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
•