr rv�a — Tibia Fick. CeM/) L. "Ad '4k /*AA; �,ee.sn„ 44 S�;N�tDVt� OIC SNdT . A�•VS FOR PI Seattle Water Department JAY B. LAUGHLIN Associate Environmental Analyst Water Management Section Water Management and Engineering Division 1 Dexter Horton Building - 9th Floor • (206) 684 -5927 710 - 2nd Avenue. Seattle, WA 98104 FAX 684 -4631 • ......... . MESSAGE eo G 4eK/ -ile‘zi pe i 2 5 / ,� /°? ceedf Pd %nom SIGNED 7/679'6 urr+c TOPS FORM 3002S Soutticenter Parkway Zia - d 11 Andover Park W s3 r1-� s ± 1.4 9T 3nl 06 —ET r r 4' z 0 • • • • • • • • • • Your City, Seattle Board of Public Works PROJECT MANUAL For the Improvement of CEDAR RIVER PIPELINE #4 REHABILITATION NOTICE TO BIDDERS: Microfilming process requires all documents to be signed in black ink only. including figures for each proposal item. Prepared By ROBERT P. GRONCZNACK SUPERINTENDENT OF WATER ro; Dexter Horton Building. 1 lth Floor .710 Second Avenue, Seattle, WA 98104 Seattle Water Department NEWgra OCT 0 21990 CITY OF fUKVVILA PLANNING DEPT. ,fi OCT 1 1990 • • • • • • • The City of Seattle Board of Public Works Project Manual for CEDAR RIVER PIPELINE 04 REHABILITATION As Authorized by Ordinance No. 114800 Funding Source: Water Fund Prepared by: Date ROBERT P. GRONCZNACK Superintendent of Water APPROVED FOR ADVERTISING BY BOARD OF PUBLIC WORKS: Date • BY: Chairman, Board of Public Works ATTEST: • Executive Director • • • CEDAR RIVER PIPELINE f4 REHABILITATION TABLE OF CONTENTS BID FORM PACKET SEPARATE COVER Page Number • * ADVERTISEMENT TO BID 0.1 BIDDER INFORMATION AND SAMPLE BID FORMS 1 -1 to 1 -6 Bidder's Checklist • Bid Form (proposal) Women's and Minority Business Enterprises Utilization Commitment • Affidavit AGREEMENT 5.0 SAMPLE CONTRACT BOND 6.0 • SAMPLE WORK FORCE REPORT 6.2 SAMPLE SUBCONTRACTOR APPROVAL 6.4 * WAGE DETERMINATION SCALES 8.0 • State Prevailing Wages Statement of Compliance • • • • PLAN AND SPECIFICATIONS PROJECT LOCATIONS NATURE OF IMPROVEMENT * NOTE: Not included in Project Manual for Preliminary Circulation. i 1 2 2 • CEDAR RIVER PIPELINE 04 REHABILITATION • TABLE OF CONTENTS AMENDMENTS AND SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS • 1 -01 ACRONYM, ABBREVIATIONS AND DEFINITIONS 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -05 CONTROL OF WORK • 1 -06 CONTROL OF MATERIALS • 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -08 PROSECUTION AND PROGRESS DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP • 2 -02 REMOVE, ABANDON, OR RELOCATE STRUCTURES AND OBSTRUCTIONS • • DIVISION 4 BASES 4 -04 BALLASTING AND CRUSHED SURFACING DIVISION 6 STRUCTURES 6 -02 CONCRETE STRUCTURES DIVISION 7 STORM DRAINS, CULVERTS, SANITARY AND COMBINED SEWERS, WATER MAINS AND RELATED STRUCTURES 7 -10 TRENCH EXCAVATION, BEDDING, AND BACKFILL FOR • WATER MAINS 7 -15 SERVICE CONNECTIONS • • DIVISION 8 8 -01 MISCELLANEOUS CONSTRUCTION EROSION CONTROL ii Page Number • CEDAR RIVER PIPELINE 14 REHABILITATION TABLE OF CONTENTS Page Number • DIVISION 10 SPECIAL PROJECT PROCEDURES FOR CEDAR RIVER PIPELINE 04 REHABILITATION 10 -01 PIPE INSTALLATION • 10 -02 MEASUREMENT 10 -03 PAYMENT • APPENDIX • • • • • • • • • • • • • • • • BIDDER INFORMATION AND SAMPLE BID FORM The Bid Form packet to be filled out by the bidder is provided separa- tely, printed on pink paper. The Bid Form packet must be enclosed in a sealed envelope which is clearly identified with the project name and the bidder's name and address. The envelope must be submitted to The City of Seattle Board of Public Works office, Arctic Building, 700 Third Avenue, Suite 700, Seattle, WA 98104, by 2:00 p.m. on the date designated for receipt of bids in the Bid Documents. An identical sample of the Bid Form follows, comprised of: * (a) Bidder's Checklist 1 -3 (b) Bid Form (proposal) 1 -4 (c) Women's and Minority Business Enterprises 1 -5 Utilization Commitment * (d) Affidavit Form 1 -6 * NOTE: Not included in Project Manual for Preliminary Circulation. 1 -1 • • • • • • • • • • The City of Seattle Board of Public Works Seattle Water Department BID PORN CEDAR RIVER PIPELINE 14 REHABILITATION BIDDER NAME: 1 -2 • BID FORM CEDAR RIVER PIPELINE 04 REHABILITATION Page 1 1.01 - BID • TO THE BOARD OF PUBLIC WORKS OF THE CITY OF SEATTLE: • A. The undersigned Bidder hereby certifies to have personally and carefully examined the Bid Documents issued for: (Insert Project Name) as authorized under Ordinance No. (insert number); B. The Bidder has examined the site where the Work is to be performed and the conditions affecting the Work; C. The Bidder has attached a bid guaranty in the amount of five percent (5 %) of the Total Bid that could be awarded including retail sales tax in the form • of cash, cashier's check, certified check, or bid bond; D. Understanding that the quantities shown in the Bid are estimates only, being given for the purposes of comparing Bids, the Bidder hereby proposes to fur- nish all material and labor and to perform all work which may be required, and to complete the work within the time fixed and upon the terms and con- • ditions provided in the Bid Documents for the following prices: • • • • • • Item No. Bid Item Estimated Quantity & Unit Unit Price Amount Dollars Cts, Dollars Cts 1 MOBILIZATION LS 2 MINERAL AGGREGATE, TYPE 1 OR 2 60 TN 3 MINERAL AGGREGATE, TYPE 14 2,200 TN 4 MINERAL AGGREGATE, TYPE 17 370 CY BIDDER: BP2:Bidform2 Rev. 12/88 (Business Name) 1 -4.0 • BID FORM CEDAR RIVER PIPELINE 14 REHABILITATION • • • • • • • • • 1.01 - BID (continued) Page 2 Item No. Bid Item Estimated Quantity & Unit Unit Price Amount Dollars Cts Dollars Cts 5 REINSTALL AIR /VACUUM VALVE ASSEMBLY AND CONSTRUCT CHAMBER, COMPLETE 1 EA 6 EROSION CONTROL, HYDROSEEDING 100,000 SF 7 PLANTING SOIL, TYPE B 300 CY 8 ENVIRONMENTAL DRAINAGE CONTROL SYSTEM LS 9 ACCESS PIT, COMPLETE 3 EA 10 INSTALL OWNER FURNISHED 54 -INCH AND 55 -INCH CEMENT MORTAR LINED STEEL PIPE AND FITTINGS 1,240 LF 11 CEMENT GROUT FOR ANNULAR SPACE 135 CY BIDDER: BP2:Bidform3 Rev. 12/88 (Business Name) 1 -4.1 • BID FORM CEDAR RIVER PIPELINE 14 REHABILITATION • • • • • • • • • 1.01 - BID (continued) Page 3 Item No. Bid Item Estimated Quantity & Unit Unit Price Amount Dollars Cts Dollars Cts 12 - ACCESSHOLE CHAMBER, COMPLETE 2 EA • 13 CONCRETE ENCASEMENT, CLASS C, FOR PIPELINE 95 CY Base Bid 8.1% Retail Sales Tax Total Bid With Tax BIDDER: BP2:Bidform4 Rev. 10/88 (Business Name) 1 -4.4 • BID FORM CEDAR RIVER PIPELINE 14 REHABILITATION • 1.02 - WOMEN AND MINORITY BUSINESS ENTERPRISES UTILIZATION COMMITMENT Page 4 A. WMBE SET -ASIDE REQUIREMENTS 1. Set -Aside Percentages: In order to be declared responsive, Bidder shall commit to utilize certified WBEs,MBEs, and /or Combination WMBEs in amounts which equal, or exceed the following percentages of the • Base Bid and all Additives and /or Alternates to be awarded (exclusive of retail sales tax collected separately by the Contractor from the City in accordance with the existing laws of the State of Washington and rulings of the Tax Commission): • • • • • • WBE SET -ASIDE = 7: MBE SET -ASIDE _ Bidder shall identify the particular MBE(s), WBE(s) and /or Com- bination WMBE(s) to be utilized in performing the Contract, specifying for each the dollar value of the participation, the type of work to be performed and providing any other information required on the Bid Form, Section 00300, Paragraphs 1.02B and 1.02C. If the Bidder is a certified WBE and will perform with the Bidder's own forces a percentage of the Contract equal to or exceeding the required WBE set -aside percentage, the Bidder must still meet the MBE set -aside percentage. Likewise, a Bidder certified as an MBE must meet the WBE set -aside percentage. The dollar amount of work to be performed by the certified WBE Bidder or certified MBE Bidder must be inserted on the Bid Form, Section 00300, Paragraphs 1.02B or 1.02C. Bidder should refer to Project Manual for information regarding addi tives, deductives, or alternates and the percentages that may be counted for utilization of suppliers, Combination WMBEs, joint ven- tures etc. 2. Certification: It is the Bidder's responsibility to ensure that all WBEs, MBEs and Combination WMBEs projected for use have been certified by the State of Washington Office of Minority and Women's Business Enterprises (OMWBE) [(206) 753 -9693] prior to bid opening. 3. Submittals: A copy of the joint venture or partnership agreement shall be submitted with the Bid Form if the WBE or MBE set -aside requirements are to be satisfied through such an agreement. • BP2:Bidform5 Rev. 9/89 1 -5.0 • BID FORM CEDAR RIVER PIPELINE 14 REHABILIATION 1.02 WOMEN'AND MINORITY BUSINESS ENTERPRISES UTILIZATION COMMITMENT B. The Bidder is committed to the WBE utilization indicated below: Page 5 (Business Name of Bidder Contact Person: I Phone Number: (Bidder is a certified I WBE: yes no M B E C O M M I T M E N T S Name and Address of WBE Contact Person/ Phone Number Type of Work to be Performed Form of WBE Participation: Subcontractor, Prime,Suppller, Manufacturer, Joint Venture Bid Item• section number(s); alter- nate, additive, de- ductive number(s); or a portion thereof to be performed Dollar Value of WBE Commitment 1. $ 2. $ 3. $ 4. $ 5. $ 6. $ 7. $ 8. $ TOTAL BID EXCLUDING SALES TAX $ WBE COMMITMENT IS OF TOTAL BID TOTAL WBE COMMITMENT $ BID FORM CEDAR RIVER PIPELINE #4 REHABILITATION 1.02 WOMEN'AND MINORITY BUSINESS ENTERPRISES UTILIZATION COMMITMENT C. The Bidder 1s committed to the MBE utilization Indicated below: Page 6 Business Name of Bidder Contact Person: Phone Number: (Bidder is a certified MBE: yes no N B E C O M M I T M E N T S Name and Address of MBE Contact Person/ Phone Number Type of Work to be Performed Form of MBE Participation: Subcontractor, Prlme,Suppller, Manufacturer, Joint Venture Bid Item• section number(s); alter - nate, additive, de- ductive number(s); or a portion thereof to be performed Dollar Value of MBE Commitment 1. $ 2. $ 3. $ 4. $ 5. $ 6. $ 7. $ 8. $ TOTAL BID EXCLUDING SALES TAX $ MBE COMMITMENT IS OF TOTAL BID TOTAL MBE COMMITMENT $ • BID FORM CEDAR RIVER PIPELINE 14 REHABILITATION 1.03 - AFFIDAVIT State of ) ) ss County of ) Page 7 The Bidder, being first duly sworn on oath says that the bid herewith submitted will be conditioned by the following: • A. BID: The Bidder agrees to perform the Work in compliance with the Bid Documents, for the prices stated in Section 00300, Paragraph 1.01 of the Bid Form. B. WMBE: The Bidder agrees that the information stated in the Women and Minority Business Enterprises and Utilization Commitment of the Bid Form, Section 00300, Paragraphs 1.02B, and 1.02C, is complete and accurate and the Bidder will conform • to the commitment made thereon in accordance with SMC 20.46 and as required in the Project Manual. C. AFFIRMATIVE ACTION /EQUAL EMPLOYMENT OPPORTUNITY SWORN STATEMENT: The Bidder agrees to ensure equal opportunity for employment and to engage in affirmative action in accordance with SMC 20.44 and as required in the Project Manual. • D. NON- COLLUSION: The Bidder, by signing and having the Bid Form notarized, swears, deposes and says that the Bidder has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free, competitive bidding in the preparation and sub- mission of a Bid to the Owner for consideration in the award of a contract on the • improvement described in the Bid Documents. BIDDER: Business Name Telephone Number • Business Address (Street) (City) (State) (Zip Code) State of Washington Contractor Registration No.: City of Seattle Business License No.: • Receipt is hereby acknowledged of Addenda No(s).: , , , , OFFICIAL AUTHORIZED TO SIGN FOR BIDDER: • • Signature Print Name and Title I certify that I know or have satisfactory evidence that signed this instrument, on oath stated that the party is authorized to execute the instrument and acknowledged it to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Date: BP2:Bidform6 Rev 9/89 NOTARY PUBLIC in and for the State of residing at My appointment expires END SECTION 00300 1 -a • AGREEMENT • The Agreement form which is executed by the successful bidder in accordance with Section 1 -03.5 follows. • • • • • • • • 5.0 • • • • • • • • AGREEMENT • This agreement by and between the Board of Public Works acting on behalf of The City of Seattle, a municipal corporation of the State of Washington, hereinafter referred to as the Owner, and referred to as the Contractor, witnesseth that in accordance with the terms and conditions of Contract BPW # awarded the day of , 19 the parties agree as follows: SECTION 1. That the Contractor shall do or cause to be done all work and shall furnish or cause to be furnished all tools, materials, equipment and labor necessary to improve as ordered by Ordinance No. in all respects, in accordance with, and as described in the Project Manual and Drawings now on file in the office of the Engineer for the following Awarded Contract Price: Base Bid $ Sales Tax Awarded Contract Price $ The Contractor shall provide and bear the expense of all equipment, material, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the Contract Documents furnished by the Owner. SECTION 2. The parties shall be bound by the Constitution and Laws of the State of Washington and the Charter, Ordinances, Rules and Regulations of The City of Seattle and by all applicable federal laws and government regulations, which provisions are incorporated by reference herein. • For the convenience of the parties of this Contract it is mutually agreed that any claims or causes of action which the Contractor has against the Owner arising from this Contract shall be brought within 180 calendar days from the Acceptance Date of the Contract by the Owner; it is further agreed by the par- ties that any such claims or causes of action shall be brought only in the Superior Court of King County. The parties understand and agree that the • Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. • 5.1 • • • • • • • SECTION 3. The Contractor shall begin the Work in the Contract immediately after written Notice to Proceed has been issued to said Contractor by the. Owner, and to carry said work on regularly and without interruption thereafter (unless the Owner shall otherwise, in writing, specifically direct) with such forces as to complete said work in a manner acceptable to the City within calendar /working days after such notice to begin work; the time of beginning, rate of progress, and time of completion being essential and material provisions of the Contract. SECTION 4. If the Work is not completed within the time specified, the Contractor shall pay to the Owner, as liquidated damages, the sum of dollars for each and every calendar /working day the work remains uncompleted after expiration of the specified time, exclusive of those days wherefore the Engineer has granted an extension of time. The Contractor hereby agrees the amount set forth above is a fair and reason- able estimate of actual damage which would be caused by the failure to complete the work on time, and that the amount indicated is for liquidated damages and is not a penalty. SECTION 5. The Owner agrees to employ the Contractor to complete the Work in accordance with the Contract Documents and agrees to pay for the same according to the schedule of unit, lump sum, or itemized prices listed in the Bid Form, at the time and in the manner and upon the conditions provided for in the Contract. The Contractor shall inform all subcontractors who work on the improvement named in Section 1 of this Agreement of the manner and method of payment and the manner and method of measuring or computing the quantities of subcontracted work. SECTION 6. In accordance with Chapter 39.12 RCW, the City Charter, and the • Project Manual, the Contractor shall pay, or cause to be paid to persons employed on or in connection with this work, not less than the prevailing rate of wage for an hour's work specified for the labor performed. SECTION 7. The Contractor on behalf of his or her heirs, executors, administra- tors, successors, and assigns, does hereby agree to the full performance of all • the covenants to which the Contractor is obligated under the terms of the Contract. SECTION 8. It is further provided that no liability shall attach to the Owner by reason of entering into this Contract except as expressly provided herein. SECTION 9. In the event of violation of any of these covenants or any provi- sions thereof, payment due from the Owner on any work done under the Contract may be withheld until full compliance therewith; that the work may be stopped, or, at the discretion of said Owner the Contract may be cancelled and forfeited. • 5.2 • • • • • • • • IN WITNESS WHEREOF, the Owner has caused these presents to be signed by the Chairman of the Board of Public Works and to be attested by the Executive. Director of said Board; and the Contractor has hereunto affirmed his or her signature: THE CITY OF SEATTLE By Date Chairman of Board of Public Works Attest: Executive Director of Board of Public Works CONTRACTOR Business Name By Date Title Contractor shall declare option for management of statutory retained percentage of this Contract by checking applicable box below and affixing signature and date. Contractor hereby elects to have the retained percentage of this Contract held in a fund by The City of Seattle until thirty (30) days following the Acceptance Date. Contractor hereby elects to have The City of Seattle invest the retained percentage of the Contract from time to time as such retained percentage accrues and in accordance with RCW 60.28.010, .020 and .050. Contractor hereby designates as the repository for the escrow of said funds. Contractor hereby further agrees to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The City of Seattle shall not be liable in any way for any cost or fees in connection therewith. • Contractor's Signature Rev /12/88 • 5.3 Date • SAMPLE CONTRACT BOND (Performance /Payment Bond) • A sample of the bond to be completed by the successful bidder in accordance with Section 1 -03.4 follows. • • • • • • • • 6.0 • • TO THE CITY OF SEATTLE, WASHINGTON Bond No. CONTRACT BOND KNOW ALL PERSONS BY THESE PRESENTS, That we, as Principal , and a corporation organized and existing under and by virtue of the laws of the State of and legally doing business in the State of Washington, as Surety, are held and firmly bound and obligated unto The City of Seattle, a muni- cipal corporation of the State of Washington, in the full and just sum of Dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we hereby bind ouselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: THIS BOND is executed in pursuance of RCW 39.08.010 through 39.08.080, inclusive, and is subject to all the provisions thereof and of the Charter of The City of Seattle so far as the same is not in conflict with the laws of the State of Washington, and is entered into with said City for the use • and benefit of said City, and also for the use and benefit of all laborers, mechanics, subcontrac- tors, materialmen, and all persons who supply such person or persons, or subcontractors, with provi- sions or supplies for the carrying on of the work covered by the contract entered into on the day of , 19 , between the above named, undersigned, and bounden principal_, , and The City of Seattle, for the improvement of • by as ordered by Ordinance No. creating Local Improvement District No. AND THE CONDITIONS OF THIS OBLIGATION ARE SUCH, That, if the above named Principal__,' shall faith- * fully perform said contract according to its terms, provisions, and stipulations, which contract by this reference is made a part hereof, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply such person or persons, or subcontractors, with provi- sions and supplies for carrying on of such work, and all just debts, dues and demands incurred in the performance of such work, and comply with all the requirements of the laws of the State of Washington and the Charter and ordinances of The City of Seattle and amendments thereto not in • conflict with the laws of this State; provided, however, that the conditions of this obligation shall not apply to any money loaned or advanced to any such contractor or subcontractor, or other person, in the performance of such work, then this obligation to be void; otherwise it shall remain in full force and effect. IT IS FURTHER DECLARED AND DECREED that nothing of any kind or nature whatsoever that will not • discharge the Principal shall operate as a discharge or a release of liability of the Surety, any law, rule of equity or usage relating to the liability of sureties to the contrary notwithstanding, and the Surety waives notice of any alteration, or extension of time, made by the City except that any single or cumulative change orders amounting to more than 25% of the Awarded Contract Price shall require the consent of the Surety. The Surety agrees to be bound by the laws of the State of Washington and subjected to the jurisdiction of the State of Washington. • Signed and sealed this day of , 19 Name of Surety Principal By By • Attorney -in -Fact • Print Name Print Name and Title Address of Attorney -in -Fact Rev /9 -89 6.0 -1 • SAMPLE WORK FORCE REPORT • The Contractor shall submit to the Human Rights Department at the time of the preconstruction conference a completed Work Force Report. See Section 1- 07.11(10)6 for further explanation. A blank Work Force Report follows. • • • • • • • 6.2 • • • • • • • • WORK FORCE REPORT Submit to Seattle Human Rights Department at preconstruction conference. CONTRACTOR INFORMATION OCCUPATIONS (List classifications of workers) Contractor _ Telephone Number - Address City State Zip Code Contractor's Project EEO Officer Telephone Number $ Amount of Contract Is the project Federally funded? Yes No Project # Tentative start date Estimated length of contract How many City of Seattle Contracts are now held by Contractor? !CONTRACTOR'S PERMANENT WORK FORCE OCCUPATIONS (List classifications of workers) Total Employ Total White Total Minor. Black Asian Amer.- Indian His - Panic M F M F M F M F M F M F M F Managers Apprentices /Trainees TOTAL CONTRACTOR'S PROJECTED WORK FORCE FOR THIS PROJECT OCCUPATIONS (List classifications of workers to be used) Total Employ Total White Total Minor. Black Asian Amer. Indian His - Panic M F M F M F MF MF MF MF Managers Apprentices /Trainees TOTAL 1. How many of the above are presently on your payroll? 2. How many of the above will be hired for the project? BP2:wrkfrce 7/88 6.3 • SUBCONTRACTOR APPROVAL FORM • Submit form for each subcontractor prior to starting work. See Section 1- 08.1(1) "Subcontracting" for detailed requirements. • • • • • • • • 6.4 • • The City of Seattle SUBCONTRACTOR APPROVAL APPLICATION • • 1. To be completed by Contractor prior to a subcontractor beginning work on a project and forwarded to the Engineer /Architect for approval Project Name B.P.W. Project No. Spec. No. (when applicable) Contractor Business Name Telephone Number Address City State ZTp Cdde I respectfully request approval of the following subcontractor on the subject project: Subcontractor Business Name Telephone Number Seattle Business License No. Address City State ZTp Washington State Registration No. J Estimated Start Date Estimated Number of Working Days ic Certifation: 1! MBE I I WBE fl WMBE fl DBE f Other Amount of Subcontract Type of Work Was this subcontractor protected for use in the WMBE commitment submitted with the Bid?! 'Test I tic\ Is this subcontractor replacing a WBE, MBE or Combination WMBE firm projected for use In the WMBE commitment submitted with the Bid? (If "yes ", please attach an explanation II Yes No Projected Subcontractor Employees OCCUPATIONS (Ltst classifications of workers) Total Employ Total White Total Minor. Black Astan Amer. Indian His - Panic M F M F H P M F M F M F M F Managers Apprentices /Trainees _ TOTAL Prime Contractor's Signature Date 2. To be completed by Administering Department with copies forwarded to agencies listed below LtApprove Subcontractor LtDisapprove Subcontractor (explanation attached) Authorized Signature Title Department Date cc: Comptroller 01 -01 -01 Enforcement Supervisor, DLCA 01 -01 -02 Human Rights Department 90 -00-02 Board of Public Works (2 copies) 14 -02-03 Contractor 6.5 Rev. 12/88 • CEDAR RIVER PIPELINE 04 REHABILITATION • • PLANS AND SPECIFICATIONS The CEDAR RIVER PIPELINE 14 REHABILITATION improvement together with incidental work in connection therewith shall be done in accordance with: 1. The Superintendent of Water Plans, Drawing No. , Sheets 1 to 9. 2. The City of Seattle Standard Specifications. (1989 City of Seattle Standard Specifications for Road, Bridge, and Municipal Construction) 3. City of Seattle Standard Plans for Municipal Public Works Construction 1986, Eleventh Edition. • 4. "Traffic Control Manual for In- Street Work, Seattle, Washington, September 1, 1987," which supplements and is to be utilized in con- junction with the "Manual on Uniform Traffic Control Devices for Streets and Highway (MUTCD), 1978 Edition," as published by the Department of Transportation, Washington, D.C. • 5. Washington State Department of Transportation (WSDOT) Franchise Permit No. , being acquired by SWD. 6. City of Tukwila Construction Permit No. , being acquired by SWD. • 7. Washington State Department of Wildlife Hydraulic Permit No. , being acquired by SWD. 8. This Project Manual. • • • • 1 NATURE OF IMPROVEMENT AND SPECIAL PROCEDURES Cut and temporary cap existing Cedar River Pipeline #4 at Stations 244 +88 and 257 +33. Excavate three access pits at Stations 244 +88, 254 +79, and 257 +33. Install by the Method of Sliplining owner fur- nished pipe inside the existing pipeline. Pressure test the completed new pipeline and reconnect the two ends. Owner will provide equipment and labor for pipeline disinfection. OWNER FURNISHED MATERIALS Detailed in Section 1- 08.3(4). All other materials shall be fur- nished by the Contractor. SEQUENCE OF WORK Pipe mark numbers B75B through B105 can only be inserted through access pit #2. Pipe mark numbers B106 through BS145 can only be inserted through access pit #3. Access pit #1 shall be used for connecting new steel pipe to existing CCP at Station 244 +88.46. DEFINITION OF OPERATIONAL CEDAR RIVER PIPELINE 14 REHABILITATION For purposes of this contract an CEDAR RIVER PIPELINE #4 REHABILITATION exists once the facility has successfully passed the pressure test required by Section 10- 01.3(7) and connections to the existing pipeline have been completed in accordance with Section 10- 01.3(8). SPECIAL PROJECT PROCEDURES Due to the time constraints on this project the Owner will permit the Contractor to work any hours of any day in compliance with the noise restrictions of City of Tukwila. The Contractor is required to use the extended,work hours to provide an operational CEDAR RIVER PIPELINE #4 REHABILITATION by the contract date. The Contractor will be required to overcome delays by the use of extra effort. All excusable delays will be compensated by the Owner in accordance with Sections 1- 08.3(5) and 1 -08.8. 2 • CEDAR RIVER PIPELINE 04 REHABILITATION • • AMENDMENTS AND SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS SECTION 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.2 AWARD OF CONTRACT Delete the first paragraph and replace with the following: The Owner reserves the right to Award such Additives, Deductives, or Alternates, as may be set forth in the Bid Form. If a Contract is to be awarded, it will be awarded to the lowest and best Bidder within 60 • days, beginning the day after the Bid opening. Upon mutual consent of the lowest and best Bidder and the Owner, the Bid of the lowest and best bidder may be extended. Additionally, an invitation may be extended to all Bidders to extend their Bids if the Owner in its sole discretion deems it necessary. • 1 -03.4 CONTRACT BOND Delete the section and replace with the following: The successful Bidder shall provide an executed Contract Bond for the Awarded Contract price. This Contract Bond shall: • (1) Be on an Owner- approved form, (2) Be signed by an approved Surety (or sureties) that: (a) Is registered with the Washington State Insurance Commissioner, and (b) Appears on the current Authorized Insurance List in the • State of Washington published by the Office of the Insurance Commissioner, (3) Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time, (4) Guarantee that the Surety shall indemnify, defend, and protect the Owner against any claim of direct or indirect loss resulting • from the failure: (a) Of the Contractor (or any of the employees, subcontractors, or agents of the Contractor) to faithfully perform the contract and (b) Of the Contractor (or the subcontractors or agents of the Contractor) to pay all laborers, mechanics, subcontractors, • agents, materialmen, or any other person who provides supplies or provisions for carrying out the work. (5) Contain the following language: IT IS FURTHER DECLARED AND DECREED that nothing of any kind or nature whatsoever that will not discharge the Principal shall operate as a discharge or a release of liability of the Surety, any law, rule of equity or • usage relating to the liability of sureties to the contrary not- withstanding, and the Surety waives notice of any alteration, or 3 • extension of time, made by the City, except that any single or cumulative change orders amounting to more than 25% of the Contract Price shall require the consent of the Surety. The Surety agrees to be bound by the laws of the State of Washington and subjected to the jurisdiction of the State of Washington. (6) Be accompanied by a power of attorney for the Surety's officer empowered to sign the Bond. (7) Be signed by an officer of the Contractor empowered to sign offi- cial statements (sole proprietor or partner). If the Contractor is a corporation, the Bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the cor- poration (i.e., corporate resolution, power of attorney or a letter to such effect signed by the president or vice - president). The Owner may require the Surety (or sureties) on the Contract Bond to appear and qualify themselves. Whenever the Owner deems the Surety (or sureties) to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payment on the Contract will stop. 1 -03.5 FAILURE TO EXECUTE THE FORM OF AGREEMENT Delete the second and third paragraphs and replace with the following: If the second lowest responsible Bidder fails to execute the Agreement Form, and furnish satisfactory bond(s) and insurance(s) within 14 days after Award has been made to the second Bidder, or within the time period mutually agreed upon by the Owner and second Bidder, the second Bidder's Bid Guaranty will also be forfeited. The Contract may be awarded successively in a like manner to the remaining lowest respon- sible Bidders until a Agreement Form is executed and bond(s) and insurance(s) furnished, by a responsible Bidder, or the remaining Bids are rejected. The time for the successful Bidder to execute the Agreement Form and return the Project Manual and furnish satisfactory bond(s) and insurance(s) may be extended if requested by the Bidder, and the Owner deems circumstances warrant the extension. 4 SECTION 1 -05 CONTROL OF WORK Add the new title and section as follows: 1- 05.3(1) SUBMITTALS (New Section) • 1- O5.3(1)A WORK INCLUDED Whenever possible throughout the Contract Documents, the minimum acceptable quality of workmanship and materials has been defined either by manufacturer's name and catalog number or by reference to recognized industry standards. • • To ensure that the specified products are furnished and installed in accordance with design intent, procedures have been established for advance submittal of design data and for its review and approval or rejection by the Engineer. 1- 05.3(1)B RELATED WORK DESCRIBED ELSEWHERE Required submittals are specified in the individual sections of these Special Provisions (specifications) and in Section 1- 05.3(1)C. 1- O5.3(1)C SUBMITTAL OF SHOP DRAWINGS (Working Drawings) The Contractor shall submit for review shop drawings, embedment and placement details, restrained pipe joints, erection procedures, fabrication details, electrical diagrams, and catalog information and cuts for all manufactured items (including mechanical and electrical equipment) in advance of their fabrication or purchase by • the Contractor, to assure full compliance with the contract requirements. The shop drawings and catalog cuts shall include: o Access Pits, Shoring, and Construction Procedures. • o Environmental Drainage Control System Plan and Procedures. o Cement Mortar Grout Procedures. o Geo- Textiles (Include sample): Ground Stabilization Fabric. Fabric for Temporary Silt Fence. 1- O5.3(1)D SUBMITTAL CONTROL DOCUMENT • Within 15 days after receipt of notice to proceed, the Contractor shall submit to the Engineer in duplicate, a submittal control docu- ment listing all submittal items. For example, those items listed will include shop drawings, manufacturer's literature, certificates of compliance, material samples and guarantees. The scheduled need dates must be recorded on the document for each item for control purposes. • In preparing the document, adequate time shall be allowed for review and approval and possible resubmittal. Scheduling shall be coor- • 5 • dinated with the approved progress schedule. The Contractor may use his own form to include in the above information. The schedule shall not relieve the Contractor of his obligation to comply with all the specification requirements for the items on the schedule. The Contractor shall review the listing at least every 30 days and take appropriate action to maintain an effective system. Copies of updated or corrected listing shall be submitted to the Engineer at least every 60 days in the quantity specified. 1- 05.3(1)E SUBMITTAL HANDLING Make all submittals of Shop Drawings, samples, requests for substitu- tions, and other items, in strict accordance with the provisions of this section of these Specifications. Submittals shall clearly indicate, by arrows or other means, the spe- cific item or type being submitted and shall show compliance with the specifications. If there is a deviation from the Contract Documents, the deviation shall be clearly indicated and an explanation given as to why the submitted product results in a better product than spe- cified. The name, address, and telephone number of the local manufac- turer's representative shall be provided with each submitted product. 1- 05.3(1)F SHOP DRAWING CHECKING Shop Drawings will be checked for conformance with the design concept of the project and compliance with the information given in the Contract Documents. Contractor is responsible for dimensions to be confirmed and correlated at the job sites, for information that per- tains solely to the fabrication process or to techniques of construc- tion, and for coordination of the work of all trades. All equipment, piping, tanks, panels, etc., and their supports and anchorages shall be designed to resist seismic loading as required by the 1988 edition of the Uniform Building Code for Seismic Zone 3. To facilitate the Engineer's review of the Shop Drawings, computations signed by a licensed civil engineer (or complete, applicable and current test data from a recognized testing laboratory) shall be sub- mitted with the Shop Drawings showing compliance with this require- ment. Adequate information including weight, magnitude and location, dimensions, connection details, etc. shall be provided to evaluate the design. 1- 05.3(1)G SCALE REQUIRED Unless otherwise specifically directed by the Engineer, make all Shop Drawings accurately to a scale sufficiently large to show all per- tinent features of the item and its method of connection to the work. 1- 05.3(1)H PRINTS REQUIRED Unless otherwise specifically directed by the Engineer, make all Shop Drawing prints in blue or black line on white background. 6 • Submit all Shop Drawings in the quantity which is required to be returned plus five copies which will be retained by the Engineer, except as modified herein. 1- 05.3(1)1 IDENTIFICATION OF SUBMITTALS • Identify each submittal and resubmittal by showing at least the following information: Name and address of submitter, and name and telephone number of the individual who may be contacted for additional information. • Project name as it appears in the Contract Documents. Drawing number and specifications section number to which the sub- mittal applies. The construction schedule activity (name and node number) to which • the submittal applies. 1- 05.3(1)J COORDINATION OF SUBMITTALS Prior to submittal for Engineer's review: Determine and verify all field dimensions and conditions, materials, catalog numbers, and similar data. Coordinate as required with all trades and with all public agencies involved. • Secure all necessary approvals from public a9encies and others and signify by stamp, or other means, that they have been secured. 1- 05.3(1)K TIMING OF SUBMITTALS Make all submittals far enough in advance of scheduled installation to provide time for review and approvals, for possible revision and resubmittals, and for placing orders and securing delivery. In scheduling, allow at least five (5) working days for the Engineer's review following his receipt of the submittals or resubmittals. • Allow an additional five (5) full working days for submittals which deviate from the Contract Documents. • • 7 • SECTION 1 -06 CONTROL OF MATERIALS Add the new title and section as follows: 1 -06.7 TRADE NAMES AND "OR EQUAL" PROVISION (New Section) Whenever in the specifications or on the drawings the name or brand of a manufactured article is used, it is intended to indicate a measure of quality and utility or a standard. Except in those instances where the product is designated to match others in use on a particular improvement either completed or in the course of completion, the Contractor may substitute any other brand or manufacture of equal quality and utility on approval of the Engineer, provided the use of such brand or manufacture involves no additional cost to the owner. 8 • SECTION 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1- 07.1(1) SAFETY RULES AND STANDARDS Add the following: • 1. Contractor to design a site Safety Program. 2. Supervise and enforce compliance with the Safety Program as required to implement and maintain safe working conditions. • 3. Such Safety Program shall take into consideration the proximity of workers to a major highway, streets, and ramps. 1- 07.5(3) NOISE POLLUTION • • • Add the following: "The Contractor shall take special effort to suppress construction noise particularly during the extended working hours. Exhaust mufflers shall be used on all equipment and sound curtains shall be placed in work areas at the direction of the Engineer. In sensitive areas or on receipt of complaints from the public, the Contractor shall undertake such other reasonable sound suppression measures as directed by the Engineer in order to meet King County requirements and City of Tukwila permit requirements. 1- 07.9(5) PAYROLLS Delete the first paragraph and replace with the following: Payroll reports for the Contractor, every subcontractor, and all other individuals or firms required to pay prevailing wages for work performed on this Contract shall be submitted weekly to the Executive • Director of the board of Public Works, Arctic Building, Suite 700, 700 Third Avenue, Seattle, Washington 98104, within 72 hours after the expiration of each pay period. The payroll reports shall contain the following information: 1- 07.11(7)F LIQUIDATED DAMAGES • Change the word "shall" to "may" in the second line of the first paragraph. 1- 07.12(4) WMBE PARTICIPATION IN CHANGES • Delete the second paragraph and replace with the following: For authorized individual changes of less than ten percent of the Awarded Contract Price, the mandated set aside percentages shall apply only to the Awarded Contract Price. • 9 • 1- 07.18(1) GENERAL Delete the second paragraph and replace with the following: When the Contractor delivers the executed Contract for the Work to the Owner, it shall be accompanied_by a Certificate of Insurance (or a Certificate and a Binder) for a primary policy of Comprehensive General Liability insurance meeting the requirements set forth hereinafter. The insurance policy provided must be on a per occurrence basis; no claims made policy will be accepted. The insurance provided must be with an insurance company with a Best rating of B +7 or equiva- lent. The Owner reserves the right to approve the security of the insurance provided, the company, terms and coverage, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements regarding insurance will be considered a material breach of contract and shall be cause for immediate termination of the Contract at the option of the Owner. 1- 07.18(4) EVIDENCE OF INSURANCE Add the following sentence to item 2(a): Any wording crossed out must be initialed by the agent /broker; Add the following sentence to item 2(b): Any wording crossed out must be initialed by the agent /broker. 1 -07.23 TRAFFIC CONTROL Add the following: The Contractor shall reference to the "Traffic Control Plan" shown on Sheet 9 of the Drawings for the general guidelines concerning traffic control along City of Tukwila and WSDOT streets and on ramps. The Contractor shall submit a specific traffic control plan for approval by the City of Tukwila and WSDOT regarding specific work activities proposed at each site of the CRPL #4 project. Add the new title and section as follows: 1 -07.29 CONTRACTOR'S RELATIONS WITH THE PUBLIC (New Section) The Contractor and Contractor's employees shall at all times endeavor to maintain amicable relations with the general public. The Engineer shall be immediately informed of any complaints from members of the public regarding the Contractor's activities. The Engineer shall be informed immediately of any contact, complaint or request by the public, including any inquiry by representatives of the media. 10 • The Contractor shall report the name, time, place and nature of the contact and resolution, if any. The Contractor and the Contractor's employees shall speak only on their own behalf and not for the City of Seattle and the Water Department. The Contractor shall instruct all employees to refrain from actions • that could lead to confrontations with members of the general public. Racial or sexual harassment, lewd, lascivious, profane, indecent, abu- sive, threatening or obscene words, language or conduct on the part of the Contractor or any of the Contractor's employees will not be tolerated. Such actions will be considered incompetent, careless and negligent, and dealt with per Section 1- 05.13. • • • • Add the new title and section as follows: 1 -07.30 ENGINEER'S FIELD OFFICE (New Section) 1- 07.30(1) GENERAL 1- 07.30(1)A DESCRIPTION This section includes the requirements for furnishing the Engineer's field office and providing utility, communication, janitorial and other services throughout the life of the contract. 1- 07.30(1)B PAYMENT Payment for supplying the required field office and furnishings is incidental to contract.. Costs shall be distributed among other bid items that appear in the proposal. 1- 07.30(2) MATERIAL 1- 07.30(2)A FIELD OFFICE The field office shall be a weathertight, insulated modular trailer • meeting the requirements specified herein. The field office shall be located on the site where approved by the Engineer. A proposed layout of the interior of the field office shall be submitted for review and approved by the Engineer. The field office shall comply with the following: • 1. Support blocking and wind tie -downs shall be provided for the trailer in accordance with applicable codes. 2. The trailer shall be provided with walls and roof which have a U factor of 0.12 BTU /hr sq ft °F. • 3. Heating shall be provided which will maintain, throughout the offices, a minimum temperature of 70 °F. • • 4. Fluorescent lighting shall be provided which will produce 80 -foot candle illumination intensity at the floor level. 120 -Volt duplex outlets shall be provided around the inside perimeter at 6 -foot intervals. 11 The exterior doors shall be provided with a deadbolt lock. Four keys for each lock shall be delivered to the Engineer. Rooms and spaces shall have sliding glazed windows with screens. The Engineer's field office shall be approximately 8 -feet wide by • 40 -feet long with full height partitions. Two separate offices shall be included in the field office. A 8 -foot by 10 -foot office shall be included at each end of the field office. Field office shall have self- contained toilet facilities with holding tanks for the sanitary waste. Running water for drinking and washing shall be provided. Plumbing to the sinks and toilets for water shall be provided, including holding tanks for discharged water. 1- 07.30(2)8 FURNITURE Furniture for the Engineer's field office shall be furnished and installed by the Contractor. The office shall be equipped with 30 feet of shelving (10 feet in each office and open area), 10 -place plan rack with plan holders, 3 -foot by 6 -foot plan table at drafting board height, drafting stool, drafting table lamp, three 3 -foot by 5 -foot office desks and desk chairs on casters, 4 standard chairs, 3 waste- baskets, 2 lockable, 4- drawer file cabinets with 50 folders per cabi- net, one pencil sharpener, two bunks with bedding material and one coat rack, 24 -inch long with hangers. A copying machine capable of making both 8 -1 /2 by 11 and 11 by 17 inch copies shall be provided. The Contractor shall pay all lease, service and per -copy costs for the copying machine. The Owner will pay the costs for expendable items. 1- 07.30(2)C COMMUNICATIONS Telephone service including touchtone telephone equipment, cable and appurtenances required to provide one reliable telecommunication cir- cuit and one telephone service including a facsimile transmission and receiving machine. These systems shall be available for use when the Engineer's field office is in -place and ready for occupancy. Reliable telecommunication shall be provided between the Engineer's field office and the Contractor's field office. The maintenance required to keep the communication systems or facili- ties in satisfactory operating condition shall be provided throughout the life of the contract. The Contractor shall pay all regular -rate monthly local telephone company charges. Long distance charges will be paid by the Owner. 1- 07.30(3) EXECUTION 1- 07.30(3)A INSTALLATION The Engineer's field office shall be located in close proximity to the Contractor's field office. Preferably near 132nd Ave. NE. 12 • The Engineer's field office shall be in -place and ready to occupy at the same time the Contractor's field office is established but no later than 2 days prior to starting the excavation work at the site. • The following utilities and services shall be provided for the Engineer's field office through the life of the Contract: 1. Energy for heating facilities. 2. Electrical service at 120/240 Volts. Sufficient quantity of power shall be provided to meet the electrical requirements of the office. 3. Potable water. 4. Janitorial and trash disposal service on a regular basis. Floors shall be kept clean of sand, concrete, excessive dusting and other debris each day. 5. Empty sanitary waste and gray water holding tanks on a regular basis so that the tanks do not become full. 1- 07.30(3)B REMOVAL • After construction is completed and prior to final payment under the contract or as directed by the Engineer, facilities specified herein shall be removed. • • • • • 13 • SECTION 1 -08 PROSECUTION AND PROGRESS 1- 08.1(2) HOURS OF WORK Supplement this section with the following: For this project the following hours of work have been approved by the Owner and will be considered working days: Saturdays and Sundays, 24 hours per day. Holidays, 24 hours per day. Weekday hours will be 24 hours per day. 1- 08.1(3) REIMBURSEMENT FOR OVERTIME WORK OF OWNER EMPLOYEES Add the following: For this project the Contractor will not be required to reimburse the Owner for overtime work of Owner's employees. 1 -08.3 PROGRESS SCHEDULE Delete this section and replace with the following: 1.08.3(1) GENERAL REQUIREMENT The Contractor shall submit a progress schedule to the Engineer for approval within 5 days after Award or at the time of the preconstruc- tion meeting whichever date comes first. The progress schedule shall show, at a minimum, the proposed order of work, the expected beginning and completion times for salient work features, the dates subcontrac- tors will commence and complete their work, dates of availability for materials and equipment that affect the various work items, and completion of the work within the contract time. Submittal of progress schedules shall be evidence that subcontractors (1) have been involved in the preparation of initial and updated progress schedules and (2) have received from the Contractor sche- duling information sufficient to permit adequate and reasonable periods for the performance of the subcontract portions of the work. The progress schedule shall be a time scaled arrow diagram derived from a network produced by the Critical Path Method (CPM). The progress schedule shall be submitted on a reproducible medium complete with title block and revisions block for Contractor insertion of dates of revisions. The network shall show the order of the interdependence of all construction activities and the sequence in which the work is to be accomplished. The network shall show how the start of one activity is restrained by the completion of other activities and /or the start of succeeding activities. All subcontract activities shall be shown on the construction schedule and shall be identified with the name of the subcontractor. 14 • • Where actions of Owner may affect the progress of the work the acti- vity shall be flagged or a separate activity provided. A separate activity shall be provided for each occasion requiring Owner's forces to perform work. The Owner will furnish fabrication drawings of Owner furnished material. The network shall include activities for procurement, of delivery for major pieces of material, fabrication drawing approval, fabrication, and testing. The order of work required in Section 1.08.3(3)B shall be followed. Each of the activities in the progress schedule shall include the following items of information: (a) The activity name (b) The activity identification (IJ node numbers) • (c) The activity duration in working days (d) The float of the activity (e) The length of the planned work day (f) Clearly identify any Saturday, Sunday, or holiday work (g) For every pipeline installation activity planned production rates calculated in feet per day. • • • • The critical path(s) through the network shall be clearly identified. The network shall end on a single activity when all the allotted contract time has been used. Any additional information or coding used in the network shall be fully explained in notes on the network diagram. 1- 08.3(2) APPROVALS, UPDATES AND REVISIONS The Contractor and the Engineer shall participate in a review and eva- luation of the submitted progress schedule. Revisions deemed necessary as a result of this review shall be made by the Contractor and the progress schedule resubmitted for review within 5 days. This review shall not be construed as assignment of responsibility for per- formance to the Owner. The Contractor shall be fully responsible to ensure completion of the work within the contract time. After appro- val the progress schedule shall be used by the Contractor for planning, organizing and directing the work and reporting progress. The progress schedule shall be kept current by the Contractor during the life of the project so that an accurate indication of project progress is always available. The schedule shall be updated weekly or as requested by the Engineer to show the as -built construction progress. An update shall consist • of a time line drawn on the network connecting points of progress on each in work activity, as of the update date, and actual completion dates for all activities completed since a previous update. • • The Engineer reserves the right to request and obtain revised schedu- les as required if it is apparent that the Contractor's schedule does not substantially match the actual progress and activities of the work. When a revision to the progress schedule is required because of 15 additional work, a delay, or accumulations of causes which may result in the contract completion dates being delayed, a written explanation of the causes shall be submitted by the Contractor with the revised progress schedule. 1- 08.3(3) EVALUATION OF DELAYS Float is not time for exclusive use of either the Owner or the Contractor but shall be shared. Compensation for extra effort will be granted only to the extent that equitable time adjustments for criti- cal activities affected exceed the total float or slack along the paths involved. 1- 08.3(4) DELIVERY SCHEDULE AND LISTINGS OF OWNER FURNISHED MATERIAL The Owner has pre - purchased the 55 -inch and 54 -inch steel pipe, con- necting spools, pipe manholes, and two test heads. This material will be stored by the Vendor until award of contract. All other materials shall be provided by the Contractor. Due to site constraints, only ten to fifteen pipe sections can be stored on site. Contractor shall coordinate with Engineer and establish a pipe delivery schedule from the Vendor's storage yard. Delivery schedule shall match construction schedule. With the excep- tion of connecting spools, all pipe shall be unloaded by Vendor at designated locations of access pits #2 and #3. MATERIAL LIST Beginning Ending Length Joint Station Station Mark # Feet Type Comments 244 +88.46 B75A 10.00 PEXPE Spool 61.250" x 55.802" 0.D. with manhole and 12" service outlet. 244 +98.46 B75B 9.97 First piece in. C 9.97 245 +28.32 D 9.97 245 +39 BS76B 9.97 PEXB BS76C 9.97 PEXB 245 +68.20 BS76D 9.97 PEXB Pipe Detail B77A 10.63 PEXB (1) Interior of all pipe B77B 10.63 PEXB shall have cement mortar 246 +00.09 B77C 10.63 PEXB lining. BS78A 10.64 PEXB (2) Station 244 +98 to BS78B 10.64 PEXB Station 254 +42 pipe 246 +32.02 BS78C 10.64 PEXB 0.D. is 55.802" 16 • • • • • • • • • • B79A 10.67 PEXB (3) Station 254 +77 to B79B 10.67 PEXB Station 257 +15.02 pipe 246 +64.02 B79C 10.67 PEXB 0.D. is 54.802 ". 17 MATERIAL LIST - continued Beginning Ending Length Joint Station Station Mark # Feet Type Comments B80A 10.64 PEXB B 10.64 PEXB (4) Minimum plate thick - C 10.64 PEXB ness of all pipe is .401" B81A 10.63 PEXB B 10.63 PEXB (5) All new pipe joints C 10.63 PEXB shall match deflection angles of existing B82A 10.63 PEXB Cedar Pipeline #4. B 10.63 PEXB Shop drawing of C 10.63 PEXB existing pipeline is provided (CRPL #4 B83A 10.63 PEXB Protection at I -5 B 10.63 PEXB Sht. 3 of 9) C 10.63 PEXB B84A 10.64 PEXB B 10.64 PEXB C 10.64 PEXB B85A 10.67 PEXB B 10.67 PEXB 248 +55.48 C 10.67 PEXB B86A 10.67 PEXB B 10.67 PEXB 248 +87.48 C 10.67 PEXB B87A 10.67 PEXB B 10.67 PEXB 249 +19.47 C 10.67 PEXB B88A 10.67 PEXB B 10.67 PEXB 249 +51.45 C 10.67 PEXB B89A 10.67 PEXB B 10.67 PEXB 249 +83.40 C 10.67 PEXB B90A 10.67 PEXB B 10.67 PEXB 250 +15.33 C 10.67 PEXB • Beginning Ending Length Joint Station Station Mark # Feet Type • • • • • • • • • • B91A 10.67 PEXB B 10.67 PEXB 250 +47.23 C 10.67 PEXB Comments B92A 13.35 PEXB B 13.35 PEXB C 13.35 PEXB B93A 13.33 PEXB B 13.33 PEXB C 13.33 PEXB B94A 13.33 PEXB B 13.33 PEXB C 13.33 PEXB 252 +06.64 B95A 13.33 PEXB B 13.33 PEXB C 13.33 PEXB B96A 16.00 PEXB B 16.00 PEXB B97A 16.00 PEXB. B 16.00 PEXB B98A 16.00 PEXB B 16.00 PEXB B99A 16.00 PEXB 253 +34.13 B 16.00 PEXB B100A 16.00 PEXB B 16.00 PEXB B101A 16.00 PEXB B 16.00 PEXB B102A 16.00 PEXB B 16.00 PEXB B103A 12.50 PEXB B104A 34.91 PEXPE Connecting piece, access 54.802 "x pit #2, see detail. 55.802 "O.D. 255 +10.00 'B105 32.93 PEXB To be inserted from Access Pit #2. B106A 7.95 PEXB B 7.95 PEXB C 7.95 PEXB 255 +41.43 D 7.95 PEXB 19 Beginning Ending Length Joint Station Station Mark # Feet Type Comments B107A 7.95 PEXB B 7.95 PEXB C 7.95 PEXB 255 +72.86 D 7.95 PEXB B108A 7.96 PEXB B 7.96 PEXB C 7.96 PEXB 256 +04.33 D 7.96 PEXB B109A 8.06 PEXB 256 +20.06 B 8.06 PEXB B110A 5.12 PEXB 256 +36 B 5.12 PEXB B111A 6.69 PEXB B 6.69 PEXB 256+49.12 C 6.69 PEXB B112A 6.67 PEXB B 6.67 PEXB 256 +67.98 C 6.67 PEXB BS143 A 6.58 PEXB B 6.58 PEXB 256 +86.82 C 6.58 PEXB BS144A 6.62 PEXB B 6.62 PEXB 257 +06.24 C 6.62 PEXB 257 +15.02 BS145A 9.88 PEXB BS145B 10.2 PEXPE 62.250" 0.D. x 54.802" 0.D. closure spool with manhole and 6" outlet for air valve. See detail. Pipe Specials 1. Butt Strap (2) 62.500" I.D. x .500 "T x 14 "W 2. Butt Strap (2) 56.00" I.D. x .500 "T x 14 "W 3. Butt Strap (2) 55.00" I.D. x 500 "T x 14 "W 4. 62.500" 0.D. dished head, .500" plate, same grade as pipe. Provide two (2). Each dished head shall have Class F 6" flanged outlets on top and bottom. K�Y S = Spigot PE = Plain End 20 • B = Bell CM = Cement Mortar END OF MATERIAL LIST • • • • • • • • • 21 • 1- 08.3(5) OVERCOMING DELAYS For this contract revised schedules will be required and shall show how the Contractor plans to overcome delays. Each activity that is changed to overcome a delay shall be identified and the following data shall be provided for the original and resche- duled activity: (1) Man hours for each labor class (2) Premium hours for each labor class (3) Equipment (4) Equipment hours (5) Duration of the activity (6) Calendar dates of the activity (7) When applicable, production rates in feet per day Other requirements for revised schedule networks are as stated in Section 1- 08.3(1). 1- 08.3(6) PAYMENT No separate payment shall be made for preparation of progress schedu- les. The cost shall be included in the unit prices bid on the various items comprising the improvement. Payment for overcoming delays will be in accordance with Section 1 -08.8. 1 -08.8 TINE EXTENSIONS AND DELAYS - ENTITLEMENT AND COMPENSATION 1- 08.8(1) GENERAL Delete this section and replace with the following: The operational completion date of this contract cannot be extended for a period equivalent to the actual time which the work is suspended or delayed for an excusable reason. Suspensions or delays shall be overcome by use of extra effort. Entitlement and compensation if applicable will be determined by the Engineer. If the performance of the work is suspended or delayed, and the Contractor believes the reason for the suspension or delay is excu- sable or compensable, the Contractor shall submit to the Engineer a written notification. The notification shall be submitted the same day of the happening, event, or occurrence which caused the claimed delay. The request shall state the reasons why a delay occurred. Within 5 days after the last day of the happening, event or occurrence causing the claimed delay, but before the Acceptance Date, whichever comes first, the Contractor shall submit documentation substantiating the cost, and details of extra work required, together with a revised progress schedule indicating the specific impacts of the claimed delay and, the specific steps planned, or taken, to overcome the delay. The Contractor's approved progress schedule in effect at the start of the 22 • claimed delay shall be used to evaluate the extent of the delay. The Contractor shall subsequently submit a revised progress schedule incorporating the extra work. The Contractor shall keep full, complete, and separate records of the costs and additional time of claimed delays. The Engineer shall have • access to those records, and such other Contractor or subcontractor records the Engineer may deem necessary for evaluating the claimed delay and compensation. Failure to comply with each of these require- ments, including the time period requirements, shall constitute waiver of the right to later make a claim for compensation. • The Contractor's request for compensation shall have the consent of Surety named on the Contract Bond when the cumulative requests for compensation equals or exceeds 25% of contract costs (set forth in the Contract Documents). Failure of the Contractor to efficiently utilize all available time • after the Notice to Proceed Date will be considered in evaluating requests for compensation. The payment of additional compensation will be made by Change Order. Compensation for efforts to overcome delays shall be limited to the • additional costs involved. No compensation will be allowed without the Engineer's approval of.the Contractors revised progress schedule. All compensation for extra effort will cease when in the judgment of the Engineer the delay has been overcome. Any specialized equipment or tools built or purchased soley to overcome a delay and paid for wholly as extra effort shall become the property of Seattle Water • Department and shall not be used on other portions of the work without equitable compensation and approval of the Engineer. 1- 08.8(3) EXCUSABLE DELAYS Delete the first paragraph of this section and replace with the • following: Excusable delays shall be those delays caused by factors beyond the control and without fault or negligence of the Contractor. Extra work to overcome excusable delays will entitle the Contractor additional compensation if the activities which are subject to the delay are on the critical path of the construction schedule'and the Contractor has submitted a notification within the prescribed time limits. Delete the last sentence in the third paragraph and replace with the following: • Unusually severe weather is limited to, prolonged periods of snow, freezing temperatures or unusually heavy rainfall, and other unusual weather disturbances during which the Contractor is unable to perform the work. To qualify as unusually severe weather, the event must be rated as a once in 10 -year occurrence or be in the nintieth percentile of historical events. It is the Contractor's responsibility to pro- vide evidence of the rarity of events claimed to caused a delay. 23 • 1- 08.8(3)B NONCOMPENSABLE DELAYS Delete this title and first sentence of this section and replace with the following: 1- 08.8(3)B NORMALLY NONCOMPENSABLE DELAYS Normally noncompensable delays shall be delays to the completion of the work arising from conditions beyond the control and without the fault or negligence of the Contractor, the Engineer, or the Owner. Add the new section as follows: 1- 08.8(3)C OVERCOMING NORMALLY NONCOMPENSABLE DELAYS (New Section) The emergency nature of this project will not allow the granting of time to offset noncompensable delays. Extra effort shall be extended by the Contractor to overcome these delays. The Contractor shall apply additional labor, additional equipment and extended work hours to overcome these delays. The Contractor will be conpensated for the extra effort in accordance with Section 1- 08.8(1). 1 -08.9 LIQUIDATED DAMAGES Supplement this section with the following: For this contract, liquidated damages shall be $5,500 per day for each day after March 1, 1991 that the operational CEDAR RIVER PIPELINE #4 REHABILITATION is not complete. When the CEDAR RIVER PIPELINE #4 REHABILITATION is operational liquidated damages shall be $540 dollars for each day after March 1, 1991 the work remains incomplete. These damages are cumulative. 24 • • • • • • • • • • • DIVISION 2 EARTHWORK SECTION 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP 2 -01.2 DISPOSAL The title of this section shall be amended to read: 2 -01.2 BORROW AND DISPOSAL SITES 2- 01.3(4) ROADSIDE CLEANUP Delete the section and replace with the following: 25 SECTION 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2- O2.3(3)H REMOVE PIPELINE (New Section) Pipelines designated remove on the Drawings shall be removed and disposed of including appurtenances. Appurtenances shall include pipeline fittings. Excavation and trenching to expose the existing pipeline shall be in accordance with Section 10 -01. The existing pipe shall be removed completely from the trench, including all debris as directed by the Engineer. Disposal shall be in accordance with the Standard Specifications. Safety system for trench excavation shall be in accordance with this Project Manual and the Standard Specificaitons. Where the existing pipeline is being removed from inside a corregated metal or concrete casing pipe, all sand, grout, and pipe shall be completely removed and disposed of. The Contractor shall be responsible for maintaining the existing shape and structural integrity of the existing pipe for installing the new pipe. 2 -02.4 MEASUREMENT Add the following: No measurement will be made for "Remove Pipe ". 2 -02.5 PAYMENT Add the following: All costs required for the work to remove sections of the existing pipelines, as shown on the Drawings, shall be incidental to the unit contract price for "Access Pit, Complete ". 26 • • DIVISION 4 BASES SECTION 4 -04 BALLASTING AND CRUSHED SURFACING 4 -04.1 DESCRIPTION 1. WORK INCLUDED: • A. Temporary access road to Access Pit #1 and #2. B. Maintenance of existing access road to Access Pit #3. C. Gravel berm for erosion control around perimeter of Access Pits #1, #2, and #3. • • 2. EXECUTION: A. Construct and maintain access road to Access Pit #3, according to plan. B. Provide pit run gravel for erosion control around Access Pits as shown on the plans. C. Upon completion of the project, remove and dispose all the gravel base including the filter fabric. D. If existing paved access road to Access Pit #3 is damaged by vehicular traffic, repair road surface by applying new layer of asphaltic surface. • 3. PRODUCTS: A. Gravel for access road shall conform to Mineral Aggregate, Type 14. • • 27 • DIVISION 6 STRUCTURES SECTION 6 -02 CONCRETE STRUCTURES 6- O2.3(2)A GENERAL Add the following: Concrete for pipe encasement shall be in accordance with Class C with the following modifications: Compressive strength, pounds per square inch - 2,000. Pounds of dry fine aggregate - 1,100. Pounds of dry No. 2 coarse aggregate - 2,357. 28 • DIVISION 7 STORM DRAINS, CULVERTS, SANITARY AND COMBINED SEWERS, WATER MAINS AND RELATED STRUCTURES • SECTION 7 -10 TRENCH EXCAVATION, BEDDING, AND BACKFILL FOR WATER MAINS GENERAL • This section covers work that is necessary in backfilling areas around Access Pits that does not require concrete encasements. • • • • • • • • 7- 10.3(8)8 SURPLUS MATERIALS Add the following: "Unsuitable material shall also be surplus material. Surplus material and excess material are synonumous." 29 Delete Section 7 -11 PIPE INSTALLATION FOR WATER MAINS 30 • SECTION 7 -15 SERVICE CONNECTIONS • This section covers the work necessary to install a service outlet sleeve at Station 246 +10. PRODUCTS Owner supplied sleeve. • EXECUTION Match location of existing 12 -inch gate valve service outlet to new steel pipe. Field cut opening in steel pipe and weld new sleeve outlet in accordance with welding specifications. • • • • • • • 31 • DIVISION 8 MISCELLANEOUS CONSTRUCTION SECTION 8 -01 EROSION CONTROL 8- 01.3(4)A SEEDING Add the following: For this project seed shall be Seed Mix #1 (Highway Mix) in accor- dance with Section 9- 14.2(2). Add the new title and section as follows: 8- 01.3(13) TEMPORARY SILT FENCE (New Section) 8- 01.3(13)A DESCRIPTION OF TEMPORARY SILT FENCE [See Details on Drawings, Specs to be completed] 8- 01.3(13)B MATERIALS FOR TEMPORARY SILT FENCE 8- 01.3(13)C MAINTENANCE AND REMOVAL OF TEMPORARY SILT FENCE 8 -01.4 MEASUREMENT Add the following: No measurement will be made for Temporary Silt Fence. 8 -01.5 PAYMENT Add the following: All costs for the work required to furnish, install, maintain, and remove the Temporary Silt Fence shall be included in the unit contract price for "Environmental Drainage Control System." 32 • Add the New Division as follows: DIVISION 10 SPECIAL PROCEDURES FOR CEDAR RIVER PIPELINE 8 4 • REHABILITATION (New Division) • SECTION 10 -01 PIPE INSTALLATION 10 -01.1 GENERAL Install pipe in accordance with Section 10- 01.3(05) and ,to the stan- dards of the AWWA for installing the type of pipe used. The Contractor shall provide all tools and equipment, including any spe- cial tools required for installing each particular type of pipe used • unless modified or changed on the Drawings or in the Special Provisions. Pipe sections shall be joined in such a manner as not to damage the lining. Any damage to the lining shall be repaired by the Contractor at the Contractor's expense as directed by the Engineer. Inside parts of the pipe accessories shall be repaired in accordance with manufac- tures instructions and AWWA C205 or C602. The method of pulling or jacking the connecting pipe home must allow both vertical and horizon- tal movement of the pipe for the protection of the gasket. The Contractor shall install only new, unused materials and materials • supplied by the Owner. 10 -01.2 MATERIAL The Owner will provide all pipe shown on the material list. The Contractor shall bear all costs of unloading the pipe at the construc- tion site. Pipe handling shall be as specified in Section 10-01.3(03). The Contractor shall provide all other materials needed to complete the project as shown on the Drawings or in the Special Provisions, including, but not limited to all temporary pipe caps, blocking, precast concrete, chambers, drain lines, backfill, encase- ment, reinforcing steel, grout, bedding material, top soil and surface • restoration materials. 10 -01.3 CONSTRUCTION DETAILS 10- 01.3(1) ENVIRONMENTAL DRAINAGE CONTROL - • Prior to starting any earthwork the Contractor shall acquire the Engineer's approval of an "Environmental Drainage Control Plan and Procedure," and shall complete the installations required therein at each access pit, subject to the Engineer's approval. Any appurtenan- ces for drainage control shown on the Drawings shall be included. • 33 • All structures, devices, and appurtenances required by the Environmental Drainage Control Plans and Procedure shall be inspected at least once each week and daily at any access pit having construc- tion activities. The Contractor shall be responsible for maintenance and repair during the time the Environmental Drainage Control System is required, as directed by the Engineer. Construction activities at an access pit shall not proceed until needed maintenance or repairs are made, as determined by the Engineer. At the site of access pit No. 1, turbid water shall not be discharged into or allowed to seep into Gillian Creek, and WSDOT or the City of Tukwila catch basins. As part of the "Environmental Drainage Control Plan and Procedure" a 10,000 gallon tank truck with pumping ability, shall be on standby at access pit No. 1, when working at that site. At other times the tank truck shall be available at any access pit within two hours notice from the Engineer. The tank truck shall be provided at any access pit as directed by the Engineer, in case of failure of the drainage control system. Water pumped into the tank truck shall be transported to the SWD Lake Youngs property for dispo- sal as directed by the Engineer. Construct the system to control flooding of Gillian Creek, at Access Pit No. 1 site, as detailed on the Drawings. After completion of the pipeline work and as directed by the Engineer, the drainage control system shall be removed and disposed of, and the sites restored. 10- 01.3(2) ACCESS PITS Access pits shall be constructed at the three locations shown on the Drawings. Shop drawings for each access pit shall be submitted to and approved by the Engineer prior to any excavation. Shop Drawings shall indicate the method of lining the walls, bracing, and removal of water at each access pit. Excavation of access pits to expose the existing pipe shall adhere to the requirements of Section 7 -10 except as modified herein. A portion of the existing pipeline shall be removed. Contractor may choose to remove top half of pipe to gain access for pipe insertion. No excavated material or imported soil or backfill material shall be tored at any access pit site. Any excavated material determined by the Engineer to be reusable for select native backfill or planting soil. Type B shall be stored off project sites and protected from absorbing excessive moisture until transported back to the project site for reuse. Walls of access pits shall be lined by such methods as to prevent infiltration of ground water. The wall linings shall be designed to prevent any caving of the surrounding soil. 34 • Steel sheet piling with bracing may be used at access pits No. 2 and No. 3. No pile driving or vibrating shall be allowed at access pit No. 1. The bottom of each access pit shall be covered with a 2 -inch thick layer of Class C concrete. Class C concrete shall be in accordance • with Section 6 -02. 'Landslides have occurred in the area of access pit No. 3 in the past. The Contractor shall modify his construction methods so that unne- cessary disturbances are created in the work area. • Immediately after pipe removal, install a temporary watertight bulkhead capable of withstanding twenty feet of head based on pipe inverts at all open ends of the existing pipeline not being replaced to prevent possible contamination. Excavations areas shall be temporarily fenced when active work is not • in process. This includes overnight or off shift. • • 10- 01.3(3) DEWATERING OF PIPELINE AND ACCESS PITS 10- 01.3(3)A SERVICES TO BE PROVIDED BY THE SEATTLE WATER DEPARTMENT Dewater pipeline upon 5 working days' written request from the Contractor of the date which he intends to start operation on the pipeline. 10- 01.3(3)8 CONTRACTORS DEWATERING The Contractor shall provide all dikes and channeling to divert flood and drainage waters from the access pits and from openings into the existing or new pipeline. The Contractor shall provide all pumps, well points and piping necessary to keep the access pits dewatered. • The Contractor shall pump to drain any low points inside the pipeline. The Contractor shall submit detailed plans and schedules for his dewa- tering operations, including locations of pumping to drain the low spots, estimatedvolumes of water to be disposed of, method_of___ transport:, method _of di s'posal ,"mate of discharge, and Ospwosal sites., All plans and schedules for dewatering shall be submitted to the - Engineer one week prior to the commencement of each low spot dewa- tering. At no time will the Contractor be allowed to dispose of waste water into any storm drains, ditches, sanitary sewers or streams without the • approval of the Engineer. Owner will prevent leakage from main valves to the best of its abi- lity. The Contractor shall drain excess leakage so as not to allow interference with his operations.) • 35 • All additional equipment for controlling the flow of water shall be furnished and installed by the Contractor. All such installations and the operation thereof, shall be subject to the approval of the Engineer. At the conclusion of the work, the Contractor shall remove all his equipment, and shall leave the area in a condition satisfac- tory to the Engineer. The Contractor shall not make any change on any of the Seattle Water Department or City of Tukwila valves controlling the flow of water at any time during the course of this contract. When a situation requiring a change in any valve arises, the Contractor shall notify the Engineer. The Seattle Water Department will operate such valves as may be necessary to produce the result which the Contractor may desire. The Contractor shall be fully responsible for any damages resulting from non - compliance with this requirement. 10- 01.3(4) HANDLING PIPE All types of pipe shall be handled in such manner as will prevent damage to the pipe, pipe coating, and pipe lining. Pipe and fittings shall be loaded and unloaded in a manner so as to avoid shock or damage, and under no circumstances shall they be dropped or skidded or rolled against other pipe. If any part of the lining or coating is damaged, repair thereof shall be made by the Contractor at his expense and in a manner satisfactory to the Engineer. The cost of damaged pipe will be deducted from payments due the Contractor. Replacement pipe will be provided by the Owner. The Contractor will be held responsible for delays arising from replacement of damaged pipe. The damaged pipe shall remain the property of the Owner. Methods of handling shall be corrected by the Contractor if the Engineer determines that these methods are damaging to the pipe. Dirt or other foreign material shall be prevented from entering the pipe or pipe joint during handling or laying operations, and any pipe or fitting that has been installed with dirt or foreign material in it shall be removed, cleaned, and relaid. A clean wisk broom shall be used for this purpose and for brushing to remove foreign matter prior to joining of pipe ends. At times when pipe laying is not in progress, the open ends of the pipe shall be closed by a watertight plug or by other means approved by the Engineer to ensure cleanliness inside the pipe. Pipe shall be stored in such a manner as to prevent damage to the pipe, to prevent dirt and debris from entering the pipe, and to pre- vent any movement of the pipe. The pipe shall be kept off the ground on timbers, rails or other similar supports and chocks shall be placed at each end to prevent movement. Pipe sections shall not contact adjacent stored pipe. Pipe, at all times, shall be handled with equipment such as stout wide canvas slings or wide padded forks designed to prevent damage. When transported, all pipe shall be carefully loaded on properly padded saddles not less than 12 inches in width. Pipe sections shall be 36 • separated so that they do not bear against each other and the whole load shall be securely fastened together and to the transporter to prevent movement in transit. 10- 01.3(5) CUTTING PIPE • Whenever it becomes necessary to cut a length of steel pipe, the cut may be made with abrasive saw or Oxyacetylene torch. All torch cut ends shall be ground to remove all rough edges and residue to provide a smooth edge for welding. • 10- 01.3(6)A STEEL PIPE INSTALLATION The Contractor shall transport steel pipe from the storage site to the point of installation. During steel pipe installation, the patching of inserts, overlays, or pounding out of dents will not be permitted. Repair of notches or • laminations on section ends will not be permitted. Damaged ends shall be removed as a cylinder and the section end properly repaired. Distorted or flattened lengths shall be rejected. A buckled section shall be replaced as a cylinder. Damaged cement mortar lining shall be repaired in accordance with AWWA • C2O5 or as directed by the Engineer. All damaged pipe shall be removed from the site. The cost of damaged pipe will be charged to the Contractor and claims of delays will not be granted. The damage pipe shall remain the property of the Owner. • • • • • • JOINT ASSEMBLY a. Each steel pipe section provided by the Owner is being manu- factured for installation in one location only. The steel pipe sections are being prepared with bevels and lengths to match the existing concrete cylinder pipe (Sheet 2 and 3 of Drawings) so that the deflected joints of the steel liner will correspond to the deflected joints of the existing concrete cylinder pipe. The Contractor shall install the Owner- provided steel pipe sections to match the locations and orientations shown on the actual shop drawings of the pipe manufacturer. b. Steel pipe joints inside the existing casings shall be lap - welded on the interior of bell and spigot joints. Buttstrap connections and steel pipe joints not inside the existing casings shall be welded on the interior and exterior as shown on the plans and these welds shall be air tested to 30 psi by the Contractor in the presence of the Engineer. c. Tolerances for departure from and return to established horizontal lines shall be 1/16 -inch per foot of pipe. 37 d. Field welding shall conform to the following provisions: 1. IWelding shall be as shown on the Drawings, and shall conform to the provisions of AWWA C206. 2. Cutting or welding, other than that required for making the normal circumferential joints, shall not be allowed without written permission from the Engineer. 3. Prior to welding the joints, the Contractor shall ensure that each spigot is seated between the minimum and maxi - mum stab lines provided in the bell of the joint. 4. (Qualification of Welders - Qualification for welding operations shall conform to AWWA Standard Specification IC200 and the provisions herein. 'j Welds shall be sound, free from burned material, gas ;pockets and craters and shall be of uniform texture. !,iDefective portions of welds shall be chipped or ground Ito sound metal and rewelded in conformance with these specifications and to the satisfaction of the Engineer. All welding shall be done by skilled and experienced welders. Before any welder is permitted to work on the pipe, he /she shall make and submit to the Engineer three test specimens by hand welding or by using the automatic welding process proposed for use on this pro- ject in order to show the quality of the work. Welding test shall be conducted on the same equipment proposed for use on the contract. Test specimens shall be 3/8 -inch plate and shall be machined to the dimensions of Standard Rectangular Tension Speciment with 8 -inch ;gage length, ASTM Test Designation # -8. These test spe- cimens will be broken by the Engineer. Should any test ,specimens show a breaking strength of less than 45,000 psi, the welder will not be permitted to work on the pipe unless it can be shown that the machine was at fault, in which case no pipe will be permitted to be welded on this particular machine unless after repair three test specimens show the machine in proper working 'order. The Engineer shall have the right to require additional test specimens at any time during the progress of work from any welder employed on the work. No payment will be made for test specimens submitted for ,the purpose of qualifying welders before they are allowed to work on the pipe. Any welder possessing a current welding permit from the Washington Association of Building Officials (WABO) or any approved welding society shall be considered qualified and will not be subjected to the above test. All welders shall be experienced in welding steel pipe. 38 • • • • • • • • • • • 5. Welding Procedures - Prior to the installation of any steel pipe or steel pipe appurtenances or connections, copies of proposed welding procedures including quali- fication records where applicable, welding sequence pro- cedures, repair procedures, and welding rod control shall be submitted. A weld map or table shall be sub -. mitted identifying each weld joint (typical) and the assigned welding procedure specifications, the parts being joined the material thickness and any additional requirements for preheat and post weld heat treatment not covered in AWWA C206. Due to the potential of brittle failure of field welds and adjacent base metal at welded joints, the Contractor shall design the Welding Procedures to minimize the potential of brittle failure. The Contractor's Welding Procedures shall be approved and stamped by a Professional Licensed Structural Engineer experienced in large diameter pipeline design. 6. Preparation for Welding - In addition to the provision of AWWA C206, Section 5.2, the Contractor shall comply with the following provisions: Edges of plates shall be prepared by oxygen or arc cutting, machining, or grinding to suit the required type of field welding and allow full penetration. In the event oxygen or arc cutting is used, all slag and detrimental discolored material which has been melted shall be removed. Edges shaped by oxygen or arc cutting shall be smooth, uniform, and free of all loose scale and slag accumulations. The cut surfaces shall expose sound metal free from laminations, surface defects, or other injurious defects. The surfaces of plates to be welded shall be free from rust, grease, and other foreign matter for a distance of at least 2 inches from the edge of the weld. 7. Workmanship and Visual Quality Requirements - Welding for welded steel pipe shall meet the requirements of AWWA C206 and its referenced standards. In addition to conformance with the quality requirements set forth in the applicable code and the specifications, all welding shall meet the following requirements for workmanship and visual quality. Each layer of welding shall be smooth and substantially free of slag inclu- sions, porosity, and excessive undercut. Cracks and lack of fusion are not permitted.' In addition, final weld layers shall be substantially free of coarse ripples, non - uniform bead patterns, high crowns, and deep ridges. Confine all arc strikes, starts, and stops to the welding groove or remove by grinding. 39 When repairing, chipping, or grinding welds the base metal shall not be gouged, grooved, or its thickness reduced. Areas requiring welding repairs shall be properly pre- pared, and repaired by an approved welding procedure. The cause of all defects shall be established and it shall be shown that such defects have been corrected before further welding will be permitted. Repairs shall be made at no expense to the Owner. 8. Final Buttstrap Welds - The final buttstrap weld on each steel pipe connection at access pit No. 1 and No. 3 shall be made after the entire new steel pipeline section has been installed. The final buttstrap welds shall be made at night between 11:00 p.m. and 4:00 a.m. or other cool weather period as directed by the Engineer. INTERIOR BRACING - STEEL PIPE The Contractor shall provide pipe support which will prevent the pipe from exceeding two (2) percent out -of- roundness, measured on the pipe diameter. After the backfilling, grouting, or encasement is completed and after all stulling and bracing have been removed, any pipe exceeding the above out -of- roundness will be rejected and shall be repaired or replaced to the satisfac- tion of the Engineer and completely at the Contractor's expense. TRANSPORT OF PIPE IN EXISTING CASINGS a. The Owner- provided steel pipe sections have been prefabri- cated to fit into specific locations as shown on the Drawings. The Contractor shall design a method of transporting the steel pipe sections through the existing casings. b. The pipe shall not be pushed, pulled or otherwise transported through the existing casings while resting on the bells or barrels. Skids, rollers or other devices shall be used to support the pipe. c. The Contractor's proposed method(s) of installation shall be submitted to the Engineer for approval. The Contractor shall not proceed with installation of the pipe unless the specific method to be used is approved in advance by the Engineer. The Engineer may at his option consult the pipe manufacturer regarding the advisability of the Contractor's proposed installation method. The Engineer's decision for approval or disapproval of various pipe installation methods shall be final. The SWD has a pipe carrier available at Contractors option. The carrier is designed for larger pipe lengths and may be modified to suit this projects requirements, solely at Contractors risk and expense. The Contractor may make arrangements to view the carrier at SWD yard. After use, 40 • • • • • • • • SWD will retain ownership of carrier and the Contractor shall repair all mechanical defects and SWD will retain ownership of the pipe. carriers. Engineer's approval of the Contractor's installation plan shall not be construed to relieve the Contractor of full responsibility of installation of the pipe on schedule and in accordance with the contract documents. d. The interior stulling and cross bracing shall be left in place during sliplining transportation unless the Contractor's proposed transportation method ensures that the steel pipe will be adequately supported from distorting during transport, grouting and sandfilling. JOINT TESTS a. Seattle Water Department inspector will walk through the installed pipe prior to air pressure test to inspect the welds. Weld quality control shall be by visual inspection, with option to use mag. particle test at the Owner's expense. b. A low- pressure air test of at least 5 psi shall test each welded joint inside the existing casing and shall be con- ducted after the Seattle Water Department inspector's walk - through of the pipeline. The method of air testing shall be designed by the Contractor and shall be subject to Engineer's approval. The low- pressure air test shall be designed to detect whether or not welded joints have leaks. c. The Engineer may use other methods to test the welds as he deems appropriate. d. Buttstrap connections and lapwelds not inside existing casings shall be tested per AWWA C206, Section 6- 02.1(2). e. Joints that fail a weld test shall be repaired and re- tested by the Contractor at no additional expense to the Owner. FILL -IN EXISTING CASINGS Cement- mortar grout and clean sand shall be placed in the annular space between the new steel pipe liner and the existing casings. Stulling and cross bracing shall be inplace when placing grout and sand. The stulling and cross bracing shall be left in place until the grout has taken its -set. The Contractor may place grout from end of pipes or by coring grout ports inside the new steel pipe. The method of placing grout shall be such that no more than 20 -feet head between grout placement ports exists and that no more than 20 -feet head exists - between new steel pipe and casing. 41 After placement and approval of cement mortar grout, all grout ports shall be sealed in a manner approved by Engineer. Before commencement of grouting, the Contractor shall submit a grouting procedure for approval by the Engineer. Such procedure shall indicate the Method(s) of monitoring the pressure between the ports, or between pipe and casing, and preventing pipe from floating within the casing or concrete encasement. Material for the cement - mortar grout shall comply with the following: Portland Cement: Portland cement shall conform to the requirements of ASTM Standard Specifications Designation C150 Type II or Type I - II as last revised. Pozzolanic Material: Pozzolanic material shall be ASTM C618 Class F fly ash and shall conform to the requirements of ASTM Standard Specification C -593, except that it shall be tested with portland cement instead of lime. Sand: Sand shall consist of inert granular material having hard, strong, durable, uncoated grain, produced from hard crystalline rock. Sand shall be free from injurious amounts of dust, clay lumps, shale, soft or flaky particles, mica, loam, oil and alkali. The maximum percentages by weights of dele- terioius substance shall not exceed the following limits: Substance Percent by Weight Shale 1 Clay Lumps 1 Mica & other deleterioius 2 substances Sum of all deleterious substances 3 Sand shall not show a color value darker than the Reference Standard Color Solution prepared as required in ASTM Standard Method of Test for Organic Impurities in Sand for Concrete, Designation C40 -48. Sand shall be well graded and shall pass a 16 -mesh screen, and shall meet the requirements of AWWA C602. Water: Water for use with cement in mortar shall be reasonably clear and free from all oil. It shall not contain chlorides calculated as sodium chloride in excess of 2,500 parts per million, nor sulphates calculated as sodium sulphate in excess of 1,000 parts per million. It shall not contain any impurities in amount sufficient to cause unsoundness or marked change in time of setting in the cement with which it is mixed nor a reduction in mortar strength of more than 5 percent compared to the results obtained with distilled water. The properties enumerated above shall be determined in accor- dance with AASHO Method of Test No. T 26. 42 • • • • • Mixing: Cement mortar shall be mixed after all ingredients are in the mixer for not less than 1 minute and not more than 6 minutes to obtain maximum plasticity and after mixing shall be used promptly. Mortar that has attained its initial set shall not be used. Water shall be the last ingredient added to the mix. Constant checks will be made by the Engineer of the proportions of sand, portland cement or pozzolanic material and water including moisture contained in the sand in all parts of the Work. The quantity of water entering the mix shall be measured by means of equipment approved by the Engineer and capable of measuring water quantities with an error not exceeding 1 per cent. The proportions of cement and sand in the mortar for the lining shall be one part portland cement to from 1 part to 1 -1/2 parts of sand by volume; the exact proportions to be determined by the characteristics of the sand used. Pozzolanic material may be substituted for an equal weight of portland cement in the pro- portions of not to exceed 1 part of pozzolanic material to 5 parts of portland cement by volume. Cement Mortar Grout: The water - cement ratio shall be 0.5 by weight. CEMENT - MORTAR COATING After the interior of each joint has been welded, air tested and approved, the Contractor shall finish the cement - mortar coating of the joint as specified in AWWA C205, including Appendix A, except the cement grout material shall be as specified herein under "Fill -In Existing Casings ". • CEMENT - MORTAR LINING • • • • After the steel pipeline has been pressure tested and approved, the Contractor shall finish the cement mortar lining of all the bare metal joints of the steel pipe. a. The material to be used for cement- mortar lining shall be as specified in "Fill -in Existing Casings ". b. After completion of welding and air testing of joints, and after approval by the Engineer, the interior of the pipe at the joint shall be cleaned of all dirt, dust, and debris and 43 cement mortar shall be applied in accordance with the requirements of AWWA C205, including Appendix A and the following: 1. Water Cement Ratio The water - cement ratio shall be kept as low as possible, consistent with proper plasticity for application and with due allowance for slight variations dependent upon temperature, length of haul for the cement mortar and moisture conditions in the pipe. The quantity of water entering the mix shall be measured by means of equipment approved by the Engineer and capable of measuring water quantities with an error not exceeding 1 percent. The proportions of cement and sand in the mortar for the lining shall be one part Portland Cement to from 1 part to 1 -1/2 parts of sand by volume; the exact proportions to be determined by the characteristics of the sand used. Pozzolanic material may be substituted for an equal weight of Portland Cement in the proportions of not to exceed 1 part of pozzolanic material to 5 parts of Portland Cement by volume. 2. Hand Application Hand application of mortar at open joints shall provide a smooth surface. Cement mortar lining of sharp bends, specials and correcting of defective areas, shall be done by hand work. Hand placed mortar shall have a surface which has a uniform appearance with smooth transitions to the adjacent lining. Wire mesh may be required on hand placed mortar as directed by the Engineer. Areas shall be thoroughly cleaned of all loose and foreign material and, if necessary, be moistened with water just prior to the placing of the mortar being applied by hand. Wherever necessary, welded steel wire mesh, 2 -inch by 4 -inch, 13 gage, shall be secured by welding to the inside of the pipe prior to the hand application of the cement mortar lining. Steel finishing trowels shall be used for the hand application of cement mortar. The outer edges of hand - troweled areas may be brushed to reduce the abutting offset. 3. Protection of Lining Every precaution shall be taken at all times to prevent injury to all parts of the cement - mortar lining. Should it be damaged by fault of the Contractor or reveal evi- 44 • • • • • • • • • • dence of defective work or materials any time previous to the completion of the contract, such damaged or defective portion shall be removed to the extent directed and replaced to the satisfaction of the Engineer and no excusable delay granted. The intent of the above specifications is to assure a dense homoge- neous and smooth lining which for many years will pro- tect the interior surfaces of the pipe to which it is applied. The open- trench installed sections of the pipeline shall have been encased in concrete before the Contractor can drive equipment over the pipeline. 4. Inspection of Lining The entire procedure of applying cement mortar lining to joints and fittings shall be subject to continuous inspection by the City. Such inspection shall not relieve the Contractor of his responsibility to furnish material and perform work in accordance with this speci- fication. The inspector shall have free access to all areas, places or facilities concerned with the fur- nishing of material or the performance of work. The Contractor shall furnish the inspector reasonable assistance without charge in carrying out his inspection duties. 5. Repair of Lining Defective lining materials including but not restricted to sand pockets, voids, oversanded areas, blisters, draining areas, excessively cracked areas and unsatis- factory thin spots shall be removed to the pipe wall and the area shall be repaired to the full thickness of the mortar lining by hand application if the area is small or by machine application if a large area is involved. 10- 01.3(6)B PLACING VALVES AND APPURTENANCES Valves and other pipeline appurtenances shall be installed as shown on the Drawings, unless otherwise specified. COATING FOR ALL BOLTS All bolts on this project, unless otherwise designated by the Engineer, shall be coated with Royston Roykote #612 XM or approved equal. 10- 01.3(6)C CLOSING PIECES Field fit and align the pipeline closure pieces to obtain the closure tolerance shown on the Drawings. 45 10- 01.3(7) HYDROSTATIC TESTING Testing connections shall be in place and ready to operate prior to hydrostatic testing. The Contractor shall notify the Engineer 5 days prior to testing. Water for testing and flushing shall be pro- vided by the Owner. The Contractor shall furnish all test caps, connecting pieces between pipes, backflow preventors, pumps and other equipment, except recorder, necessary to complete the hydrostatic test. The Contractor shall also furnish and install any temporary blocking or other anchorage necessary to hold the pipe in position during the test against a test pressure of 320 psi. The Owner will furnish a pressure recorder. Before any section of the pipeline is filled with water, the pipe shall be cleaned and swept and all foreign materials removed. The Contractor shall not inject any water into the pipeline or allow water to flow into the pipeline pr any section of the pipeline until it has been inspected for cleanliness by the Engineer and approved. The test pressure shall be applied to the entire new pipeline, dished heads, appurtenances and valves connected to the pipeline for a period of not less than 24 hours prior to recording the test pressure. The required test pressure shall be as specified in Table. The required test pressure shall be recorded at the lowest point of elevation on the pipeline. After the pipeline has been brought up to the required test pressure, it shall be held at this pressure for not less than 4 hours and the make up water carefully measured by the use of a displace- ment meter or by pumping water from a vessel of known volume. Leakage in excess of 3 gallons per 24 hours per inch of diameter per mile shall be of sufficient cause for rejection of that particular section of the pipeline. 10- 01.3(8) CONNECTIONS 10- 01.3(8)A CONNECTIONS TO EXISTING PIPELINE The Contractor shall furnish all equipment and labor necessary for making the connections to the existing pipeline. The sequence of work and items to be performed by the Owner and Contractor shall be as follows: 1. The Contractor shall give the Owner a minimum of 5 days notice prior to the day the Contractor wants the pipeline drained of test water. The Contractor shall have on site all materials and equip- ment for the installation of the connection. Pipeline and appur- ° tenances must be installed completely per contract, and approved, prior to connections being scheduled or made. 2. The Contractor shall drain the new pipeline at his own expense. 3. The Contractor shall install the connection pieces and fittings as shown on the Drawings at Station 244 +98. 46 • 4. The Owner will require approximately five working days to disin- fect the pipeline. These days shall be indicated on the Contractor's construction schedule. 5. The Contractor shall install the final connection at Station 244 +99. The owner will disinfect the connection pieces and the • existing valve assembly piping. • • 6. The Contractor shall pressurize the new pipeline to working pressure at the Contractor's expense. No water system valves on existing mains shall be operated by the Contractor. Owner will provide water to fill the pipe. The Contractor shall be present during the filling and testing of the pipelines. All mechanical couplings installed in the connec- tion system shall be visibly inspected for leaks during the testing procedure. The Contractor shall correct any leaks of the mechanical coupling joints. Any defects in the construction that are observed during the startup procedure shall be corrected by the Contractor at no cost to the Owner. This will includethe cost of draining the pipeline and the disposal of the water as approved by the Engineer. 10- 01.3(9) DISINFECTION OF PIPELINE The Owner will provide all water, materials, piping, valve operations, water disposal, dechlorination and labor necessary to disinfect the pipeline. The Contractor shall install water injection and discharge outlets as shown on the Drawings. • The Contractor shall keep the pipeline as clean as possible during all phases of construction and every effort shall be made to keep animals and unauthorized people out and prevent material from falling, washing or blowing into the pipeline. All openings to the pipeline shall be covered when not in use. • 10- 01.3(10) CONCRETE ENCASEMENT 10- 01.3(I0)A GENERAL The Contractor shall supply all material, labor and equipment to install the concrete encasement. Contractor shall submit a plan • showing how floatation of new steel pipe within the casing will be prevented as shown on the Drawings. 10- 01.3(10)B MATERIAL The concrete shall be Class C as specified in Section 6 -02.3. Mineral • Aggregate shall be Type 2 for Foundation Material and Type 17 or Native Material from the Trench for backfill. Reinforcing steel shall be Grade 60 in accordance with Section 9 -07. No separate payment will be made for reinforcing steel. • 47 • 10- 01.3(10)C WORKMANSHIP FOUNDATION PREPARATION Proper preparation of trench bottom, and placement of foundation material where required below the pipe shall precede the installation of all steel pipe. This shall include the necessary leveling of trench bottom, the removal of all loosened material, rocks and cobbles larger than 1 -1/2 inches in maximum dimension, and leveling and shaping of foundation material and bedding material to a uniform grade to provide uniform bearing and support for the pipe and concrete sup- port blocks on undisturbed or compacted material. FORM WORK The Contractor shall design and construct form work to contain the concrete to the section as shown on the Drawings. Form work shall be removed as specified in Section 6- 02.3(17)J or at the Contractor's option, wood form work may be left in place. RESTORATION The Contractor shall place planting soil as directed by the Engineer and as specified in Section 8 -02. All disturbed areas shall be hydro - seeded as specified in Section 8 -01 and as directed by the Engineer. 10- 01.3(11) ACCESSHOLE CHAMBER Accesshole chamber as shown on the Drawings shall be constructed at the manhole supplied on the project. The Contractor shall provide all labor, equipment and material to construct the chamber. Material shall include, but is not limited to, concrete chamber, ladder, risers, grout, blocks, and access hatch cover. 10- 01.3(12) AIR /VACUUM VALVE ASSEMBLIES AND CHAMBER Remove the existing air /vacuum valve assembly without damaging the piping, valves and fittings. The assembly shall be stored in a secure location until reinstallation. The existing chamber shall be aban- doned as shown on the Drawings. Construct the chamber and install the air /vacuum valve assembly in the new chamber. The Contractor shall supply all the labor, equipment and material to construct the complete air /vacuum valve assembly and chamber. The material shall include but is not limited to, concrete chamber, ladder, risers, grout, blocks, valve box, operating rod extension, piping supports and ring and cover. Should additional pipe be needed it will be supplied by the Contractor. Should salvage material be damaged by the Contractor they will be replaced by the Owner and the replacement costs deducted from monies due the Contractor. 48 • 10 -01.5 FINAL PROJECT CLEAN UP AND RESTORATION Upon completion of all other work the Contractor shall restore all disturbed areas to their original condition or as provided elsewhere in the specifications. • The cost of restoration work is incidental to contract and such costs are to be included in other bid items. • • • • • • • 49 • SECTION 10 -02 MEASUREMENT Measurement for "Install Owner Furnished 54 -Inch and 55 -Inch Cement Mortar Lined Steel Pipe and Fittings," will be per linear foot of pipe installed measured along the pipe invert, through fittings. Measurement for "Cement Grout for Annular Space" will be per cubic yard, installed. Measurement for "Access Pit, Complete" will be per each installed, complete. Measurement for "Reinstall Air /Vacuum Valve and Construct Chamber Complete," will be per each installed, complete. Measurement for "Access hole Chamber, Complete," will be per each installed, complete. Measurement for "Concrete Encasement, Class C, for Pipeline," will be per cubic yard installed. Measurement for "Environmental Drainage Control System," will be lump sum for the system. 50 • SECTION 10 -03 PAYMENT Payment will be made at the unit contract price bid for the following bid items: 1. "Install Owner Furnished 54 -Inch and 55 -Inch Cement Mortar Lined • Steel Pipe and Fittings ", per linear foot. 2. "Cement Grout for Annular Space ", per cubic yard. 3. "Access Pit, Complete ", per each. • 4. "Reinstall Air /Vacuum Valve Assembly and Construct Chamber, Complete ", per each. 5. "Accesshole Chamber, Complete ", per each. 6. "Concrete Encasement, Class C, for Pipeline ", per cubic yard. • 7. "Environmental Drainage Control System ", per lump sum. • • • • • • 51 •