1593-ridgetop...i table of contents call for bids...

604

Upload: tranthu

Post on 31-Mar-2018

234 views

Category:

Documents


15 download

TRANSCRIPT

Page 1: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 2: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

BACK OF COVER

Page 3: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

i

Table of Contents

CALL FOR BIDS ............................................................................................................. 1 

PROPOSAL .................................................................................................................... 6 

BID BOND ..................................................................................................................... 27 

BIDDER RESPONSIBILITY STATEMENT .................................................................... 29 

CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES ................ 33 

NON-COLLUSION DECLARATION FORM .................................................................. 35 

SUBCONTRACTOR LIST ............................................................................................. 39 

CERTIFICATION OF NONSEGREGATED FACILITIES ............................................... 41 

NOTICE TO LABOR UNIONS OR OTHER ORGANIZATION OF WORKERS: NON-DISCRIMINATION IN EMPLOYMENT .......................................................................... 43 

DBE SUBCONTRACTOR UTILIZATION FORM ........................................................... 45 

DBE SUBCONTRACTOR PERFORMANCE FORM ..................................................... 47 

AGREEMENT ............................................................................................................... 49 

PUBLIC WORKS PAYMENT BOND ............................................................................. 53 

PERFORMANCE BOND ............................................................................................... 55 

AMENDMENTS TO THE STANDARD SPECIFICATIONS .......................................... 1-1 

Section 1-02, Bid Procedures and Conditions ....................................................... 1-1 

Section 1-03, Award and Execution of Contract .................................................... 1-1 

Section 1-06, Control of Material ........................................................................... 1-2 

Section 1-07, Legal Relations and Responsibilities to the Public .......................... 1-3 

Section 1-08, Prosecution and Progress ............................................................... 1-5 

Section 2-09, Structure Excavation ....................................................................... 2-1 

Section 5-04, Hot Mix Asphalt ............................................................................... 5-1 

Section 6-01, General Requirements for Structures .............................................. 6-1 

Section 6-02, Concrete Structures ........................................................................ 6-1 

Section 6-05, Piling ............................................................................................... 6-3 

Section 6-07, Painting ........................................................................................... 6-3 

Section 6-08, Bituminous Surfacing on Structure Decks ....................................... 6-4 

Section 6-09, Modified Concrete Overlays ............................................................ 6-4 

Section 6-18, Shotcrete Facing ............................................................................. 6-8 

Section 6-19, Shafts .............................................................................................. 6-8 

Section 7-02, Culverts ........................................................................................... 7-1 

Section 8-01, Erosion Control and Water Pollution Control ................................... 8-1 

Page 4: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

ii

Section 8-02, Roadside Restoration .................................................................... 8-17 

Section 8-04, Curbs, Gutters, and Spillways ....................................................... 8-17 

Section 8-14, Cement Concrete Sidewalks ......................................................... 8-17 

Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ....................................................................................... 8-18 

Section 8-21, Permanent Signing........................................................................ 8-18 

Section 9-02, Bituminous Materials ....................................................................... 9-1 

Section 9-03, Aggregates ...................................................................................... 9-2 

Section 9-04, Joint and Crack Sealing Materials ................................................... 9-3 

Section 9-06, Structural Steel and Related Materials ............................................ 9-3 

Section 9-08, Paints and Related Materials January 2, 2018 ................................ 9-4 

Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls .......................................................................... 9-4 

Section 9-14, Erosion Control and Roadside Planting .......................................... 9-4 

Section 9-20, Concrete Patching Material, Grout, and Mortar ............................... 9-5 

Section 9-21, Raised Pavement Markers (RPM)................................................... 9-5 

Section 9-28, Signing Materials and Fabrication ................................................... 9-5 

Section 9-29, Illumination, Signal, Electrical ......................................................... 9-6 

Section 9-34, Pavement Marking Material .......................................................... 9-10 

INTRODUCTION TO THE SPECIAL PROVISIONS .................................................... 1-1 

DIVISION 1 GENERAL REQUIREMENTS ............................................................... 1-2 

Description of Work ............................................................................................... 1-2 

1-01 Definitions and Terms ................................................................................... 1-2 

1-02 Bid Procedures and Conditions ..................................................................... 1-4 

1-04 Scope of Work ............................................................................................ 1-19 

1-05 Control of Work ........................................................................................... 1-20 

1-05.19 Project Management Communications .................................................. 1-32 

1-06 Control of Materials ..................................................................................... 1-35 

1-07 Legal Regulations and Responsibilities to the Public .................................. 1-36 

1-08 Prosecution and Progress ........................................................................... 1-58 

1-09 Measurement and Payment ........................................................................ 1-62 

1-10 Temporary Traffic Control ........................................................................... 1-65 

DIVISION 2 EARTHWORK ....................................................................................... 2-1 

2-02 Removal of Structures and Obstructions ...................................................... 2-1 

2-03 Roadway Excavation and Embankment ....................................................... 2-7 

Page 5: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

iii

2-07 Watering...................................................................................................... 2-11 

2-09 Structure Excavation ................................................................................... 2-11 

DIVISION 4 BASES .................................................................................................. 4-1 

4-04 Ballast and Crushed Surfacing ...................................................................... 4-1 

DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................................... 5-1 

5-04 Hot Mix Asphalt ............................................................................................. 5-1 

5-05 Cement Concrete Pavement ......................................................................... 5-4 

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATERMAINS and CONDUITS ............................................................................... 7-1 

7-01 Drains ........................................................................................................... 7-1 

7-02 Culverts ......................................................................................................... 7-1 

7-04 Storm Sewers ............................................................................................... 7-2 

7-05 Manholes, Inlets, Catch Basins, and Drywalls .............................................. 7-3 

7-08 General Pipe Installation Requirements ........................................................ 7-3 

7-12 Valves for Water Mains ................................................................................. 7-5 

DIVISION 8 MISCELLANEOUS CONSTRUCTION .................................................. 8-1 

8-01 Erosion Control and Water Pollution Control ................................................. 8-1 

8-02 Roadside Restoration ................................................................................... 8-4 

8-04 Curbs, Gutters, and Spillways ....................................................................... 8-9 

8-14 Cement Concrete Sidewalks ....................................................................... 8-10 

8-15 Riprap ......................................................................................................... 8-11 

8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems and Electrical ............................................................................................................. 8-12 

8-21 Permanent Signing ..................................................................................... 8-22 

8-23 Temporary Pavement Markings .................................................................. 8-22 

8-24 Rock and Gravity Block Wall and Gabion Cribbing ..................................... 8-23 

8-26 Field Office for the Engineer’s Staff ............................................................ 8-24 

DIVISION 9 MATERIALS .......................................................................................... 9-1 

9-03 Aggregates .................................................................................................... 9-1 

9-14 Erosion Control and Roadside Planting ........................................................ 9-2 

9-29 Illumination, Signal, Electrical ....................................................................... 9-2 

DIVISION 10 SILVERDALE WATER DISTRICT SPECIFICATIONS ...................... 10-1 

10-01 General ..................................................................................................... 10-1 

10-02 Mobilization ............................................................................................... 10-1 

10-03 Ductile Iron (DI) Water Main – Potable Water ........................................... 10-1 

Page 6: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

iv

10-04 Valves or Fittings ...................................................................................... 10-7 

10-05 Blow Off Assembly .................................................................................. 10-10 

10-06 Combination Air Release and Vacuum Valve Assembly ......................... 10-10 

10-07 Connection to Existing Main .................................................................... 10-11 

10-08 Bank Run Gravel for Trench Backfill (Provisional Item) .......................... 10-11 

10-09 Pavement Removal and Restoration ...................................................... 10-12 

10-10 Ductile Iron Water Main – Recycled Water ............................................. 10-12 

10-11 Removal and Disposal of 8-inch Asbestos Cement (AC) Pipe ................ 10-13 

10-12 Removal and Disposal of 8-inch Ductile Iron Pipe .................................. 10-14 

10-13 Potable and Recycled Water Mains Intertie ............................................ 10-14 

10-14 Removal of Valves and Other Facilities .................................................. 10-15 

10-15 Sidewalk Restoration .............................................................................. 10-15 

10-16 Clean Up ................................................................................................. 10-16 

STANDARD PLANS .......................................................................................... 10-17 

List of Tables

Table 1. Bid Items – Schedule A: Ridgetop Blvd NW Improvements Phase 1 ................ 8 Table 2. Bid Items - Schedule B: Potable Water Main Replacement & Extension ........ 18 Table 3. Bid Table - Schedule C: Recycled Water Main Extension ............................... 21 Table 4. Addenda .......................................................................................................... 24 

ATTACHMENT A.  PREVAILING WAGE RATES, BENEFIT CODE KEY & SUPPLEMENTAL TO WAGE RATES .......................................................................... A-1 ATTACHMENT B.  STANDARD PLANS FOR TRAFFIC CONTROL .......................... B-1 ATTACHMENT C.  STANDARD GRATE AND COVER DETAILS ............................. C-1 ATTACHMENT D.  SCHOOL HOURS SPREADSHEETS ......................................... D-1 ATTACHMENT E.  GEOTECHNICAL REPORT ......................................................... E-1 ATTACHMENT F.  PROJECT PERMITS .................................................................... F-1 ATTACHMENT G.  SILVERDALE WATER DISTRICT NO. 16 CONSTRUCTION SCHEDULE G-1 ATTACHMENT H.  POTHOLING INFORMATION ..................................................... H-1 ATTACHMENT I.  WASHINGTON STATE DEPT OF ECOLOGY WATER POLLUTION CONTROL REVOLVING FUND SPECIFICATIONS INSERT ....................................... I-1 

Page 7: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

CALL FOR BIDS 1

CALL FOR BIDS

KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS

STORMWATER DIVISION PROJECT NO. 97003121 COUNTY ROAD PROJECT NO. 1593

RIDGETOP BOULEVARD NW IMPROVEMENTS PROJECT PHASE 1

BID OPENING DATE: February 20, 2018 TIME: 11:00 AM

Sealed bids for the project designated above will be received by Kitsap County Department of Public Works before the time and date indicated above, at which time they will be opened and publicly read aloud. Bids will be received in person or by private carrier (UPS, Federal Express, etc.) at:

Kitsap County Department of Public Works Third floor Reception Desk 507 Austin Avenue Port Orchard, Washington 98366

Bids delivered by US Postal Service shall be addressed to:

Kitsap County Department of Public Works 614 Division Street, MS-26 Port Orchard, Washington 98366-4699

Prospective bidders are hereby notified that they are solely responsible for ensuring timely delivery of their bid to the place of bid opening. All bid proposals shall be accompanied by a bid proposal surety bond made payable to Kitsap County Department of Public Works in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful Bidder fail to enter into such contract and furnish satisfactory performance and payment bonds within the time stated in the Special Provisions, the bid proposal bond shall be forfeited to Kitsap County Department of Public Works. Each proposal or bid shall be completely sealed in a separate envelope, properly addressed as stated above, with the name and address of the bidder and the name of the project plainly written on the outside of the envelope. A complete bid proposal shall include the following:

1) Proposal Form

2) Bid Bond

3) Bidder Responsibility Statement

Page 8: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

CALL FOR BIDS 2

4) Certification of Compliance with Wage Payment Statutes

5) Non-Collusion Affidavit

6) Proposal for Incorporating Recycled Materials into the Project

7) Subcontractor List

8) Certification of Nonsegregated Facilities

9) Notice to Labor Unions or Other Organization of Workers: Non-Discrimination in Employment

10) DBE Subcontractor Utilization Form

11) DBE Subcontractor Performance Form

All of the above items must be complete in all respects, including signatures (notarized where required). Bidder shall acknowledge receipt of all addendums in the spaces provided. The successful Bidder will be required to submit a photocopy of their current Washington State Contractors Registration. Failure to include all items may be cause for the bid to be considered irregular and thereby rejected. Bids or proposals received after the time set for the opening of bids will not be considered. Bidders are notified that all bids are likely to be rejected if the lowest responsible bid received exceeds the Engineer's estimate by an unreasonable amount. Kitsap County reserves the right to award the bid in a manner and on a basis which will best serve the County, taking into consideration the Bidder Responsibility Statement included with the bids and the requirements of the WSDOT/APWA Standard Specifications and the Contract Provisions. The award of the contract, if made, shall be made to the responsible Bidder submitting the lowest responsive bid, based upon the total sum of the extension of unit prices for the Bid Items. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract resulting from this solicitation for bids. The successful bidder will be required to conform to the wage requirements prescribed by the federal Davis-Bacon and Relate Acts which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rate and fringe benefits, and determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area. DESCRIPTION OF WORK

Page 9: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

CALL FOR BIDS 3

This Contract provides for road and stormwater improvements for approximately 4000 linear feet on Ridgetop Boulevard NW in central Kitsap County. The work proposed consists of Preparation, Excavation, Grading, Bioretention Cells, Storm Sewer, Potable and Recycled Water Main, Surfacing, Asphalt Concrete Pavement, Erosion Control and Planting, Traffic Safety and Control and related work. All work shall be in accordance with the Contract Plans, Standard Specifications, Special Provisions and other Contract Documents as administered by the Kitsap County Public Works Department. The following is applicable to federal aid projects:

The Kitsap County Board of Commissioners accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 USC 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award.

OBTAINING PLANS AND CONTRACT PROVISIONS: Electronic copies of the Plans and Contract Provisions in PDF format are available on the internet through Kitsap County’s website, Department of Public Works, Road Projects Open for Bid, located at https://spf.kitsapgov.com/pw/Pages/Current-Road-Projects-Open-For-Bid.aspx. Paper copies of the Contract Plans and Provisions for the proposed work may be obtained from the Kitsap County Department of Public Works at 507 Austin Avenue, 3rd Floor Reception, Port Orchard, Washington 98366-4699 for a non-refundable fee of $35.00 for each set plus $5.00 to cover postage and handling if mailing is requested. To order these Contract Documents, please call 360-337-5777 or email at [email protected]. Plans and Contract Provisions will not be shipped until the fee is received. To obtain a Bid Proposal Package at no cost or to be added to the Plan Holder List, please call 360-337-5777 or email at [email protected]. CONTACT PERSON Any prospective Bidder having questions or desire an explanation or interpretation of the Bid Documents are requested to contact Gunnar Fridriksson, Project Manager, at 360-337-4689, or [email protected].

KITSAP COUNTY BOARD OF COMMISSIONERS

Page 10: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

CALL FOR BIDS 4

Page 11: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

CALL FOR BIDS 5

THIS PAGE INTENTIONALLY LEFT BLANK

Page 12: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 6

PROPOSAL

KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS

STORMWATER DIVISION PROJECT NO. 97003121 COUNTY ROAD PROJECT NO. 1593

RIDGETOP BOULEVARD NW IMPROVEMENTS PROJECT PHASE 1

To the Honorable Board of Commissioners Kitsap County 614 Division Street Port Orchard, Washington 98366 1. Pursuant to and in compliance with your Advertisement for Bids and the other

documents relating thereto, the undersigned Bidder, having familiarized themselves with the terms of the project related to those items herein bid, being aware of the local conditions affecting the performance of a Contract covering the items bid, having knowledge of the cost of the work at the place where the work is to be done, having familiarized themselves with the Contract Documents, hereby proposes and agrees to perform the work and/or to furnish the equipment, and to furnish any and all of the labor, materials, tools, expendable equipment and all utility and transportation services necessary to perform a Contract covering any or all of those items herein bid and to complete in a workmanlike manner all work covered by said Contract in connection with the Owner's Improvement Project, for an amount computed upon the basis of the quantity of work actually performed at the following bid prices:

NOTE: UNIT PRICES FOR ALL ITEMS, ALL EXTENSIONS, AND THE TOTAL AMOUNT OF BID MUST BE SHOWN. All prices shall be in legible figures (not words) written in ink or typed. The proposal shall include: A unit price for each item (omitting digits more than four places to the right of the decimal point); an extension for each unit price (omitting digits more than two places to the right of the decimal point); the total Contract price (the sum of all extensions).

Page 13: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 7

COST CODE (a guide to locate Bid Item information – the Contracting Agency does not warrant its accuracy): The Cost Code for each Bid Item consists of the WSDOT/APWA Standard Specifications division number, the section number and the item number, in that order. An example is shown below:

Kitsap County-specific Bid Items are noted with “KC” at the end. Project-specific Bid Items are noted with “KC (CRP#)”. Bid Items that have options (e.g. Plant Selection or Beam Guardrail Anchor Type X) are designated as such. Examples are shown below:

01-04-7728 WSDOT Standard Bid Item 01-07-0010KC Kitsap County Standard Bid Item 05-05-6711KC(1593) Project-specific Bid Item

Page 14: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 8

Table 1. Bid Items – Schedule A: Ridgetop Blvd NW Improvements Phase 1

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A1 A-01-04-7728 MINOR CHANGE 1 CALC $15,000.00

A2 A-01-05-0001KC

RECORD DRAWINGS (MINIMUM BID $2000.00)

1 L.S.

A3 A-01-07-0010KC

PROTECTION & SUPPORT OF EXISTING UTILITIES

1 L.S.

A4 A-01-07-7725 REIMBURSEMENT FOR THIRD PARTY DAMAGE

1 EST. $5.00

A5 A-01-07-7736 SPCC PLAN 1 L.S. $1,000.00

A6 A-01-08-7003 TYPE B PROGRESS SCHEDULE (MINIMUM BID $3000.00)

1 L.S.

A7 A-01-09-0001 MOBILIZATION 1 L.S.

A8 A-01-09-7715KC

POT-HOLE UTILITY CROSSING

1 EST. $5,000.00

A9 A-01-10-6971 PROJECT TEMPORARY TRAFFIC CONTROL

1 L.S.

Page 15: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 9

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A10 A-02-01-0025 CLEARING AND GRUBBING (ACRE)

2.2 ACRE

A11 A-02-02-0079KC

SAW CUT ASPHALT CONCRETE PAVEMENT

13200 L.F.

A12 A-02-02-0050 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

1 L.S.

A13 A-02-02-0100 REMOVING CEMENT CONC. SIDEWALK

3040 S.Y.

A14 A-02-02-0110 REMOVING CEMENT CONC. CURB

5470 L.F.

A15 A-02-02-0120 REMOVING ASPHALT CONC. PAVEMENT

3690 S.Y.

A16 A-02-03-0310 ROADWAY EXCAVATION INCL. HAUL

1512 C.Y.

A17 A-02-03-0350 UNSUITABLE FOUNDATION EXCAVATION INCL. HAUL

100 C.Y.

A18 A-02-03-0413KC

SPECIAL BORROW INCL. HAUL - EMBANKMENT

200 TON

A19 A-02-03-0414KC

SPECIAL BORROW INCL. HAUL - STORM

200 C.Y.

Page 16: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 10

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A20 A-02-03-0415KC

SPECIAL BORROW INCL. HAUL - WATER

200 C.Y.

A21 A-02-03-0470 EMBANKMENT COMPACTION

2000 C.Y.

A22 A-02-03-1030 DITCH EXCAVATION INCL. HAUL

8422 C.Y.

A23 A-02-07-7018 WATER 100 MGAL

A24 A-02-09-4006 STRUCTURE EXCAVATION CLASS A INCL. HAUL

355 C.Y.

A25 A-02-11-7490 TRIMMING AND CLEANUP 1 L.S.

A26 A-02-12-7550 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE

2325 S.Y.

A27 A-04-04-5100 CRUSHED SURFACING BASE COURSE (TON)

3554 TON

A28 A-04-04-5120 CRUSHED SURFACING TOP COURSE (TON)

244 TON

A29 A-05-04-5711 PLANING BITUMINOUS PAVEMENT

21454 S.Y.

Page 17: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 11

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A30 A-05-04-5767 HMA CL. 1/2 IN. PG 3766 TON

A31 A-05-05-6711KC

DECORATIVE CONCRETE PAVEMENT

530 S.Y.

A32 A-06-19-4013 SHORING OR EXTRA EXCAVATION CL. A

1 L.S.

A33 A-06-19-4014KC (1593)

SHORING OR EXTRA EXCAVATION CL. B

1 L.S.

A34 A-07-01-1160 UNDERDRAIN PIPE 6 IN. DIAM.

2989 L.F.

A35 A-07-01-1170 DRAIN PIPE 6 IN. DIAM. 117 L.F.

A36 A-07-01-1177KC

INSPECTION PORT 23 EACH

A37 A-07-04-3151 TESTING STORM SEWER PIPE

3166 L.F.

A38 07-04-3251KC DUCTILE IRON SEWER PIPE 12 IN. DIAM.

605 L.F.

A39 A-07-04-3602 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 IN. DIAM.

2230 L.F.

Page 18: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 12

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A40 A-07-04-3603 CORRUGATED POLYETHYLENE STORM SEWER PIPE 15 IN. DIAM.

13 L.F.

A41 A-07-04-3607 CORRUGATED POLYETHYLENE STORM SEWER PIPE 18 IN. DIAM.

923 L.F.

A42 A-07-05-3080 ADJUST MANHOLE 2 EACH

A43 A-07-05-1046 CONCRETE INLET 12 EACH

A44 A-07-05-3091 CATCH BASIN TYPE 1 14 EACH

A45 A-07-05-3090 CATCH BASIN TYPE 1L 2 EACH

A46 A-07-05-3105 CATCH BASIN TYPE 2 48 IN. DIAM.

13 EACH

A47 A-07-05-9605 CONNECTION TO DRAINAGE STRUCTURE

2 EACH

A48 A-07-05-9606KC

CONNECT CATCH BASIN TO EXISTING PIPE

7 EACH

A49 A-07-12-6243 ADJUST VALVE BOX 9 EACH

Page 19: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 13

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A50 A-07-13-7380 ADJUST MONUMENT CASE AND COVER

5 EACH

A51 A-08-01-6422 SEEDING AND MULCHING 0.64 ACRE

A52 A-08-01-6489KC

NPDES CONSTRUCTION STORMWATER GENERAL PERMIT

1 L.S.

A53 A-08-01-6490KC

EROSION/WATER POLLUTION CONTROL

1 L.S.

A54 A-08-02-6410KC(1593)

BIORETENTION MEDIA 4104 C.Y.

A55 A-08-02-6482 COARSE COMPOST (ACRE)

1.7 ACRE

A56 A-08-02-6550-CSK(1593)

PLANT SELECTION (DWARF RED TWIG DOGWOOD (CORNUS SERICEA 'KELSEYII')

1404 EACH

A57 A-08-02-6550-LP(1593)

PLANT SELECTION (BOXLEAF HONEYSUCKLE (LONICERA PILEATA)

3128 EACH

A58 A-08-02-6550-PAH(1593)

PLANT SELECTION HAMELN FOUNTAIN GRASS (PENNISETUM ALOPECUROIDES 'HAMELN')

6256 EACH

A59 A-08-02-6550-BTCP(1593)

PLANT SELECTION CRIMSON PYGMY BARBERRY (BERBIS THUNBERGII 'CRIMSON PYGMY')

3128 EACH

Page 20: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 14

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A60 A-08-02-6550-EDKR(1593)

PLANT SELECTION KRAMER'S ROTE HEATH (ERICA X DARLEYENSIS 'KRAMER'S ROTE')

3128 EACH

A61 A-08-02-6550-EVM(1593)

PLANT SELECTION MRS. DF MAXWELL HEATH (ERICA VAGANS 'MRS. DF MAXWELL')

3128 EACH

A62 A-08-02-6550-CH(1593)

PLANT SELECTION WHITE ROCK ROSE (CISTUS X HYBRIDUS)

28 EACH

A63 A-08-02-6550-VD(1593)

PLANT SELECTION DAVID'S VIBURNUM (VIBURNUM DAVIDII)

30 EACH

A64 A-08-02-6550-JP

PLANT SELECTION SPREADING RUSH (JUNCUS PATENS)

4000 EACH

A65 A-08-02-6550-JT

PLANT SELECTION SLENDER RUSH (JUNCUS TENUIS)

5000 EACH

A66 A-08-02-6550-CO

PLANT SELECTION SLOUGH SEDGE (CAREX OBNUPTA)

5635 EACH

A67 A-08-02-6550-ID

PLANT SELECTION DOUGLAS IRIS (IRIS DOUGLAS)

2000 EACH

A68 A-08-02-6579 BARK OR WOOD CHIP MULCH

0.68 A.C.

A69 A-08-04-6700 CEMENT CONC. TRAFFIC CURB AND GUTTER

13028 L.F.

Page 21: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 15

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A70 A-08-04-6702 MOUNTABLE CEMENT CONC. TRAFFIC CURB

477 L.F.

A71 A-08-04-6707 CEMENT CONC. PEDESTRIAN CURB

500 L.F.

A72 A-08-04-6710KC

CEMENT CONC. CURB TRANSITION

11 EACH

A73 A-08-04-6712KC(1593)

CEMENT CONC. DEPRESSED CURB INLET

26 EACH

A74 A-08-09-6882 RAISED PAVEMENT MARKER TYPE 1

2.75 HUND

A75 A-08-14-7055 CEMENT CONC. SIDEWALK

4551 S.Y.

A76 A-08-14-7058-PAA

CEMENT CONC. CURB RAMP TYPE PARALLEL A

18 EACH

A77 A-08-14-7058-PAB

CEMENT CONC. CURB RAMP TYPE PARALLEL B

9 EACH

A78 A-08-14-7059KC

CEMENT CONC. BIKE RAMP

6 EACH

A79 A-08-15-0885 STREAMBED COBBLES 4 IN (C.Y.)

95 C.Y.

Page 22: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 16

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A80 A-08-15-1087KC

ROCK PROTECTION PAD 18 EACH

A81 A-08-15-1089KC(1593)

CHECK DAM 10 EACH

A82 A-08-20-6904 ILLUMINATION SYSTEM 1 L.S.

A83 A-08-20-6905KC(1593)

INTERCONNECT SYSTEM 1 L.S.

A84 A-08-21-6890 PERMANENT SIGNING 1 L.S.

A85 A-08-22-6806-W

PAINT LINE (WHITE) 3971 L.F.

A86 A-08-22-6806-Y PAINT LINE (YELLOW) 205 L.F.

A87 A-08-22-6828-W

PLASTIC WIDE LANE LINE (WHITE)

2176 L.F.

A88 A-08-22-6833 PLASTIC TRAFFIC ARROW 10 EACH

A89 A-08-22-6857 PLASTIC CROSSWALK LINE

633 S.F.

Page 23: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 17

NO.  

COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

A90 A-08-22-6859 PLASTIC STOP LINE 189 L.F.

A91 A-08-22-9238 PLASTIC YIELD LINE SYMBOL

70 EACH

A92 A-08-22-9250KC(1593)

ROUNDABOUT TRAFFIC ARROW TYPE LT

8 EACH

A93 A-08-24-7165KC

MODULAR BLOCK WALL 1071 S.F.

SCHEDULE A TOTAL

  

Page 24: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 18

Table 2. Bid Items - Schedule B: Potable Water Main Replacement & Extension NO.  COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

B1 B-01-09-0002 MOBILIZATION (SPECIAL)

1 L.S.

B2 B-01-10-6971 PROJECT TEMPORARY TRAFFIC CONTROL

1 L.S.

B3 B-02-02-0161KC(1593)

REMOVAL OF 8 IN. AC WATER MAIN

765 L.F.

B4 B-02-02-0162KC(1593)

REMOVAL OF 8 IN. DIP WATER MAIN

497 L.F.

B5 B-02-020163KC(1593)

REMOVAL OF VALVES AND OTHER FACILITIES

1 L.S.

B6 B-05-04-5741KC(1593)

PAVEMENT RESTORATION

100 S.Y.

B7 B-05-04-5742KC(1593)

SIDEWALK RESTORATION

10 S.Y.

B8 B-06-19-401KC SHORING OR EXTRA EXCAVATION CL. B

1 L.S.

B9 B-07-09-3815KC(1593)

BANK RUN GRAVEL FOR TRENCH BACKFILL

1200 TON

B10 B-07-09-3866 DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM.

17 L.F.

Page 25: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 19

NO.  COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

B11 B-07-09-3867 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM.

30 L.F.

B12 B-07-09-3869 DUCTILE IRON PIPE FOR WATER MAIN 12 IN. DIAM.

1557 L.F.

B13 B-07-12-3877KC(1593)

CONNECTION TO EXISTING MAIN

3 EACH

B14 B-07-12-3820 BUTTERFLY VALVE 12 IN.

4 EACH

B15 B-07-12-3828KC(1593)

DUCTILE IRON TEE 12 IN. DIAM

3 EACH

B16 B-07-12-3830KC(1593)

DUCTILE IRON BEND 12 IN. DIAM.

1 EACH

B17 B-07-12-3831KC(1593)

DUCTILE IRON ADAPTER 10 IN. DIAM.

1 EACH

B17 B-07-12-3832KC(1593)

DUCTILE IRON ADAPTER 12 IN. DIAM.

1 EACH

B18 B-07-12-3833KC(1593)

DUCTILE IRON REDUCER 8 IN. X 4 IN. DIAM.

1 EACH

B19 B-07-12-3834KC(1593)

DUCTILE IRON REDUCER 12 IN. X 8 IN. DIAM.

1 EACH

Page 26: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 20

NO.  COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

B21 B-07-12-3837 COMB. AIR RELEASE/AIR VACUUM VALVE ASSEMBLY 2 IN.

1 EACH

B22 B-07-12-3838 BLOWOFF ASSEMBLY 1 EACH

B23 B-07-12-3839KC(1593)

DUCTILE IRON SOLID SLEEVE 10 IN. DIAM.

1 EACH

B24 B-07-12-3840KC(1593)

DUCTILE IRON SOLID SLEEVE 12 IN. DIAM.

1 EACH

B25 B-07-12-3841KC(1593)

DUCTILE IRON CAP 6 IN. DIAM.

1 EACH

B26 B-07-12-3834KC(1593)

CROSS 12 IN. X 10 IN. DIAM.

1 EACH

B27 B-07-12-6155 GATE VALVE 6 IN. 1 EACH

B28 B-07-12-6160 GATE VALVE 8 IN. 1 EACH

B29 B-07-12-6162 GATE VALVE 10 IN. 2 EACH

SCHEDULE B SUBTOTAL

SALES TAX 9.0%

SCHEDULE B TOTAL

  

Page 27: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 21

Table 3. Bid Table - Schedule C: Recycled Water Main Extension

NO.  COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

C1 C-01-09-

0002 MOBILIZATION (SPECIAL)

1 L.S.

C2 C-01-10-

6971

PROJECT TEMPORARY TRAFFIC CONTROL

1 L.S.

C3 C-05-04-5742KC (1593)

SIDEWALK RESTORATION

25 S.Y.

C4 C-06-19-401KC

SHORING OR EXTRA EXCAVATION CL. B

1 L.S.

C5 C-07-09-3815KC (1593)

BANK RUN GRAVEL FOR TRENCH BACKFILL

700 TON

C6 C-07-09-3866R

DUCTILE IRON PIPE FOR WATER MAIN 6 IN. DIAM.

29 L.F.

C7 C-07-09-3869R

DUCTILE IRON PIPE FOR WATER MAIN 12 IN. DIAM.

713 L.F.

C8 C-07-09-

3871

DUCTILE IRON PIPE FOR WATER MAIN 16 IN. DIAM.

70 L.F.

C9 C-07-12-

3820 BUTTERFLY VALVE 12 IN.

4 EACH

Page 28: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 22

NO.  COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

C10 C-07-12-3828KC (1593)

DUCTILE IRON TEE 12 IN. DIAM

4 EACH

C11 C-07-12-3830KC (1593)

DUCTILE IRON BEND 12 IN. DIAM.

2 EACH

C12 C-07-12-3832KC (1593)

DUCTILE IRON ADAPTER 12 IN. DIAM.

3 EACH

C13 C-07-12-

3838 BLOWOFF ASSEMBLY

2 EACH

C14 C-07-12-3841KC (1593)

DUCTILE IRON CAP 6 IN. DIAM.

1 EACH

C15 C-07-12-3844KC (1593)

DUCTILE IRON REDUCER 6 IN. X 4 IN. DIAM.

1 EACH

C16 C-07-12-3845KC (1593)

DUCTILE IRON REDUCER 16 IN. X 12 IN. DIAM.

1 EACH

C17 C-07-12-3846KC (1593)

DUCTILE IRON BLIND FLANGE/PLUG/CAP 12 IN. DIAM.

3 EACH

C18 C-07-12-3847KC (1593)

DUCTILE IRON BLIND FLANGE/PLUG/CAP 16 IN. DIAM.

1 EACH

C19 C-07-12-

6155 GATE VALVE 6 IN. 2 EACH

Page 29: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 23

NO.  COST CODE  ITEM  QTY  UNIT  UNIT COST  AMOUNT 

C20 C-07-12-6244KC (1593)

POTABLE AND RECYCLED WATER MAINS INTERTIE

1 EACH

SCHEDULE C SUBTOTAL

SALES TAX 9.0%

SCHEDULE C TOTAL

  

SCHEDULE A TOTAL: SCHEDULE B TOTAL: SCHEDULE C TOTAL: CONTRACT TOTAL:

Page 30: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 24

2. BIDDER SHALL INCLUDE SALES TAX IN THE LUMP SUM AND UNIT PRICE BID

ITEMS, in accordance with Section 1-07.2(1) of the Special Provisions.

3. The undersigned Bidder hereby proposes and agrees to commence work under this Contract, if awarded to them, in accordance with Sections 1-08.4 and 1-08.5 of the Special Provisions. They further agree to complete the Contract within 180 WORKING DAYS.

4. The agreed liquidated damages to the Owner shall be in accordance with Liquidated Damages as described in the Standard Specifications, Amendments thereto and Special Provisions.

5. The Owner reserves the right to delete all or any portions of the work as outlined in the Contract Documents.

6. The required bid security in the amount of five percent (5%) of the total bid is hereto attached.

7. It is understood that the Contractor is responsible for obtaining and completing all required government forms.

8. Receipt of the following Addenda to the Contract Document is hereby acknowledged.

Table 4. Addenda ADDENDUM # DATE OF RECEIPT

OF ADDENDUM SIGNED ACKNOWLEDGMENT

1

2

3

4

5

(Note: Failure to acknowledge receipt of the Addenda may be considered an irregularity in the proposal.)

9. Notice of Acceptance of this bid or requests for additional information should be addressed to the undersigned at the address stated below and unless otherwise notified in writing, this address shall be used by the successful Bidder during the life of the Contract for all official notices.

10. By signing the Proposal, the Bidder certifies that they have read and understand all of the Terms and Conditions of the Contract Plans, the Standard Specifications, the Amendments thereto, and these Special Provisions and agrees to comply with them.

11. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract.

Page 31: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

PROPOSAL 25

Date:

Proper Name of Bidder (Type or Print):

By (Signature):

Name and Title (Type or Print Name and Title of Signatory):

Street Address:

City, State and Zip Code:

Telephone Number with Area Code:

Fax Number with Area Code:

Mailing Address, if different from above:

Page 32: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 33: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BID BOND 27

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, as Principal, and as Surety, are hereby held and firmly bound unto Kitsap County Department of Public Works as Owner in the penal sum of for payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. Signed this day of , 2017. The Condition of the above obligation is such that whereas the Principal has submitted to Kitsap County Public Works a certain BID, attached hereto and made a part hereof to enter a contract in writing, for the NOW, THEREFORE,

(a) If said BID be rejected, or

(b) If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attachment hereto (properly completed in accordance with said BID) and shall furnish a BOND for faithful performance of said contract, and for the payment of all persons performing labor and furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said BID, then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event exceed the penal amount of this obligation as herein stated.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall be in no way impaired or affected by any extension of the time within the OWNER may accept such BID; and said Surety does hereby waive notice of any such extension.

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are Corporations have set their Corporation seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above.

Page 34: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BID BOND 28

Principal Surety By:

Page 35: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BIDDER RESPONSIBILITY STATEMENT 29

BIDDER RESPONSIBILITY STATEMENT

Each Bidder shall prepare and submit the following information with their bid. By signing the signature page of the Proposal, the Bidder affirms that the following information is true and correct. Name of Bidder:

Business Address:

A) MANDATORY BIDDER RESPONSIBILITY CRITERIA (RCW 39.04.350)

1. Washington State Contractors License Number:

Effective Date:

2. State of Washington Unified Business Identifier (UBI) No.:

3. Do you have industrial insurance (workers’ compensation) coverage for your employees working in Washington as required by Title 51 RCW?

Yes: No: Not Applicable:

4. Washington State Employment Security Department number as required by Title 51 RCW.

Number: Not Applicable:

5. Washington State Department of Revenue state excise tax registration number as required by Title 82 RCW.

Number: Not Applicable:

6. Have you ever been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)?

Yes: No:

B) SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA (SPECIAL PROVISIONS SECTION 1-02.14)

1. Do you own delinquent taxes to the State of Washington Department of Revenue?

Yes: No:

2. Are you currently debarred or suspended from bidding by the Federal government?

Yes: No:

Page 36: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BIDDER RESPONSIBILITY STATEMENT 30

3. Does your standard subcontract form include the subcontract responsibility language required by RCW 39.06.020?

Yes: No:

4. Do you have any established procedure which your company utilizes to validate the responsibility of each of your subcontractors and any sub-tier contractors?

Yes: No:

5. Do you have any record of prevailing wage violations in the last 5 years as determined by the Washington State Department of Labor and Industries?

Yes: No:

6. Have you had any claims against retainage or payment bonds for public works projects in the last 3 years?

Yes: No:

7. Has your company or its owners been convicted of a crime involving bidding on a public works contract in the last 5 years?

Yes: No:

8. Has your company had any public works contract terminated for cause or terminated for default by a government agency in the last 5 years?

Yes: No:

9. Has your company had any lawsuits with judgments entered against the company in the last 5 years?

Yes: No:

C) CONTRACTING AGENCY SPECIFIC BIDDER RESPONSIBILITY CRITERIA (SPECIAL PROVISIONS SECTION 1-02.14)

1. Gross amount of contracts currently in hand:

2. Provide a list of more important construction projects completed by your company in the last 5 years. Include project name, year, approximate cost, name and current phone number of project engineer or owner:

Page 37: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BIDDER RESPONSIBILITY STATEMENT 31

3. Bank references:

4. Bonding company:

Supporting documentation verifying that the bidder meets the supplemental and Contracting Agency specific responsibility criteria stated in Sections B and C above may be requested by the Contracting Agency in accordance with Section 1-02.14 of the Special Provisions.

Page 38: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BIDDER RESPONSIBILITY STATEMENT 32

THIS PAGE INTENTIONALLY LEFT BLANK

Page 39: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

BIDDER RESPONSIBILITY STATEMENT 33

 This form must be submitted with the Bid Proposal or as a Supplement to the Bid no later than 24 hours after the time for delivery of the Bid Proposal, as provided for in Section 1‐02.9 of 

the Contract Provisions.  

CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES

The bidder hereby certifies that, within the three‐year period immediately preceding the bid solicitation date (X), the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of  chapters 49.46, 49.48, or 49.52 RCW, as determined by a  final and binding  citation  and  notice  of  assessment  issued  by  the  Department  of  Labor  and Industries or through a civil judgment entered by a court of limited or general jurisdiction.  

I  certify  under  penalty  of  perjury  under  the  laws  of  the  State  of Washington  that  the foregoing is true and correct.     

Bidder’s Business Name   

Signature of Authorized Official*   

Printed Name    

Title    

Date  

City  

State

Check One: 

Sole Proprietorship ☐     Partnership ☐     Joint Venture ☐     Corporation ☐  State of Incorporation, or if not a corporation, State where business entity was formed: 

 

 If a co‐partnership, give firm name under which business is transacted: 

  

* If a corporation, proposal must be executed in the corporate name by the president or vice‐president (or any other corporate officer accompanied by evidence of authority to sign). If a co‐partnership, proposal must be executed by a partner.

Page 40: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 41: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

NON-COLLUSION DECLARATION FORM 35

NON-COLLUSION DECLARATION FORM

Page 42: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 43: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 37

PROPOSAL FOR INCOPORATING RECYCLED MATERIALS INTO THE PROJECT

Page 44: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 45: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

SUBCONTRACTOR LIST 39

SUBCONTRACTOR LIST

Page 46: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 47: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

CERTIFICATION OF NONSEGREGATED FACILITIES 41

CERTIFICATION OF NONSEGREGATED FACILITIES

(Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certified, further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or area, in fact, segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such, certification in this file. _______________________________ __________________ Signature Date ______________________________________________________ Name and title of signer (please type)

Page 48: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 49: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

NOTICE TO LABOR UNIONS OR OTHER ORGANIZATION OF WORKERS: NON-DISCRIMINATION IN EMPLOYMENT 43

NOTICE TO LABOR UNIONS OR OTHER ORGANIZATION OF WORKERS: NON-DISCRIMINATION IN EMPLOYMENT

TO: _____________________________________________________________________

(name of union or organization of worker) The undersigned currently holds contract(s) with _________________________________

(name of applicant) _______________________ involving funds or credit of the U.S. Government or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following:

EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION

RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. _________________________________ _________________________________ _________________________________ _________________________________

(contractor or subcontractor(s) _________________________________ (Date)

Page 50: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 51: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

DBE SUBCONTRACTOR UTILIZATION FORM 45

DBE SUBCONTRACTOR UTILIZATION FORM

Page 52: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 53: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

DBE SUBCONTRACTOR PERFORMANCE FORM 47

DBE SUBCONTRACTOR PERFORMANCE FORM

Page 54: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 55: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AGREEMENT 49

AGREEMENT

This agreement, made and entered into this day of , 2017 between Kitsap County, through the BOARD OF COUNTY COMMISSIONERS of Kitsap County, State of Washington, hereinafter referred to as County, and, , a general Contractor licensed by the State of Washington, for themselves, their heirs, executors, administrators, successors, and assigns, hereinafter called Contractor. WITNESSETH: WHEREAS, the County desires to construct improvements along Ridgetop Blvd NW and WHEREAS, the Contractor has been selected by competitive bid as the “lowest responsible bidder” as that term is defined in RCW 39.04.010: NOW THEREFORE, the County and Contractor mutually agree as follows: CONTRACT DOCUMENTS: The Agreement between the parties is expressed in the Contract Documents which includes the Contract Provisions for RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1, the Plans and this Agreement. 1) DESCRIPTION OF WORK:

This Contract provides for road and stormwater improvements for approximately 4000 linear feet on Ridgetop Boulevard NW in central Kitsap County. The work proposed consists of Preparation, Excavation, Grading, Bioretention cells, Storm Sewer, Potable and Recycled Water Main, Surfacing, Asphalt Concrete Pavement, Erosion Control and Planting, Traffic Safety and Control and related work. All work shall be in accordance with the Contract Plans, Standard Specifications, Special Provisions and other Contract Documents as administered by the Kitsap County Public Works Department. 2) BINDING EFFECT:

The covenants and conditions contained in this Agreement shall apply to and bind the parties, heirs, legal representatives and assigns of the parties. 3) TIME IS OF THE ESSENCE:

The Contractor agrees to work promptly and fully complete the work within the limits as described in the Contract Documents. Failure to complete within the allowed time limit will subject the Contractor to the payment of liquidated damages, as described in the State of Washington Standard Specifications for Road, Bridge and Municipal Construction, in Section 1-08.9, PROSECUTION AND PROGRESS. 4) TIME FOR COMPLETION:

Page 56: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AGREEMENT 50

The work to be performed under this Agreement shall commence in accordance with Sections 1-08.4 and 1-08.5 of the Special Provisions and shall be physically completed within 180 WORKING DAYS. 5) COMPENSATION:

The County agrees to pay the Contractor for the work described and completed according to the Contract Documents the sum of $ . This sum shall include state sales tax. 6) INDEPENDENT CONTRACTOR:

The Contractor shall perform the services under this agreement as an independent Contractor and not as an agent, employee or servant of the County. The parties agree that the Contractor is not entitled to any benefits or rights enjoyed by employees of the County. Contractor shall comply with all laws regarding workers’ compensation. 7) DISCRIMINATION AND AMERICANS WITH DISABILITIES ACT (ADA):

The Contractor agrees to comply with all provisions of the Americans with Disabilities Act and all regulations interpreting or enforcing said Act. The Contractor agrees to comply with all Federal, State and County laws and regulations in effect pertaining to non-discrimination. Violation of this section may be treated as a breach of this Agreement. 8) LIABILITY FOR NEGLIGENCE:

The Contractor shall be liable for any additional expenses incurred by the County as a result of carelessness or negligence on the part of the Contractor, the Contractor’s agents, or the Contractor’s employees. The Contractor agrees that the County may deduct such additional costs on its own behalf from monies due, or to become due, to the Contractor. 9) TERMINATION:

This contract may be terminated by the officials or agents of the County authorized to contract for or supervise the execution of such work in accordance with Section 1-08.10 of the Standard Specifications for Road, Bridge, or Municipal Construction. 10) MODIFICATION

There shall be no modification of this agreement, except in writing, executed with the same formalities as this present instrument. Change Orders totaling less than 10% of the total contract amount may be executed by the Director of Public Works or their authorized agent. Change Orders that exceed 10% of the total Contract amount shall be valid provided they are executed by the Chair of the Board of County Commissioners or their authorized agent. 11) HOLD HARMLESS:

Page 57: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AGREEMENT 51

The Contractor shall indemnify and hold the County and its officers and employees harmless from, and shall process and defend at its own expense, all claims, demands or suits at law or equity arising in whole or in part from the Contractor’s performance of any of its obligations under this Agreement; provided that nothing herein shall require the Contractor to indemnify the County against and hold harmless the County from claims, demands, or suits based upon the sole negligence of the County, its agents, officers, and employees; and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor or Contractor’s agents or employees, and (b) the County or County’s agents, officers, or employees, this indemnity provision shall be valid and enforceable only to the extent of the Contractor’s negligence or the negligence of the Contractor’s agents or employees. The Contractor expressly assumes potential liability for actions brought by the Contractor’s own employees against the County; and, solely for the purpose of this indemnification and defense, the Contractor specifically waives any immunity under the state industrial insurance law, Title 51 RCW. The Contractor recognizes that this waiver was specifically entered into pursuant to the provisions of RCW 4.24.115 and was subject of mutual negotiation. 12) INSURANCE REQUIREMENTS:

Section 1-07.18 of the Special Provisions shall govern this contract. 13) VENUE AND CHOICE OF LAW:

Any action at law, suit in equity, or other judicial proceeding for the enforcement of this contract or any provisions thereof shall be instituted as provided for in RCW 36.01.050. It is mutually understood and agreed that this contract shall be governed by the laws of the State of Washington, both as to interpretation and performance. 14) INTEGRATION CLAUSE:

This instrument embodies the whole agreement of the parties. There are no promises, terms, conditions or obligations other than those contained herein; and this contract shall supersede all previous communications, representations or agreements, either verbal or written, between parties. 15) THIRD-PARTY BENEFICIARY:

All parties agree that the State of Washington shall be, and is hereby, name as an express third-party beneficiary of this contract, with full rights as such. 16) CONTRACT BOND:

Payment and performance bonds for this project have been issued by , Surety Company of Street address: City: Telephone: Contact Person: in the amount of .

Page 58: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AGREEMENT 52

IN WITNESS WHEREOF, the said Contractor has executed this instrument, and the said Board of County Commissioners of aforesaid County pursuant to resolution duly adopted has caused this instrument to be executed by and in the name of said Board by its Chair, duly attested by its Clerk, the day and year first above written, and the seal of said Board to be hereunto affixed on the date this instrument first above written. CONTRACTOR

BOARD OF COUNTY COMMISSIONERS KITSAP COUNTY, WASHINGTON

BY

TITLE

Robert Gelder, Chair

Charlotte Garrido, Commissioner

Edward E. Wolfe, Commissioner

Foregoing contract approved and ratified:

ATTEST

DANA DANIELS, Clerk of the Board

Page 59: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

PUBLIC WORKS PAYMENT BOND 53

PUBLIC WORKS PAYMENT BOND

Page 60: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 61: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

PERFORMANCE BOND 55

PERFORMANCE BOND

Page 62: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 63: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS A1-1

AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments and Special Provisions shall be used in conjunction with the 2018 Standard Specifications for Road, Bridge, and Municipal Construction. The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-02, BID PROCEDURES AND CONDITIONS January 2, 2018

1-02.4(1) General This section is supplemented with the following:

Prospective Bidders are advised that the Contracting Agency may include a partially completed Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the transfer of coverage of the CSWGP to the Contractor, an informational copy of the Transfer of Coverage and the associated CSWGP will be included in the appendices. As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, and VIII of the Transfer of Coverage and return the form to the Contracting Agency. The Contracting Agency is responsible for compliance with the CSWGP until the end of day that the Contract is executed. Beginning on the day after the Contract is executed, the Contractor shall assume complete legal responsibility for compliance with the CSWGP and full implementation of all conditions of the CSWGP as they apply to the Contract Work.

1-02.6 Preparation of Proposal Item number 1 of the second paragraph is revised to read:

1. A unit price for each item (omitting digits more than two places to the right of the decimal point),

The following new paragraph is inserted before the last paragraph:

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.

SECTION 1-03, AWARD AND EXECUTION OF CONTRACT January 2, 2018

1-03.3 Execution of Contract The first paragraph is revised to read:

Page 64: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS A1-2

Within 20 calendar days after the Award date, the successful Bidder shall return the signed Contracting Agency-prepared Contract, an insurance certification as required by Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VIII completed when provided, and shall be registered as a contractor in the state of Washington.

1-03.5 Failure to Execute Contract The first sentence is revised to read:

Failure to return the insurance certification and bond with the signed Contract as required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women’s Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington, or failure to return the completed Transfer of Coverage for the Construction Stormwater General Permit to the Contracting Agency when provided shall result in forfeiture of the proposal bond or deposit of this Bidder.

SECTION 1-06, CONTROL OF MATERIAL January 2, 2018

1-06.1(3) Aggregate Source Approval (ASA) Database This section is supplemented with the following:

Regardless of status of the source, whether listed or not listed in the ASA database the source owner may be asked to provide testing results for toxicity in accordance with Section 9-03.21(1).

1-06.2(2)D Quality Level Analysis This section is supplemented with the following new subsection:

1-06.2(2)D5 Quality Level Calculation – HMA Compaction The procedures for determining the quality level and pay factor for HMA compaction are as follows:

1. Determine the arithmetic mean, Xm, for compaction of the lot:

n

xX m

Where: x = individual compaction test values for each sublot in the lot. ∑x = summation of individual compaction test values n = total number test values

2. Compute the sample standard deviation, “S”, for each constituent:

Page 65: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS A1-3

2

122

1

nn

xxnS

Where: ∑x2 = summation of the squares of individual compaction test values (∑x)2 = summation of the individual compaction test values squared

3. Compute the lower quality index (QL):

S

LSLXQ m

L

Where: LSL = 91.5

4. Determine PL (the percent within the lower Specification limit which corresponds to

a given QL) from Table 1. For negative values of QL, PL is equal to 100 minus the table PL. If the value of QL does not correspond exactly to a figure in the table, use the next higher value.

5. Determine the quality level (the total percent within Specification limits):

Quality Level = PL 6. Using the quality level from step 5, determine the composite pay factor (CPF) from

Table 2. 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the

compaction lot; however, the maximum HMA compaction CPF using an LSL = 91.5 shall be 1.05.

8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an

LSL = 91.0. The value thus determined shall be the HMA compaction CPF for that lot; however, the maximum HMA compaction CPF using an LSL = 91.00 shall be 1.00.

1-06.2(2)D4 Quality Level Calculation The first paragraph (excluding the numbered list) is revised to read:

The procedures for determining the quality level and pay factors for a material, other than HMA compaction, are as follows:

SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 2, 2018

1-07.5(3) State Department of Ecology This section is supplemented with the following:

Page 66: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS A1-4

9. When a violation of the CSWGP occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, Contractor ECAP Report, and submit the form to the Engineer within 48 hours of the violation.

10. Once Physical Completion has been given, prepare a Notice of Termination (Ecology

Form ECY 020-87) and submit the Notice of Termination electronically to the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the Notice of Termination to Ecology.

11. Transfer the CSWGP coverage to the Contracting Agency when Physical Completion

has been given and the Engineer has determined that the project site is not stabilized from erosion.

12. Submit copies of all correspondence with Ecology electronically to the Engineer in a

PDF format within four calendar days.

1-07.7(1) General The first sentence of the third paragraph is revised to read:

When the Contractor moves equipment or materials on or over Structures, culverts or pipes, the Contractor may operate equipment with only the load-limit restrictions in Section 1-07.7(2).

The first sentence of the last paragraph is revised to read:

Unit prices shall cover all costs for operating over Structures, culverts and pipes.

1-07.9(2) Posting Notices The second sentence of the first paragraph (up until the colon) is revised to read:

The Contractor shall ensure the most current edition of the following are posted: In items 1 through 10, the revision dates are deleted.

1-07.11(2) Contractual Requirements In this section, “creed” is revised to read “religion”. Item numbers 1 through 9 are revised to read 2 through 10, respectively. After the preceding Amendment is applied, the following new item number 1 is inserted:

1. The Contractor shall maintain a Work site that is free of harassment, humiliation, fear, hostility and intimidation at all times. Behaviors that violate this requirement include but are not limited to:

a. Persistent conduct that is offensive and unwelcome. b. Conduct that is considered to be hazing. c. Jokes about race, gender, or sexuality that are offensive.

Page 67: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS A1-5

d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual nature which interferes with a person’s ability to perform their job or creates an intimidating, hostile, or offensive work environment.

e. Language or conduct that is offensive, threatening, intimidating or hostile based

on race, gender, or sexual orientation. f. Repeating rumors about individuals in the Work Site that are considered to be

harassing or harmful to the individual’s reputation.

1-07.11(5) Sanctions This section is supplemented with the following:

Immediately upon the Engineer’s request, the Contractor shall remove from the Work site any employee engaging in behaviors that promote harassment, humiliation, fear or intimidation including but not limited to those described in these specifications.

1-07.11(6) Incorporation of Provisions The first sentence is revised to read:

The Contractor shall include the provisions of Section 1-07.11(2) Contractual Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract including procurement of materials and leases of equipment.

1-07.18 Public Liability and Property Damage Insurance Item number 1 is supplemented with the following new sentence:

This policy shall be kept in force from the execution date of the Contract until the Physical Completion Date.

SECTION 1-08, PROSECUTION AND PROGRESS January 2, 2018

1-08.5 Time for Completion Item number 2 of the sixth paragraph is supplemented with the following:

f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16).

1-08.7 Maintenance During Suspension The fifth paragraph is revised to read:

The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor.

Page 68: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 4-1

SECTION 2-09, STRUCTURE EXCAVATION January 2, 2018

2-09.3(3)D Shoring and Cofferdams The first sentence of the sixth paragraph is revised to read:

Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Seventeenth Edition – 2002 for allowable stress design, or the AASHTO LRFD Bridge Design Specifications for load and resistance factor design.

Page 69: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 5-1

SECTION 5-04, HOT MIX ASPHALT January 2, 2018

5-04.1 Description The last sentence of the first paragraph is revised to read:

The manufacture of HMA may include additives or processes that reduce the optimum mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance with these Specifications.

5-04.2 Materials The reference to “Warm Mix Asphalt Additive” is revised to read “HMA Additive”.

5-04.2(1) How to Get an HMA Mix Design on the QPL The last bullet in the first paragraph is revised to read:

• Do not include HMA additives that reduce the optimum mixing temperature or serve as a compaction aid when developing a mix design or submitting a mix design for QPL evaluation. The use of HMA additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B.

In the table, “WSDOT Standard Practice QC-8” is revised to read “WSDOT Standard Practice QC-8 located in the WSDOT Materials Manual M 46-01”.

5-04.2(1)C Mix Design Resubmittal for QPL Approval Item number 3 of the first paragraph is revised to read:

3. Changes in modifiers used in the asphalt binder.

5-04.2(2)B Using Warm Mix Asphalt Processes This section, including title, is revised to read:

5-04.2(2)B Using HMA Additives The Contractor may, at the Contractor’s discretion, elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following:

• Do not use additives that reduce the mixing temperature in accordance with Section 5-04.3(6) in the production of High RAP/Any RAS mixtures.

• Before using additives, obtain the Engineer’s approval using WSDOT Form 350-

076 to describe the proposed additive and process.

5-04.3(3)A Mixing Plant In item number 5 of the first paragraph, “WSDOT T 168” is revised to read “FOP for AASHTO T 168”.

Page 70: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 5-2

5-04.3(4) Preparation of Existing Paved Surfaces The first sentence of the fourth paragraph is revised to read:

Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS-1, CSS-1h, or Performance Graded (PG) asphalt for tack coat.

5-04.3(6) Mixing The first paragraph is revised to read:

The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the amount designated on the QPL for the mix design, into the asphalt binder prior to shipment to the asphalt mixing plant.

The seventh paragraph is revised to read: Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the approved Mix Design Report by more than 25°F, or as approved by the Engineer. When an additive is included in the manufacture of HMA, do not heat the additive (at any stage of production including in binder storage tanks) to a temperature higher than the maximum recommended by the manufacturer of the additive.

5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA The following new paragraph is inserted after the first paragraph:

The Contracting Agency’s combined aggregate bulk specific gravity (Gsb) blend as shown on the HMA Mix Design will be used for VMA calculations until the Contractor submits a written request for a Gsb test. The new Gsb will be used in the VMA calculations for HMA from the date the Engineer receives the written request for a Gsb retest. The Contractor may request aggregate specific gravity (Gsb) testing be performed by the Contracting Agency twice per project. The Gsb blend of the combined stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA produced after the new Gsb is determined.

5-04.3(9)A1 Test Section – When Required, When to Stop The following new row is inserted after the second row in Table 9:

VMA Minimum PFi of 0.95 based on the criteria in Section 5-04.3(9)B42

None4

5-04.3(9)A2 Test Section – Evaluating the HMA Mixture in a Test Section In Table 9a, the test property “Gradation, Asphalt Binder, and Va” is revised to read “Gradation, Asphalt Binder, VMA, and Va“

5-04.3(9)B3 Mixture Statistical Evaluation – Acceptance Testing In Table 11, “Va” is revised to read “VMA and Va”

5-04.3(9)B5 Mixture Statistical Evaluation – Composite Pay Factors (CPF) The following new row is inserted above the last row in Table 12:

Page 71: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 5-3

Voids in Mineral Aggregate (VMA)

2

5-04.3(9)B7 Mixture Statistical Evaluation – Retests The second to last sentence is revised to read:

The sample will be tested for a complete gradation analysis, asphalt binder content, VMA and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture sublot sample test results.

5-04.3(10)C1 HMA Compaction Statistical Evaluation – Lots and Sublots The bulleted item in the fourth paragraph is revised to read:

• For a compaction lot in progress with a compaction CPF less than 0.75 using an LSL = 91.0, a new compaction lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5-04.3(11)F.

5-04.3(10)C2 HMA Compaction Statistical Evaluation – Acceptance Testing In the table, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”.

5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments In the first paragraph, “WSDOT FOP for AASHTO T 355” is revised to read “FOP for AASHTO T 355”.

5-04.3(10)C3 HMA Statistical Compaction – Price Adjustments The first sentence in the second paragraph is revised to read:

For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay Factor (CPF).

The last two paragraphs are revised to read:

Determine the Compaction Price Adjustment (CPA) from the table below, selecting the equation for CPA that corresponds to the value of CPF determined above.

Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA

When CPF > 1.00 CPA = [0.80 x (CPF – 1.00)] x Q x UP

When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.40 x (CPF – 1.00)] x Q x

UP

Where CPA = Compaction Price Adjustment for the compaction lot ($) CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) Q = Quantity in the compaction lot (tons) UP = Unit price of the HMA in the compaction lot ($/ton)

Page 72: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 5-4

Page 73: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-1

SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES January 2, 2018

6-01.10 Utilities Supported by or Attached to Bridges In the third paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

6-01.12 Final Cleanup The second paragraph is deleted. SECTION 6-02, CONCRETE STRUCTURES January 2, 2018

6-02.3(2)A Contractor Mix Design The last sentence of the last paragraph is revised to read: ATTACHMENT A. For all other concrete, air content shall be a minimum of 4.5 percent and

a maximum of 7.5 percent for all concrete placed above the finished ground line unless noted otherwise.

6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D Item number 5 of the first paragraph is deleted. Item number 6 of the first paragraph (after the preceding Amendment is applied) is renumbered to 5.

6-02.3(4)D Temperature and Time For Placement The following is inserted after the first sentence of the first paragraph: ATTACHMENT B. The upper temperature limit for placement for Class 4000D concrete may

be increased to a maximum of 80°F if allowed by the Engineer.

6-02.3(6)A1 Hot Weather Protection The first paragraph is revised to read: ATTACHMENT C. The Contractor shall provide concrete within the specified temperature

limits. Cooling of the coarse aggregate piles by sprinkling with water is permitted provided the moisture content is monitored, the mixing water is adjusted for the free water in the aggregate and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or replacing all or part of the mixing water with crushed ice is permitted, provided the ice is completely melted by placing time.

The second sentence of the second paragraph is revised to read: ATTACHMENT D. These surfaces include forms, reinforcing steel, steel beam flanges, and

any others that touch the concrete.

6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing In the third subparagraph of the first paragraph, the last sentence is revised to read:

Page 74: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-2

ATTACHMENT E. The Contractor shall texture the bridge deck surface to within 3-inches minimum and 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches maximum of the perimeter of bridge drain assemblies.

6-02.3(13)A Strip Seal Expansion Joint System In item number 3 of the third paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

6-02.3(24)C Placing and Fastening The fourth sentence of the second paragraph is revised to read: ATTACHMENT F. All epoxy-coated bars in the top mat of the bridge deck shall be tied at all

intersections, however they may be tied at alternate intersections when spacing is less than 1 foot in each direction and they are supported by continuous supports meeting all other requirements of supports for epoxy-coated bars.

The sixth paragraph (excluding the numbered list) is revised to read: ATTACHMENT G. Precast concrete supports (or other accepted devices) shall be used to

maintain the concrete coverage required by the Plans. The precast concrete supports shall: Item number 2 of the sixth paragraph is revised to read: 2. Have a compressive strength equal to or greater than that of the concrete in which they are embedded. The first sentence of the seventh paragraph is revised to read: ATTACHMENT H. In slabs, each precast concrete support shall have either: (1) a grooved

top that will hold the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the reinforcing steel.

The eighth paragraph is revised to read: ATTACHMENT I. Precast concrete supports may be accepted based on a Manufacturer’s

Certificate of Compliance. The ninth paragraph (excluding the numbered list) is revised to read: ATTACHMENT J. In lieu of precast concrete supports, the Contractor may use metal or all-

plastic supports to hold uncoated bars. Any surface of a metal support that will not be covered by at least ½ inch of concrete shall be one of the following:

The tenth paragraph is revised to read: ATTACHMENT K. In lieu of precast concrete supports, epoxy-coated reinforcing bars may

be supported by one of the following: ATTACHMENT L.

1. Metal supports coated entirely with a dielectric material such as epoxy or plastic,

Page 75: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-3

2. Other epoxy-coated reinforcing bars, or 3. All-plastic supports. The following new paragraph is inserted after the tenth paragraph: ATTACHMENT M. Damaged coatings on metal bar supports shall be repaired prior to

placing concrete. ATTACHMENT N.

The twelfth paragraph (after the preceding Amendment is applied) is revised to read: ATTACHMENT O. ATTACHMENT P. All-plastic supports shall be lightweight, non-porous, and chemically inert

in concrete. All-plastic supports shall have rounded seatings, shall not deform under load during normal temperatures, and shall not shatter or crack under impact loading in cold weather. All-plastic supports shall be placed at spacings greater than 1 foot along the bar and shall have at least 25 percent of their gross place area perforated to compensate for the difference in the coefficient of thermal expansion between plastic and concrete. The shape and configuration of all-plastic supports shall permit complete concrete consolidation in and around the support.

ATTACHMENT Q. The thirteenth paragraph (after the preceding Amendment is applied) is revised to read: ATTACHMENT R. ATTACHMENT S. A “mat” is two adjacent and perpendicular layers of reinforcing steel. In

bridge decks, top and bottom mats shall be supported adequately enough to hold both in their proper positions. If bar supports directly support, or are directly supported on No. 4 bars, they shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. To provide a rigid mat, the Contractor shall add other supports and tie wires to the top mat as needed.

6-02.3(28)D Contractors Control Strength In the first paragraph, “WSDOT FOP for AASHTO T 23” is revised to read “FOP for AASHTO T 23”. SECTION 6-05, PILING January 2, 2018

6-05.3(9)A Pile Driving Equipment Approval The fourth sentence of the second paragraph is revised to read: ATTACHMENT T. For prestressed concrete piles, the allowable driving stress in kips per

square inch shall be 0.095 ∙ ′ plus prestress in tension, and 0.85f’c minus prestress in compression, where f’c is the concrete compressive strength in kips per square inch.

SECTION 6-07, PAINTING January 2, 2018

6-07.3(6)A Paint Containers In item number 2 of the first paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

Page 76: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-4

SECTION 6-08, BITUMINOUS SURFACING ON STRUCTURE DECKS January 2, 2018

6-08.3(7)A Concrete Deck Preparation The first sentence of the first paragraph is revised to read: ATTACHMENT U. The Contractor, with the Engineer, shall inspect the exposed concrete

deck to establish the extent of bridge deck repair in accordance with Section 6-09.3(6). SECTION 6-09, MODIFIED CONCRETE OVERLAYS January 2, 2018

6-09.3 Construction Requirements This section is supplemented with the following new subsection:

6-09.3(15) Sealing and Texturing Concrete Overlay ATTACHMENT V. After the requirements for checking for bond have been met, all joints and

visible cracks shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The Contractor may use compressed air to accelerate drying of the deck surface for crack identification and sealing. Cracks 1⁄16 inch and greater in width shall receive two applications of HMWM. Immediately following the application of HMWM, the wetted surface shall be coated with sand for abrasive finish.

ATTACHMENT W. ATTACHMENT X. After all cracks have been filled and sealed and the HMWM resin has

cured, the concrete overlay surface shall receive a longitudinally sawn texture in accordance with Section 6-02.3(10)D5.

ATTACHMENT Y. ATTACHMENT Z. Traffic shall not be permitted on the finished concrete until it has reached

a minimum compressive strength of 3,000 psi as verified by rebound number determined in accordance with ASTM C805 and the longitudinally sawn texture is completed.

6-09.3(1)B Rotary Milling Machines This section is revised to read: ATTACHMENT AA. Rotary milling machines used to remove an upper layer of existing

concrete overlay, when present, shall have a maximum operating weight of 50,000 pounds and conform to Section 6-08.3(5)B.

6-09.3(1)C Hydro-Demolition Machines The first sentence of this section is revised to read: ATTACHMENT BB. Hydro-demolition machines shall consist of filtering and pumping units

operating in conjunction with a remote-controlled robotic device, using high-velocity water jets to remove sound concrete to the nominal scarification depth shown in the Plans with a single pass of the machine, and with the simultaneous removal of deteriorated concrete.

6-09.3(1)D Shot Blasting Machines This section, including title, is revised to read:

Page 77: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-5

6-09.3(1)D Vacant

6-09.3(2) Submittals Item number 1 and 2 are revised to read: 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of the hydro-demolition machine selected by the Contractor for use in this project to scarify concrete surfaces. 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle loads, and axle spacing of the rotary milling machine (if used to remove an upper layer of existing concrete overlay when present). The first sentence of item number 3 is revised to read: ATTACHMENT CC. A Type 2 Working Drawing of the Runoff Water Disposal Plan.

6-09.3(5)A General The first sentence of the fourth paragraph is revised to read: ATTACHMENT DD. All areas of the deck that are inaccessible to the selected scarifying

machine shall be scarified to remove the concrete surface matrix to a maximum nominal scarification depth shown in the Plans by a method acceptable to the Engineer.

This section is supplemented with the following: ATTACHMENT EE. Concrete process water generated by scarifying concrete surface and

removing existing concrete overlay operations shall be contained, collected, and disposed of in accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) Runoff Water Disposal Plan.

6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines This section’s title is revised to read: Testing of Hydro-Demolition Machines The second paragraph is revised to read: ATTACHMENT FF. In the “sound” area of concrete, the equipment shall be programmed to

remove concrete to the nominal scarification depth shown in the Plans with a single pass of the machine.

6-09.3(5)D Shot Blasting This section, including title, is revised to read:

6-09.3(5)D Vacant

6-09.3(5)E Rotomilling This section, including title, is revised to read:

Page 78: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-6

6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling ATTACHMENT GG. When the Contractor elects to remove the upper layer of existing concrete

overlay, when present, by rotomilling prior to final scarifying, the entire concrete surface of the bridge deck shall be milled to remove the surface matrix to the depth specified in the Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of the rotary milling machine shall be monitored in order to prevent the unnecessary removal of concrete below the specified removal depth.

6-09.3(6) Further Deck Preparation The first paragraph is revised to read:: ATTACHMENT HH. Once the lane or strip being overlaid has been cleaned of debris from

scarifying, the Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. The Contractor shall mark those areas of the existing bridge deck that are authorized by the Engineer for further deck preparation by the Contractor.

Item number 4 of the second paragraph is deleted. The first sentence of the third paragraph is deleted.

6-09.3(6)A Equipment for Further Deck Preparation This section is revised to read: ATTACHMENT II. Further deck preparation shall be performed using either power driven

hand tools conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 6-09.3(1)C.

6-09.3(6)B Deck Repair Preparation The second paragraph is deleted. The last sentence of the second paragraph (after the preceding Amendment is applied) is revised to read: ATTACHMENT JJ. In no case shall the depth of a sawn vertical cut exceed ¾ inch or to the

top of the top steel reinforcing bars, whichever is less. The first sentence of the third to last paragraph is revised to read: ATTACHMENT KK. Where existing steel reinforcing bars inside deck repair areas show

deterioration greater than 20-percent section loss, the Contractor shall furnish and place steel reinforcing bars alongside the deteriorated bars in accordance with the details shown in the Standard Plans.

The last paragraph is deleted.

6-09.3(7) Surface Preparation for Concrete Overlay The first seven paragraphs are deleted and replaced with the following: ATTACHMENT LL. Following the completion of any required further deck preparation the

entire lane or strip being overlaid shall be cleaned to be free from oil and grease, rust and

Page 79: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-7

other foreign material that may still be present. These materials shall be removed by detergent-cleaning or other method accepted by the Engineer followed by sandblasting.

ATTACHMENT MM. ATTACHMENT NN. After detergent cleaning and sandblasting is completed, the entire lane or

strip being overlaid shall be swept clean in final preparation for placing concrete using either compressed air or vacuum machines.

ATTACHMENT OO. ATTACHMENT PP. Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane

or strip being cleaned in final preparation for placing concrete shall be discontinued when final preparation is begun. Scarifying and hand tool chipping shall remain suspended until the concrete has been placed and the requirement for curing time has been satisfied. Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time after the completion of concrete placing.

ATTACHMENT QQ. ATTACHMENT RR. Scarification, and removal of the upper layer of concrete overlay when

present, may proceed during the final cleaning and overlay placement phases of the Work on adjacent portions of the Structure so long as the scarification and concrete overlay removal operations are confined to areas which are a minimum of 100 feet away from the defined limits of the final cleaning or overlay placement in progress. If the scarification and concrete overlay removal impedes or interferes in any way with the final cleaning or overlay placement as determined by the Engineer, the scarification and concrete overlay removal Work shall be terminated immediately and the scarification and concrete overlay removal equipment removed sufficiently away from the area being prepared or overlaid to eliminate the conflict. If the grade is such that water and contaminants from the scarification and concrete overlay removal operation will flow into the area being prepared or overlaid, the scarification and concrete overlay removal operation shall be terminated and shall remain suspended for the first 24 hours of curing time after the completion of concrete placement.

6-09.3(12) Finishing Concrete Overlay The third paragraph is deleted. The last paragraph is deleted.

6-09.3(13) Curing Concrete Overlay The first sentence of the first paragraph is revised to read: ATTACHMENT SS. As the finishing operation progresses, the concrete shall be immediately

covered with a single layer of clean, new or used, wet burlap. The last sentence of the second paragraph is deleted. The following two new paragraphs are inserted after the second paragraph: ATTACHMENT TT. As an alternative to the application of burlap and fog spraying described

above, the Contractor may propose a curing system using proprietary curing blankets specifically manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working Drawing consisting of details of the proprietary curing blanket system, including product literature and details of how the system is to be installed and maintained.

ATTACHMENT UU. ATTACHMENT VV. The wet curing regimen as described shall remain in place for a minimum

of 42-hours.

Page 80: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 6-8

The last paragraph is deleted.

6-09.3(14) Checking for Bond The first sentence of the first paragraph is revised to read: ATTACHMENT WW. After the requirements for curing have been met, the entire overlaid

surface shall be sounded by the Contractor, in a manner accepted by and in the presence of the Engineer, to ensure total bond of the concrete to the bridge deck.

The last sentence of the first paragraph is deleted. The second paragraph is deleted. SECTION 6-18, SHOTCRETE FACING January 2, 2018

6-18.3(3) Testing In the last sentence of the first paragraph, “AASHTO T 24” is revised to read “ASTM C1604”.

6-18.3(3)B Production Testing In the last sentence, “AASHTO T 24” is revised to read “ASTM C1604”.

6-18.3(4) Qualifications of Contractor’s Personnel In the last sentence of the second paragraph, “AASHTO T 24” is revised to read “ASTM C1604”. SECTION 6-19, SHAFTS January 2, 2018

6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft Excavation Operations The first paragraph is supplemented with the following: ATTACHMENT XX. In no case shall shaft excavation and casing placement extend below the

bottom of shaft excavation as shown in the Plans.

6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) The third sentence of the third paragraph is revised to read: ATTACHMENT YY. The thermal wire shall extend from the bottom of the reinforcement cage

to the top of the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft.

The following new sentence is inserted after the third sentence of the third paragraph: ATTACHMENT ZZ. All thermal wires in a shaft shall be equal lengths.

Page 81: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 7-1

SECTION 7-02, CULVERTS January 2, 2018

7-02.3(6)A4 Excavation and Bedding Preparation The first sentence of the third paragraph is revised to read:

The bedding course shall be a 6-inch minimum thickness layer of culvert bedding material, defined as granular material either conforming to Section 9-03.12(3) or to AASHTO Grading No. 57 as specified in Section 9-03.1(4)C.

Page 82: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-1

SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL January 11, 2018

8-01.1 Description This section is revised to read:

This Work consists of furnishing, installing, maintaining, removing and disposing of best management practices (BMPs), as defined in the Washington Administrative Code (WAC) 173-201A, to manage erosion and water quality in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. The Contracting Agency may have a National Pollution Discharge Elimination System Construction Stormwater General Permit (CSWGP) as identified in the Contract Special Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP to the Contractor when a CSWGP has been obtained. The Contracting Agency may not have a CSWGP for the project but may have another water quality related permit as identified in the Contract Special Provisions or the Contracting Agency may not have water quality related permits but the project is subject to applicable laws for the Work. Section 8-01 covers all of these conditions.

8-01.2 Materials The first paragraph is revised to read:

Materials shall meet the requirements of the following sections:

Corrugated Polyethylene Drain Pipe 9.05.1(6) Quarry Spalls 9-13 Erosion Control and Roadside Planting 9-14 Construction Geotextile 9-33

8-01.3(1) General This section is revised to read:

Adaptive management shall be employed throughout the duration of the project for the implementation of erosion and water pollution control permit requirements for the current condition of the project site. The adaptive management includes the selection and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, implementing maintenance procedures, and other managerial practices that when used singularly or in combination, prevent or reduce the release of pollutants to waters of the State. The adaptive management shall use the means and methods identified in this section and means and methods identified in the Washington State Department of

Page 83: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-2

Transportation’s Temporary Erosion and Sediment Control Manual or the Washington State Department of Ecology’s Stormwater Management Manuals for construction stormwater. The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated preservation area, acting immediately to repair or restore any fencing damaged or removed.

All discharges to surface waters shall comply with surface water quality standards as defined in Washington Administrative Code (WAC) Chapter 173-201A. All discharges to the ground shall comply with groundwater quality standards WAC Chapter 173-200. The Contractor shall comply with the CSWGP when the project is covered by the CSWGP. Temporary Work, at a minimum, shall include the implementation of:

1. Sediment control measures prior to ground disturbing activities to ensure all discharges from construction areas receive treatment prior to discharging from the site.

2. Flow control measures to prevent erosive flows from developing. 3. Water management strategies and pollution prevention measures

to prevent contamination of waters that will be discharged to surface waters or the ground.

4. Erosion control measures to stabilize erodible earth not being

worked. 5. Maintenance of BMPs to ensure continued compliant performance. 6. Immediate corrective action if evidence suggests construction

activity is not in compliance. Evidence includes sampling data, olfactory or visual evidence such as the presence of suspended sediment, turbidity, discoloration, or oil sheen in discharges.

To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below: Western Washington

Page 84: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-3

(West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) May 1 through September 30 17 Acres April 1 through October 31 17 Acres October 1 through April 30 5 Acres November 1 through March 31 5 Acres The Engineer may increase or decrease the limits based on project conditions. Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period (see the table below), using BMPs for erosion control. Western Washington (West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) October 1 through April 30 2 days maximum October 1 through June 30 5 days maximum May 1 to September 30 7 days maximum November 1 through March 31 10 days maximum When applicable, the Contractor shall be responsible for all Work required for compliance with the CSWGP including annual permit fees. If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall continue to comply with this division during the suspension. Nothing in this Section shall relieve the Contractor from complying with other Contract requirements.

8-01.3(1)A Submittals This section’s content is deleted. This section is supplemented with the following new subsection:

8-01.3(1)A1 Temporary Erosion and Sediment Control A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section and plan sheets that meets the Washington State Department of Ecology’s Stormwater Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC plans are used on small projects that disturb soil and have the potential to discharge but are not covered by the CSWGP. The contract uses the term “TESC plan” to describe both TESC plans and

Page 85: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-4

abbreviated TESC plans. When the Contracting Agency has developed a TESC plan for a Contract, the narrative is included in the appendix to the Special Provisions and the TESC plan sheets are included in the Contract Plans. The Contracting Agency TESC plan will not include off-site areas used to directly support construction activity.

The Contractor shall either adopt the TESC Plan in the Contract or develop a new TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor shall modify the TESC Plan to meet the Contractor’s schedule, method of construction, and to include off-site areas that will be used to directly support construction activity such as equipment staging yards, material storage areas, or borrow areas. Contractor TESC Plans shall include all high visibility fence delineation shown on the Contracting Agency Contract Plans. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adaptively managed as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the TESC work and incorporate it into the Contractor’s progress schedule. The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and implementation schedule as Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be submitted as Type 1 Working Drawings.

8-01.3(1)B Erosion and Sediment Control (ESC) Lead This section is revised to read:

The Contractor shall identify the ESC Lead at the preconstruction discussions and in the TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate of Training in Construction Site Erosion and Sediment Control from a course approved by the Washington State Department of Ecology. The ESC Lead must be onsite or on call at all times throughout construction. The ESC Lead shall be listed on the Emergency Contact List required under Section 1-05.13(1). The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to:

1. Installing, adaptively managing, and maintaining temporary erosion and sediment control BMPs to assure continued performance of their intended function. Damaged or inadequate BMPs shall be corrected immediately.

2. Updating the TESC Plan to reflect current field conditions.

Page 86: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-5

3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to the Washington State Department of Ecology in accordance with the CSWGP.

4. Develop and maintain the Site Log Book as defined in the CSWGP.

When the Site Log Book or portion thereof is electronically developed, the electronic documentation must be accessible onsite. As a part of the Site Log Book, the Contractor shall develop and maintain a tracking table to show that identified TESC compliance issues are fully resolved within 10 calendar days. The table shall include the date an issue was identified, a description of how it was resolved, and the date the issue was fully resolved.

The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site erosion and sediment control BMPs, and all stormwater discharge points at least once every calendar week and within 24-hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Washington State Department of Ecology’s Erosion and Sediment Control Site Inspection Form, located at http://www.ecy.wa.gov/programs/wq/stormwater/construction/InspectionForm.docx, shall be completed for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection.

8-01.3(1)C Water Management This section is supplemented with the following new subsections:

8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water Mark (OHWM) Work over surface waters of the state (defined in WAC 173-201A-010) or below the OHWM (defined in RCW 90.58.030) must comply with water quality standards for surface waters of the state of Washington. 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid All equipment containing hydraulic fluid that operates over surface waters of the state or below the OHWM, shall be equipped with an environmentally acceptable hydraulic fluid. The fluid shall meet specific requirements for biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United States Environmental Protection Agency (EPA) publication EPA800-R-11-002. Acceptance shall be in accordance with Section 1-06.3, Manufacturer’s Certification of Compliance. The designation of environmentally acceptable hydraulic fluid does not mean fluid spills are acceptable. The Contractor shall respond to spills to land or water in accordance with the Contract.

Page 87: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-6

8-01.3(1)C7 Turbidity Curtain All Work for the turbidity curtain shall be in accordance with the manufacturer’s recommendations for the site conditions. Removal procedures shall be developed and used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 2 Working Drawing, detailing product information, installation and removal procedures, equipment and workforce needs, maintenance plans, and emergency repair/replacement plans. Turbidity curtain materials, installation, and maintenance shall be sufficient to comply with water quality standards. The Contractor shall notify the Engineer 10 days in advance of removing the turbidity curtain. All components of the turbidity curtain shall be removed from the project.

8-01.3(1)C1 Disposal of Dewatering Water This section is revised to read:

When uncontaminated groundwater is encountered in an excavation on a project it may be infiltrated within vegetated areas of the right of way not designated as Sensitive Areas or incorporated into an existing stormwater conveyance system at a rate that will not cause erosion or flooding in any receiving surface water. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system provided it is in compliance with the applicable WACs and permits.

8-01.3(1)C2 Process Wastewater This section is revised to read:

Wastewater generated on-site as a byproduct of a construction process shall not be discharged to surface waters of the State. Some sources of process wastewater may be infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some sources of process wastewater may be disposed via independent disposal and treatment alternatives in compliance with the applicable WACs and permits.

8-01.3(1)C3 Shaft Drilling Slurry Wastewater This section is revised to read:

Wastewater generated on-site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State. Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be

Page 88: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-7

contaminated, as detectable by visible or olfactory indication (e.g., chemical sheen or smell).

1. Water-only shaft drilling slurry or water slurry with approved

flocculants may be infiltrated on-site. Flocculants used shall meet the requirements of Section 9-14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Washington State Department of Ecology’s stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met:

a. Wastewater shall have a pH of 6.5 – 8.5 prior to discharge. b. The amount of flocculant added to the slurry shall be kept to

the minimum needed to adequately settle out solids. The flocculant shall be thoroughly mixed into the slurry.

c. The slurry removed from the shaft shall be contained in a

leak proof cell or tank for a minimum of 3 hours. d. The infiltration rate shall be reduced if needed to prevent

wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the ground shall fully infiltrate and discharges shall stop before the end of each work day.

e. Drilling spoils and settled sediments remaining in the

containment cell or tank shall be disposed of in accordance with Section 6-19.3(4)F.

f. Infiltration locations shall be in upland areas at least 150 feet

away from surface waters, wells, on-site sewage systems, aquifer sensitive recharge areas, sole source aquifers, well head protection areas, and shall be marked on the plan sheets before the infiltration activity begins.

g. Prior to infiltration, the Contractor shall submit a Shaft

Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be kept on-site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information:

Page 89: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-8

i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on-site sewage systems, aquifer-sensitive recharge areas, sole source aquifers, and well-head protection areas within 150 feet.

ii. The proposed elevation of soil surface receiving the

wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil).

iii. The source of the water used to produce the slurry. iv. The estimated total volume of wastewater to be

infiltrated. v. The approved flocculant to be used (if any). vi. The controls or methods used to prevent surface

wastewater runoff from leaving the infiltration location.

vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft.

viii. The strategy for monitoring infiltration activity and

adapting methods to ensure compliance.

ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate.

x. The strategy for cleaning up the infiltration location

after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal.

2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer

additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2-03.3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6-19.3(4)F.

Page 90: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-9

8-01.3(1)C4 Management of Off-Site Water This section is revised to read:

Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site surface water and overland flow that will run-on to the project. Off-site surface water run-on shall be diverted through or around the project in a way that does not introduce construction related pollution. It shall be diverted to its preconstruction discharge location in a manner that does not increase preconstruction flow rate and velocity and protects contiguous properties and waterways from erosion. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work.

8-01.3(1)E Detention/Retention Pond Construction This section is revised to read:

Whether permanent or temporary, ponds shall be constructed before beginning other grading and excavation Work in the area that drains into that pond. Detention/retention ponds may be constructed concurrently with grading and excavation when allowed by the Engineer. Temporary conveyances shall be installed concurrently with grading in accordance with the TESC Plan so that newly graded areas drain to the pond as they are exposed.

8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the table, the second column heading is revised to read:

Eastern Washington1 (East of the Cascade Mountain Crest) Footnote 1 in the table is revised to read: Seeding may be allowed outside these dates when allowed or directed by the Engineer.

8-01.3(5) Plastic Covering The first sentence of the first paragraph is revised to read:

Erosion Control – Plastic coverings used to temporarily cover stockpiled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from being damaged by wind.

8-01.3(7) Stabilized Construction Entrance The first paragraph is revised to read:

Page 91: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-10

Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to construction vehicles entering the roadway from locations that generate sediment track out on the roadway. Material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out.

8-01.3(8) Street Cleaning This section is revised to read:

Self-propelled pickup street sweepers shall be used to remove and collect dirt and other debris from the Roadway. The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. When allowed by the Engineer, power broom sweepers may be used in non-environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris from the roadway into the work area. The swept material shall be prevented from entering or washing into waters of the State. Street washing with water will require the concurrence of the Engineer.

8-01.3(12) Compost Socks The first two sentences of the first paragraph are revised to read:

Compost socks are used to disperse flow and sediment. Compost socks shall be installed as soon as construction will allow but before flow conditions create erosive flows or discharges from the site. Compost socks shall be installed prior to any mulching or compost placement.

8-01.3(13) Temporary Curb The second to last sentence of the second paragraph is revised to read:

Temporary curbs shall be a minimum of 4 inches in height.

8-01.3(14) Temporary Pipe Slope Drain The third and fourth paragraphs are revised to read:

The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, wood stakes, sand bags, or as allowed by the Engineer.

Page 92: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-11

The water shall be discharged to a stabilized conveyance, sediment trap, stormwater pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain water quality compliance.

The last paragraph is deleted.

8-01.3(15) Maintenance This section is revised to read:

Erosion and sediment control BMPs shall be maintained or adaptively managed as required by the CSWGP until the Engineer determines they are no longer needed. When deficiencies in functional performance are identified, the deficiencies shall be rectified immediately. The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired immediately. In areas where the Contractor’s activities have compromised the erosion control functions of the existing grasses, the Contractor shall overseed at no additional cost to the Contracting Agency. The quarry spalls of construction entrances shall be refreshed, replaced, or screened to maintain voids between the spalls for collecting mud and dirt.

Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately ⅓ the height of the BMP the deposits shall be removed. Debris or contaminated sediment shall be disposed of in accordance with Section 2-03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the Engineer.

8-01.3(16) Removal This section is revised to read:

The Contractor shall remove all temporary BMPs, all associated hardware and associated accumulated sediment deposition from the project limits prior to Physical Completion unless otherwise allowed by the Engineer. When the temporary BMP materials are made of natural plant fibers unaltered by synthetic materials the Engineer may allow leaving the BMP in place. The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after removal of BMPs. If the installation and use of the erosion control BMPs have compacted or otherwise rendered the soil inhospitable to plant growth, such as construction entrances, the Contractor shall take measures

Page 93: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-12

to rehabilitate the soil to facilitate plant growth. This may include, but is not limited to, ripping the soil, incorporating soil amendments, or seeding with the specified seed.

At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may be transferred back to the Contracting Agency. Approval of the Transfer of Coverage request will require the following:

1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all Stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. 4. Submittal of the Washington State Department of Ecology Transfer of Coverage form (Ecology form ECY 020-87a) to the Engineer.

If the Engineer approves the transfer of coverage back to the Contracting Agency, the requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of Termination form to the Washington State Department of Ecology will not apply.

8-01.4 Measurement This section’s content is deleted and replaced with the following new subsections:

8-01.4(1) Lump Sum Bid for Project (No Unit Items) When the Bid Proposal contains the item “Erosion Control and Water Pollution Prevention” there will be no measurement of unit or force account items for Work defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are deleted. 8-01.4(2) Item Bids When the Proposal does not contain the items “Erosion Control and Water Pollution Prevention”, Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will contain some or all of the following items measured as noted. ESC lead will be measured per day for each day that an inspection is made and a report is filed.

Page 94: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-13

Biodegradable erosion control blanket and plastic covering will be measured by the square yard along the ground slope line of surface area covered and accepted. Turbidity curtains will be measured by the linear foot along the ground line of the installed curtain. Check dams will be measured per linear foot one time only along the ground line of the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. Stabilized construction entrances will be measured by the square yard by ground slope measurement for each entrance constructed. Tire wash facilities will be measured per each for each tire wash installed. Street cleaning will be measured by the hour for the actual time spent cleaning pavement, refilling with water, dumping and transport to and from cleaning locations within the project limits, as authorized by the Engineer. Time to mobilize the equipment to or from the project limits on which street cleaning is required will not be measured. Inlet protections will be measured per each for each initial installation at a drainage structure.

Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of the completed barrier. Wattles and compost socks will be measured by the linear foot. Temporary curbs will be measured by the linear foot along the ground line of the completed installation. Temporary pipe slope drains will be measured by the linear foot along the flow line of the pipe. Coir logs will be measured by the linear foot along the ground line of the completed installation. Outlet protections will be measured per each initial installation at an outlet location. Tackifiers will be measure by the acre by ground slope measurement.

8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution Prevention

Page 95: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-14

The Contract Provisions may establish the project as lump sum, in accordance with Section 8-01.4(1) and also include one or more of the items included above in Section 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8-01.4(2) is not deleted and the Work under that item will be measured as specified. 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention Compost blanket will be measured by the square yard by ground slope surface area covered and accepted. Mulching will be measured by the acre by ground slope surface area covered and accepted. Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by ground slope measurement. Seeding and fertilizing by hand will be measured by the square yard by ground slope measurement. No adjustment in area size will be made for the vegetation free zone around each plant.

Fencing will be measured by the linear foot along the ground line of the completed fence.

8-01.5 Payment This section’s content is deleted and replaced with the following new subsections:

8-01.5(1) Lump Sum Bid for Project (No Unit Items) Payment will be made for the following Bid item when it is included in the Proposal: “Erosion Control and Water Pollution Prevention”, lump sum. The lump sum Contract price for “Erosion Control and Water Pollution Prevention” shall be full pay to perform the Work as described in Section 8-01 except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 8-01.4(2). Progress payments for the lump sum item “Erosion Control and Water Pollution Prevention” will be made as follows:

1. The Contracting Agency will pay 15 percent of the bid amount for the initial

set up for the item. Initial set up includes the following:

a. Acceptance of the TESC Plan provided by the Contracting Agency or submittal of a new TESC Plan,

Page 96: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-15

b. Submittal of a schedule for the installation of the BMPs, and c. Identifying water quality sampling locations.

2. 70 percent of the bid amount will be paid in accordance with Section 1-

09.9.

3. Once the project is physically complete and copies of the all reports submitted to the Washington State Department of Ecology have been submitted to the Engineer, and, if applicable, transference of the CSWGP back to the Contracting Agency is complete, the remaining 15 percent of the bid amount shall be paid in accordance with Section 1-09.9.

8-01.5(2) Item Bids “ESC Lead”, per day. “Turbidity Curtain”, per linear foot. “Biodegradable Erosion Control Blanket”, per square yard. “Plastic Covering”, per square yard. “Check Dam”, per linear foot. “Inlet Protection”, per each. “Gravel Filter Berm”, per linear foot. “Stabilized Construction Entrance”, per square yard. “Street Cleaning”, per hour. “Silt Fence”, per linear foot. “Wood Chip Berm”, per linear foot. “Compost Berm”, per linear foot. “Wattle”, per linear foot. “Compost Sock”, per linear foot. “Coir Log”, per linear foot. “Temporary Curb”, per linear foot.

“Temporary Pipe Slope Drain”, per linear foot.

Page 97: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-16

“Temporary Seeding”, per acre. “Outlet Protection”, per each. “Tackifier”, per acre. “Erosion/Water Pollution Control”, by force account as provided in Section 1-09.6. Maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities, and any additional Work deemed necessary by the Engineer to control erosion and water pollution will be paid by force account in accordance with Section 1-09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor’s total Bid.

8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water Pollution Prevention The Contract may establish the project as lump sum, in accordance with Section 8-01.4(1) and also reinstate the measurement of one or more of the items described in Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted and the Work under that item will be paid as specified.

8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution Prevention Payment will be made for each of the following Bid items when they are included in the Proposal: “Compost Blanket”, per square yard. “Mulching”, per acre “Mulching with PAM”, per acre “Mulching with Short-Term Mulch”, per acre. “Mulching with Moderate-Term Mulch”, per acre. “Mulching with Long-Term Mulch”, per acre. “Seeding, Fertilizing and Mulching”, per acre. “Seeding and Fertilizing”, per acre.

Page 98: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-17

“Seeding and Fertilizing by Hand”, per square yard. “Second Application of Fertilizer”, per acre. “Liming”, per acre. “Mowing”, per acre. “Seeding and Mulching”, per acre. “High Visibility Fence”, per linear foot. SECTION 8-02, ROADSIDE RESTORATION January 2, 2018

8-02.2 Materials The reference to the material “Soil” is revised to read “Topsoil”.

8-02.5 Payment The following new paragraph is inserted following the Bid item “Plant Selection ___”, per each:

The unit Contract price for “Plant Selection ___”, per each shall be full pay for all Work to perform the work as specified within the planting area prior to planting for weed control, planting area preparation and installation of plants with initial watering.

The paragraph following the Bid item “PSIPE ___”, per each is revised to read:

The unit Contract price for “PSIPE ___”, per each, shall be full pay for all Work to perform the work as specified within the planting area for weed control and planting area preparation, planting, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment.

SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS January 2, 2018

8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph is supplemented with the following:

Roundabout truck apron cement concrete curb and gutter shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6-02.

SECTION 8-14, CEMENT CONCRETE SIDEWALKS January 2, 2018

8-14.2 Materials In the second paragraph, each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

Page 99: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 8-18

SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL January 2, 2018

8-20.1(1) Regulations and Code The last paragraph is revised to read:

Persons performing electrical Work shall be certified in accordance with and supervised as required by RCW 19.28.161. Proof of certification shall be worn at all times in accordance with WAC 296-46B-942. Persons failing to meet these certification requirements may not perform any electrical work, and shall stop any active electrical work, until their certification is provided and worn in accordance with this Section.

8-20.3(4) Foundations The second sentence of the first paragraph is revised to read:

Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations shall be Class 4000P and does not require air entrainment.

8-20.3(5)A General The last two sentences of the last paragraph is deleted. This section is supplemented with the following:

All conduits shall include a pull tape with the equipment grounding conductor. The pull tape shall be attached to the conduit near the end bell or grounded end bushing, or to duct plugs or caps if present, at both ends of the conduit.

8-20.3(8) Wiring The seventeenth paragraph is supplemented with the following:

Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be used. SECTION 8-21, PERMANENT SIGNING January 2, 2018

8-21.3(9)F Foundations Item number 3 of the twelfth paragraph is supplemented with the following new sentence: Class 4000P concrete for roadside sign structures does not require air entrainment.

Page 100: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-1

SECTION 9-02, BITUMINOUS MATERIALS January 2, 2018

9-02.1 Asphalt Material, General The second paragraph is revised to read: ATTACHMENT A. The Asphalt Supplier of Performance Graded (PG) asphalt binder and

emulsified asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 “Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts”. The Asphalt Supplier’s QCP shall be submitted and receive the acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that the PG asphalt binder or emulsified asphalt meets the Specification requirements of the Contract.

ATTACHMENT B.

9-02.1(4) Performance Graded Asphalt Binder (PGAB) This section’s title is revised to read: Performance Graded (PG) Asphalt Binder The first paragraph is revised to read: ATTACHMENT C. PG asphalt binder meeting the requirements of AASHTO M 332 Table 1

of the grades specified in the Contract shall be used in the production of HMA. For HMA with greater than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the proportions of the mix design shall meet the PG asphalt binder requirements of AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.

The second paragraph, including the table, is revised to read: ATTACHMENT D. In addition to AASHTO M 332 Table 1 specification requirements, PG

asphalt binders shall meet the following requirements: ATTACHMENT E.

Additional Requirements by Performance Grade (PG) Asphalt Binders

Property Test Method

PG58H-22 PG58V-22 PG64H-28 PG64V-28

RTFO Residue: Average Percent Recovery @ 3.2 kPa

AASHTO T 3501

30% Min. 25% Min. 30% Min.

1Specimen conditioned in accordance with AASHTO T 240 – RTFO. The third paragraph is revised to read:

Page 101: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-2

ATTACHMENT F. The RTFO Jnrdiff and the PAV direct tension specifications of AASHTO M 332 are not required.

9-02.1(6) Cationic Emulsified Asphalt This section is revised to read: ATTACHMENT G. Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208

Table 1 of the grades specified in the Contract shall be used.

9-02.5 Warm Mix Asphalt (WMA) Additive This section, including title, is revised to read:

9-02.5 HMA Additive ATTACHMENT H. Additives for HMA shall be approved by the Engineer.

SECTION 9-03, AGGREGATES January 2, 2018

9-03.1(1) General Requirements The second paragraph (up until the colon) is revised to read: ATTACHMENT I. Aggregates for Portland Cement Concrete shall meet the following test

requirements:

9-03.1(5)B Grading In the last paragraph, “WSDOT FOP for WAQTC/AASHTO T 27/T 11” is revised to read “FOP for WAQTC/AASHTO T 27/T 11”.

9-03.4(1) General Requirements The first paragraph (up until the colon) is revised to read: ATTACHMENT J. Aggregate for bituminous surface treatment shall be manufactured from

ledge rock, talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface Treatment shall meet the following test requirements:

9-03.8(1) General Requirements The first paragraph (up until the colon) is revised to read: ATTACHMENT K. Aggregates for Hot Mix Asphalt shall meet the following test

requirements:

9-03.8(7) HMA Tolerances and Adjustments In the table in item number 1, the fifth row is revised to read:

Asphalt binder -0.4% to 0.5% 0.7% In the table in item number 1, the following new row is inserted before the last row:

Voids in Mineral Aggregate, VMA

-1.5%

Page 102: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-3

9-03.9(1) Ballast The second paragraph (up until the colon) is revised to read: ATTACHMENT L. Aggregates for ballast shall meet the following test requirements:

SECTION 9-04, JOINT AND CRACK SEALING MATERIALS January 2, 2018

9-04.1(2) Premolded Joint Filler for Expansion Joints In this section, each reference to “AASHTO T 42” is revised to read “ASTM D 545”.

9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement This section is supplemented with the following: ATTACHMENT M. Hot poured sealant for cement concrete pavement is acceptable for

installations in joints where cement concrete pavement abuts a bituminous pavement.

9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement This section is supplemented with the following: ATTACHMENT N. Hot poured sealant for bituminous pavement is acceptable for

installations in joints where cement concrete pavement abuts a bituminous pavement. SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS January 2, 2018

9-06.5 Bolts This section’s title is revised to read: Bolts and Rods

9-06.5(4) Anchor Bolts This section, including title, is revised to read:

9-06.5(4) Anchor Bolts and Anchor Rods ATTACHMENT O. Anchor bolts and anchor rods shall meet the requirements of ASTM

F1554 and, unless otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4.

ATTACHMENT P. ATTACHMENT Q. Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods

shall conform to ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, Grade 2H, and shall conform to the overtapping, lubrication, and rotational testing requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. Washers shall conform to ASTM F436.

ATTACHMENT R. ATTACHMENT S. The bolts and rods shall be tested by the manufacturer in accordance

with the requirements of the pertinent Specification and as specified in these Specifications. Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the project site. The Contractor shall submit to the Engineer for acceptance a Manufacturer’s

Page 103: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-4

Certificate of Compliance for the anchor bolts, anchor rods, nuts, and washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for testing.

ATTACHMENT T. ATTACHMENT U. All bolts, rods, nuts, and washers shall be marked and identified as

required in the pertinent Specification.

9-06.18 Metal Bridge Railing The second sentence of the first paragraph is revised to read: ATTACHMENT V. Steel used for metal railings, when galvanized after fabrication in

accordance with AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.

SECTION 9-08, PAINTS AND RELATED MATERIALS JANUARY 2, 2018

9-08.1(2)K Orange Equipment Enamel In the second sentence of the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

9-08.1(8) Standard Colors In the first paragraph, the reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”. SECTION 9-13, RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS January 2, 2018

9-13.1(1) General The last paragraph is revised to read: ATTACHMENT W. Riprap and quarry spalls shall be free from segregation, seams, cracks,

and other defects tending to destroy its resistance to weather and shall meet the following test requirements:

9-13.7(1) Rock for Rock Walls and Chinking Material The first paragraph (up until the colon) is revised to read: ATTACHMENT X. Rock for rock walls and chinking material shall be hard, sound and

durable material, ATTACHMENT Y. free from seams, cracks, and other defects tending to destroy its

resistance to weather, ATTACHMENT Z. and shall meet the following test requirements:

SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING January 2, 2018

9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) In the second column of Table 1, “ASTM D 586” is revised to read “AASHTO T 267”.

Page 104: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-5

In Table 1, the second to last row is deleted. SECTION 9-20, CONCRETE PATCHING MATERIAL, GROUT, AND MORTAR January 2, 2018

9-20.5 Bridge Deck Repair Material Item number 3 of the first paragraph is revised to read: 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with AASHTO T 277. SECTION 9-21, RAISED PAVEMENT MARKERS (RPM) January 2, 2018

9-21.2 Raised Pavement Markers Type 2 This section’s content is deleted.

9-21.2(1) Physical Properties This section, including title, is revised to read:

9-21.2(1) Standard Raised Pavement Markers Type 2 ATTACHMENT AA. The marker housing shall contain reflective faces as shown in the Plans

to reflect incident light from either a single or opposite directions and meet the requirements of ASTM D 4280 including Flexural strength requirements.

9-21.2(2) Optical Requirements This section, including title, is revised to read:

9-21.2(2) Abrasion Resistant Raised Markers Type 2 ATTACHMENT BB. Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-

21.2(1) and meet the requirements of ASTM D 4280 with the following additional requirement: The coefficient of luminous intensity of the markers shall be measured after subjecting the entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop apparatus. After the exposure described above, retroreflected values shall not be less than 0.5 times a nominal unblemished sample.

9-21.2(3) Strength Requirements This section is deleted in its entirety. SECTION 9-28, SIGNING MATERIALS AND FABRICATION January 2, 2018

9-28.11 Hardware The last paragraph is revised to read: ATTACHMENT CC. All steel parts shall be galvanized in accordance with AASHTO M111.

Steel bolts and related connecting hardware shall be galvanized in accordance with ASTM F 2329.

9-28.14(2) Steel Structures and Posts The first sentence of the third paragraph is revised to read:

Page 105: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-6

ATTACHMENT DD. Anchor rods for sign bridge and cantilever sign structure foundations shall

conform to Section 9-06.5(4), including Supplemental Requirement S4 tested at -20°F. In the second sentence of the fourth paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. The first sentence of the fifth paragraph is revised to read: ATTACHMENT EE. Except as otherwise noted, steel used for sign structures and posts shall

have a controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. The last sentence of the last paragraph is revised to read: ATTACHMENT FF. If such modifications are contemplated, the Contractor shall submit a

Type 2 Working Drawing of the proposed modifications. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL January 2, 2018

9-29.1 Conduit, Innerduct, and Outerduct This section is supplemented with the following new subsection:

9-29.1(10) Pull Tape ATTACHMENT GG. Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall

have a minimum width of ½-inch and a minimum tensile strength of 500 pounds. Pull tape may have measurement marks.

9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read:

Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel

9-29.6 Light and Signal Standards In the first sentence of the third paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. Item number 2 of the last paragraph is revised to read: 2. The steel light and signal standard fabricator’s shop drawing submittal, including supporting design calculations, submitted as a Type 2E Working Drawing in accordance with Section 8-20.2(1) and the Special Provisions.

9-29.6(1) Steel Light and Signal Standards In the second paragraph, “AASHTO M232” is revised to read “ASTM F 2329”. The first sentence of the last paragraph is revised to read: ATTACHMENT HH. Steel used for light and signal standards shall have a controlled silicon

content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent.

Page 106: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-7

9-29.6(5) Foundation Hardware In the last paragraph, “AASHTO M232” is revised to read “ASTM F 2329”.

9-29.10(1) Conventional Roadway Luminaires This section is revised to read: ATTACHMENT II. All conventional roadway luminaires shall meet 3G vibration requirements

as described in ANSI C136.31. ATTACHMENT JJ. ATTACHMENT KK. All luminaires shall have housings fabricated from aluminum. The

housing shall be painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test as specified in ASTM B117.

ATTACHMENT LL. ATTACHMENT MM. Each housing shall include a four bolt slip-fitter mount capable of

accepting a nominal 2” tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping bracket(s) and the cap screws shall not bottom out on the housing bosses when adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall include leveling reference points for both transverse and longitudinal adjustment.

ATTACHMENT NN. ATTACHMENT OO. All luminaires shall include shorting caps when shipped. The caps shall

be removed and provided to the Contracting Agency when an alternate control device is required to be installed in the photocell socket. House side shields shall be included when required by the Contract. Order codes shall be modified to the minimum extent necessary to include the option for house side shields.

This section is supplemented with the following new subsections:

9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires ATTACHMENT PP. HPS conventional roadway luminaires shall meet the following

requirements: ATTACHMENT QQ.

1. General shape shall be “cobrahead” style, with flat glass lens and full cutoff optics. 2. Light pattern distribution shall be IES Type III. 3. The reflector of all luminaires shall be of a snap-in design or secured with screws. The reflector shall be polished aluminum or prismatic borosilicate glass. 4. Flat lenses shall be formed from heat resistant, high-impact, molded borosilicate or tempered glass. 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of an automatic latch. The lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding the temperatures involved and shall be securely held in place.

Page 107: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-8

6. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic-type latch). 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt lamp complete and associated ballast. Lamps shall mount horizontally. ATTACHMENT RR.

9-29.10(1)B Light Emitting Diode (LED) Conventional Roadway Luminaires ATTACHMENT SS. LED Conventional Roadway Luminaires are divided into classes based

on their equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 310W, and 400W. LED luminaires are required to be pre-approved in order to verify their photometric output. To be considered for pre-approval, LED luminaires must meet the requirements of this section.

ATTACHMENT TT. ATTACHMENT UU. LED luminaires shall include a removable access door, with tool-less

entry, for access to electronic components and the terminal block. The access door shall be removable, but include positive retention such that it can hang freely without disconnecting from the luminaire housing. LED drivers may be mounted either to the interior of the luminaire housing or to the removable door itself.

ATTACHMENT VV. ATTACHMENT WW. LED drivers shall be removable for user replacement. All internal modular

components shall be connected by means of mechanical plug and socket type quick disconnects. Wire nuts may not be used for any purpose. All external electrical connections to the luminaire shall be made through the terminal block.

ATTACHMENT XX. ATTACHMENT YY. LED luminaires shall include a 7-pin NEMA photocell receptacle. The

LED driver(s) shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees Celsius.

ATTACHMENT ZZ. ATTACHMENT AAA. LED luminaires shall be available for 120V, 240V, and 480V supply

voltages. Voltages refer to the supply voltages to the luminaires present in the field. LED power usage shall not exceed the following maximum values for the applicable wattage class:

ATTACHMENT BBB. Class Max. Wattage 200W 110W 250W 165W 310W 210W 400W 275W

ATTACHMENT CCC. Only one brand of LED conventional roadway luminaire may be

used on a Contract. They do not necessarily have to be the same brand as any high-mast, underdeck, or wall-mount luminaires when those types of luminaires are specified in the Contract. LED luminaires shall include a standard 10 year manufacturer warranty.

ATTACHMENT DDD. ATTACHMENT EEE. The list of pre-approved LED Conventional Roadway Luminaires is

available at http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm.

Page 108: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-9

9-29.10(2) Decorative Luminaires This section, including title, is revised to read:

9-29.10(2) Vacant

9-29.12 Electrical Splice Materials This section is supplemented with the following new subsections:

9-29.12(3) Splice Enclosures

9-29.12(3)A Heat Shrink Splice Enclosure Heat shrink splice enclosures shall be medium or heavy wall cross-linked polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic adhesive sealant. Heat shrink splices used for “wye” connections require rubber electrical mastic tape.

9-29.12(3)B Molded Splice Enclosure Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The material used shall be compatible with the insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without removing from the package.

9-29.12(4) Re-Enterable Splice Enclosure ATTACHMENT FFF. Re-enterable splice enclosures shall use either dielectric grease or a

flexible resin contained in a two-piece plastic mold. The mold shall either snap together or use stainless steel hose clamps.

ATTACHMENT GGG.

9-29.12(5) Vinyl Electrical Tape for Splices ATTACHMENT HHH. Vinyl electrical tape in splicing applications shall meet the

requirements of MIL-I-24391C.

9-29.12(1) Illumination Circuit Splices This section is revised to read: ATTACHMENT III. Underground illumination circuit splices shall be solderless crimped

connections capable of securely joining the wires, both mechanically and electrically, as defined in Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or split bolt vice-type connectors.

9-29.12(1)A Heat Shrink Splice Enclosure This section is deleted in its entirety.

9-29.12(1)B Molded Splice Enclosure This section is deleted in its entirety.

9-29.12(2) Traffic Signal Splice Material This section is revised to read: ATTACHMENT JJJ. Induction loop splices and magnetometer splices shall use an uninsulated

barrel-type crimped connector capable of being soldered.

Page 109: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-10

9-29.16(2)E Painting Signal Heads In the first sentence, “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

9-29.17 Signal Head Mounting Brackets and Fittings In the first paragraph, item number 2 under Stainless Steel is revised to read: 2. Bands or cables for Type N mount.

9-29.20 Pedestrian Signals In item 2C of the second paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”. SECTION 9-34, PAVEMENT MARKING MATERIAL January 2, 2018

9-34.2(2) Color Each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

9-34.2(5) Low VOC Waterborne Paint The heading “Standard Waterborne Paint” is supplemented with “Type 1 and 2”. The heading “High-Build Waterborne Paint” is supplemented with “Type 4”. The heading “Cold Weather Waterborne Paint” is supplemented with “Type 5”. In the row beginning with “° @90°F”, each minimum value is revised to read “60”. In the row beginning with “Fineness of Grind, (Hegman Scale)”, each minimum value is revised to read “3”. The last four rows are replaced with the following:

Vehicle Composition

ASTM D 2621

100% acrylic emulsion

100% cross-linking acrylic4

100% acrylic emulsion

Freeze-Thaw Stability, KU

ASTM D 2243 and D 562

@ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU

@ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU

@ 3 cycles show no coagulation or change in viscosity greater than ± 10 KU

Heat Stability ASTM D 5622

± 10 KU from the initial viscosity

± 10 KU from the initial viscosity

± 10 KU from the initial Viscosity

Low Temperature Film Formation

ASTM D 28053

No Cracks* No Cracks

Cold Flexibility5 ASTM D522

Pass at 0.5 in mandrel*

Test Deck Durability6

ASTM D913

≥70% paint retention in wheel track*

Mud Cracking (See note 7)

No Cracks No Cracks

Page 110: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-11

After the preceding Amendments are applied, the following new column is inserted after the “Standard Waterborne Paint Type 1 and 2” column:

Semi-Durable Waterborne Paint Type 3 White Yellow Min. Max. Min. Max. Within ± 0.3 of qualification sample 80 95 80 95 60 60 77 77 65 65 43 43 1.25 1.25 3 3 0.98 0.96 88 50 100° 100° 9.5 9.5 10 10 100% acrylic emulsion @ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU ± 10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel ≥70% paint retention in wheel track No Cracks

The footnotes are supplemented with the following: ATTACHMENT KKK. 4Cross-linking acrylic shall meet the requirements of federal specification

TT-P-1952F Section 3.1.1. ATTACHMENT LLL. ATTACHMENT MMM. 5Cold Flexibility: The paint shall be applied to an aluminum panel

at a wet film thickness of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall be put in a 40°F refrigerator when the paint is drawn down After 24 hours, the aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must show no evidence of cracking, chipping or flaking when bent 180 degrees over a mandrel bar of specified diameter.

Page 111: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

AMENDMENTS TO THE STANDARD SPECIFICATIONS 9-12

ATTACHMENT NNN. ATTACHMENT OOO. 6NTPEP test deck, or a test deck conforming to ASTM D713, shall

be conducted for a minimum of six months with the following additional requirements: it shall be applied at 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 ADT and which was applied during the months of September through November.

ATTACHMENT PPP. ATTACHMENT QQQ. 7Paint is applied to an approximately 4”x12” aluminum panel using

a drawdown bar with a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH and 72±5 ˚F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks.

9-34.3 Plastic In the first sentence of the last paragraph, “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

9-34.3(2) Type B – Pre-Formed Fused Thermoplastic In the last two paragraphs, each reference to “Federal Standard 595” is revised to read “SAE AMS Standard 595”.

9-34.7(1) Requirements The first paragraph is revised to read: ATTACHMENT RRR. Field performance evaluation is required for low VOC solvent-

based paint per Section 9-34.2(4), Type A – liquid hot applied thermoplastic per Section 9-34.3(1), Type B – preformed fused thermoplastic per Section 9-34.3(2), Type C – cold applied preformed tape per Section 9-34.3(3), and Type D – liquid applied methyl methacrylate per Section 9-34.3(4).

The last paragraph is deleted.

9-34.7(1)C Auto No-Track Time The first paragraph is revised to read: ATTACHMENT SSS. Auto No-Track Time will only be required for low VOC solvent-based paint

in accordance with Section 9-34.2(4). The second and third sentences of the second paragraph are deleted.

Page 112: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-1 INTRODUCTION TO THE SPECIAL PROVISIONS

INTRODUCTION TO THE SPECIAL PROVISIONS

The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work.

These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply.

The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows:

(March 8, 2013 APWA GSP)

(April 1, 2013 WSDOT GSP)

(May 3, 2017 KC GSP)

Also incorporated into the Contract Documents by reference are:

Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any.

Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition.

Silverdale Water District Specifications

The Contractor shall obtain copies of these publications, at the Contractor’s own expense.

Page 113: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-2 INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 1 GENERAL REQUIREMENTS

DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for road and stormwater improvements for approximately 4000 linear feet on Ridgetop Boulevard NW in central Kitsap County. The work proposed consists of Preparation, Excavation, Grading, Bioretention cells, Storm Sewer, Potable and Recycled Water Main, Surfacing, Asphalt Concrete Pavement, Erosion Control and Planting, Traffic Safety and Control and related work. All work shall be in accordance with the Contract Plans, Standard Specifications, Special Provisions and other Contract Documents as administered by the Kitsap County Public Works Department. Supplement this section with the following: It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract. The construction of the project, including all subcontracted work, shall conform to the applicable requirements of state and local laws and ordinances.

1-01 Definitions and Terms

1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following:

Dates

Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids.

Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work.

Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract.

Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins.

Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental

Page 114: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-3 INTRODUCTION TO THE SPECIAL PROVISIONS

work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract.

Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date.

Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date.

Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete.

Supplement this Section with the following:

All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”.

All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise.

All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”.

All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted.

Additive A supplemental unit of work or group of Bid Items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.

Alternate One of two or more units of work or groups of Bid Items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work.

Business Day

Page 115: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-4 INTRODUCTION TO THE SPECIAL PROVISIONS

A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5.

Contract Bond The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond.

Contract Documents See definition for “Contract”.

Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal.

Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins.

Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic

1-02 BID PROCEDURES AND CONDITIONS

1-02.1 Prequalification of Bidders

Delete this section and replace it with the following:

1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP)

Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible Bidder and qualified to be awarded a public works project.

Add the following new section:

1-02.1(1) Supplemental Qualifications Criteria (July 31, 2017 APWA GSP)

In addition, the Contracting Agency has established Contracting Agency-specific and/or project-specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining Bidder responsibility, including the basis for evaluation and the

Page 116: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-5 INTRODUCTION TO THE SPECIAL PROVISIONS

deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in Section 1-02.14 Option C of these Special Provisions.

1-02.2 Plans and Specifications

(June 27, 2011 APWA GSP) Delete this section and replace it with the following:

Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work.

After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below:

To Prime Contractor No. of Sets

Basis of Distribution

Reduced plans (11" x 17") 5 Furnished automatically upon award.

Contract Provisions 5 Furnished automatically upon award.

Large plans (e.g., 22" x 34") 5 Furnished only upon request.

Additional plans and Contract Provisions may be obtained by the Contractor from the source state in the Call for Bids, at the Contractor’s own expense.

1-02.4 Examination of Plans, Specifications and Site of Work

1-02.4(1) General

(January 5, 2015 WSDOT GSP) Section 1-02.4(1) is supplemented with the following:

The Contracting Agency has included a partially filled in Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid Documents. As a condition of Section 1-03.3, Execution of Contract, the Contractor is required to complete sections I, III, and VIII of the Transfer of Coverage and return the form to the Contracting Agency.

The Contracting Agency is responsible for compliance with the CSWGP until the end of day that the Contract is executed. Beginning on the day after the Contract is executed the Contractor shall assume complete legal responsibility for compliance with the CSWGP and full implementation of all conditions of the CSWGP as they apply to the contract Work.

Page 117: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-6 INTRODUCTION TO THE SPECIAL PROVISIONS

(August 15, 2016 APWA GSP Option A) The first sentence of the last paragraph is revised to read:

Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids

1-02.4(2) Subsurface Information Supplement this section with the following: (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read:

The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract.

Supplement the preceding section with the following: (May 3, 2017 KC GSP)

The geotechnical report for this project is an appendix to the Special Provisions, and shall be considered part of the Contract.

1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following:

The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified.

Page 118: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-7 INTRODUCTION TO THE SPECIAL PROVISIONS

1-02.6 Preparation of Proposal (June 20, 2017 APWA GSP) Supplement the second paragraph with the following:

4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid.

Delete the fourth paragraph and replace it with the following:

The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For each and every UDBE firm listed on the Bidder’s completed Underutilized Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that UDBE firm that the UDBE is in agreement with the UDBE participation commitment that the Bidder has made in the Bidder’s completed Underutilized Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422-031U (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation with the Underutilized Disadvantaged Business Enterprise Utilization Certification only in the event the bidder’s efforts to solicit sufficient UDBE participation have been unsuccessful. Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written Confirmation Documents and Underutilized Disadvantaged Business Enterprise Good Faith Effort documentation are included in Sections 1-02.9

Delete the last paragraph, and replace it with the following:

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

Page 119: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-8 INTRODUCTION TO THE SPECIAL PROVISIONS

Add the following new section:

1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP)

The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions.

1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following:

Bid bonds shall contain the following:

1. Contracting Agency-assigned number for the project;

2. Name of the project;

3. The Contracting Agency named as obligee;

4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded;

5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature;

6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.

If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions.

If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.

Supplement the preceding section with the following: (December 27, 2017 KC GSP)

Bidders shall use the Bid Bond form included with these Contract Provisions. A bid deposit in the form of cash or check will not be accepted.

1-02.9 Delivery of Proposal (July 31, 2017 APWA GSP, Option A) Delete this section and replace it with the following:

Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the

Page 120: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-9 INTRODUCTION TO THE SPECIAL PROVISIONS

envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires UDBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit Written Confirmation Documentation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification, form 272-056U, as required by Section 1-02.6. The UDBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. The Bidder shall submit to the Contracting Agency a signed “Certification of Compliance with Wage Payment Statutes” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1) (g), as required per Section 1-02.14. The “Certification of Compliance with Wage Payment Statutes” document shall be received either with the Bid Proposal or no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with “Supplemental Information” added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any “Supplemental Information” (UDBE confirmations, GFE documentation, or Certification of Compliance with Wage Payment Statutes) that is received after the time specified above, or received in a location other than that specified in the Call for Bids.

1-02.10 Withdrawing, Revising, or Supplementing Proposal

(July 23, 2015 APWA GSP) Delete this section, and replace it with the following:

After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if:

1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and

Page 121: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-10 INTRODUCTION TO THE SPECIAL PROVISIONS

2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and

3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals.

If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn.

Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.

1-02.13 Irregular Proposals (June 20, 2017 APWA GSP) Delete this section and replace it with the following:

1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not

used or is altered; c. The completed Proposal form contains any unauthorized additions,

deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the

award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if

applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Underutilized

Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6;

i. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions;

j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made;

k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or

Page 122: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-11 INTRODUCTION TO THE SPECIAL PROVISIONS

l. More than one Proposal is submitted for the same project from a Bidder under the same or different names.

2. A Proposal may be considered irregular and may be rejected if:

a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below

the amount of a reasonable Bid) to the potential detriment of the Contracting Agency;

c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or

partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or

e. If Proposal form entries are not made in ink.

1-02.14 Disqualification of Bidders (July 31, 2017 APWA GSP, Option C) Delete this section and replace it with the following:

A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1 – 8 in this Section: The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1 - 2. Evidence that the Bidder meets Supplemental Criteria 3 – 8 shall be provided by the Bidder as stated later in this Section. In addition, the Bidder shall submit to the Contracting Agency a signed “Certification of Compliance with Wage Payment Statutes” document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g). A form appropriate for “Certification of Compliance with Wage Payment Statutes” will be provided by the Contracting Agency in the Bid Documents. The form provided in the Bid Documents shall be submitted with the Bid as stated in Section 1-02.9. 1. Delinquent State Taxes

A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue.

B. Documentation: The Bidder shall not be listed on the Washington State

Department of Revenue’s “Delinquent Taxpayer List” website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the

Page 123: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-12 INTRODUCTION TO THE SPECIAL PROVISIONS

Department of Revenue, to the Contracting Agency by the deadline listed below.

2. Federal Debarment

A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government.

B. Documentation: The Bidder shall not be listed as having an “active

exclusion” on the U.S. government’s “System for Award Management” database (www.sam.gov).

3. Subcontractor Responsibility

A. Criterion: The Bidder’s standard subcontract form shall include the

subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also “responsible” subcontractors as defined by RCW 39.06.020.

B. Documentation: The Bidder, if and when required as detailed below, shall

submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts.

4. Claims Against Retainage and Bonds

A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall

submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information:

• Name of project • The owner and contact information for the owner;

Page 124: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-13 INTRODUCTION TO THE SPECIAL PROVISIONS

• A list of claims filed against the retainage and/or payment bond for any of the projects listed;

• A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim.

5. Public Bidding Crime

A. Criterion: The Bidder and/or its owners shall not have been convicted of a

crime involving bidding on a public works contract in the five years prior to the bid submittal date.

B. Documentation: The Bidder, if and when required as detailed below, shall

sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract.

6. Termination for Cause / Termination for Default

A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall

sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances.

7. Lawsuits

A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.

B. Documentation: The Bidder, if and when required as detailed below, shall

sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the

Page 125: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-14 INTRODUCTION TO THE SPECIAL PROVISIONS

circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts.

8. Contracting Agency Specific Criteria

A. Criterion: Bidders shall supply the following information:

Dollar amount of contracts currently held by the bidder,

List of more important construction projects completed by your company in the last 5 years,

Bank references, and

Bonding company. B. Documentation: The required information shall be included in Section C of

the Bidder Responsibility Statement.

As evidence that the Bidder meets Supplemental Responsibility Criteria 3 – 8 stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets Supplemental Criteria 3 – 8 together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with Supplemental Responsibility Criteria 3 – 8. The Contracting Agency reserves the right to request further documentation as needed from the low bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the Supplemental Criteria. The basis for evaluation of Bidder compliance with these mandatory and Supplemental Criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the

Page 126: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-15 INTRODUCTION TO THE SPECIAL PROVISIONS

Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency’s determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency’s final determination.

Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents.

1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read:

Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all

materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the

order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any Bid Item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or

county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that

the bidder is the lowest responsible bidder.

1-03 Award and Execution of Contract

1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read:

After opening and reading proposals, the Contracting Agency will check them for

Page 127: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-16 INTRODUCTION TO THE SPECIAL PROVISIONS

correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any Bid Item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond.

1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read:

After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked “Winner” and the other(s) marked “unsuccessful”. The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked “Winner” will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw.

1-03.2 Award of Contract Supplement this section with the following:

1. The CONTRACTOR, by signing this agreement, certifies that it is not suspended, debarred, proposed for debarment, declared ineligible or otherwise excluded from contracting with the federal government, or from receiving contracts paid for with federal funds. If the CONTRACTOR is unable to certify to the statements contained in the certification, they must provide an explanation as to why they cannot.

2. The CONTRACTOR shall provide immediate written notice to the Department if

at any time the CONTRACTOR learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

3. The terms covered transaction, debarred, suspended, ineligible, lower tier

Page 128: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-17 INTRODUCTION TO THE SPECIAL PROVISIONS

covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department for assistance in obtaining a copy of those regulations..

4. The CONTRACTOR agrees it shall not knowingly enter into any lower tier

covered transaction with a person who is proposed for debarment under the applicable Code of Federal Regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction.

5. The CONTRACTOR further agrees by signing this agreement, that it will include

this clause titled “Certification Regarding Suspension, Debarment, Ineligibility Or Voluntary Exclusion” without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

6. Pursuant to 2CFR180.330, the CONTRACTOR is responsible for ensuring that

any lower tier covered transaction complies with certification of suspension and debarment requirements.

7. CONTRACTOR acknowledges that failing to disclose the information required in

the Code of Federal Regulations may result in the delay or negation of this funding agreement, or pursuance of legal remedies, including suspension and debarment.

8. CONTRACTOR agrees to keep proof in its agreement file, that it, and all lower

tier recipients or contractors, are not suspended or debarred, and will make this proof available to the Department upon request. RECIPIENT/CONTRACTOR must run a search in http://www.sam.gov/ and print a copy of completed searches to document proof of compliance.

This term and condition supersedes EPA Form 5700-49, “Certification Regarding Debarment, Suspension, and Other Responsibility Matters.”

1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read:

Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4.

Page 129: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-18 INTRODUCTION TO THE SPECIAL PROVISIONS

Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it.

Supplement this section with the following: THIRD-PARTY BENEFICIARY All parties agree that the State of Washington shall be, and is hereby, named as an express third-part beneficiary of this contract, with full rights as such.

(January 5, 2015 WSDOT GSP) The first paragraph of Section 1-03.3 is supplemented with the following:

The Contract will not be executed until the Contractor completes sections I, III, and VIII of the Transfer of Coverage for the Construction Stormwater General Permit and returns the form to the Contracting Agency.

1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following:

The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall:

1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that:

a. Is registered with the Washington State Insurance Commissioner, and

b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner,

Page 130: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-19 INTRODUCTION TO THE SPECIAL PROVISIONS

3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or

lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or

b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work;

4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and

5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and

6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president).

1-03.7 Judicial Review

(July 23, 2015 APWA GSP) Revise this section to read:

Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction.

1-04 SCOPE OF WORK

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read:

Page 131: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-20 INTRODUCTION TO THE SPECIAL PROVISIONS

Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency’s Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.

1-04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP) Supplement this section with the following:

The quantities for Special Borrow including Haul and Unsuitable Foundation Excavation including Haul have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These Bid Items shall not be subject to the provisions of 1-04.6 of the Standard Specifications.

1-05 CONTROL OF WORK

1-05.3 Working Drawings (December 14, 2017 KC GSP) Supplement this section with the following:

1-05.3(1) Submittals The Contractor shall not install materials or equipment, which requires submittals, until reviewed by the Contracting Agency. Late submissions by the Contractor shall not be cause for time extension. Submittals shall be made per Procore® Submittal Number and Revision, rather than per material. The Contractor shall be responsible for ensuring that each submittal includes cut sheets and/or other information for all pertinent materials necessary to complete the work for each Submittal Number. It is understood that producing submittals for each Bid Item may require multiple submittals of common materials that are associated with more than one Submittal Number. The Contractor shall also be responsible for producing submittals that may only be associated with a Specification Section, not a particular Submittal Number. The Contractor shall submit electronic copies of each submittal required by the Contract Documents through the Contracting Agency’s cloud based project management

Page 132: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-21 INTRODUCTION TO THE SPECIAL PROVISIONS

software, Procore® (see Section 1-05.19), unless otherwise required elsewhere in the Contract Provisions. This includes, but is not limited to:

Working Drawings Product Data Samples Reports Material Submittals (Ref. 1-06) Progress Schedules (Ref. 1-08.3) Guarantees/Warranties (Ref. 1-05.10)

Physical samples shall be delivered with a hardcopy transmittal of the Procore® submittal. The Engineer will return reviewed submittals through the Procore® web-based project management software for the Contractor’s use.

1-05.3(2) Submittal Schedule In conformance with section 1-08.3, the progress schedule shall be submitted and reviewed prior to commencing any work. No delay claim shall be entertained for Contractor’s failure to comply. No claim will be allowed for damages or extension of time resulting from rejection of a submittal or the requirement of resubmittals as outlined by this section. The Engineer’s review will be completed as quickly as possible, but may require up to ten (10) working days from the date the submittals or resubmittals are received until they are sent to the Contractor. If more than ten (10) working days are required for the Engineer’s review of any individual submittal or resubmittal, an extension of time will be considered in accordance with Section 1-08.8.

1-05.3(3) Submittal Procedures Contractor submittals shall be in accordance with the following: The Contractor shall thoroughly review each submittal for dimensions, quantities, and details of the material or item shown. The Contractor shall review each submittal and note any errors, omissions, or deviations with the Contract Documents. The Contractor shall accept full responsibility for the completeness of each submittal. Each submittal shall have a unique number assigned to it (via Procore®). On each page, indicate the page number, and total number of pages in each submittal. Each submittal shall indicate the following:

1. The intended use of the item in the work; 2. Clearly indicate only applicable items on any catalog cut sheets;

Page 133: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-22 INTRODUCTION TO THE SPECIAL PROVISIONS

3. The current revision, issue number, and data shall be indicated on all drawings and other descriptive data.

4. Description of Submittal. 5. Related Specification Section and/or plan sheet. 6. Each material submittal shall clearly indicate the name and address of all

suppliers, processors, distributors, and/or producers from which the Contractor directly purchased each material.

When submitting product data, the Contractor shall modify drawings to delete any information not applicable to the project and add information that is applicable to the project. The Contractor shall mark copies of printed material to clearly identify the pertinent materials, products or models. Samples submitted shall be of sufficient size and quantity to clearly illustrate functional characteristics of product or material and full range of colors available. Field samples and mock-ups, where required, shall be erected at the project site where directed by the Engineer. The Contractor shall notify the Engineer, in writing at time of submission, of deviations in submittals from requirements of the contract documents. The Contracting Agency shall not be responsible for delays in reviewing submittals not submitted in accordance with these specifications. Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or non-approval of Working Drawings.

1-05.3(4) Engineer’s Review of Submittals The Engineer’s review of drawings and data submitted by the Contractor will cover only general conformity with the Contract drawings and specifications. The Engineer’s review of submittals shall not relieve the Contractor from responsibility for errors, omissions, deviations, or responsibility for compliance with the Contract documents. Review of a separate item does not constitute review of an assembly in which the item functions. When the submittal or resubmittal is marked “APPROVED”, “APPROVED AS NOTED”, “REVIEWED & FILED” AND “CONDITIONALLY APPROVED” no resubmittal is required. When the submittal is marked “REVIEWED WITH COMMENTS” the Contractor shall comply with any comments on the return submittal.

1-05.3(5) Resubmittals When a submittal is marked “REVISE AND RESUBMIT” or “REJECTED,” the Contractor shall make the corrections as noted and instructed by the Engineer and

Page 134: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-23 INTRODUCTION TO THE SPECIAL PROVISIONS

resubmit via Procore®. The Contractor shall not install material or equipment that has received a review status of “REVISE AND RESUBMIT” or REJECTED”. When corrected copies are resubmitted, the Contractor shall in writing direct specific attention to all revisions and shall list separately any revision made other than those called for by the Engineer on previous submittals. Procore® will assign the resubmittal number of the original submittal followed by a revision number (1, 2, etc.) to indicate the sequence of the resubmittal. Each submittal shall have a unique number assigned to it (via Procore®). The Contractor shall revise returned submittals as required and resubmit until final review is obtained. Any associated progress delay due to the Contractor’s need to revise and resubmit is the Contractor’s sole responsibility. The Contractor shall verify that all exceptions previously noted by the Engineer have been accounted for.

Page 135: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-24 INTRODUCTION TO THE SPECIAL PROVISIONS

1-05.3(6) Record Drawings The Contractor shall submit Record Drawings in accordance with the following. Record drawings refer to those documents maintained and annotated by the Contractor during construction and is defined as, a neatly and legibly marked set of Contract drawings showing any changes made to the original details of work. The Contractor shall maintain drawings in good condition; protect from deterioration and keep in a clean, dry, and secure location. The Record Drawings shall not be used for construction purposes. The Contractor shall provide to the County, access to Record Drawings at all times during normal working hours. Record drawings shall be updated on a continuous basis. The Contractor shall bring the up-to-date drawings to a monthly “record review” meeting where the Engineer will verify the maintenance of the Record Drawings as part of the condition precedent to approving the monthly progress payment disbursement process. Monthly progress payments to the Contractor may not be processed, if record information for the involved work to date has not been accurately recorded on the Project Record Drawings. At the completion of the construction work, prior to pre-final payment, all Project Red Line Drawings shall be submitted to the Engineer.

A. Record Drawings:

Do not permanently conceal any work until required information has been recorded. Mark drawings to show the actual installation where the installation varies from the work as originally shown on the Contract drawings or indicated in the Contract specifications. Give particular attention to information on concealed elements that would be difficult to measure and record at a later date.

1. Changes and information shall be clearly drawn, described and shown

technically correct. 2. Mark drawings with red erasable pencil. 3. Record data as soon as possible after obtaining it. 4. Mark any new information. 5. Keep accurate measurements of horizontal and vertical locations of

underground services and utilities. 6. Mark any changes made where installation varies from that shown originally,

such as, in materials, equipment, locations, alignments, elevations, and any other dimensions of the work.

7. For any work not demolished, abated, or salvaged, cross out and appropriately annotate “Not Complete”.

Page 136: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-25 INTRODUCTION TO THE SPECIAL PROVISIONS

8. Indicate revisions to drawings with a “cloud” drawn around the revision and note date the revision(s) was made.

9. Note Request For Change (RFC), Request For Information (RFI), and similar identification, where applicable.

B. Format:

Identify and date each print; include the designation “RECORD DRAWINGS” in a prominent location.

1. Prints: Organize Record Drawings into manageable sets. Include

identification on cover sheets. 2. Identify cover sheets as follows:

Specification No. Project Name Date “RECORD DRAWINGS” Name of Engineer Name of Contractor

3. Electronic Copies: Scan full-size (dimension size: 22x34) Project Record Drawings and submit, on a CD-R, in pdf format.

The lump sum Contract price for “Record Drawings” shall be full pay for all costs associated with, including but not limited to, documenting, revising, updating, maintaining, and submitting record drawings at the completion of construction work.

1-05.3(7) Clarifications Clarifications of the Contract intent shall be submitted via a Request for Information (RFI) using Procore® as described in Section 1-05.19 of the Special Provisions. The Contractor shall provide a clear and concise clarification question, specific project document reference such as plan detail number or specification number, proposed solution to the clarification question, and provide any supporting documentation necessary to understand the clarification question. Request for Information responses provided by the Contracting Agency shall be incorporated into the Record Drawings, if resulting in a change to the Contract Plans. Request for Information responses provided by the Contracting Agency shall not be construed to be a change to the Contract Documents. Add the following new section:

Page 137: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-26 INTRODUCTION TO THE SPECIAL PROVISIONS

1-05.6 Inspection of Work and Materials Supplement this section with the following:

The Contractor shall provide for the safe access to the construction site and to the Contractor’s records by Washington State Department of Ecology personnel.

The Contractor shall maintain accurate records and accounts to facilitate the Contracting Agency’s audit requirements and shall ensure that subcontractor maintain auditable records. These Project records shall be separate and distinct from the Contractor’s other records and accounts. All such records shall be available to the Contracting Agency and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit.

1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following:

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.

If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public.

Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work.

Page 138: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-27 INTRODUCTION TO THE SPECIAL PROVISIONS

No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section.

The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required.

1-05.11 Final Inspection Delete this section and replace it with the following:

1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor’s request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally.

If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection.

1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The

Page 139: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-28 INTRODUCTION TO THE SPECIAL PROVISIONS

Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal.

Page 140: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-29 INTRODUCTION TO THE SPECIAL PROVISIONS

Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the contract.

1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section.

1-05.14 Cooperation with Other Contractors Supplement this section with the following:

Other Contracts or Other Work (March 13, 1995 WSDOT GSP) It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work:

Adjustment of and/or relocating existing dry utilities, i.e. power, street lights, telephone, cable television, and internet facilities by their owners.

Removal of some street lights.

The Contractor shall coordinate with the respective utility to allow access and completion of needed work. This shall include, but not necessarily be limited to, Wave Broadband, Convergence, Comcast, Puget Sound Energy, IntoLight, CenturyLink, Cascade Gas, and Silverdale Water District.

1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read:

All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract.

Add the following new sections:

Page 141: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-30 INTRODUCTION TO THE SPECIAL PROVISIONS

1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item.

1-05.18 Record Drawings

(March 8, 2013 APWA GSP)

The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded.

This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor’s field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review.

The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency.

The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to:

Actual dimensions, arrangement, and materials used when different than shown in the Plans.

Changes made by Change Order or Field Order.

Changes made by the Contractor.

Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.).

Page 142: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-31 INTRODUCTION TO THE SPECIAL PROVISIONS

If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings.

When the Contract calls for the Contractor to do the surveying/staking, the applicable tolerance limits include, but are not limited to the following:

Vertical Horizontal

As-built sanitary & storm invert and grate elevations

± 0.01 foot

± 0.01 foot

As-built monumentation ± 0.001 foot

± 0.001 foot

As-built waterlines, inverts, valves, hydrants

± 0.10 foot

± 0.10 foot

As-built ponds/swales/water features

± 0.10 foot

± 0.10 foot

As-built buildings (fin. Floor elev.) ± 0.01 foot

± 0.10 foot

As-built gas lines, power, TV, Tel, Com

± 0.10 foot

± 0.10 foot

As-built signs, signals, etc. N/A ± 0.10 foot

Making Entries on the Record Drawings: Use erasable colored pencil (not ink) for all markings on the Record Drawings,

conforming to the following color code: Additions - Red Deletions - Green Comments- Blue Dimensions- Graphite Provide the applicable reference for all entries, such as the change order

number, the request for information (RFI) number, or the approved shop drawing number.

Date all entries.

Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion.

Payment will be made for the following Bid Item: Record Drawings (Minimum Bid $ 5000.00)

Lump Sum

Page 143: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-32 INTRODUCTION TO THE SPECIAL PROVISIONS

Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions.

A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount.

Add the following new section:

1-05.19 PROJECT MANAGEMENT COMMUNICATIONS (December 14, 2017 KC GSP)

1-05.19(1) Summary The Contractor shall use the cloud-based project management communications tool, Procore® Construction Management Software, and protocols included in that software during this project. The use of project management communications as herein described does not replace or change any contractual responsibilities of the participants. A valid email address, electronic and computer equipment, and internet connections are the responsibility of each project participant. The Contracting Agency will set up the user account. Nothing in this specification or the subsequent communications supersedes the parties’ obligations and rights for copyright or document ownership as established by the Contract Documents. The use of CAD files, processes or design information distributed in this system is intended only for the project specified herein.

1-05.19(2) Training & Support The Contracting Agency will host an information and training session for Contractor staff in use of the Procore® software at a time to be schedule after contract award. Companies may also use online videos, support articles, online chat and phone support from Procore® at no cost.

1-05.19(3) Project Archive The archive will be available to the Contractor at a nominal cost. The archive set will contain only documents that the Contractor has access to during construction. All legal rights in any discovery process are retained. Archive material shall be ordered through the Contracting Agency.

1-05.19(4) Authorized Users Access to Procore® will be by individuals who have been authorized to use it by the Engineer.

Page 144: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-33 INTRODUCTION TO THE SPECIAL PROVISIONS

1. The Contracting Agency will provide the Contractor with at least five (5) access

accounts for the duration of the project. The sharing of user accounts is prohibited.

2. 3. Contractor shall provide Engineer with list of Authorized users including valid

email addresses following award of the Contract and scheduling of Contracting Agency provided training.

4. Authorized users will be contacted via e-mail with log-in information. 5. Individuals shall be responsible for the proper use of their passwords and access

to data as agents of the Contractor. 6. Only entities with a direct Contract with the Contracting Agency will be allowed to

have read/write access (Authorized user) to the software. Read access may be provided to others, if beneficial to the project, including subcontractors and utility providers.

1-05.19(5) Communications The use of fax, email and courier communication for this project is discouraged in favor of using Procore® to send messages. Communication functions are as follows:

1. Document Integrity and Revisions: a. Documents, comments, drawings and other data posted to the system

remain a permanent component of the project. The originator, time and date are recorded for each document submitted to the system. Submitting a new document or record with a unique ID, originator, and time stamp is the method used to make modifications or corrections.

b. The system identifies revised or superseded documents and their predecessors.

c. Server or Client side software enhancements during the life of the project will not alter or restrict the content of data published by the system. System upgrades will not affect access to older documents or software.

2. Document Security: The system provides a method for communication of documents. Documents allow security group assignment to respect the contractual parties’ communication with the exception that the Contracting Agency Administrative Users have access to everything. DO NOT POST PRIVATE OR CONFIDENTIAL ITEMS IN THE DATABASE.

3. Document Integration: Documents of various types are able to be logically related to one another. For example, requests for information (RFIs), inspector’s daily field reports (IDRs), supplemental sketches and photographs can be referenced as related records.

4. Reporting: The system is capable of generating reports for work in progress, and logs for each document type. Summary reports generated by the system are available for project members and are subject to each user’s security settings.

5. Notifications and Distribution: Document distribution to project members may be accomplished both within the Procore® system and via email depending on user settings. Project document distribution to parties outside of the project

Page 145: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-34 INTRODUCTION TO THE SPECIAL PROVISIONS

communication system may be accomplished by secure email of outgoing documents and attachments, readable by a standard email client.

6. Except for paper documents which require original signatures and large format documents (greater than 11 x 17 inches), all other documents shall be submitted by transmission in electronic form into Procore® by Authorized users.

a. Large format documents may be transmitted by hardcopy and electronically via Procore® as otherwise agreed, or as otherwise noted in the specifications.

b. Document Types that shall be transmitted via Procore® include, but are not limited to:

i. Request for Information (RFI) ii. Change Order (CO) iii. Submittals iv. Transmittals, including record of documents and materials delivered

in hard copy v. Meeting Minutes/Notes vi. Application for Payments vii. Review Comments viii. Inspector’s Daily Field Reports (IDR) ix. Construction Photographs x. Drawings xi. Supplemental Sketches xii. Schedules xiii. Specifications

1-05.19(6) Record Keeping

1. The Contracting Agency and their representatives and the Contractor shall respond to electronic documents received from Procore®, and consider them as if received in paper document form.

2. The Contracting Agency and their representatives and the Contractor reserves the right to reply or respond through Procore® to documents actually received in paper document form.

3. The following are examples of paper documents which will require an original signature:

a. Contract b. Change Orders c. Application & Certificates for Payment d. Force Account and Protested Force Account forms e. Correspondence by the Contractor constituting notification per Section 1-

05.15 of the Special Provisions.

1-05.19(7) Minimum Equipment Requirements In addition to other requirements specified in this Section, the Contractor shall be responsible for providing suitable tools and internet access to utilize the Procore®

Page 146: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-35 INTRODUCTION TO THE SPECIAL PROVISIONS

software. Contact Procore® for equipment requirements and support at the following website: http://www.Procore.net/services/support. No separate payment will be made for the use of Procore®, as this will be considered incidental to the Contract. All costs incurred to carry out the requirements of utilizing and maintaining Procore®, including but not limited to, labor, training, equipment, and required tools are the sole responsibility of the Contractor.

1-06 CONTROL OF MATERIALS Supplement this section with the following:

This provision applies to projects for the construction, alteration, maintenance, or repair of a “treatment works” as defined in the Federal Water Pollution Control Act (33 USC 1381 et seq.). This provision does not apply if the engineering plans and specifications for the project were approved by the Ecology prior to January 17, 2014. The Contractor acknowledges to and for the benefit of the Project Owner and the State of Washington that it understands the goods and services under this Agreement are being funded with monies made available by the Water Pollution Control Revolving Fund which contains provisions commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project be produced in the United States (“American Iron and Steel Requirements”) including iron and steel products provided by the Contactor pursuant to this Agreement. “Iron and Steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials.

The Contractor hereby represents and warrants to and for the benefit of the Project Owner and the State that:

(a) the Contractor has reviewed and understands the American Iron and Steel Requirements, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirements, unless a waiver of the requirements is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirements, as may be requested by the Project Owner or the State.

Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Project Owner or State to recover as damages against the Contractor any loss, expense or cost (including

Page 147: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-36 INTRODUCTION TO THE SPECIAL PROVISIONS

without limitation attorney’s fees) incurred by the Project Owner or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Project Owner). While the Contractor has no direct contractual privity with the State, as a lender to the Project Owner for the funding of its project, the Project Owner and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of the Agreement necessary to give this paragraph force or effect shall be amended or waived without the prior written consent of the State.

1-06.6 Recycled Materials

(January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following:

The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications.

Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting.

1-07 LEGAL REGULATIONS AND RESPONSIBILITIES TO THE PUBLIC

1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following:

In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the

Page 148: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-37 INTRODUCTION TO THE SPECIAL PROVISIONS

Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures in, on, or near the project site.

1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following:

1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within

Page 149: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-38 INTRODUCTION TO THE SPECIAL PROVISIONS

and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount.

1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244).

1-07.6 Permits and Licenses

(January 2, 2018 WSDOT GSP) Supplement this section with the following: The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these

Page 150: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-39 INTRODUCTION TO THE SPECIAL PROVISIONS

permits, including a copy of the Transfer of Coverage form, when applicable, are required to be onsite at all times. Contact with the permitting agencies, concerning the below-listed permit(s), shall be made through the Engineer with the exception of when the Construction Stormwater General Permit coverage is transferred to the Contractor, direct communication with the Department of Ecology is allowed. The Contractor shall be responsible for obtaining Ecology’s approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. Dept. of Ecology NPDES Construction Stormwater

General Permit Kitsap County Dept. of Community Development Site Development Activities Permit (16

00060)

1-07.7 Load Limits Supplement this section with the following: (March 13, 1995 WSDOT GSP)

If the sources of materials provided by the Contractor necessitates hauling over roads other than County roads, the Contractor shall, at the Contractor’s expense, make all arrangements for the use of the haul routes.

1-07.9 Wages

1-07.9(1) General Supplement this section with the following:

The work performed under this contract is subject to the wage requirements of the Davis-Bacon Act. The Contractor shall conform to the wage requirements prescribed by the federal Davis-Bacon and Relate Acts which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, and determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area. Attachment 1 to this specification insert and an up to date wage determination shall be included in full into this contract and in any subcontract in excess of $2,000. Wage determinations can be found at http://www.wdol.gov.

Page 151: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-40 INTRODUCTION TO THE SPECIAL PROVISIONS

The Contractor agrees that the Contractor is legally and financially responsible for compliance with the Davis-Bacon Act wage rules. All laborers and mechanics employed by contractors and subcontractors employed as part of this contract shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code.

1-07.11 Requirements for Nondiscrimination Supplement this section with the following:

General Compliance (40 CFR Part 33) The contractor shall comply with the requirements of the Environmental Protection Agency’s Program for Participation By Disadvantaged Business Enterprises (DBE) 40 CFR Part 33.

Non-discrimination Provision (40CFR Appendix A to Part 33) The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. The contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to Title VI and VII of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, and Chapter 49.60 RCW, Washington’s Law Against Discrimination, and 42 U.S.C. 12101 et seq, the Americans with Disabilities Act (ADA).

Six Good Faith Efforts (40 CFR Part 33 Subpart C) The contractor agrees to make the following good faith efforts whenever procuring subcontracts, equipment, services and supplies. The contractor shall retain records documenting compliance with the following six good faith efforts.

1. Ensuring Disadvantaged Business Enterprises are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing Disadvantaged Business Enterprises on solicitation lists and soliciting them whenever they are potential sources. Qualified Women and Minority business enterprises may be found on the Internet at www.omwbe.wa.gov or by contacting the Washington State Office of Minority and Women’s Enterprises at (866) 208-1064.

2. Making information on forthcoming opportunities available to Disadvantaged Business Enterprises and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages

Page 152: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-41 INTRODUCTION TO THE SPECIAL PROVISIONS

and facilitates participation by Disadvantaged Business Enterprises in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date.

3. Considering in the contracting process whether firms competing for large contracts could subcontract with Disadvantaged Business Enterprises. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by Disadvantaged Business Enterprises in the competitive process.

4. Encourage contracting with a consortium of Disadvantaged Business Enterprises when a contract is too large for one of these firms to handle individually.

5. Using services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

6. If the prime contractor awards subcontracts, requiring the subcontractors to take the six good faith efforts in paragraphs 1 through 5 above.

MBE/WBE Reporting (40 CFR Part 33 Parts 33.302, 33.502 and 33.503)

1. The contractor shall complete the DBE Subcontractor Utilization Form (EPA

Form 6100–4). 2. The contractor shall require all DBE subcontractors to complete the DBE

Subcontractor Performance Form (EPA Form 6100-3). The DBE Subcontractor Performance Form is only required to be completed by certified DBE subcontractors.

3. The contractor shall submit DBE Subcontractor Utilization Form (EPA Form 6100-4) and all completed DBE Subcontractor Performance Form(s) (EPA Form 6100-3) as part of the bid, or within one hour after the published bid submittal time (consistent with RCW 39.30.060)

4. The contractor shall provide DBE Subcontractor Participation Form (EPA Form 6100-2) to all DBE subcontractors. These subcontractors may submit Subcontractor Participation Form (EPA Form 6100-2) to the EPA Region 10 DBE coordinator in order to document issues or concerns with their usage or payment for a subcontract.

The 6100 forms can be found at: http://www.ecy.wa.gov/programs/wq/funding/GrantLoanMgmtDocs/Eng/GrantLoanMgmtEngRes.html

Bidders List (40 CFR Part 33 part 33.501)

All bidders shall submit the following information for all firms that bid or quote on subcontracts (including both DBE and non-DBE firms) as part of the bid, or within one hour after the published bid submittal time (consistent with RCW 39.30.060).

1. Firm’s name with point of contact;

Page 153: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-42 INTRODUCTION TO THE SPECIAL PROVISIONS

2. Firm’s mailing address, telephone number, and e-mail address; 3. The work on which the firm bid or quoted, and when the firm bid or quoted;

and 4. Firm’s status as an MBE/WBE or non-MBE/WBE.

Contract Administration Provisions (40 CFR part 33.302) The contractor shall comply with the contract administration provisions of 40 CFR, Part33.302.

1. The contractor shall pay its subcontractor for satisfactory performance no more than 30 days from the contractor's receipt of payment.

2. The contractor shall notify the owner in writing prior to any termination of a DBE subcontractor.

3. If a DBE subcontractor fails to complete work under the subcontract for any reason, the contractor shall employ the six good faith efforts when soliciting a replacement subcontractor.

4. The contractor shall employ the six good faith efforts even if the contractor has achieved its fair share objectives.

1-07.11(2)A Equal Employment Opportunity (EEO) Responsibilities Supplement this section with the following:

If this Contract exceeds $10,000, the Contractor shall comply with Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60.

Contractor’s compliance with Executive Order 11246 shall be based on implementation of the Equal Opportunity Clause, and specific affirmative active obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4.

Equal Opportunity Clause (41 CFR part 60-1.4(b)) During the performance of this contract, the contractor agrees as follows:

1. The contractor will not discriminate against any employee or applicant for

employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

Page 154: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-43 INTRODUCTION TO THE SPECIAL PROVISIONS

2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin.

3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States.

Federal Equal Employment Opportunity Construction Contract Specifications

(Executive Order 11246 and 41 CFR part 60-4.3)

1. As used in these specifications:

Page 155: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-44 INTRODUCTION TO THE SPECIAL PROVISIONS

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number” means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

d. “Minority” includes: i. Black (all persons having origins in any of the Black African racial groups

not of Hispanic origin); ii. Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South

American or other Spanish Culture or origin, regardless of race); iii. Asian and Pacific Islander (all persons having origins in any of the

original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

iv. American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

3. If the Contractor is participating (pursuant to 41 CFR 60–4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered

Page 156: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-45 INTRODUCTION TO THE SPECIAL PROVISIONS

Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted constuction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in theFederal Registerin notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:

a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever

Page 157: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-46 INTRODUCTION TO THE SPECIAL PROVISIONS

additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or

unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newpaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force.

Page 158: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-47 INTRODUCTION TO THE SPECIAL PROVISIONS

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60–3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations.

8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

10. The Contractor shall not use the goals and timetables or affirmative action

Page 159: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-48 INTRODUCTION TO THE SPECIAL PROVISIONS

standards to discriminate against any person because of race, color, religion, sex, or national origin.

11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60–4.8.

14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

Reporting Requirements (EEO-1) On or before September 30 of each year, a contractor that is subject to Title VII of the Civil Rights Act of 1964, as amended, and that has 100 or more employees, shall file with the EEOC or its delegate an “Employer Information Report EEO-1”. Instructions on how to file are available on the EEOC’s website at http://www.eeoc.gov/employers/eeo1survey/howtofile.cfm. The contractor shall retain a copy of the most recent report filed.

Page 160: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-49 INTRODUCTION TO THE SPECIAL PROVISIONS

Segregated Facilities (41 CFR part 60-1.8) The contractor shall ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensuring that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. This obligation extends to all contracts containing the equal opportunity clause regardless of the amount of the contract. The term “facilities,” as used in this section, means waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, wash rooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees; Provided, That separate or single-user restrooms and necessary dressing or sleeping areas shall be provided to assure privacy between the sexes.

1-07.15 Temporary Water Pollution/Erosion Control Supplement this section with the following:

Protection of the Environment: No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington Department of Ecology.

1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains Supplement this section with the following:

The Contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner. The Contractor shall keep a copy of the Inadvertent Discovery Plan for the project on the work site at all times. The Contractor shall immediately stop all work if human remains, cultural or archeological resources are discovered in the course of construction. The Contractor shall follow the Inadvertent Discovery Plan in dealing with the human remains, cultural or archeological resources.

1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP Option 2) Supplement this section with the following:

Page 161: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-50 INTRODUCTION TO THE SPECIAL PROVISIONS

Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows:

Relocation or adjustment of existing power, signal, water, telephone and cable facilities.

The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use:

Cascade Natural Gas CenturyLink PO Box 539 611 6th Street, Bsmt Bremerton, WA 98337 Bremerton, WA 98337 Contact: Kendall Youngblood Contact: Royce Klein Telephone: (360) 405-4230 Telephone: (360) 478-5930 Mobile: (360) 633-6614 Kitsap County Public Works Puget Sound Energy Sewer Utility Division 6522 Kitsap Way 614 Division Street Bremerton, WA 98312 Port Orchard, WA 98366 Contact: Spencer Hunt Contact: Stella Vakarcs Telephone: (425) 505-3984 Telephone: (360) 337-5777 Silverdale Water District Wave Broadband 5300 NW Newberry Hill Road 4519 SE Mile Hill Drive Silverdale, WA 98383 Port Orchard, WA 98366 Contact: Nolan Corpuz Contact: Ron McGehee Telephone: (360) 447-3521 Telephone: (360) 871-5618 ext. 1734 Comcast Convergence 1225 Sylvan Way 900 Sheridan Road #108 Bremerton, WA 98310 Bremerton, WA 98310

Page 162: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-51 INTRODUCTION TO THE SPECIAL PROVISIONS

Contact: Jim LeCompte Contact: John Stockwell Telephone: (360) 896-5688 Telephone: (360) 373-2137 IntoLight PO Box 97034 Bellevue, WA 98009-9734 Contact: Lars Larson Telephone: (425) 456-2701

Supplement this section with the following new section: (March 22, 2016 KC GSP)

Protection and Support of Existing Utilities: Description The Contractor shall provide support and protection of all existing utility facilities crossing the work area during construction. All utilities shall remain fully operational throughout the life of this Contract. The Contractor shall be responsible for coordinating with the Engineer and the utility owners for the relocation of the utilities, or the erection of temporary support for them. The Contractor shall be responsible for the erection of all temporary support and temporary relocation necessary to complete the work. The Contractor shall “pot hole” and expose the existing underground utilities crossing the route of the new improvements. Excavation immediately adjacent to the existing conduits shall be made by hand methods in compliance with Washington State requirements. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid Item included on the proposal:

“Protection and Support of Existing Utilities”, lump sum. The lump sum Contract price for “Protection and Support of Existing Utilities” shall be full pay for all labor, tools, materials and equipment necessary to complete the work and for any costs incurred by the Contractor due to the loss of work efficiency as a result of the requirement to work adjacent to the relocated or temporarily supported utilities.

1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance (January 4, 2016 APWA GSP)

Page 163: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-52 INTRODUCTION TO THE SPECIAL PROVISIONS

1-07.18(1) General Requirements

A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition.

B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below.

C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed.

D. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it.

E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice.

F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency

G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days’ notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the

Page 164: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-53 INTRODUCTION TO THE SPECIAL PROVISIONS

Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency.

H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made.

1-07.18(2) Additional Insured

All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:

the Contracting Agency and its officers, elected officials, employees, agents, and volunteers

Supplement this section with the following sentence:

the State of Washington and its officers, elected officials, employees, agents and volunteers.

The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor.

For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

1-07.18(3) Subcontractors

The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors.

The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured

Page 165: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-54 INTRODUCTION TO THE SPECIAL PROVISIONS

endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.

1-07.18(4) Verification of Coverage

The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance.

Verification of coverage shall include:

1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.

2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement.

3. Any other amendatory endorsements to show the coverage required herein.

4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted.

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work.

1-07.18(5) Coverages and Limits

The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity.

All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor.

Page 166: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-55 INTRODUCTION TO THE SPECIAL PROVISIONS

1-07.18(5)A Commercial General Liability

Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage.

The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.

Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least three years following Substantial Completion of the Work.

Such policy must provide the following minimum limits:

$1,000,000 Each Occurrence

$2,000,000 General Aggregate

$2,000,000 Products & Completed Operations Aggregate

1,000,000 Personal & Advertising Injury each offence

$1,000,000 Stop Gap / Employers’ Liability each accident

1-07.18(5)B Automobile Liability

Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements.

Such policy must provide the following minimum limit:

$1,000,000 Combined single limit each accident

1-07.18(5)C Workers’ Compensation

The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

1-07.23 Public Convenience and Safety

1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP)

Page 167: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-56 INTRODUCTION TO THE SPECIAL PROVISIONS

Revise the third sentence of the second paragraph to read:

Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction.

Supplement this section with the following: (January 2, 2012 WSDOT GSP)

Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor’s operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows:

Minimum Work Zone Clear Zone Distance Regulatory Posted

Speed Distance From Traveled Way

(Feet) 35 mph or less 10 *

40 mph 15 45 to 55 mph 20

60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk

Page 168: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-57 INTRODUCTION TO THE SPECIAL PROVISIONS

(January 5, 2015 WSDOT GSP)

Lane closures are subject to the following restrictions:

Two lanes (one in each direction) of traffic shall be maintained on Ridgetop Boulevard during peak traffic hours, which is defined as weekdays 7:00 am to 10:00 am and 3:00 pm to 6:00 pm. See ATTACHMENT D - Ridgetop Blvd Schools Arrival and Departure Times for more information on school peak hours.

During non-peak traffic hours, as defined above, a minimum of one lane flagger controlled traffic shall be maintained at all times.

Side streets may be closed to through traffic during working hours with an approved detour plan.

The Contractor shall maintain safe pedestrian passage through the work area at all times.

If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours.

1-07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following:

Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or

Page 169: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-58 INTRODUCTION TO THE SPECIAL PROVISIONS

rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted.

The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established.

1-08 PROSECUTION AND PROGRESS Add the following new section:

1-08.0 Preliminary Matters (May 25, 2006 APWA GSP)

Add the following new section:

1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be:

1. To review the initial progress schedule;

Page 170: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-59 INTRODUCTION TO THE SPECIAL PROVISIONS

2. To establish a working understanding among the various parties associated or affected by the work;

3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.;

4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work.

The Contractor shall prepare and submit at the preconstruction conference the following:

1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable.

Add the following new section:

1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference.

All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 2 days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example:

1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the

Page 171: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-60 INTRODUCTION TO THE SPECIAL PROVISIONS

Contracting Agency’s material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.)

2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time.

3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period.

4. If a 4-10 work schedule is requested and approved the non working day for the week will be charged as a working day.

5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll.

1-08.3(2)B Type B Progress Schedule (March 13, 2012 APWA GSP) Revise the first paragraph to read:

The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1-08.3(1), except that it may be limited to only those activities occurring within the first 60-working days of the project.

Revise the first sentence of the second paragraph to read:

The Contractor shall submit one copy of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference.

1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following:

1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the

Page 172: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-61 INTRODUCTION TO THE SPECIAL PROVISIONS

Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract.

1-08.5 Time for Completion (January 2, 2018 KC GSP) Revise the third and fourth paragraphs to read:

Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day.

Revise the sixth paragraph to read:

The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor’s obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and

Page 173: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-62 INTRODUCTION TO THE SPECIAL PROVISIONS

2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24

Section 1-08.5 is supplemented with the following: (March 13, 1995 WSDOT GSP)

This project shall be physically completed within 180 working days.

1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read:

When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract.

1-09 MEASUREMENT AND PAYMENT

1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read:

Page 174: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-63 INTRODUCTION TO THE SPECIAL PROVISIONS

Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work.

1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following:

The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer.

1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following:

The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment.

The Contractor shall submit a breakdown of the cost of lump sum Bid Items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final.

Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference.

The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment.

The value of the progress estimate will be the sum of the following:

Page 175: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-64 INTRODUCTION TO THE SPECIAL PROVISIONS

1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price.

2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination.

3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer.

4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer.

Progress payments will be made in accordance with the progress estimate less:

1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;

2. The amount of progress payments previously made; and

3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents.

Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1.

1-09.11(3) Time Limitation and Jurisdiction

(July 23, 2015 APWA GSP) Revise this section to read:

For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.

Page 176: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-65 INTRODUCTION TO THE SPECIAL PROVISIONS

1-09.13 Claims Resolution

1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read:

The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions.

1-10 TEMPORARY TRAFFIC CONTROL

1-10.2 Traffic Control Management

1-10.2(1) General

(January 3, 2017 WSDOT GSP) Supplement this section with the following:

Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following:

The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 or (425) 814-3930 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701

1-10.2(2) Traffic Control Plans (TCP)

Page 177: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

1-66 INTRODUCTION TO THE SPECIAL PROVISIONS

Supplement this section with the following:

Development of Traffic Control Plans Development of a Traffic Control Plan shall be the responsibility of the Contractor. Example Standard Plans have been attached to this document for the Contractor’s use in developing this Plan. The Contractor shall submit their Traffic Control Plan for the Engineer’s review 5 working days prior to the Preconstruction Meeting. The Engineer shall review the Plan and at the Preconstruction Meeting give written approval or discuss the revisions required. Subsequent reviews or revisions, if required, shall be accomplished by the Engineer within 5 working days after submittal. No work shall be undertaken until the Contractor has written approval of the Traffic Control Plan. The Traffic Control Plan shall account for the arrival and departure times of school buses and pedestrians to Ridgetop Junior High School, Silverdale Elementary and Silver Ridge Elementary. The arrival and departure times can be found in ATTACHMENT D.

1-10.4 Measurement

1-10.4(1) Lump Sum Bid for Project (No Unit Items) (August 2, 2004 WSDOT GSP) Supplement this section with the following:

The proposal contains the item “Project Temporary Traffic Control”, per lump sum. The provisions of Section 1-10.4(1) shall apply.

Page 178: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-1 INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 2 EARTHWORK

2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP

2-01.2 Disposal of Usable Material and Debris (May 3, 2017 KC GSP) Revise the third paragraph to read as follows:

The Contractor shall use Disposal Method No. 2.

2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

2-02.1 Description (May 3, 2017 KC GSP) Supplement this section with the following:

Removal and disposal of existing signs as noted in the plans is included in this work. Sawcut Asphalt Concrete Pavement Where shown in the plans or where designated by the Engineer, the Contractor shall saw cut asphalt concrete pavement prior to removal of any pavement.

2-02.3 Construction Requirements Supplement this section with the following:

The work of this section shall include removal, relocation, reinstallation of all structures and obstructions, including existing facilities to be decommissioned or abandoned in place, that lie within the project limits and that are either designated to be relocated, reinstalled, fully removed or interfere with construction of the project.

Some minor obstructions may not be shown or specifically noted on the Plans. The Contractor shall review the project area and anticipate the need for removal and replacement of minor obstructions such as fencing, signs, etc. Major obstructions that are encountered which are not shown on the Plans, or could not have been foreseen by visual inspection of the project area, should be brought to Engineer’s attention. Engineer will make a determination if the obstruction adversely affects the Contractor’s costs or schedule, and a proper adjustment to the Contract will be made in accordance with Section 1-04.

Waste material shall be disposed of in accordance with Section 2-01.2(2). Materials that can be recycled shall be recycled to the greatest extent possible.

2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures Supplement this section with the following:

Page 179: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-2 INTRODUCTION TO THE SPECIAL PROVISIONS

The table below lists drainage structures (catch basins and piping) to be removed

in full and disposed of. All locations and lengths are approximate. Drainage Structures:

Station Offset Structure 2+93.29 35.32’ LT Type 1 Catch Basin 2+93.13 0.70’ LT Type 2 Catch Basin 5+93.32 33.86’ LT Type 1 Catch Basin 5+93.30 0.50’ RT Type 2 Catch Basin 7+72.25 17.54’ RT Concrete Inlet 8+92.73 32.76’ RT Type 1 Catch Basin 9+24.07 8.14’ LT Concrete Inlet

10+21.15 38.97’ RT Type 1 Catch Basin 10+73.66 57.69’ RT Type 1 Catch Basin 10+83.16 3.00’ LT Concrete Inlet 11+03.95 14.45’ RT Type 2 Catch Basin 11+16.23 33.40’ RT Type 1 Catch Basin 13+63.51 1.61’ LT Type 2 Catch Basin 13+62.76 33.20’ RT Type 1 Catch Basin 14+92.53 17.61’ RT Concrete Inlet 16+53.12 33.22’ RT Type 1 Catch Basin 16+54.61 0.52’ LT Type 2 Catch Basin 17+29.51 33.83’ LT Type 1 Catch Basin 19+42.51 33.80’ LT Type 1 Catch Basin 19+42.58 32.93’ RT Type 1 Catch Basin 22+63.06 2.72’ RT Concrete Inlet 22+76.58 14.28’ RT Type 2 Catch Basin 22+76.67 33.49’ LT Type 1 Catch Basin 24+96.39 33.42’ LT Type 1 Catch Basin 27+24.12 33.71’ LT Type 1 Catch Basin 28+01.33 17.57’ RT Concrete Inlet 29+51.04 2.55’ LT Concrete Inlet 29+64.77 14.38’ RT Type 2 Catch Basin 29+70.51 33.21’ LT Type 1 Catch Basin 31+55.64 33.30’ LT Type 1 Catch Basin 33+46.67 33.05’ RT Type 1 Catch Basin 36+25.83 33.18’ RT Type 1 Catch Basin 36+47.61 16.07’ RT Concrete Inlet 37+97.38 4.15’ LT Concrete Inlet 37+90.39 38.21’ RT Concrete Inlet 38+09.61 11.17’ RT Type 2 Catch Basin

Total of approximately 40 structures.

Page 180: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-3 INTRODUCTION TO THE SPECIAL PROVISIONS

Drainage Pipe:

Start Station/Offset End Station/Offset Length (LF)

Diam./Material

2+06.66, 1.59’ LT 2+93.72, 43.24’ RT 86 18” CMP 2+93.72, 43.24’ RT 2+93.13, 0.70’ LT 42 12” CMP 2+93.29, 35.32’ LT 2+93.13, 0.70’ LT 33 12” CMP 2+93.13, 0.70’ LT 5+93.30, 0.50’ RT 298 18” CMP

5+93.32, 33.86’ LT 5+93.30, 0.50’ RT 33 12” CMP 5+93.30, 0.50’ RT 5+93.15, 26.84’ RT 29 12” CMP 5+93.30, 0.50’ RT 8+92.73, 32.76’ RT 301 18” CMP 7+53.24, 1.04’ LT 7+72.25, 17.54’ RT 26 12” CMP

8+92.73, 32.76’ RT 9+24.07, 8.14’ LT 50 12” CMP 8+92.73, 32.76’ RT 10+21.15, 38.97’ RT 125 18” CMP

10+21.15, 38.97’ RT 11+03.95, 14.45’ RT 82 18” CMP 10+21.15, 38.97’ RT 10+73.66, 57.69’ RT 51 12” CMP 10+83.16, 3.00’ LT 11+03.95, 14.45’ RT 25 12” CMP

11+03.95, 14.45’ RT 11+16.23, 33.40’ RT 21 12” CMP 11+03.95, 14.45’ RT 13+63.82, 1.74’ LT 255 12” CMP 13+63.82, 1.74’ LT 13+62.76, 33.20’ RT 33 12” CMP 13+63.82, 1.74’ LT 13+63.81, 5.26’ RT 7 12” CMP 13+63.51, 1.61’ LT 16+54.61, 0.52’ LT 288 12” CMP 14+73.46, 0.28’ LT 14+92.53, 17.61’ RT 25 12” CMP 16+54.61, 0.52’ LT 16+53.12, 33.22’ RT 32 12” CMP 16+54.61, 0.52’ LT 17+29.51, 33.83’ LT 80 12” CMP

17+29.51, 33.83’ LT 19+42.51, 33.80’ LT 211 12” CMP 19+42.51, 33.80’ LT 19+42.58, 32.93’ RT 65 12” CMP 21+66.76, 0.26’ LT 22+76.58, 14.28’ RT 110 12” CMP 22+63.06, 2.72’ LT 22+76.67, 33.49’ LT 32 12” CMP

22+76.67, 33.49’ LT 22+76.58, 14.28’ RT 46 12” CMP 22+76.58, 14.28’ RT 24+96.46, 33.58’ LT 219 12” CMP 24+96.46, 33.58’ LT 27+24.00, 33.73’ LT 206 12” CMP 27+24.00, 33.73’ LT 29+64.77, 14.38’ RT 239 12” CMP

27+63.08, 0.00 28+01.33, 17.57’ RT 42 12” CMP 29+51.04, 2.55’ LT 29+64.77, 14.38’ RT 20 12” CMP 29+51.04, 2.55’ LT 29+64.77, 14.38’ RT 46 12” CMP 30+10.73, 7.39’ RT 31+55.74, 33.41’ LT 147 12” CMP

32+55.88, 11.10’ RT 33+46.67, 33.05’ RT 93 12” CMP 34+96.01, 0.52’ LT 36+25.83, 33.18’ RT 133 12” CMP

36+25.83, 33.18’ RT 36+47.61, 16.07’ RT 26 12” CMP 36+25.83, 33.18’ RT 38+09.61, 11.17’ RT 180 12” CMP 37+97.38, 4.15’ LT 38+09.61, 11.17’ RT 18 12” CMP

37+90.22, 38.10’ RT 38+09.61, 11.17’ RT 31 12” CMP 38+09.61, 11.17’ RT 41+46.64, 1.31’ LT 332 12” CMP

Page 181: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-4 INTRODUCTION TO THE SPECIAL PROVISIONS

Total of approximately 5,600 lineal feet of piping.

2-02.3(3) Removal of Pavement, Sidewalks, Curbs and Gutters Supplement this section with the following:

Pavement Thickness The approximate thickness of the existing asphalt pavement has been observed to be 4 to 6-inches. It shall be the bidder’s responsibility to observe the existing conditions and base their bid accordingly. Sawcut Asphalt Concrete Pavement The equipment and procedures used to make the vertical cut shall be approved by the Engineer. The Contractor shall make a vertical saw cut to delineate the areas of pavement to be removed from those areas of pavement to remain. The removed pavement shall become the property of the Contractor and shall be promptly removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor’s operations, shall be repaired by the contractor at no expense to the Contracting Agency.

Add the following New Sections:

2-02.3(4) Abandonment or Removal of Piping, Structures and Appurtenances

The abandonment, removal, or demolition of existing storm sewers and sanitary sewers that are in service but scheduled for replacement under this Contract shall not begin until the flows have been diverted to the new sewer facilities or a bypass systems and the existing storm or sanitary sewer structures that are being replaced have been drained.

Utilities that impede the work or are damaged by Contractor during construction shall be removed and, if designated to remain in service after the work is complete, shall be replaced in kind. Contractor shall be responsible for establishing temporary bypass measures to maintain the utility service until the existing service is restored or its replacement service is in operation. Contractor will be responsible for obtaining all necessary permits and following all pertinent codes and regulations that pertain to the demolition of existing structures.

Removal of Piping, Structures, and Appurtenances Where indicated on the Plans or as required for the construction of the project, Contractor shall excavate, and completely remove and dispose of existing piping

Page 182: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-5 INTRODUCTION TO THE SPECIAL PROVISIONS

(storm drain, water main or sanitary sewer), structures (catch basins, manholes, vaults, wet wells, etc.) and appurtenances. Asbestos Cement (AC) pipe shall be removed and disposed of in accordance with the requirements of the Northwest Clean Air Agency, Department of Labor and Industries, Washington Department of Occupational Safety and Health (DOSH) and the Occupational Safety and Health Agency (OSHA). AC pipe shall not be abandoned in place.

For storm and sanitary sewer manholes that are designated to be removed, the upper 5 feet of the structures shall be removed, the bases demolished and the remaining interior volume of the structure backfilled with sand. The upper 5 feet shall then be backfilled with suitable material as specified in Section 7-08. All materials being removed shall be disposed of properly. Excavated areas shall be backfilled in accordance with Section 2-09.

Contractor shall acquire and follow the requirements of all necessary permits.

Abandonment of Piping, Structures, and Appurtenances

Where indicated on the Plans, existing piping (storm drain, water main or sewer) that is to be abandoned in-place shall be completely filled with controlled density fill.

Backfill all excavations per Section 7-08.3(3). Utilities that are shown to be abandoned in place that are in direct conflict with the proposed improvements shall be removed.

2-02.3(5) Adjusting Utilities to Grade

As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface.

Existing facilities shall be adjusted to the finished grade. Existing box, ring, grate, and cover shall be replaced with new to be set in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor’s operations, shall be repaired at the Contractor’s own expense. Adjustments shall be made using bricks, adjustment rings, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly to form a water tight seal. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer.

Page 183: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-6 INTRODUCTION TO THE SPECIAL PROVISIONS

The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in the following manner:

Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of topsoil, Type A, and hydroseed.

Within an Hot Mixed Asphalt Paved Surface: As soon as the street is paved past each manhole, catch basin, monument case, meter box, and valve box, the asphalt concrete mat shall be scored around the location of the manhole, catch basin, concrete inlet, monument case, meter, or valve box. After rolling has been completed and the mat has cooled, it shall be cut along the scored lines. The manholes, catch basins, monument cases, meter boxes, and/or valve boxes shall then be raised to finished pavement grade, and the annular spaces filled with control density fill (CDF) to within a minimum of 3 inches of the finished grade. The remaining 3 inches (minimum) shall be filled and compacted with Commercial HMA per Section 5-04 of the Standard Specifications, to give a smooth, finished appearance. The final pavement patch shall be round in shape

After pavement is in place, all joints shall be sealed with hot asphalt cement (AR 4000W). In areas opened immediately to traffic, a sand blanket shall be placed onto the surface of the hot asphalt sealer (AR 4000W) to help alleviate the “tracking” of asphalt sealer.

2-02.4 Measurement

Supplement this section with the following:

“Removing Asphalt Conc. Pavement” The unit Contract price, per square yard, shown on the proposal for Removing Asphalt Concrete Pavement shall be full compensation for all costs incurred for all tools, labor, materials and equipment necessary to complete the work.

“Saw Cut Asphalt Concrete Pavement” will be measured by the lineal foot of saw cut actually completed.

Pavement removal and saw cutting for the sole purpose of the water system installation shall be measured and paid under Schedule B. All other saw cutting and removals will be paid under Schedule A.

“Removal of Structure and Obstructions” will be measured as a lump sum.

“Removing Cement Conc. Curb” will be measured per lineal foot of cement concrete curb removed.

2-02.5 Payment Delete the third paragraph in this section.

Page 184: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-7 INTRODUCTION TO THE SPECIAL PROVISIONS

Supplement this section with the following:

“Removing Asphalt Conc. Pavement”, per square yard

“Removing Cement Conc. Sidewalk”, per square yard

The unit Contract price, per square yard, shown on the proposal for Removing Asphalt Concrete Pavement and Removing Cement Concrete Sidewalk shall be full compensation for all costs incurred for all tools, labor, materials and equipment necessary to complete the work.

“Saw Cut Asphalt Concrete Pavement”, per lineal foot.

The unit Contract price, per lineal foot, shown on the proposal for Saw Cut Asphalt Concrete Pavement.

“Removal of Structures and Obstructions", per lump sum.

The lump sum price shall include the removal, haul, and disposal of all structures and obstructions designated for removal on the Site Preparation Plans which are not included in one of the other Bid Items provide in the Proposal.

“Removing Cement Conc. Curb”, per lineal foot

The unit Contract price, per lineal foot, shown on the proposal for Removing Cement Concrete. Curb shall be full compensation for all costs incurred for all tools, labor, materials and equipment necessary to complete the work.

2-03 ROADWAY EXCAVATION AND EMBANKMENT

2-03.1 Description (May 3, 2017 KC GSP) Supplement this section with the following:

This work shall include the excavating, hauling and placing of Special Borrow to construct embankments to subgrade elevations which is defined as the bottom of the crushed surfacing.

This work shall include the regrading of existing approaches to meet the new roadway pavement constructed for this project. Approach is defined as a connection providing private vehicular access to and from the County road system.

2-03.2 Vacant (May 3, 2017 KC GSP) Revise this section including the title to read as follows:

2-03.2 Materials

Page 185: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-8 INTRODUCTION TO THE SPECIAL PROVISIONS

Special Borrow shall meet the requirements of Section 9-03.14(5) of these Special Provisions.

2-03.3 Construction Requirements Supplement this section with the following:

Bioretention Cell Excavation The Contractor shall not start bioretention cell excavation until the site draining to the bioretention area has been stabilized. No heavy equipment shall be used within the limits of the bioretention cell. Placement of the media shall be in accordance with Section 8-02 of these Special Provisions.

2-03.3(7) Disposal of Surplus Material (May 3, 2017 KC GSP) This section is deleted and replaced with the following:

A waste site has not been provided by the Contracting Agency for the disposal of excess materials and construction debris. The Contractor shall be solely responsible for loading, hauling and the disposal of all surplus material and construction debris in a manner complying with all local, state and federal statutes and regulations.

2-03.3(13) Borrow (May 3, 2017 KC GSP) Supplement this section with the following:

The Contractor must provide the Engineer with written notice at least 24 hours before hauling and placing backfill materials from off-site locations. This notice is essential in scheduling inspection personnel and item quantity ticket takers. Failure by the Contractor to begin hauling and placing materials at the agreed time may result in a penalty equal to the standby cost incurred by the County. The penalty will be calculated and deducted from the item being hauled.

Add the following new sections:

2-03.3(14)N Special Borrow Including Haul Where shown in the Plans or as directed by the Engineer, the Contractor shall use Special Borrow Including Haul meeting the requirements of Section 9-03.14(5) of these Provisions to:

1. Build embankments

2. Backfill excavation of unsuitable foundation materials

3. Backfill trenches when select backfill material is required in accordance with Section 2-09 or Section 7-08

Page 186: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-9 INTRODUCTION TO THE SPECIAL PROVISIONS

Special Borrow shall be compacted according to Section 2-03.3(14)C, Method B and 2-03.3(14)D.

2-03.3(14)O Wet Weather Earthwork

Wet weather generally begins in mid-October and continues through May, although precipitation may occur at any time of the year. Earthwork completed in wet weather or under wet conditions shall be accomplished in small sections to minimize exposure to wet weather. Each section shall be sufficiently small so that the removal of soil and placement of backfill can be accomplished on the same day. No soil shall be left un-compacted and exposed to water. Soil that is too wet for compaction shall be removed and replaced with Special Borrow material. Grading and earthwork should not be accomplished during periods of heavy continuous rainfall.

2-03.4 Measurement (May 3, 2017 KC GSP) Supplement this section with the following:

“Special Borrow Incl. Haul - Embankment” will be measured by the ton, when used to build embankments.

“Special Borrow Incl. Haul - Storm” will be neat line measured per cubic yard when used in backfill of storm sewer. The neat line measurement will be based on the horizontal trench limits as defined in Section 2-09.4 and the vertical limits as defined by the top of Pipe Zone bedding to bottom of restoration materials (crushed surfacing or top soils).

“Special Borrow Incl. Haul – Water” will be neat line measured per cubic yard when used in backfill of water main trenches. The neat line measurement will be based on the horizontal trench limits as defined in Section 2-09.4 and the vertical limits as defined by the top of Pipe Zone bedding to bottom of restoration materials (crushed surfacing or top soils).

Structure Excavation Class B and Structure Excavation Class B Including Haul will be measured in accordance with Section 2-09.4 of these Special Provisions.

Special Borrow used as trench backfill shall be measured as described in Section 7-08.

“Unsuitable Roadway Foundation Excavation Incl. Haul” will be measured by the cubic yard in place for material actually removed. Because the amount of such excavation is unknown, a quantity has been estimated based on field observation to provide a common Bid base. The unit price submitted shall be used for all such excavation. Material that must be excavated to construct the improvements to the lines and grades shown on the Plans, regardless of the nature of the material, shall not be considered as unsuitable foundation excavation. Additional material excavated as directed by the

Page 187: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-10 INTRODUCTION TO THE SPECIAL PROVISIONS

Engineer or City Construction Inspector, to provide a stable subgrade for the pavement section or structural fill, shall be measured as “Unsuitable Foundation Excavation Incl. Haul”.

Excavation required for this project will not be measured for separate payment. All excavation shall be included in and incidental to other, pertinent Bid Items in the Proposal.

No separate measurement for payment will be made for compaction. All costs associated with compaction shall be included with the other various unit Bid prices in the Proposal.

No separate measurement for payment will be made for disposal of surplus materials. All costs associated with this work shall be included with the other various Bid Items in the Proposal.

Computation of Roadway Excavation Only one determination of the original ground elevation will be made on this project. Measurement for “Roadway Excavation Incl. Haul” will be based on the original ground elevation recorded previous to the award of this Contract minus a factor to account for the removal of organic material during clearing and grubbing. It is anticipated that depth of removal of organic material during clearing and grubbing for this project will vary and a factor of minus 6 inches will be used to determine ground elevation after clearing and grubbing. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments.

If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly.

Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques.

2-03.5 Payment (May 3, 2017 KC GSP) Supplement this section with the following:

“Special Borrow Including Haul - Embankment”, per ton.

The unit Contract price per ton for Special Borrow Including Haul shall be full compensation for all costs incurred for building embankments, compacting, loading, hauling and placing the material.

“Unsuitable Foundation Excavation Incl. Haul”, per cubic yard.

Page 188: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-11 INTRODUCTION TO THE SPECIAL PROVISIONS

The unit Bid price in the Proposal for “Unsuitable Roadway Foundation Excavation Incl. Haul” shall be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to remove, load, haul, and dispose of the unsuitable material offsite at a Contractor-obtained legal disposal site. The unit bid price shall also include all costs associated with furnishing, installing, hauling, placing, and compacting the material specified to replace the unsuitable material, including geotextile and backfill materials.

All cost to perform all other Work associated with this Section 2-03 Roadway Excavation and Embankment shall be included with the other various Bid Items in the Proposal and no separate payment will be made.

All costs involved in the loading, hauling and the disposal of all surplus material and construction debris shall be included in the bid prices of the items shown on the proposal and no further payment will be made.

For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become part of the total bid by the Contractor.

2-07 Watering

2-07.4 Measurement (May 3, 2017 KC GSP) Supplement this section with the following:

The unit of measure M Gallon shown in the Proposal for water indicates 1,000 gallons. The unit bid price entered in the Proposal by the Bidder shall be for each 1,000 gallons.

2-09 STRUCTURE EXCAVATION

2-09.3 Construction Requirements

2-09.3(1)A Staking, Cross-Sectioning and Inspecting Supplement this section by adding the following two paragraphs at the end:

At least 24 hours prior to commencing any excavation, the Contractor shall expose by pot-holing existing underground telephone cables, gas mains, sewer mains, water mains or any other underground utility shown in the Plans that crosses the location of the new structure to be installed under this contract. Excavation immediately adjacent to the existing utilities shall be by hand methods in compliance with Washington State requirements. When directed by the Engineer, the Contractor shall expose by pot-holing crossings of new pipe and utilities not shown in the Plans.

Page 189: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-12 INTRODUCTION TO THE SPECIAL PROVISIONS

2-09.3(1)C Removal of Unstable Base Material Revise this section to read:

When the material at the bottom of an excavation is not stable enough to support the Structure, the Contractor shall excavate below grade and replace the unstable material with Special Borrow. Excavation of unsuitable materials followed by replacement and compaction with Special Borrow shall only be performed when authorized and directed by Engineer. Material excavated without authorization shall be backfilled at no cost to Contracting Agency.

Special Borrow shall meet the requirements of Section 9-03.14(5) of these Special Provisions. It shall be placed in layers not more than 6 inches thick with each layer compacted to 95 percent of the maximum density determined by the Compaction Control Test, Section 2-03.3(14)D.

2-09.3(1)D Disposal of Excavated Material This section is deleted and replaced with the following:

Excavated material that is not used as backfill shall be removed and disposed of in accordance with Section 2-01.2(2). All costs associated with the hauling and disposal of excavated material shall be considered incidental to the contract or included in one of the Bid Items in the Proposal. No separate payment shall be made for hauling and disposing of the excess material.

2-09.4 Measurement Delete paragraphs 1 through 6 of this section and replace them with the following:

No Measurement will be made for Structure Excavation Class B or Structure Excavation Class B Including Haul.

Delete the second sentence of the ninth paragraph and replace it with the following:

Shoring or Extra Excavation - No specific unit of measurement shall apply to the lump sum Bid Item Shoring or Extra Excavation Class A and B. All costs for such excavation shall be included in the unit Contract price shown in the Proposal for the item to be installed.

Delete the third, fourth and fifth sentences of the ninth paragraph.

2-09.5 Payment Revise this section to read:

Page 190: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

2-13 INTRODUCTION TO THE SPECIAL PROVISIONS

All costs for Structure Excavation Class B or Structure Excavation Class B Including Haul Shall be included in the unit price for the item to be installed and no further payment will be made. If the Engineer orders the Contractor to excavate below the elevations shown in the Plans, the excavation will be paid for as Unsuitable Foundation Excavation Including Haul per cubic yard in accordance with Section 2-09 of these Special Provisions.

Delete the ninth, tenth and eleventh paragraph and replace them with the following:

“Shoring or Extra Excavation Class B”, lump sum. The lump sum Contract price for Shoring or Extra Excavation Class B shall be full pay for all excavation, backfill, compaction and other work required when extra excavation is used in lieu of constructing shoring. If select backfill is required for backfilling within the limits of the Structure Excavation, it shall also be required as backfill material for the extra excavation at the Contractor’s expense.

Page 191: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

4-1 INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 4 BASES

4-04 BALLAST AND CRUSHED SURFACING

4-04.3 Construction Requirements

4-04.3(7) Miscellaneous Requirements (May 3, 2017 KC GSP) Supplement this section with the following:

The Contractor must provide the Engineer with written notice at least 24 hours before hauling and placing surfacing materials from off-site locations. This notice is essential in scheduling inspection personnel and item quantity ticket takers. Failure by the Contractor to begin hauling and placing materials at the agreed time may result in a penalty equal to the standby cost incurred by the County. The penalty will be calculated and deducted from the item being hauled.

Page 192: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-1 INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS

5-04 HOT MIX ASPHALT (June 19, 2017 APWA GSP)

Delete WSDOT Amended Section 5-04, Hot Mix Asphalt and replace it with Section 5-04, Hot Mix Asphalt as printed in the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition.

5-04.3 Construction Requirements

5-04.3(7) Preparation of Aggregates

5-04.3(7)A Mix Design

5-04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following:

5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall:

Be submitted to the Project Engineer on WSDOT Form 350-042

Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03.8(6).

Have anti-strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti-strip and aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP.

At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review;

The proposed mix design indicated on a WSDOT mix design/anti-strip report that is within one year of the approval date

The proposed HMA mix design submittal (Form 350-042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer.

The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date.

Page 193: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-2 INTRODUCTION TO THE SPECIAL PROVISIONS

The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program.

At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design.

5-04.3(8) Mixing

5-04.3(8)A Acceptance Sampling and Testing – HMA Mixure

5-04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following:

Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9-03.8(7). Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the Contract.

5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5-04.3(8)A4 is supplemented with the following:

For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed:

Page 194: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-3 INTRODUCTION TO THE SPECIAL PROVISIONS

i. If test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.

ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed.

5-04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted.

5-04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following:

Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.

5-04.3(17) Paving Under Traffic The last paragraph of this section is revised to read as follows:

All costs in connection with performing the work in accordance with these requirements, including the installation and removal of temporary pavement markings, shall be included in the unit contract prices for the various Bid Items involved in the contract and no further payment will be made.

5-04.4 Measurement Replace the eleventh paragraph in this section with the following:

Temporary pavement marking will not be measured. All costs for providing and removal of temporary pavement marking shall be included the unit contract price per ton for HMA Cl. ½ In. PG 64-22 shown in the proposal.

Supplement this Section with the following: HMA Cl. ½ In. PG 64-22 includes the surfacing material required for the construction of the roadway to curb and gutter. The quantity in the proposal for HMA Cl. ½ In. PG 64-22 is an estimated quantity. The Bid Item for HMA Cl. ½ In. PG 64-22 shall be measured by the actual material incorporated into the project. The Contractor shall be paid only for the amount of import material needed for the work. Section 1-04.4 shall not apply.

Page 195: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-4 INTRODUCTION TO THE SPECIAL PROVISIONS

5-04.5 Payment

5-04.5(1) Quality Assurance Price Adjustments

5-04.5(1)B Price Adjustments for Quality of HMA Compaction (January 16, 2014 APWA GSP) Delete this section and replace it with the following:

The maximum CPF of a compaction lot is 1.00.

For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11.

5-05 CEMENT CONCRETE PAVEMENT

5-05.1 Description Supplement this section with the following:

This work shall also consist of constructing Decorative Concrete Pavement where shown in the Plans, in conformity with the lines, grades, thicknesses, and typical cross-sections shown in the Plans.

5-05.2 Materials Supplement this section with the following:

Decorative Concrete Pavement shall be stamped Type II Gray Portland Cement with integral color additive and shall be a uniform “Red River Clay” or similar color.

Integral color additives for the Decorative Concrete Pavement shall contain pure concentrated mineral pigments, containing no fillers, adulterants or admixtures, specially processed for mixing into concrete and complying with ASTM C979. Calcium chloride shall not be permitted in the mix. Integral color liquid dose rate shall be 2.32 lbs per 94 lb sack of cement. Integral color powder dose rate shall be 1.5 lbs per 94 lb sack of cement.

Page 196: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-5 INTRODUCTION TO THE SPECIAL PROVISIONS

The stamped impression shall be a “Running Bond Brick” pattern made from an interlocking stamp pattern. The surface texture shall be that of new, unused brick with straight edges and square corners. Decorative Concrete Pavement shall be cured and sealed with a curing compound and sealer to be approved by the color additive manufacturer for use with colored concrete and shall comply with ASTM C309. Curing compound and sealer shall be water-based, non-flammable, low gloss, non-yellowing, non-clouding and wear resistant. Compound and sealer shall protect against water damage, oil and common stains, formulated for exterior use.

5-05.3 Construction Requirements Supplement this section with the following:

Decorative Concrete Pavement shall consist of integrally colored concrete pavement with the stamped pattern as described in Section 5-05.2 of these Special Provisions. The final layout of Decorative Concrete Pavement shall be determined in the field and approved by the Engineer. Qualified and competent workers shall have a minimum five (5) years of work experience for same paving type installation and placement of concrete. Asphalt mastic joint fillers shall be 3/8” x full depth of concrete and of the same material as that used in the curb with matching expansion joint locations. Expansion joints, architectural score joint and decorative stamped finish shall be provided as described in Section 5-05.2 of these Special Provisions and in locations as approved by the Engineer. Submittal The Contractor shall submit a Joint Layout Plan to the Engineer for approval at least five (5) working days prior to the commencement of any pavement construction. Transverse and longitudinal joints shall be contraction or through joints (including construction joints).

Mock Up Prior to start of pavement work the Contractor shall provide at least one 5’x5’ sample, as described herein, including the integral color and stamping. The mock up sample shall be approved by the Engineer prior to the start of work. The final approved sample shall be the standard for the balance of the rest of the work installed and shall be protected from damage until final acceptance and approval of all Decorative Concrete Pavement.

Page 197: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-6 INTRODUCTION TO THE SPECIAL PROVISIONS

The mock up sample(s) provided by the Contractor for the Engineer’s approval shall be included in the unit bid price for “Decorative Concrete Pavement” per Section 5-05.5 of these Special Provisions.

5-05.3(1) Concrete Mix Design for Paving This section is supplemented with the following:

The submittal for the concrete mix design shall provide the following: the date, the amount of materials (i.e. cement, sand, aggregates, water) used, the type and amount of each admixture and the designated 28-day compressive strength specific to the mix design being submitted. The design compressive strength shall be a minimum of 4,000 psi.

5-05.3(4) Measuring and Batching Materials

5-05.3(4)A Acceptance of Portland Cement Concrete Pavement

The first, second, third and fourth paragraphs are deleted. This section is supplemented with the following:

Acceptance of concrete will be on a non-statistical acceptance only.

5-05.3(8) Joints

The second paragraph is supplemented with the following:

When new pavement abuts an existing pavement, the locations of the joints in the new pavement shall match with the joints in the existing pavement unless otherwise shown on the plans.

The faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement.

5-05.3(8)D Isolation Joints

This section is supplemented with the following:

The joint alignment shall be at right angles to the Pavement Structure centerline unless otherwise specified in the Contract.

Isolation joints shall be constructed with pre-molded material, 3/8-inch in thickness and conform to Section 9-04.1(2) Pre-molded Joint Filler for Expansion Joints and as shown on the Standard Details in these Specifications.

The joint material shall be held accurately in place during the placing and finishing of the concrete by a bulkhead, a holder, metal cap or any other approved method. The joint shall be perpendicular to the paved surface and the holder shall be in place long enough to prevent sagging of the joint material.

Page 198: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-7 INTRODUCTION TO THE SPECIAL PROVISIONS

A wood filler strip or metal cap shall be placed on the top of the pre-molded joint filler to form the groove, and shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing in the groove. The joint filler shall be stapled together at the ends to preserve continuity.

Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth.

Add the following new sections:

5-05.3(8)E Sealing Through Joints

After the pavement is cured and before carrying any traffic, the space left by the removal of the wood filler strip or the metal cap above the top of the expansion joint filler strip shall be thoroughly cleaned of all loose material. The groove shall be completely free of any projecting concrete from the sides and the groove shall be continuous across the slab to each edge. It shall then be filled level with the pavement surface with joint sealant meeting the requirements of Section 9-04.2 Joint Sealants.

The joint sealant material shall be “black” color and heated and placed in accordance with the manufacturer’s instructions. Burned material will be rejected. The through joint groove shall be dry at the time of pouring the sealing compound.

5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars

The section is supplemented with the following:

Placement of tie bars and dowel bars shall be in accordance with the WSDOT Standard Plan A-40.10-03.

5-05.3(13) Curing

5-05.3(13)A Curing Compound The first paragraph is supplemented with the following:

Liquid membrane – forming concrete curing compounds shall not be used on concrete sidewalks nor other concrete surfaces designed for non-traffic use unless approved by the Project Engineer.

5-05.3(14) Cold Weather Work This section is supplemented with the following:

The following additional requirements for placing concrete shall be in effect from November 1 to April 1:

Page 199: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

5-8 INTRODUCTION TO THE SPECIAL PROVISIONS

Engineer shall be notified at least 24 hours prior to placement of concrete.

All concrete placement shall be completed no later than 2:00 p.m. each day.

Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be placed until the ground is completely thawed. At that time, the forms shall be adjusted and subgrade repaired as determined by the Engineer.

5-05.4 Measurement Supplement this section with the following:

“Decorative Concrete Pavement” shall be measured per square yard surface area of colored, stamped and finished cement concrete pavement, completed and accepted. No separate measurement will be made for the required mock-up(s).

5-05.5 Payment Supplement this section with the following: “Decorative Concrete Pavement”, per square yard.

The unit Contract price per square yard for “Decorative Concrete Pavement” shall include all labor, materials, and equipment necessary including but not limited to concrete, color, dowels, tie-bars, saw cutting, mock-up(s), decorative stamping, sealant, and sealing joints as noted in the Plans.

Page 200: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

7-1 INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATERMAINS AND CONDUITS

7-01 DRAINS

7-01.1 Description Supplement this section with the following:

This work shall also include construction of the inspection ports as shown on the Plans.

7-01.2 Materials Supplement this section with the following:

Drain Pipe 6 In. Diam. and inspection ports shall be Polyvinyl Chloride (PVC) per Section 9-05.1(5) of the Standard Specifications.

7-01.4 Measurement Supplement this section with the following:

Inspection Port shall be measured per each.

7-01.5 Payment Supplement this section with the following: “Inspection Port”, per each.

The unit contract price per each for “Inspection Port” shall be full pay to furnish and install the inspection port as detailed on the plans, including excavation, all parts and fittings, trench backfill, and foundation material.

7-02 CULVERTS

7-02.1 Description Supplement this section with the following: This work shall include the installation of Debris Barriers as noted on the Plans.

7-02.2 Materials Supplement this section with the following: Debris Barriers are to be constructed and placed as noted on the Plans.

Page 201: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

7-2 INTRODUCTION TO THE SPECIAL PROVISIONS

7-02.4 Measurement Supplement this section with the following:

Installation of the Debris Barrier shall be measured per each.

7-02.5 Payment Supplement this section with the following: “Debris Barrier”, per each.

The unit contract price per each for “Debris Barrier” shall be full pay to furnish and install the debris barrier as detailed on the plans, including all parts and fittings.

7-04 STORM SEWERS

7-04.1 Description

Add the following new section:

7-04.3(1)F Television lnspection

Following the air testing, Contracting Agency reserves the right to inspect the pipe using a TV camera and measuring equipment. Contracting Agency will be responsible for this inspection. The costs incurred in making the initial inspection shall be borne by Contracting Agency. Contractor shall provide two weeks advance notice and accommodate and allow up to five (5) days for this inspection to be made.

Any departure from that normally achieved with good construction practices such as pipeline misalignment (vertical or horizontal) will be deemed a deficiency. Pipe shall be excavated, the joint repaired, and the bedding and backfill re-compacted and replaced as necessary. The maximum allowable pipe deflection will be five (5.0) percent (in either horizontal or vertical). The pipe’s internal diameter will be based on the inside dimensions and reasonable tolerances obtained from the pipe manufacturer. Pipe that is misaligned or exceeds the allowable deflection shall be excavated and the bedding and backfill re-compacted and replaced as necessary. Contractor shall bear the cost of correcting such deficiencies as well as the costs of any TV inspections that are required to verify the deficiency has been corrected.

7-04.2 Materials Supplement this section with the following:

Ductile Iron Storm Sewer Pipe shall meet the requirements of Section 9-05.13.

Page 202: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

7-3 INTRODUCTION TO THE SPECIAL PROVISIONS

7-04.5 Payment Supplement this section with the following:

“Ductile Iron Storm Sewer Pipe 12 In. Diam.”, per linear foot. The unit contract price per linear foot for “Ductile Iron Storm Sewer Pipe 12 In. Diam.” shall be full pay to furnish and install the ductile iron pipe as detailed on the plans, including excavation, all parts and fittings, trench backfill, and foundation material. “Connect Catch Basin to Existing Pipe”, per each. The unit contract price per each for “Connect Catch Basin to Existing Pipe” shall be full pay to furnish and install the connection as noted or detailed on the plans. For a pipe to structure connection, this includes but is not limited to excavation, removal of the existing pipe, and additional alteration of the existing structure, making a water-tight connection, special backfill, and compaction.

7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWALLS

7-05.2 Materials (May 3, 2017 KC GSP) Supplement this section with the following:

The Beehive Grate for Catch Basin shall be a rectangular ductile iron unit 20-inches by 24-inches with an H-20 traffic rating and shall include a standard 20-inch by 24-inch frame. It shall be Olympic Foundry, Inc. part no. SM60BH or approved equivalent. Catch basins type 2 which are to be installed with a Beehive Grate for Catch Basin shall have flat slab tops with a 20-inch by 24-inch rectangular opening.

7-05.4 Measurement Supplement this section with the following:

Catch basin covers or grating shall be installed as noted in the Plans and are inclusive to the catch basin unit Bid Items. No unit of measurement will apply.

7-08 GENERAL PIPE INSTALLATION REQUIREMENTS

7-08.3 Construction Requirements

7-08.3(1) Excavation and Preparation of Trenches Supplement this section with the following:

Page 203: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

7-4 INTRODUCTION TO THE SPECIAL PROVISIONS

Pot-hole Existing Utility Description At least 24 hours prior to commencing installation of any pipe, the Contractor shall expose by pot-holing existing underground telephone cables, gas mains, sewer mains or services, water mains or services or any other underground utility shown in the Plans that crosses the route of any new pipe to be installed under this Contract. Excavation immediately adjacent to the existing utilities shall be by hand methods in compliance with Washington State requirements. When directed by the Engineer, the Contractor shall expose by pot-holing crossings of new pipe and utilities not shown in the Plans. Protection and Support of Existing Utilities Description With installation of the new utilities, the Contractor will expose and be working close to existing utility infrastructure. This infrastructure shall be protected, and in some cases, temporarily supported until the new utility improvements are constructed, installed, and backfilled.

7-08.3(1)A Trenches

Revise the sixth paragraph to read as follows: When, after excavating to the foundation level, the material remaining in the trench bottom is determined to be unsuitable by the Engineer, the excavation shall be continued to such additional depth and width as required by the Engineer. Unsuitable foundation materials shall be disposed of at an approved site. The trench foundation shall be backfilled to the bottom of the pipe zone with Special Borrow Including Haul and compacted to form a uniformly dense, unyielding foundation.

7-08.4 Measurement

Delete all paragraphs in this section and replace them with the following:

No separate measure shall be made for normal trench dewatering or Gravel Backfill for Pipe Zone Bedding. Pot-holing of existing utilities shown in the Plan crossing the route of new pipe shall be incidental to the item being installed. All costs for such work shall be included in the unit Contract price shown on the Proposal for the item to be installed and not further payment will be made. Pot-holing of utilities not shown in the Plans as crossing the route of the new pipe will be measure by force account in accordance with Section 1-09.6.

Page 204: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

7-5 INTRODUCTION TO THE SPECIAL PROVISIONS

Protecting and supporting existing utilities shall be a lump sum item, with all costs for such work included.

7-08.5 Payment Revise the pay item ”Shoring or Extra Excavation Class B” to read as follows:

“Shoring or Extra Excavation Class B”, lump sum. Supplement this section with the following:

“Unsuitable Foundation Excavation Including Haul”, per cubic yard.

No payment will be made for pot-holing of existing utilities shown in the Plans that cross the route of the new pipe. “Pot-hole Utility Crossing”, per force account. Payment will be made for the Bid Item “Pot-hole Utility Crossing”, per force account, as provided in Section 1-09.6 for exposing any utility crossing the new pipe or drainage structure that is not shown in the Plans. To provide a common proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor’s total bid. Payment will be made for the lump sum Bid Item, "Protection and Support of Existing Utilities”.

7-12 VALVES FOR WATER MAINS

7-12.1 Description Supplement this section with the following:

This work shall include the adjustment of water valve boxes to the finished grade of the new pavement.

7-12.3 Construction Requirements Supplement this section with the following:

The installation or removal of extension sleeves to adjust the valve box to finished grade shall be included in the work.

7-12.4 Measurement Supplement this section with the following: The measurement of adjust water valve box will be by each valve adjusted.

Page 205: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

7-6 INTRODUCTION TO THE SPECIAL PROVISIONS

7-12.5 Payment Supplement this section with the following:

“Adjust Valve Box”, per each.

Page 206: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-1 INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 8 MISCELLANEOUS CONSTRUCTION

8-01 EROSION CONTROL AND WATER POLLUTION CONTROL

8-01.1 Description (May 3, 2017 KC GSP) Supplement this section with the following:

This work shall also include the preparation and implementation of a Temporary Erosion and Sedimentation Control (TESC) Plan by the Contractor for this Contract.

Kitsap County is applying for a Washington State Department of Ecology NPDES Construction Stormwater General Permit for this project. The County anticipates the permit to be issued prior to the start of construction. The Contractor shall assume and include in the bid full compliance and administration with the requirements of the General Permit for this Project.

8-01.3 Construction Requirements

8-01.3(1) General

Delete and replace the first paragraph in this section with the following:

The Contractor shall install a high visibility fence along ***those sections of Ridgetop Boulevard where there is no existing fencing along the adjacent properties through the construction site*** or as instructed by the Engineer.

8-01.3(1)A Submittals Section 8-01.3(1)A is revised to read:

The Contractor shall be responsible for the preparation of a Temporary Erosion and Sediment Control (TESC) Plan for the Contract and shall submit this TESC Plan to the Engineer 5 days prior to the preconstruction conference.

A TESC Plan consists of a narrative section and plan sheets that meets Ecology’s Stormwater Pollution Prevention Plan (SWPPP) requirement in the CSWGP. When the Contracting Agency has developed a TESC Plan for a Contract the narrative is included in the appendix to the Special Provisions and the TESC plan sheets are included in the Contract Plans. The Contracting Agency TESC plan will not include off-site areas used to directly support construction activity.

A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval by the Engineer. The plan shall consist of the Contractor’s complete strategy to meet the requirements of the CSWGP. The SWPPP shall include

Page 207: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-2 INTRODUCTION TO THE SPECIAL PROVISIONS

and modify as necessary the TESC Plan drawings if provided as part of the Contact Plans. The Contractor shall prepare, review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer’s approval before any work begins. The Contractor shall allow at least five working days for the Engineer’s review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor’s SWPPP.

Contractor TESC Plans shall include all high visibility fence delineation shown on the Contracting Agency Contract Plans. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the TESC work and incorporate it into the Contractor’s progress schedule.

The Contractor shall submit their TESC Plan and implementation schedule as Type 2 Working Drawings. At the request of the Engineer, updated TESC Plans shall be submitted as Type 1 Working Drawings.

8-01.3(2) Seeding, Fertilizing and Mulching

8-01.3(2)B Seeding and Fertilizing (May 3, 2017 KC GSP) Supplement this section with the following:

Seed: Grass seed, of the following composition, proportion, and quality shall be applied at the rate of 80 pounds per acre on all areas requiring roadside seeding within the project:

Kind and Variety of % By Minimum % Minimum % Seed in Mixture Weight Pure Seed Germination Chewing Fescue 40 39.2 90 Colonial Bentgrass 10 9.8 85 (Var.Astoria) Perennial Rye 40 39.2 90

Page 208: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-3 INTRODUCTION TO THE SPECIAL PROVISIONS

White Dutch Clover 10 9.8 90 Weed Seed 0.5 % maximum Inert and Other Crop 1.5 % maximum TOTAL 100.00 %

8-01.3(2)D Mulch (May 3, 2017 KC GSP) Supplement this section with the following:

Mulch for Erosion Control Seeding:

Mulch shall be Short Term Mulch applied at a rate of 2,500 pounds per acre.

8-01.3(16) Removal

(January 5, 2015, WSDOT GSP) The first paragraph of Section 8-01.3(16) is revised to read:

The Contractor shall remove all temporary BMP’s and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may be transferred back to the Contracting Agency. Approval of the Transfer of Coverage request will require the following:

1. All other Work required for Contract Completion has been completed.

2. All Work required for compliance with the CSWGP has been completed to the maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all Stabilization identified for meeting the requirements of Final Stabilization in the CSWGP.

3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor.

4. Submittal of the Washington State Department of Ecology Transfer of Coverage form (Ecology form ECY 020-87a) to the Engineer.

If the Engineer approves the Transfer of Coverage back to the Contracting Agency the requirement in Section 1-07.5(3) for the Contractor’s submittal of the Notice of Termination form to Ecology will not apply.

8-01.4 Measurement

Supplement this section with the following:

No specific unit of measurement will apply to the Lump Sum Bid Item “NPDES Construction Stormwater General Permit”. The lump sum contract price for “NPDES Construction Stormwater General Permit” shall be full pay for all costs, including but not limited to, transfer of coverage of the CSWGP, SWPPP documentation, sampling,

Page 209: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-4 INTRODUCTION TO THE SPECIAL PROVISIONS

monitoring, reporting, coordinating, inspecting, materials and labor, and all fees and any other expenses necessary to fully comply with the requirements of the Permit up to and including termination of the Permit and completion of the Work The lump sum price shall also include all costs necessary to supply County with all information as necessary to ensure compliance with the permit.

8-01.5 Payment Supplement this section with the following:

“Erosion/Water Pollution Control”, per lump sum.

“NPDES Construction Stormwater General Permit”, per lump sum.

The lump sum contract price for “NPDES Construction Stormwater General Permit” shall be full pay for the SWPPP documentation and CESCL and their responsibilities including but not limited to, sampling, monitoring, reporting, coordinating, inspecting, fees and any other expenses, materials and labor (pertinent to their responsibilities) necessary to fully comply with the requirements of the permit and terminate it upon completion of the project.

8-02 ROADSIDE RESTORATION

8-02.1 Description Supplement this section with the following:

This work shall include supplying and placing the Bioretention Media for the bioretention cell and the construction thereof. It shall include all grading, scarifying, mixing and tilling necessary to prepare the cells and place the soil mix. The work typically includes:

1. Protection of subgrade from compaction or silt laden runoff during construction; 2. Excavation of swale to subgrade; 3. Placement of gravel backfill for drain, gravel backfill for sand drain, bioretention

media, and compost. 4. Planting the plants; and 5. Protection of the bioretention cell while the project site is stabilized.

8-02.2 Materials Supplement this section with the following:

Bioretention Media Special Provision 9-14.1(1)

Seed (Seeded Lawn Mix) 9-14.2

Bark or Wood Chip Mulch 9.14.4(3)

Page 210: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-5 INTRODUCTION TO THE SPECIAL PROVISIONS

8-02.3 Construction Requirements

8-02.3(1) Responsibility During Construction Supplement this section with the following:

The Bioretention Media shall be protected from all additional moisture at the supplier, during transport and at the work site until it is placed in the cell area. Soil placement and compaction will not be allowed when the ground is saturated or frozen, or when the weather is too wet, as determined by the Engineer. Placement of the Bioretention Media shall occur as soon as practical following the excavation of the bioretention cell. No heavy equipment shall be used within the limits of the cell for placement of the Bioretention Media.

Any debris or sediment which has entered the cell shall be removed prior to placing the Bioretention Media. Scarify the subgrade soil a minimum of 2-inches deep where slopes allow. The soil mix shall be placed in loose lifts and lightly compacted in 6-inch lifts utilizing hand rollers or other methods approved by the Engineer. Bioretention cells shall be constructed in conformance with the Low Impact Development Technical Guidance Manual for Puget Sound (December 2012).

Add the following new section:

8-02.3(17) Bioretention Media

8-02.3(17)A Submittals At least 10 Working Days prior to placement of the Bioretention Media, the Contractor shall submit to the Engineer the following in accordance with Section 1-05.3:

1. Grain size analysis results of the Mineral Aggregate for the Bioretention

Media (Section 9-03.2(2)) performed by an independent laboratory in accordance with ASTM D 422, Standard Test Method for Particle Size Analysis of Soils;

2. Quality analysis results for the compost for the Bioretention Media performed in accordance with STA standards, as specified in Section 9-14.4(9);

3. Organic content test results of the Bioretention Media. Organic content test shall be performed in accordance with Testing Methods for the Examination

Page 211: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-6 INTRODUCTION TO THE SPECIAL PROVISIONS

of Compost and Composting (TMECC) 05.07A, “Loss-On-Ignition Organic Matter Method”;

4. Cationic Exchange Capacity test results.

5. A five (5) gallon sample of the Bioretention Media, including the following information:

a. The Manufacturer’s Certificate(s) of Compliance per Section 1-06.3 accompanying the test results from the Supplier of the Bioretention Media, and (if different) the Suppliers of the mineral aggregate and compost components, including their name(s) and address(es);

b. A description of the equipment and methods to mix the mineral aggregate and compost to produce the Bioretention Media;

6. The following information about the testing laboratory(ies):

a. name of laboratory(ies) including contact person(s),

b. address(es),

c. phone contact(s),

d. e-mail address(es);

e. Qualifications of laboratory and personnel including date of current

certification by STA, ASTM, AASHTO, or approved equal.

A second sample, with Supplier information, shall be collected by the Contractor from the material actually delivered to the site and delivered to the Engineer. Engineer may conduct testing on the samples to verify that the material delivered is the same material submitted on.

8-02.3(17)B Grading and Placement Grading and placement for the bioretention cells shall be performed as follows:

1. The Contractor shall construct the bioretention cell during the dry months to make sure that the swale is in place and stabilized prior to the wet season.

2. No heavy equipment shall operate within the swale or earth berm perimeter once bioretention cell excavation has begun, including during excavation, backfilling, tree pit preparation, mulching, or planting. At the locations shown on the Drawings, bioretention cells shall be excavated to accommodate the placing of Bioretention Media and, if applicable, gravel reservoir as shown on the Drawings. The Contractor shall provide the Engineer the opportunity to inspect the excavation 24-hours prior to placement of any material or subgrade soil scarification.

Page 212: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-7 INTRODUCTION TO THE SPECIAL PROVISIONS

3. After excavation to subgrade, if any sediment laden runoff has entered the cell, the sediment deposition shall be removed by over-excavating the cell in minimum 3-inch layers, and until approved by the Engineer. The excavated material shall be replaced with Bioretention Media, at the Contractor’s expense.

4. The Contractor shall scarify the surface of the prepared subgrade to a minimum depth of 3-6 inches prior to placement of Bioretention Media or Construction Geotextile/gravel reservoir, if applicable.

5. If applicable, after placement of gravel reservoir, if any sediment laden runoff has entered the bioretention cell, the sediment deposition shall be removed by excavating gravel reservoir in the bioretention cell in minimum 3-inch layers (until approved by the Engineer) and replacing it with clean gravel reservoir, at the Contractor’s expense.

6. The Contractor shall place Bioretention Media loosely upon a prepared subgrade, or upon Construction Geotextile/gravel reservoir if an underdrain is specified in accordance with these Specifications and in conformity with the lines, grades, depth, and typical cross-section shown in the Drawings or as established by the Engineer. See Section 7-10.3(3) for additional information regarding placement of Bioretention Media.

7. Locations and grading requirements to support new plants as a component of the bioretention system shall be field marked by the Engineer when identified as “field locate by the Engineer” on the Drawings. Provide 24-hour advance notice for Engineer to locate plantings per Section 8 -02.3(7).

8. Prior to seeding or planting, the Contractor shall notify the Engineer to inspect the bioretention cell. If any sediment laden runoff has entered the cell, the Contractor shall remove the top 3 inches of Bioretention Media and replace with Bioretention Media per design, at the Contractor’s expense.

9. Contractor shall be responsible protecting the bioretention cell until the vegetation is stabilized. Contractor shall be responsible for protecting the stabilized bioretention cell from sedimentation until the remainder of the site is stabilized and cleaned up.

No Materials or substances shall be mixed or dumped within the bioretention landscape planting area that may be harmful to plant growth, or prove a hindrance to the planting or maintenance operations. The finished elevation of the top of the bioretention cell shall be two (2) inch below walks, curbs, pavements and driveways, unless otherwise specified or detailed on the plans. Upon completion of finish grading work, all excess Material shall be removed from the project site and disposed of accordingly.

8-02.3(17)C Placement The Contractor shall not place the Bioretention Media until the project site draining to the bioretention area has been stabilized and authorization is given by Engineer.

Page 213: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-8 INTRODUCTION TO THE SPECIAL PROVISIONS

Bioretention Media shall be protected from all sources of additional moisture at the Supplier’s site, in covered conveyance, and at the project site until incorporated into the Work. Soil placement and consolidation shall not occur when the Bioretention Media is excessively wet. Mixing or placing Bioretention Media shall not be allowed if the area receiving Bioretention Media is frozen, excessively wet or saturated or has been subjected to more than 1/2-inch of precipitation within 48-hours prior to mixing or placement. The Contractor shall not place Bioretention Media until the Media delivery ticket(s) have been reviewed and accepted by the Engineer. At first delivery of Bioretention Media, and for deliveries thereafter as determined by the Engineer, the Contractor will make available to the Engineer:

1. The 5 gallon sample of Bioretention Media described in 8-02.3(17) Submittals, for comparison with the delivered soil.

2. The Manufacturer’s Certificate(s) of Compliance and test results described in 8-02.3(17) Submittals for comparison with the delivery tickets to verify the Suppliers.

3. Access to the delivered Bioretention Media, before placement, to verify that it is homogeneously mixed and matches the submitted sample.

The Engineer may stop the Bioretention Media delivery and placement if the Engineer determines that the delivered soil does not appear to match the submittals, and require sampling and testing of the delivered soil, before authorizing the Bioretention Media placement. Place the Bioretention Media specified for landscape areas loosely. Do not allow uncontrolled runoff from adjacent impervious areas to enter swales. Repeat until final depth is achieved. After placement of Bioretention Media, and before planting or placing coarse compost, the Contractor shall notify the Engineer at least five (5) Working days in advance, so that the Engineer can perform compaction and final infiltration testing. Rake soil to final grade, swale shall be consolidated or compacted as specified above, and approved by Engineer prior to planting.

8-02.3(17)D Acceptance Upon final placement of the Bioretention Media and prior to planting and placement of coarse compost, the owner may perform compaction and in-place infiltration testing to determine final acceptance of the Bioretention Media. The Bioretention cells shall provide a minimum infiltration rate of 1.0 inches/hour. Three separate infiltration tests may be conducted back-to-back on each facility. The cell will not be accepted if it exhibits an infiltration rate of less than 1.0 inches/hour on any of the three tests.

Page 214: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-9 INTRODUCTION TO THE SPECIAL PROVISIONS

Upon completion of the final testing no equipment will be allowed within the bioretention cell. All areas which fail the infiltration testing shall be retested at the Contractors expense after the Contractor addresses deficiencies in the construction methods or materials. If equipment enter the cells after the owner provided infiltration testing, the area shall be retested at the Contractor’s expense.

8-02.4 Measurement Supplement this section with the following:

Bioretention Media will be measured by the cubic yard.

8-02.5 Payment Supplement this section with the following:

“Bioretention Media”, per cubic yard.

The unit contract price for “Bioretention Media” shall be full compensation for all labor, tools, equipment, and material necessary or incidental to procuring, testing, hauling, preparing, mixing, placing, and grading of the material.

8-04 CURBS, GUTTERS, AND SPILLWAYS

8-04.1 Description Supplement this section with the following:

This work shall also include the construction of Cement Conc. Depressed Curb Inlets and Cement Conc. Curb Transitions as shown on the Plans.

8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways Supplement this section with the following:

These requirements shall include the construction of Cement Conc. Depressed Curb Inlets and Cement Conc. Curb Transitions.

8-04.4 Measurement Supplement this section with the following:

Cement Conc. Depressed Curb Inlet will be measured per each. Cement Conc. Curb Transitions will be measured per each.

8-04.5 Payment Supplement this section with the following:

Page 215: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-10 INTRODUCTION TO THE SPECIAL PROVISIONS

“Cement Conc. Depressed Curb Inlet”, per each.

The unit contract price for “Cement Conc. Depressed Curb Inlet” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to construction and finishing of the concrete check dam and hand-placing the streambed cobbles at the inlet in accordance with the Plans.

“Cement Conc. Curb Transition”, per each.

The unit contract price for “Cement Conc. Curb Transition” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to construction and finishing of the concrete curb transition in accordance with the Plans.

8-14 CEMENT CONCRETE SIDEWALKS

8-14.3 Construction Requirements This section is supplemented with the following:

The Contractor shall receive approval of the Engineer for the line and grade of the sidewalk and curb/bike ramps being installed prior to pouring the concrete. The Contractor shall have the subgrade prepared and formwork in place at least 24 hours prior to pouring concrete. The Engineer shall review the line and grades of the sidewalk/ramps and make minor adjustments as necessary. Minor adjustments shall be considered as changes to the Plan elevations or offsets of 3 inches or less. The work to revise the lines, formwork and subgrade for minor adjustments shall be considered incidental to the bid. If the lines and formwork are not in conformance with the Plans all adjustments, regardless of size, shall be at the sole expense of the Contractor. Adjustments to the lines and grades shall not constitute a basis for claims for additional contract time or expenses.

The sidewalk cross slope shall be 2% or less. Any sidewalk installed at a cross slope greater than 2% without prior approval of Engineer shall be removed and replaced at the Contractor’s expense.

8-14.3(3) Placing and Finishing Concrete

The third paragraph is revised to read:

Full depth expansion joints shall be constructed with a maximum spacing of 10 feet, and as detailed in the Plans. Expansion joints shall be placed between pedestrian ramps, driveways and match curb and gutter expansion joint spacing. The Contractor shall also place expansion joints as indicated in the Contract Documents.

Page 216: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-11 INTRODUCTION TO THE SPECIAL PROVISIONS

Curb ramps shall be of the type specified in the Plans. Bike ramps shall be built as shown in the Plans.

8-14.3(4) Curing

The second sentence is revised to read:

Curing shall be in accordance with Section 5-05.3(13).

Add the following new section:

8-14.3(6) Cold Weather Work

The following additional requirements for placing concrete shall be in effect from November 1 to April 1:

The Engineer shall be notified at least 24 hours prior to placement of concrete.

All concrete placement shall be completed no later than 2:00 p.m. each day.

Where forms have been placed and the subgrade has been subjected to frost, no concrete shall be placed until the ground is completely thawed. At the time, the forms shall be adjusted and subgrade repaired as determined by the Engineer.

8-14.4 Measurement

Supplement this section with the following:

Cement Conc. Bike Ramp will be measured per each for the complete ramp installed.

8-14.5 Payment

Supplement this section with the following: “Cement Conc. Bike Ramp”, per each.

The unit contract price for “Cement Conc. Bike Ramp” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to construction and finishing of the concrete bike ramp in accordance with the Plans.

8-15 RIPRAP

8-15.1 Description Supplement this section with the following:

Page 217: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-12 INTRODUCTION TO THE SPECIAL PROVISIONS

Streambed cobbles, 4 inch minus, shall be hand-placed around the structures, outlets, and check dams where specified on the Plans. Cobble depth shall be as specified on the Plans.

8-15.2 Materials Supplement this section with the following:

Materials shall conform to the detail shown in the Plans and shall meet the Section 9-03.11(2) requirements for Streambed Cobbles, 4-inch.

8-15.4 Measurement Supplement this section with the following:

Rock Protection Pad will be measured by each pad constructed. Check Dam will be measured by each dam constructed.

8-15.5 Payment Supplement this section with the following:

“Rock Protection Pad”, per each.

The unit contract price for “Rock Protection Pad” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to procuring, hauling, and placing the materials.

“Check Dam”, per each.

The unit contract price for “Check Dam” shall be full compensation for all labor, tools, equipment, and materials necessary or incidental to construction and finishing of the concrete check dam and hand-placing the streambed cobbles around the dams.

8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS AND ELECTRICAL

8-20.1 Description Supplement this section with the following:

The work includes furnishing all materials and performing all work necessary for the following:

1. Modify the existing illumination and traffic signal system at the intersection of Unnamed Rd and Hillsboro Drive NW,

Page 218: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-13 INTRODUCTION TO THE SPECIAL PROVISIONS

2. Installation of conduit and junction boxes for future fiber optic interconnect as shown in the Contract Plans and

3. Installation of an illumination system at the intersections with Boardwalk Place NW, NW Derryfield Drive, Marigold Drive NW, and Quail Run Drive NW and all appurtenances as shown in the Contract Plans.

Equipment to be installed is located by station and offset on the plans. These locations may be adjusted in the field by the Engineer, if necessary, to interface with other improvements or existing conditions. Relocation and upgrades to existing luminaire poles and bases shall be coordinated with IntoLight. Existing luminaires shall be keep in operation as long as possible.

All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. Work shall include the supply, testing, and installation of all traffic signal and illumination hardware including the communication cable and interface system, and when specified, the modification and/or removal of such an existing system.

The work includes, but shall not be limited to, the following:

1. Electrical services, enclosures, connections, and bases 2. Foundations 3. Junction boxes 4. Conduit and wire 5. Luminaires 6. Luminaire poles and bases

8-20.1(1) Regulations and Code Supplement this section with the following:

All electrical equipment shall conform to the Standards of the National Electrical Manufacturer’s Association (NEMA). In addition to the requirements of these Specifications, the Plans and Special Provisions, all material and work shall conform to the requirements of the National Electrical Code; Laws, Rules and Regulations for Installing Electric Wires and Equipment, of the Department of Labor and Industries, State of Washington; the American Society for Testing and Materials (ASTM); the American Standards Association (ASA); American National Standards Institute (ANSI); Standard Specifications for Roads, Bridge and Municipal Construction (Standard Specifications); Standard Plans for Road, Bridge and Municipal Construction (Standard Plans); and any requirements of Puget Sound Energy that may apply. It shall be the Contractor’s responsibility to determine these requirements and to coordinate all inspections.

Page 219: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-14 INTRODUCTION TO THE SPECIAL PROVISIONS

Prior to start of work, all necessary licenses, permits, and approvals shall be obtained by the Contractor. The Contractor shall comply with all laws, ordinances, rules, orders, and regulations relating to the performance of the work, the protection of adjacent property, and the maintenance of all other facilities. The Contractor will be required to comply with all the provisions of these instruments and shall save and hold Kitsap County harmless from any damage that may be incurred as a result of the Contractor’s failure to comply with all the terms of these permits.

8-20.2 Materials Supplement this section with the following: General

All materials for the completion of the illumination work shall be furnished and installed by the Contractor as a part of this Contract.

(April 6, 2015 WSDOT GSP) Light Standards with Type 1 Luminaire Arms Lighting standards shall be fabricated in conformance with the methods and materials specified on the pre-approved Plans listed below, provided the following requirements have been satisfied:

(a) Light source to pole base distance (H1) shall be as noted in the Plans.

Verification of H1 distances by the Engineer, prior to fabrication, is not required. Fabrication tolerance shall be 6 inches.

(b) All other requirements of the Special Provisions have been satisfied. Pre-Approved Plan Fabricator Mounting Hgt. Drawing No. DB00654 Rev. H Valmont Ind. Inc. 30', 35’, 40' & 50' Sheets 1, 2, 3 & 4 Drawing No. Ameron Pole 20', 25’, 30’, 35’, 40’, W3721-1 Rev. L & Prod. Div. 45’ & 50' W3721-2 Rev. E Drawing No. NWS 3510 Rev. Northwest Signal 25', 30', 35', 2 or NWS 3510B Supply, Inc. 40', 45' & 50' Rev. 2 Drawing WS-SL-01 American Pole 25', 30', 35', Revision 7 Structures, Inc. 40', 45', 50' Sheets 1 & 2 of 2

Page 220: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-15 INTRODUCTION TO THE SPECIAL PROVISIONS

Drawing 71035-B39 Union Metal Corp 40' Rev. R11 Sheets 1 & 2 of 2 Drawing 71035-B50 Rev. R4 Union Metal Corp. 50’ Sheets 1, 2 & 3 and B100-B335 Rev. R1 Drawing 71035-B47 Rev. R3 Union Metal Corp 40’, 50’ Sheet 1 of 1 Elbow Mounting Detail Drawing No. WSDOT-LP-01 West Coast 25’, 30’, 35’, 40’, Rev. 4, Sheets 1 and 2 or Engineering 45’, and 50’ WSDOT - LP-01-BE Rev 3 Group Sheets 1 and 2 or WSDOT - LP-01-C8B Rev 2 Drawing No. 10-31-RWP-1 KW Industries 25, 30, 35, 40, 45, 50 Rev. 7 Sheets 1, 2 & 3 Drawing No. 10-31-RWP-3 KW Industries Rev. 2 (Bridge Mount Details)

8-20.2(1) Equipment List and Drawings Supplement this section with the following:

All equipment shall be approved for use in writing by the Engineer prior to ordering the equipment.

Materials not approved by the Engineer will not be permitted on the jobsite.

All illumination materials for review shall be incorporated in a single submittal.

The following equipment has been pre-approved for use: Service Cabinet Tesco Pad Mount Type III AF 26-000 Anodized Aluminum Metered Service

(March 13, 1995 WSDOT GSP) Pole base to light source distances (H1) for lighting standards with pre-approved plans shall be as noted in the Plans.

Page 221: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-16 INTRODUCTION TO THE SPECIAL PROVISIONS

Pole base to light source distances (H1) for lighting standards without pre-approved plans will be furnished by the Engineer as part of the final approved shop drawings, prior to fabrication. Approval of shop drawings may require up to 30 calendar days from the date the Engineer receives the drawings until they are returned to the Contractor. The actual time required for approval is dependent upon the completeness and appropriateness of the drawings as submitted. Any deficiencies will require additional time for approval based on the degree of the deficiency and the additional review time required. If the shop drawings are returned to the Contractor to correct deficiencies, an additional 30 calendar days may be required for the approval process. If more than 30 calendar days are required for routine approval of shop drawings that are completed and accurate, the Contractor will be granted an extension of time equal to the additional review time.

8-20.3 Construction Requirements

8-20.3(1) General Supplement this section with the following: Product Handling

All equipment shall be handled and protected so as to prevent damage. Damaged equipment, if any, shall be repaired or replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Owner.

Delivery to the County All spare equipment, equipment requiring testing, and salvaged equipment shall be delivered to: Kitsap County Signal Shop Public Works Annex 8600 SW Imperial Way Bremerton, WA 98312 Contact: Daren Miller Telephone: 360.337.5777, ext. 5710

The Contractor shall provide notice a minimum of five working days prior to delivery of any materials.

8-20.3(2) Excavating and Backfilling Supplement this section with the following:

Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans.

Page 222: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-17 INTRODUCTION TO THE SPECIAL PROVISIONS

At least 24 hours prior to commencing installation of any illumination equipment, the Contractor shall expose by pot-holing existing underground telephone cables, gas mains, sewer mains, water mains or any other underground utility shown in the Plans that crosses the route of the new illumination equipment to be installed under this contract. Excavation immediately adjacent to the existing utilities shall be by hand methods in compliance with Washington State requirements.

The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits.

If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and Owner shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts.

Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict:

1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench.

2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer.

3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed.

The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner.

All conduit will be installed by open trench unless otherwise approved by the Engineer.

Where the trench is located under the roadway or shoulder, all backfill shall consist of crushed surfacing top course meeting the requirements of Section 9-03.9(3) of the Standard Specifications. Backfill for all other trenches may consist of suitable native material from the excavation if approved by the engineer; otherwise, backfill shall be the same as specified for trenches under the roadway.

All backfill shall be mechanically compacted by a power-operated mechanical tamper or other mechanical compaction device approved by the Engineer. All

Page 223: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-18 INTRODUCTION TO THE SPECIAL PROVISIONS

trenches to be restored shall be compacted as specified in Section 2-03.3(14) C, Method C, of the Standard Specifications. The temporary restoration of conduit trenches shall be as directed by the Engineer. All costs for temporary trench restoration shall be included in the lump sum bid item and no additional measurement shall be made.

8-20.3(4) Foundations Supplement this section with the following:

Each concrete foundation shall be constructed in a single pour. Foundations for cabinets shall be as shown in the Plans. Anchor bolts shall be positioned horizontally and vertically prior to final set of the concrete. All concrete on the anchor bolts shall be immediately removed following pouring of the foundation. Conduits shall be temporarily capped during the pour to prevent concrete from entering.

The void between the foundation and the pole flange shall be no larger than 4 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A ½ inch diameter, plastic drain pipe shall be install in all structures to provide drainage from the pole base. The plastic drain pipe shall be neatly trimmed flush with the surfaces. Illumination poles shall be installed such that the base is at the same elevation as the edge of the pavement or top of curb or wedge curb when curb is present. All foundations installed in the sidewalk or ramp area shall be poured to the bottom of the sidewalk or ramp. The sidewalk or ramp shall be installed in a separate pour. All foundations installed at the back of the sidewalk shall be poured to the elevation of the back of sidewalk. All foundations not in sidewalk or ramp areas shall be poured to the elevation of the adjacent ground and shall have a 4-inch thick cement concrete square collar formed around the top of the foundation.

8-20.3(5) Conduit Supplement this section with the following:

Each conduit run shall contain a minimum 200-pound breaking strength Muletape, which shall be tied off at both ends.

All conduit installed underground shall have polyethylene underground hazard marking tape, 6 inches wide, red, legend "Caution-Electric Line Buried Below," placed approximately 12 inches above the conduit.

Page 224: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-19 INTRODUCTION TO THE SPECIAL PROVISIONS

Conduit meeting the requirements of Section 9-29.1 of the Standard Specifications shall be used at the following locations:

1. Hot-dip galvanized rigid metal conduit.

a. All conduit installed above ground. b. All conduit between the service cabinet and the service pole or vault. c. All conduit between the nearest junction box and a pole or cabinet

foundation. d. All conduit 90° bends.

2. Schedule 80 rigid PVC. a. All conduit under roadways or shoulders.

3. Schedule 40 rigid PVC.

a. All other locations except as noted above.

8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following:

All junction boxes placed out of the sidewalk area shall have a 2-inch thick cement concrete collar constructed around the box. The collar shall extend 4 inches out from the box, except where the box is located at the back of sidewalk in which case the collar shall abut and be flush with the back of sidewalk.

8-20.3(8) Wiring Supplement this section with the following:

The unfused service wires between the Puget Sound Energy transformer pole and the service cabinet shall be labeled "Unfused Service" at all terminal ends.

Wire marking sleeves shall be white polyvinyl chloride manufactured by BID, BRADY, NATVAR, FIOYTAG (FT200C), or T and M (SM Series).

8-20.3(9) Bonding, Grounding Supplement this section with the following:

Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any modified existing junction boxes that are not properly bonded/grounded. For the purposes of this section, a box shall be considered “modified” if new cables (including current-carrying conductors and/or low-voltage cables) are installed.

Page 225: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-20 INTRODUCTION TO THE SPECIAL PROVISIONS

8-20.3(10) Service, Transformer, Intelligent Transportation System (ITS) Cabinets Supplement this section with the following:

The County has completed an electrical service connection with Puget Sound Energy and made arrangements for new electrical service connections. The Contractor shall coordinate with PSE to schedule the service connections, meter installations, and all required inspections.

8-20.3(11) Field Test Supplement this section with the following:

A 48 hour test burn of the illumination system must be completed before acceptance of the lighting system.

8-20.3(13) Illumination Systems

8-20.3(13)C Luminaires Supplement this section with the following:

All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall conform to ANSI C136.15-2011 “American National Standard for Roadway and Area Lighting Equipment – Luminaire Field Identification”.

8-20.4 Measurement Supplement this section with the following:

Measurement for “Illumination System” and “Interconnect System” will be by lump sum. The lump sum measurement will include furnishing and installing all components associated with the illumination and interconnect systems including removal of existing systems and modifications required at the existing signal as shown in the Contract Plans. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included herein and no additional compensation will be made. All potholing associated with the bid items herein shall be considered included in the bid items included herein and no additional compensation will be made.

Page 226: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-21 INTRODUCTION TO THE SPECIAL PROVISIONS

Use of a vacuum truck for excavation, including potholing, shall be considered included in the bid items included herein and no additional compensation will be made. Adjustment of junction boxes to final grade (including any interim adjustment to facilitate construction staging) shall be incidental and included in the bid items included herein and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included herein and no additional compensation will be made.

8-20.5 Payment Supplement this section with the following:

The lump sum Contract price for "Illumination System" shall be full pay for the construction of the complete illumination system as described and as shown in the Plans. “Illumination System”, lump sum.

The lump sum price for “Illumination System” shall be for the total of all items for complete illumination system. All items and labor necessary to supply, install, and test the: luminaire poles and arms, LED luminaires, foundations, conduit, wiring, junction boxes, connections with existing service cabinet, conduit and junction boxes, adjusting junction boxes to grade, excavation, backfilling, directional boring, restoring facilities destroyed or damaged during construction, removing existing luminaire poles, luminaires, foundations and associated equipment, salvaging existing materials, removal of existing conduit, testing, as-built plans and all other components necessary to make a complete system shall be included within the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. “Interconnect System”, lump sum.

The lump sum price for "Interconnect System" shall be measured per lump sum for the total of all items. All items and labor necessary to supply, install, and test the conduit, junction boxes, connections with existing conduit, pull boxes, pull rope, restoring facilities destroyed or damaged during construction, salvaging existing materials, as-built plans and all other components necessary to install infrastructure, including conduit and pull boxes, for future Interconnect System shall be included within the lump sum measurement. Conduit for the Interconnect System shall be installed in the trench and no additional payment will be made for excavation or backfill associated with the interconnect system.

Page 227: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-22 INTRODUCTION TO THE SPECIAL PROVISIONS

8-21 PERMANENT SIGNING

8-21.3 Construction Requirements Supplement this section with the following:

Existing signs, as shown in the Plans where in conflict with proposed improvements, shall be temporarily removed and reinstalled in their original locations or permanently removed and replaced with new signs as indicated in the Plans. All existing signs noted for reinstallation shall be protected during construction and reinstalled in their original condition.

Signs noted for reinstallation that become damaged as a result of construction for this project shall be replaced at the Contractor’s expense. Any damage to signs not noted for removal as a result of construction activities shall also be replaced at the Contractor’s expense.

Since regulatory signs must remain visible to traffic and pedestrians at all times, temporary placement of regulatory signs may be necessary by portable sign stand or other means. Temporary regulatory signs shall be placed as close to the original sign’s location as practicable. All regulatory sign placement, whether temporary or permanent, shall follow the requirements of the Manual on Uniform Traffic Control Devices (MUTCD), latest version.

8-21.4 Measurement Supplement this section with the following:

There is no unit of measure shall apply to the lump sum Bid Item Permanent Signing.

8-21.5 Payment Supplement this section with the following:

“Permanent Signing”, lump sum.

The lump sum price in the Proposal shall be full compensation for all labor, tools, equipment, and materials necessary to removing the existing signing; temporarily reinstalling signs to accommodate construction activities; and all new signs posts and foundations as required per the Plans.

8-23 TEMPORARY PAVEMENT MARKINGS

8-23.3 Construction Requirements

Supplement this section with the following:

Page 228: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-23 INTRODUCTION TO THE SPECIAL PROVISIONS

The Contractor shall furnish, install, maintain, and remove all temporary pavement markings required by the approved traffic control plan and as necessary to successfully complete the Work.

8-23.5 Payment

Supplement this section with the following:

All costs for installation, inspection, maintenance, and removal of temporary pavement markings shall be considered incidental and included in the lump sum Bid Item “Project Temporary Traffic Control”.

8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING

8-24.2 Materials Supplement this section with the following:

Modular Block Wall shall be Redi-Rock block wall with a sealed gray ledgestone finish. This work shall consist of all work needed to design and install Modular Block Walls as shown on the Plans.

8-24.3 Construction Requirements Supplement this section with the following:

Materials shall be in accordance with the Plans. The Contractor shall submit product information to the County for approval a minimum of 20 working days prior to procuring the materials.

Redi-Rock block wall units shall be installed in accordance with the manufacturer’s recommendations.

8.24.4 Measurement Supplement this section with the following:

Modular Block Wall will be measured by the square foot of exposed face of the wall after the surrounding final grade is complete.

8-24.5 Payment Supplement this section with the following:

“Modular Block Wall”, per square foot. Payment for “Modular Block Wall” shall be full pay for all labor, tools, equipment and materials necessary to furnish and install the modular block wall including design,

Page 229: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-24 INTRODUCTION TO THE SPECIAL PROVISIONS

excavation, haul and disposal, backfill, compaction, underdrain pipe, connection to the drainage system, geotextile, cleanouts, and placing modular block wall and cap.

Add the following new section:

8-26 FIELD OFFICE FOR THE ENGINEER’S STAFF

The Contractor shall provide a field office on or adjacent to the Project Site for the use of the Engineer’s staff within five (5) Working Days from the Notice to Proceed Date. The field office, its location, and an alternate date if necessary, shall be subject to the approval of the Engineer and shall be established at the pre-construction meeting. The field office shall meet the following requirements:

The field office shall be a weather-tight building; either portable or permanent structure a minimum of eight (8) feet wide with not less than 360 square feet of clear floor space, having at least one door, and a window area of not less than 40 square feet. Windows shall open to allow ventilation. Doors and windows shall be provided with bug screens. The interior walls shall be covered with material suitable for displaying Contract Plans and progress charts, etc.

To deter break-in and theft, window and door glass shall be protected with heavy security screens on metal frames bolted to the walls and doors. At a minimum all doors shall have 1 deadbolt cylinder lock. The Contractor shall provide 6 sets of keys for each lock.

The field office shall be level and, if portable, the structure shall be supported on blocks. If more than three (3) steps are required to enter the office, a floor-level landing of at least 12 square feet with railing shall be provided. Steps and landing shall be stable and slip resistant. A 3 sided boot brush shall be provided at each field office entrance.

The Contractor shall be responsible for maintaining and cleaning the field office; repairing any damage to the structure, equipment and appurtenances; providing janitorial services including supplying appropriate toilet room paper products; refilling applicable dispensers with drinking water cups, and paper towels; cleaning windows and sweeping floors; and emptying trash receptacles and recyclables, disposing trash, and relining trash receptacles and recyclables.

The office shall be furnished with the following furniture, equipment and appurtenances reasonably presentable, in good working order, and acceptable to the Engineer:

Drafting table, 6 foot x 4 foot minimum,

Executive chair, each with seat cushion, adjustable height seat, tilt back, arm rests, and floor wheels (two);

Page 230: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-25 INTRODUCTION TO THE SPECIAL PROVISIONS

Office desk, 30” x 60” minimum size, with at least 4 drawers which can be locked with key & one of which is set up for file folders, 2 sets of keys each desk (two);

Office table 36” x 72” (two), 1 Conference table 4’ x 10’;

Office chairs with seat & back cushion (eight);

Trash receptacles and recycle bins

Color Photocopy/Color Printer/Color Scanner/Fax multifunction machine with multiple tray frontload including 3 paper trays (8-1/2 x 11-inch, 8-1/2 x 14-inch, and 11 x 17 inch) with the following:

o Understorage cabinet, floor wheels to accommodate service technician.

o Preset reduction to 50% and enlarge to 200% plus zoom in 1% increments.

o Bypass tray

o Replacement toner cartridge (1 cartridge for each color)

o Capability to scan directly to PDF color at 300 dpi

o Plain paper fax capable

o Direct phone line connection and programmable capable to directly send scanned documents and faxes by e-mail.

o 400 sheets of each size 20 lb. bright paper with no more than 30% recycle post-consumer content.

o Repair and maintenance service contract with 4 hour service response on-site parts and labor;

The Contractor shall provide a commercial grade broadband internet access with a static IP address (Cable or DSL at a minimum speed of 2.0 Mbps upload & 6.0 Mbps download) between the field office and an Internet Service Provider (ISP). The Contractor shall provide for 24 hour technical support and a local or 1-800 phone number to troubleshoot and maintain the broadband connectivity. The Contractor shall provide inside wiring to support a Local Area Network inside the field office and shall include a 4-plex jack to at least 5 workstations (desk or table locations to be addressed at the pre-construction meeting per Section 1-08.1(2)). The Contractor shall provide necessary equipment to allow internet connectivity and shall be configured to allow VPN access from individual machines to the Owner. Color Printer/Color Copier/Scanner/Fax multifunction machine shall be connected to the office network and programmed to send scanned documents by e-mail;

Page 231: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

8-26 INTRODUCTION TO THE SPECIAL PROVISIONS

White board (3’H x4’W) with eight (8) dry erase markers and 1 white board eraser.

Electric power of sufficient capacity to operate an electric heater, air conditioner and other required equipment.

After obtaining inspection and approval of the field office electrical system and the proposed temporary power connection hook-up from City, the Contractor shall provide a minimum 15 Working Days advance notice to the local power utility requesting a temporary power drop and connection. Generators (gas and diesel) for producing electrical power will not be allowed unless the Engineer permits such in writing.

Contractor shall provide drinking water with disposable cup dispenser filled with cups

The Contractor shall provide heating and air-conditioning of sufficient capacity to heat the office to 70 �F within 1 hour, and to cool the office 15 �F within 1 hour.

If the Contractor fails to provide a field office at the location on the date agreed to at the pre-construction meeting, the Engineer will provide Written Notice of such and shall have the right to withhold progress payments in accordance with Section 1-09.9(3). If within 5 Working Days of the Engineer sending this Written Notice the Contractor has not provided the field office, then the Engineer will have the option to provide the field office. If the Engineer elects to provide the field office, the Engineer will give the Contractor a second Written Notice of such; will within three (3) Working Days of giving the second Written Notice provide the field office meeting the requirements specified in Section 1-07.29; and will charge the Contractor by deducting from monies due or to become due the Contractor on progress payments, all costs associated with the field office as specified in Section 1-07.29. Upon deliverance of the second Written Notice, the Contractor’s right to provide the field office shall be forfeited.

The field office, equipment, and appurtenances supplied by the Contractor shall revert to and be removed by the Contractor when the Engineer, via the Written Notice of Physical Completion to the Contractor, establishes the Physical Completion Date. If the Contractor removes, closes, or discontinues the services specified in Section 1-07.29 prior to receiving the Written Notice of Physical Completion without first obtaining approval from the Engineer, the Contractor responsible for all cost of relocation of County staff and cost associated with acquiring a replacement office.

All costs for the work required to provide and maintain the field office including regular expenses for telephone, internet, electricity, etc.; incidental constructions to accommodate; and to procure all permits and licenses required for the field office to meet the requirements of Section 1-07.29, shall be included in the lump sum Contract Price Bid for “Mobilization.” All costs for the work required to relocate the field office, if required, shall be considered incidental to the Bid item “Mobilization.”

Page 232: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS

DIVISION 9 MATERIALS

9-03 AGGREGATES

9-03.8(2) HMA Test Requirements Supplement this section with the following:

ESAL’s The number of ESAL’s for the design and acceptance of the HMA shall be in the range of more than 300,000 to less than 3 million.

9-03.8(7) HMA Tolerances and Adjustments Supplement this section with the following:

Item 1 is deleted and replaced with:

1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances:

Nonstatistical Evaluation

Commercial Evaluation

Aggregate, percent passing 1”, ¾”, ½” and ⅜” sieves

±6.0% ±8.0%

U.S. No. 4 sieve ±6.0% ±8.0% U.S. No. 8 sieve ±6.0% ±8.0% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% Air Voids 2.5% Minimum and 5.5% Maximum

9-03.14 Borrow Supplement this section with the following new section:

9-03.14(5) Special Borrow Material for Special Borrow shall consist of granular material, either naturally occurring or process, and shall meet the following requirements for grading and quality:

Screen Size Percent Passing 3” 100

1 ½” 70 – 100 ¾” 50 – 85

Page 233: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS

Screen Size Percent Passing #4 30 – 60

#40 8 – 24 #200 3 – 10

Sand Equivalent 35 Minimum

9-14 EROSION CONTROL AND ROADSIDE PLANTING

9-14.1 Soil Add the following new section:

9-14.1(4) Bioretention Media Supplement this section with the following:

Bioretention Media shall consist of two parts Coarse Compost by volume meeting the requirements of Section 9-14.4(8) and three parts Mineral Aggregate for Bioretention Media by volume meeting the requirements of Section 9-14.1(5). The mixture shall be well blended to produce a homogeneous mix.

Add the following new section:

9-14.1(5) Mineral Aggregate for Bioretention Media (May 3, 2017 KC GSP) Mineral Aggregate for Bioretention Media shall meet the following gradation:

Seive Size Percent Passing

1 inch 100

No. 4 60 - 100

No. 10 40 - 100

No. 40 15 - 50

No. 200 2 - 5

9-29 ILLUMINATION, SIGNAL, ELECTRICAL Supplement this section with the following:

General All bolts, nuts, washers, and other fasteners shall be stainless steel unless otherwise specified herein.

Page 234: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS

Where applicable, all materials, equipment, and installation procedures shall conform to the current requirements and standards of the State of Washington Department of Labor and Industries.

9-29.1 Conduit, Innerduct and Outerduct Supplement this section with the following:

The type of conduit to be used at specific locations is noted in Section 8-20.3(5) of these Special Provisions.

9-29.2 Junction Boxes, Cable Vaults, and Pull Boxes

9-29.2(1) Standard Duty and Heavy-Duty Junction Boxes Supplement this section with the following:

Junction boxes shall conform to the latest WSDOT Standard Plans for locking junction boxes of the type specified. Junction boxes shall be marked for their use in accordance with the following schedule:

System Type Legend Illumination LT Interconnect Only COMM

Junction boxes shall have galvanized metallic lids. All frames and lids shall be hot-dip galvanized. All junction boxes placed in the sidewalk area shall have a non-slip surface on the lid meeting the requirements of SlipNOT Plate Grade 3 Surface or IKG Industries Mebac # 1.

9-29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Heavy-Duty Cable Vaults, Standard Pull Boxes, and Heavy Duty Pull Boxes

9-29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes Supplement this section with the following:

Pull Boxes shall be Quazite 24” x 36” PG Style (Stackable) Assembly with 2 piece cover manufactured by Hubbell.

9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable Supplement this section with the following:

Page 235: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS

Chemically cross-linked polyethylene type USE shall be used for insulation of conductors in raceways. No alternate will be allowed.

9-29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases Supplement this section with the following: Luminaire fusing shall conform to Standard Specification Section 9-29.7. Fuses

shall be Bussman Type FNM, Reliance MEN, Gould Shawmut TRM or approved equivalent and shall be 10 amp.

Fuse connectors shall be installed at every pole base containing a luminaire.

Every conductor above ground potential shall be served by a quick-disconnect fused connector. Every conductor at ground potential shall be serviced by a single pin connector. Fuse connectors shall be per Standard Specification Section 9-29.7.

The fuse holders shall be readily accessible from the pole hand hole base and

have 18 inches of slack in the conductors.

9-29.10 (1) Conventional Roadway Luminaires Supplement this section with the following:

Conventional highway luminaires shall be light emitting diode (LED) and shall be 310 watt equivalent, LEOTEK model number GC2-80F-MV-NW-2-GY-700, or approved equivalent.

9-29.12 Electrical Splice Materials

9-29.12(1) Illumination Circuit Splices Supplement this section with the following:

All splices for the illumination circuit shall be made in the junction box employing an epoxy resin the splice kit as specified in the Standard Specifications.

9-29.24 Service Cabinets Supplement this section with the following: Service cabinet shall meet the following requirements:

1. Enclosure shall be 12.5 inches wide by 50 inches high by 7.3 inches deep and shall meet EUSERC requirements.

Page 236: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS

2. Exterior shall be fabricated from 0.125 inch aluminum, shall be anodized and have continuous welded seams. Interior shall be fabricated from 14 gauge cold rolled steel painted white.

3. Outer door shall be fully framed, side hinged with swaged close tolerance sides for flush fit. It shall be provided with a top drip lip, closed cell neoprene flange compressed gaskets and fitted with a keyed lock.

4. Enclosure shall have a full length dead front with a stainless steel hinge, ¼ turn latch and knurled knobs. Dead front shall be hinged on the same side as exterior door and open a minimum of 100 degrees.

5. UL 508 industrial control panel labels for service entrance equipment shall be provided.

6. Pull section with removable step. Removable backpan shall be mounted on 4 welded ¼ inch studs.

7. Circuit breakers shall be mounted in a vertical position with handle up for "On" and handle down for "Off". Circuit breakers shall be of cable-in cable-out type. No "Bolt-On" or "Plug-In" circuit breakers will be allowed.

8. Enclosure shall be completely pre-wired at the factory. Wiring shall be to NEMA IIB standards showing external connections and external equipment.

9. All bussing shall be UL approved copper THHN cable bussing, fully rated. 10. The function of all circuit breakers, switches and other components shall be

identified by laminated engraved plastic nameplates with minimum ¼ inch high letters and fastened with minimum of two #4 - 40 stainless steel machine screws.

11. Wiring schematics will be Computer Aided Drafting and include all external equipment and connections per NEMA IIB. As-built factory drawings shall be enclosed in clear plastic and held inside the outer door by welded hooks.

Manufacturer will be required to furnish independent laboratory certification of metal preparation and finish and to confirm that the overall product meets these specifications. If the contracting agency desires to witness this testing, all costs shall be paid by the contractor.

Service enclosure shall be Tesco Pad Mount Type III AF 26-000 Anodized Aluminum Metered Service or an approved equivalent.

Page 237: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 238: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-1

Page 239: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-1

DIVISION 10 SILVERDALE WATER DISTRICT SPECIFICATIONS

10-01 GENERAL This Division shall supersede those sections of Division 2 through Division 9 of the Standard Specifications, which refer to "measurement", "payment" and/or "measurement and payment", unless specifically provided for elsewhere in the Special Provisions. This section of the Specifications covers the measurement and payment for the various bid items contained in the proposal. The contract unit prices as submitted shall be full compensation to the Contractor for all labor, materials and equipment required to complete the work as outlined herein and as shown on the plans. The cost of work which is required to complete the project in a first-class, workmanlike manner, and which is referred to by these Specifications or is shown on the plans, but which has no specific bid item provided, shall be considered incidental to the contract and the Contractor shall adjust his bid accordingly. It has been the intent to outline briefly how the quantity for each bid item will be determined and also the principal costs to be included. No effort has been made to restrict any costs from being included in the individual bid items or to try to itemize all costs that might be included. It shall be the Contractor's responsibility to include all costs for the completed project in the bid items as listed. These specifications are also supplemented with the Silverdale Water District’s construction schedule, which can be found in ATTACHMENT G.

10-02 MOBILIZATION Mobilization shall conform to section 1-09.7 of the standard specifications. Payment will be made when at least 5% of the contract has been completed.

10-03 DUCTILE IRON (DI) WATER MAIN – POTABLE WATER

10-03.1 Description This section covers the materials, installation and testing of all piping systems for the water system. Pipe sizes are nominal inside diameter and shall be of the sizes as noted on the plans. All pipe and fittings delivered to the job site shall be clearly marked to identify the material, class and thickness. Materials shall be new and free of blemishes. Acceptance of installed piping shall be based upon inspection and leakage tests as specified herein.

Page 240: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-2

10-03.2 Materials Ductile iron pipe shall be standard thickness, Class 50 cement lined, centrifugally cast in metal molds and conforming to ANSI A21.51 (AWWA C-151), ANSI A21.4 (AWWA C-104) Specification WW-P-421(c). Joint Details shall be in accordance with ANSI A21.11 (AWWA C-111). Laying lengths shall be eighteen feet (18'). Rubber gasket pipe joint shall be push-on-joint (Tyton) or mechanical joint (M.J.) in accordance with USA Standard A21.11, (AWWA-C-111). Flange joint shall conform to ANSI 21.15 (AWWA C-115). The Contractor shall furnish certification from the manufacturer of the pipe and gasket being supplied that the inspection and all of the specified tests have been made and the results thereof comply with the requirements of this standard.

10-03.3 Construction Requirements

10-03.3(1) Ductile Iron Pipe Installation (Above Ground Water Pipes) Flanged joints. Shall be bolted up tight. Flanges shall be clean, faced and provided with ring gaskets as specified herein. Threaded joints. Connections shall be made metal to metal tight. Joints shall be made with male threads coated with thread compound. All burrs shall be removed from the pipe ends prior to joint make-up. Pipe Supports and Brackets. All exposed piping shall be supported by anchors, brackets, or hangers, secured to the concrete as shown on plans or as required. All metallic supports shall be painted or galvanized after fabrication and secured with galvanized bolts and anchors. All supports shall be of ample strength for the duty required. All pressure piping shall be adequately blocked against surge. The specifications and plans cover the principal items and do not necessarily include each and every item. Other supports or accessories necessary for the completion of the work shall be furnished and installed in order to produce a first-class, neat, and workmanlike system.

10-03.3(2) Ductile Iron Pipe Installation (Buried Water Mains) The Contractor shall clear and grub within the right-of-way or easement limits as necessary for the construction. The Contractor shall remove all ground cover, trees and miscellaneous vegetation within said limits and dispose of debris by removal to an approved waste site. Trench Excavation and Pipe Laying. Trench excavation and pipe laying shall be in accordance with the Standard Specifications except excavation shall be sufficient to provide a minimum of four feet (4’) of cover from the top of the pipe to the future road

Page 241: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-3

subgrade in all areas, unless greater depth is indicated on the plans or ordered by the Engineer. The Contractor shall maintain a trench width of thirty-six inches (36") maximum. Pipe shall be laid according to the manufacturer's recommendations. Additional Depth Excavation. Certain areas may require installation of water mains at depths greater than the minimum four feet (4') of cover specified above. These locations shall be determined by the Contractor and the cost thereof shall be considered incidental to pipe construction. Unsuitable Material. Where in excavating the trench for water mains the bottom of the trench exposes peat, soft clay, quicksand or other material which is unsuitable, such material shall be removed and disposed of by the Contractor. The material removed shall be replaced by suitable surplus material obtained from trench excavation within the limits of the project or shall be bank run gravel Class B, which shall be deposited and compacted in eight inch (8") layers by mechanical compaction. No extra compensation shall be paid for removal of unsuitable material or replacement with suitable material from the site. Backfilling Trenches and Bedding Materials. Backfilling of trenches shall be made with the same materials excavated from the trenches unless these materials are found to be unsuitable by the Engineer. Compaction of Backfill. On unimproved areas, compaction of backfill shall be in accordance with the Standard Specifications. Compaction of Backfill Under Pavement or on Roadway Shoulders. At locations where paved streets, driveways or sidewalks will be constructed or reconstructed over the trench, or where provided for in the Special Provisions or directed by the Engineer, the backfill shall be spread in layers and be compacted by mechanical tampers. In such cases the backfill material shall be placed in successive layers, not exceeding eight inches (8") in thickness and each layer shall be compacted with mechanical tampers to a density equal to ninety-five percent (95%) of the theoretical maximum density (ASTM designation D-1557, Method D). Mechanical tamping will always be required below utilities crossing the trench to prevent their rupture when additional backfill is placed or compacted above. Tamping will not be paid for separately. Sheeting and Shoring. The Contractor shall be required to provide sheeting or shoring during pipe construction where trench widths are excessive and will endanger existing property or improvements, or when the trenching operation does not comply with established safety standards. The cost of sheeting and shoring shall be considered incidental to pipe construction. Additional work due to increased trench width will not be cause for additional compensation for excavation, backfill, pavement reinstatement or other items. Sheeting Left in Place. When in the opinion of the Engineer the withdrawal of sheeting from the trench will result in damage to adjacent utilities or other property, the Engineer

Page 242: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-4

may order all or a portion of the sheeting to be left in place, in which case it shall be cut off twenty-four inches (24") below grade. Dewatering. The Contractor shall be responsible for all dewatering required to provide a dry trench condition for pipe laying and backfilling. The costs associated with the dewatering operation, including disposal of water, shall be considered incidental to the pipe construction. Concrete Blocking. Concrete blocking shall be placed at all fittings where joint restraint is required. Construction details shall be in accordance with the District's Standard Detail. Payment for concrete blocking shall be considered incidental to water main construction. Locator Wire. Installation of water mains and service lines shall include locator wire buried along the entire length of the pipe. Locator wire to be insulated copper wire, 14 gauge or larger. The wire shall be connected to a bolt on each above ground hydrant flange with 6-inches of slack at the end for connecting the locator device. Locator wire to be run to 12-inches above ground at each meter, blow off, and air/vacuum valve. All splices in the locator wire shall be made using a 3M direct bury splice kit, model DBY. The kit shall be installed per the manufacture’s specifications. The wires shall be tied in a knot six (6) to eight (8) inches from the splice. The color of the locator wire insulation of the potable and recycled water mains shall be blue and pantone purple 512 or 522 respectively. The locate wire shall be taped to the top of the water main. Connections to Existing Pipelines. Connections may be made to existing pipes under pressure with the use of a tapping machine. The size and type of pipe must be determined. Then the appropriate sized stainless steel tapping sleeve complete with tapping gate valve may be installed. Where cut-ins are permitted to be made in existing pipes, the work shall be conducted at such a time and in such a manner as to minimize the interruption of service. Cut-in time must be approved by the District. Necessary pipe, fittings and gate valves shall be assembled at the site ready for installation prior to the shutting-off of water in the existing main. Once the water has been cut off, the work shall be prosecuted vigorously and shall not be halted until the line is restored to service. Unless specifically provided for elsewhere in these specifications, the Contractor shall have the responsibility of giving at least 48 hours notice to the Water Superintendent of intention to disrupt service. When existing asbestos cement pipe is encountered on a project all cutting, tapping, removal and disposal of said pipe shall be in conformance with the current Policies and Procedures of the Kitsap County Health Department, the Puget Sound Air Pollution Control Agency and other public offices with jurisdiction in this matter. At this time the policy is that:

Page 243: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-5

1. Pipe shall be "snapped off" rather than being cut with an abrasive saw.

2. Abandoned pipe shall be disposed of in an approved method.

Hydrostatic/Leakage Tests. After sterilization, flushing, passage of the preliminary bacteria sample(s) taken by the owner and prior to acceptance of the work, the installation shall be subjected to a hydrostatic pressure test of 200 psi at the highest elevation of the portion of the system being tested. The test pressure shall not be more than 225 psi, at the lowest elevation. The test pressure shall not exceed the rated pressure of any resilient seated gate valve or butterfly valve. No valve shall be operated in either the opening or closing direction at a differential pressure above its rated pressure. The water pumped into the system for the pressure test shall be chlorinated to a minimum concentration of fifty (50) PPM. The test shall be for a minimum period of 15 minutes, at the discretion of the Engineer. At the conclusion of the test period the system shall be re-pumped to the initial pressure. The volume of water used will be measured and must be within the limits set forth in AWWA C-600-82, Section 4.2. Any leaks or imperfections developing under said pressure shall be remedied by the Contractor before final acceptance of work. Leakage shall be measured by approved means. The Contractor shall provide all necessary equipment and shall perform all work connected with the tests. Tests shall be made after corporation stops and services are installed. Insofar as is practical, tests shall be made with pipe joints, fittings, and valves exposed for inspection. Upon passage of the pressure test, each valve in the installation will be tested for leakage by systematically closing each valve and relieving the pressure behind it. The Contractor shall perform the test to assure that the equipment to be used for the test is adequate and in good operating condition, the air in the line has been released, and that the system will pass the test before requesting Engineer to witness the test. The Engineer shall then witness the test. Sterilization and Flushing of Water & Recycled Water Mains. Sterilization of the water mains shall be accomplished by the Contractor in accordance with the requirements of the state health department and in a manner satisfactory to the Engineer. During construction calcium hypochlorite granules shall be placed at the upstream end of each length of pipe laid such that, upon filling the main, the initial concentration of chlorine will be 50 mg/l. The following tables lists the approximate weight and volume of 65% high test calcium hypochlorite required per 20 feet length of pipe. Pipe Diameter Calcium Hypochlorite Volume (fl. oz.) (In.) Granules (Oz.)

Page 244: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-6

4 0.13 0.10 (1 tsp.) 6 0.30 0.24 (1/2 tbls.) 8 0.53 0.43 (1 tbls.) 10 0.84 0.68 (1-1/2 tbls.) 12 1.18 0.96 (2 tbls.) 16 3.20 1.71 (3.5 tbls.) When installation is complete, the mains shall be filled with water such that the maximum velocity of flow will be less than 1 fps. All air pockets shall be bled from the system during the filling operation. All valves and hydrants shall be operated while the chlorine solution is in the system. During the soaking period all valves and hydrants shall be open, except the connection to the existing system. After a minimum soaking period of 24 hours, the new system shall be flushed at a minimum velocity of 2.5 fps until no trace of chlorine remains. The District must be notified when the flushing is to be done and of the planned method of disposal of the chlorinated water. After an additional 24-hour minimum period, bacteria samples shall be taken from the system by the Water District. Flushing of chlorinated water shall be done in such a way that NO chlorinated water enters a storm sewer or stream. The chlorinated water may be discharged to a field or undeveloped land where the water will not run into a storm sewer or stream. During the entire time the water is flowing the water must be monitored to determine its course. Temporary dams must be used if necessary to retain the water. If it cannot be assured that NO chlorinated water enters a storm sewer or stream, then the water must be transported to a suitable location, dumped into a sanitary sewer, or dechlorinated using sulfur dioxide or a comparable chemical. The dechlorination process must be approved by the District. If the chlorinated water is dumped into a sanitary sewer, a permit must be obtained from the Kitsap Co. Public Works Dept.

10-03.3(3) Water Service/PRV Installation The installation of the saddle on the main, corporation stop, service line, angle meter stop or meter setter, meter box, PRV if required, and pipe and materials to make the connection to the existing service line shall be according to the standard detail on the plans. The long side water service will include a push across the road if the road cannot be cut for service lines. After the new main and service line have been tested up to the angle meter stop or meter setter, the contractor will abandon the existing service, move it to the location shown on the plans and make the connection to the existing service line to the customer. The line will then be flushed. If a pressure reducing valve is required, the pressure shall be adjusted to 60 psi at the main floor of the house using an accurate pressure gauge. All work shall be coordinated with the district and the customer. The district shall indicate which services shall receive PRVs.

10-03.4 Measurement Measurement for payment will be per lineal foot of pipe laid, tested, and shall be along the centerline of the pipe through fittings, valves and couplings.

Page 245: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-7

10-03.5 Payment “Ductile Iron Pipe for Water Main 6 IN. DIAM.”, per linear foot. “Ductile Iron Pipe for Water Main 8 IN. DIAM.”, per linear foot. “Ductile Iron Pipe for Water Main 12 IN. DIAM.”, per linear foot. The unit price per linear foot for each size of Ductile Iron Water Main for Potable Water shall be full compensation for all labor, materials and equipment necessary or incidental to the furnishing and installing of the water main complete with locator wire installed above the pipe, including but not limited to clearing and grubbing, trench excavation, dewatering, potholing for utility conflicts, bedding where required, laying and jointing pipe and fittings, backfilling including compaction, compaction testing, concrete thrust blocking, hydrostatic pressure testing, flushing, disinfection of the pipe line, maintenance and restoration of existing utilities impacted by construction, and daily cleanup around the worksite. Also included in the unit price shall be all costs associated with saw cutting, removal and disposal and temporary restoration of any pavement affecting the installation of the water main. Temporary restorations of any pavement shall be done to the satisfaction of the Engineer and County. Permanent restoration of the pavement at Boardwalk Place is included in the bid item Pavement Restoration. Other restorations not mentioned shall be considered incidental to the work of constructing the water main and all costs shall be included in the unit contract price under this item. Included in this item is for the contractor to coordinate with Cascade Natural Gas Company for the installation of rock shield on all gas crossings and the cost to backfill the crossing with clean sand, minimum of 6-inches below and above the gas line, for the whole width of the potable water and recycled water main. Also included in this item is the installation of CDF above the existing 10-inch DI main and the proposed 12-inch DI main near Station 8+00 as shown on sheet 2 of 9.

10-04 VALVES OR FITTINGS

10-04.2 Materials Fittings for ductile iron pipe shall be ductile iron or cast iron, short body, cement lined and for pressure rating of 150 psi unless otherwise noted. Metal thickness and manufacturing process shall conform to applicable portions of AWWA C-110, C-111 and C-153. Holding Follower retainer glands for mechanical joint fittings, where specified, shall be equal to MEGA-LUG. Flange adapters are to be slip-on type retained by setscrews they

Page 246: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-8

are to be manufactured of ductile iron. Flange adapters must conform to ANSI B16-1 and AWWA Specifications and use a standard MJ gasket. Standard cement lining shall be in accordance with ANSI A21.4 (AWWA C-104). Rubber gaskets for push-on-joints shall be in accordance with ANSI A21.11 (AWWA C-111). Gasket material for flanges shall be neoprene, Buna N, chlorinated butyl, or cloth-inserted rubber. Where galvanized iron pipe is specified, the pipe shall be standard weight, Schedule 40, steel pipe per Standard Specifications for black and hot-dipped, zinc-coated (galvanized) welded and seamless steel pipe for ordinary uses (ASTM A120). Fittings for steel pipe 4-inches in diameter and smaller shall be malleable iron threaded type with a pressure rating of 150 psi. Dimensions shall conform to ANSI B16.3. Threading shall conform to ANSI B2.1. Material shall conform to ASTM A 47, Grade 32510. All fittings shall be banded and hot-dip galvanized inside and out. Unions shall be malleable iron with a pressure rating of at least 150 psi. Material shall conform to ASTM A 47, Grade 32510. Unions shall be ground joint, bronze to iron type. Where brass pipe is specified, the pipe shall meet the chemical requirements of ASTM B-43. Brass nipple and brass fittings shall conform to specification of ASTM B687-88 and ANSI/ASME B16.15 respectively. Brass pipe and fittings shall comply with the Safe Drinking Water Act, as amended, and the U.S. environmental Protection Agency (EPA). Brass fittings and pipe in contact with the potable water shall be minimum compliant with ANSI/NSF Standard 61. Brass pipe and fittings shall withstand 200 psi during pressure testing of the water main. Brass pipe and fittings shall no lead brass products and domestic. Steel pipe shall conform to AWWA Standard C-200, pressure class 150. Steel pipe shall be cement-mortar lined in accordance with AWWA Standard C-205. The exterior of the steel pipe shall be coal tar coated in accordance with AWWA Standard C-203. Flanges and welded steel fittings shall be in accordance with AWWA Standards C-207 and C-208 respectively.

10-04.2 (1) Gate Valves The minimum requirements for buried gate valves shall, in design, material and workmanship, conform to the Standards of AWWA C-515.

Page 247: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-9

Buried gate valves shall be ductile iron body, bronze mounted, resilient-seated, clockwise closing, and non-rising stem. The operating stems shall be equipped with Standard two inch (2") operation nut and O-ring stem seals, and shall be suitable for installation with the type and class of pipe being installed. Ends to be as specified. Gate valves not buried (4-inch and larger) shall be the same as above with hand wheel unless specified for outside screw and yoke (O.S. & Y). Gate valves not buried (3-inch and smaller) shall be red-white 291 union bonnet gate valve or equal. Ends to be as specified.

10-04.2(2) Butterfly Valves The minimum requirements for buried butterfly valves shall, in design, material and workmanship, conform to the standard of AWWA C-504, Class 150 B. Buried butterfly valves shall be iron body, rubber-seated, clockwise closing, tight-closing butterfly valves with standard two-inch (2") operation nut, suitable for installation with the type and class of pipe being installed; ends to be as specified. Butterfly valves not buried shall be the same as above with hand wheel unless otherwise specified.

10-04.2(3) Valve Boxes Shall be cast iron, two (2) piece, for forty-two inch (42") trench with extension, slip type with base corresponding to the size of the valve, equal to Rich Manufacturing Company or Olympic Foundry Company. The cover shall have the word "WATER" cast in it and shall be equal to 940 Seattle deep lid. The box shall be coaltar painted by the manufacturer using its standard.

10-04.4 Measurement Measurement for payment of valves or fittings shall be per each for each type and size actually installed.

10-04.5 Payment “Butterfly Valve 12 IN.”, per each. “Ductile Iron Tee 12 IN. DIAM.”, per each. “Ductile Iron Bend 12 IN. DIAM.”, per each. “Ductile Iron Adapter 10 IN. DIAM.”, per each. “Ductile Iron Reducer 8 IN. X 4 IN. DIAM.”, per each.

Page 248: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-10

“Ductile Iron Reducer 12 IN. X 8 IN. DIAM.”, per each. “Ductile Iron Solid Sleeve 10 IN. DIAM.”, per each. “Ductile Iron Solid Sleeve 12 IN. DIAM.”, per each. “Cross 12 IN. X 10 IN. DIAM.”, per each. “Gate Valve 6 IN.”, per each. “Gate Valve 8 IN.”, per each. “Gate Valve 10 IN.”, per each. The unit price per each valve or fitting shall be full compensation for all labor, materials, equipment and tools necessary or incidental to furnishing and installing the valve or fitting complete in place as shown on the plan for the water main including trenching jointing, painting, concrete thrust blocking, disinfecting, hydrostatic testing, backfilling, restoration, valve box and marker post. All tie rods required between valves or fittings shall be considered incidental.

10-05 BLOW OFF ASSEMBLY

10-05.4 Measurement Measurement for payment of Blow Off Assembly shall be per each assembly installed.

10-05.5 Payment “Blow Off Assembly”, per each. The unit price per each Blow Off Assembly shall include furnishing and installing the tie back block where required, valve where required, galvanized pipe and fittings, and meter box. See Blow Off Assembly Details.

10-06 COMBINATION AIR RELEASE AND VACUUM VALVE ASSEMBLY

10-06.4 Measurement Measurement for payment of Comb. Air Release/Vacuum Valve Assembly 2 IN. shall be per each assembly installed.

10-06.5 Payment “Comb. Air Release/Air Vacuum Valve Assembly 2 IN.”, per each.

Page 249: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-11

The unit price per each Comb. Air Release/Vacuum Valve Assembly 2 IN. shall include tapping the main, saddle, corporation stop, pipe and fittings, gate valve, meter box and cover.

10-07 CONNECTION TO EXISTING MAIN

10-07.4 Measurement Measurement for payment for connections shall be per each connection to the existing water main.

10-07.5 Payment “Connection to Existing Main,” per each. The lump sum price for each connection shall be full compensation for all labor, materials, equipment and tools necessary or incidental to complete the connection. Also included in this item are costs for locating and verifying existing main, pressure testing of existing valve, removal of existing flange, cap, plug or blow off assembly and air vac, wet tapping costs which includes tapping sleeve and valve, cut-in costs, solid sleeves, dewatering, the 10-inch DIP needed for the water main connection at Station 8+68, and coordination with the Silverdale Water District or other agencies for the connections. All work shall be done under close supervision and to the satisfaction of Silverdale Water District. Any temporary interruption required by the connection shall be the full responsibility of the contractor.

10-08 BANK RUN GRAVEL FOR TRENCH BACKFILL (PROVISIONAL ITEM)

10-08.4 Measurement Measurement for payment shall be per ton measured in trucks at the point of delivery. The quantity as listed in the proposal is an estimate of material required for trench backfilling where native soils under the shoulder are determined unsuitable and written instruction for its use are delivered by the Owner.

10-08.5 Payment “Bank Run Gravel for Trench Backfill”, per ton. Payment will be made at the unit contract price per ton for Bank Run Gravel for Trench Backfill which price shall be full compensation for the furnishing, hauling, placing and compacting of the material in the trench. Payment shall also include removal and disposal of unsuitable native material

Page 250: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-12

10-09 PAVEMENT REMOVAL AND RESTORATION

10-09.4 Measurement Measurement for payment shall be per square yard of paved area restored.

10-09.5 Payment “Pavement Restoration”, per square yard. The unit price per square yard of paved area restored shall be full compensation for the costs of all labor, materials and equipment required for removal of temporary patch, removal or grinding and restoration of existing pavement to its original or better condition. This includes preparing the subgrade for paving, cleaning of existing asphalt; joint sealing; grinding at transitions; placing tack coat; furnishing, hauling, placing, and compacting the asphalt pavement; adjusting utility covers and monument case covers to the new grade as necessary and all other incidental work to complete the pavement. Also included in this item is the full compensation for furnishing, hauling, placing and compacting crushed surfacing top course. All work shall be in accordance with the Project Typical Road Sections. HMA mix design, sampling and compaction test shall be in accordance to Standard Specifications for Road, Bridge, and Municipal Construction. The contractor shall match the thickness of the existing pavement. Pavement markings are also included in this item when required.

10-10 DUCTILE IRON WATER MAIN – RECYCLED WATER

10-10.4 Measurement Measurement for payment shall be per lineal foot of pipe laid, tested, and shall be along the centerline of the pipe through fittings, valves and couplings.

10-10.5 Payment “Ductile Iron Pipe for Water Main 6 IN. DIAM.”, per linear foot. “Ductile Iron Pipe for Water Main 12 IN. DIAM.”, per linear foot. “Ductile Iron Pipe for Water Main 16 IN. DIAM.”, per linear foot. The unit price per linear foot for each size of Ductile Iron Water Main for Recycled Water shall be full compensation for all labor, materials and equipment necessary or incidental to the furnishing and installing of the water main complete with locator wire installed above the pipe, including but not limited to clearing and grubbing, trench

Page 251: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-13

excavation, potholing for utility conflicts, bedding where required, laying and jointing pipe and fittings, backfilling including compaction, compaction testing, concrete thrust blocking, hydrostatic pressure testing, flushing, disinfection of the pipe line, maintenance and restoration of existing utilities impacted by construction, and daily cleanup around the worksite. Also included in the unit price shall be all costs associated with saw cutting, removal and disposal and temporary restoration of any pavement affecting the installation of the water main. Temporary restorations of any pavement shall be done to the satisfaction of the Engineer and County. Other restorations not mentioned shall be considered incidental to the work of constructing the water main and all costs shall be included in the unit contract price under this item. Also included in the unit price shall be the cost and installation of the Identification Tape, Tracer Tape, and Locate Wire. The identification tape shall be at least 3 inches wide with black 2-inch high lettering which shall read “CAUTION: RECYCLED WATER – DO NOT DRINK” printed at 2-foot interval. The tape shall be spiral wrapped around the pipe with maximum 12-inch spacing between stripes. The tracer tape shall be installed 12 to 18 inches above the center line of the buried pipe. The tracer tape shall be 6 inches wide, pantone purple 512 or 522, with black lettering, and shall be made of aluminum foil encased in a protective, high-visibility, and color –coded inert plastic material suitable for direct bury. Tracer tape shall read “CAUTION RECYCLED WATER PIPE BURRIED BELOW. DO NOT DRINK” with bold letters 2 inches high. Message shall be printed at maximum interval of 2 feet. The tracer tape shall be spread flat with the message side up before backfilling. Tape shall be manufactured by Allen Systems, W.H. Brady Co. Seton Name plate Corporation, Making Services Inc., or equal. The locator wire shall be pantone purple 512 or 522 coated copper wire 14-gauge diameter. The wire shall be taped to the top of the pipe.

10-11 REMOVAL AND DISPOSAL OF 8-INCH ASBESTOS CEMENT (AC) PIPE

10-11.4 Measurement Measurement for removal and disposal of 8-inch asbestos cement pipe shall be per lineal foot.

10-11.5 Payment “Removal of 8 IN. AC Water Main”, per linear foot. The unit price per linear foot for removal and disposal of 8-inch asbestos cement pipe shall be full pay for all labor, material, and equipment needed to drain existing water main, cut (snapped off), remove and dispose of said pipe in conformance with the current Policies and Procedures of the Kitsap County Health Department, the Puget Sound Air Pollution Control Agency and other public offices.

Page 252: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-14

Prior to removal and disposal of 8-inch asbestos cement pipe, the Contractor shall obtain all permits from, and provide notification to, the Washington State Department of Labor and Industries, the United States Environmental Protection Agency (USEPA), the local air pollution control agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as required in WAC Chapter 296-65, “Asbestos removal and encapsulation.” All work involved in the removal, salvage, or disposal of AC pipe shall be the responsibility and at the expense of the Contractor. The Contractor shall ensure the safety of all workers, visitors to the site, and general public in accordance with all applicable laws, rules, and regulations. All contractors working with AC pipe must be state-certified. The Contractor shall designate a Washington State Certified Asbestos Supervisor (CAS) to personally supervise the asbestos removal and to ensure that the handling and removal of asbestos is accomplished by certified asbestos workers, pursuant to Washington State Department of Labor and Industries Standards. The Contractor shall ensure that the removal and disposal of asbestos meets the requirements of USEPA Regulation 40 CFR Part 61, local health department regulations, and all other applicable regulations. The Contractor shall provide protective clothing and equipment (coveralls, gloves, boots, head covering, goggles, respirators, etc.) to crews working with asbestos cement pipe in order to ensure the worker’s exposure to asbestos material is at or below the limits prescribed in WAC 296-62-07705.

10-12 REMOVAL AND DISPOSAL OF 8-INCH DUCTILE IRON PIPE

10-12.4 Measurement Measurement for removal and disposal of 8-inch ductile iron pipe shall be per lineal foot.

10-12.5 Payment “Removal of 8 IN. DIP Water Main”, per linear foot. The unit price per linear foot for removal and disposal of ductile iron pipe shall be full pay for all labor, material, and equipment needed to drain existing water main, cut, remove, and dispose of said pipe.

10-13 POTABLE AND RECYCLED WATER MAINS INTERTIE

10-13.4 Measurement Measurement for payment of Potable and Recycled Water Mains Intertie shall be per each intertie.

10-13.5 Payment “Potable and Recycled Water Mains Intertie”, per each.

Page 253: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-15

The unit price per intertie shall be full compensation for all labor, materials, equipment and tools necessary or incidental to furnishing and installing the fittings, building a rock wall, and tie back thrust block when required, including trenching, disinfecting, hydrostatic testing, bacteria testing, backfilling, and restoration. All mechanical joint fittings shall be mega lugs. See Potable and Recycled Water Mains Intertie Details.

10-14 REMOVAL OF VALVES AND OTHER FACILITIES

10-14.1 Description This work includes the removal of fire hydrants, valve boxes, services, blow offs and air-vac valves. Valve boxes shall be removed and the valve operator nuts shall be cut off or as specified in the Plans. Saddles shall be plugged with a galvanized plug when a valve is removed from existing water main. Existing piping to mains shall be plugged.

10-14.4 Measurement Measurement for payment for removal of valves and other facilities shall be per lump sum.

10-14.5 Payment “Removal of Valves and Other Facilities”, per lump sum. The lump sum price for the removal of valves and other facilities shall be full compensation for all labor, materials, equipment and tools necessary or incidental to complete the removal of valves and other facilities. The valve that will be removed at Monopoly St shall be replaced with an 8 in. blind flange. The abandoned water main shall be plugged with concrete.

10-15 SIDEWALK RESTORATION

10-15.4 Measurement Measurement for payment shall be per square yard of concrete sidewalk removed and restored including curb and gutter.

10-15.5 Payment “Sidewalk Restoration”, per square yard. The unit price per square yard of concrete sidewalk restored including cub and gutter shall be full compensation for the costs of all labor, materials, and equipment required for removal, disposal, and restoration of existing sidewalk, curb, and gutter to its original or better condition in accordance with the Project Typical Road Sections on drawing sheet SD.3.

Page 254: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

INTRODUCTION TO THE SPECIAL PROVISIONS 10-16

10-16 CLEAN UP

10-16.1 Description This section covers the requirements for clean-up of the construction area during and at the termination of the work.

10-16.3 Construction Requirements During the progress of the work, the Contractor shall maintain the construction area in a neat and orderly condition, free from construction trash, unauthorized material stockpiles, waste and debris; disposal shall be the responsibility of the Contractor. Prior to final acceptance of the work by the Owner, the Contractor shall clean-up the work and premises, remove all temporary structures built by or for him, and remove all surplus construction material from the area. The construction site shall be left in a neat condition, acceptable to the Engineer. Disposal of excess construction materials, trash, waste and debris shall be off the site by the Contractor.

Page 255: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-17 INTRODUCTION TO THE SPECIAL PROVISIONS

(August 7, 2017)

STANDARD PLANS The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 16-048, effective August 7, 2017 is made a part of this contract. The Standard Plans are revised as follows:

A-30.15 DELETED

A-40.10 Section View, PCCP to HMA Longitudinal Joint, callout, was – “Sawed Groove ~ Width 3/16” (IN) MIN. to 5/16” (IN) MAX. ~ Depth 1” (IN) MIN. ~ see Std. Spec. 5-04.3(12)B” is revised to read; “Sawed Groove ~ Width 3/16” (IN) MIN. to 5/16” (IN) MAX. ~ Depth 1” (IN) MIN. ~ see Std. Spec. Section 5-04.3(12)A2” A-50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C-14a is revised to C-70.10 A-50.20 Sheet 2 of 2, Plan, with Anchored Barrier, reference C-14a is revised to C-70.10 A-50.30 Sheet 2 of 2, Plan (top), reference C-14a is revised to C-70.10 A-60.30 Note 4, was – “If the ACP and membrane is to be removed from the bridge deck, see GSP 023106 for deck preparation before placing new membrane.” Is revised to read; “If the ACP and membrane is to be removed from the bridge deck, see GSP 6-02.3(10)D.OPT6.GB6 for deck preparation before placing new membrane.” B-10.20 Substitute “step” in lieu of “handhold” on plan B-25.20 Note 4, was – “Bolt-Down capability is required on all frames, grates and covers, unless specified in the Contract. Provide two holes in the Frame that are vertically aligned with the grate slots. The frame shall accept the 5/8” x 11 NC x 2” allen head cap screw by being tapped, or other approved mechanism. The location of bolt-down holes varies among manufacturers. See BOLT-DOWN DETAIL, Standard Plan B-30.10. Is revised to read; “Bolt-Down capability is required on all frames, grates and covers, unless specified otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8” (in) - 11 NC x 2” (in) Allen head cap screw by being tapped, or other approved mechanism. The location of bolt-down holes varies by manufacturer.”

Page 256: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-18 INTRODUCTION TO THE SPECIAL PROVISIONS

See BOLT-DOWN DETAIL, Standard Plan B-30.10. Add Note 7. See Standard Specification Section 8-04 for Curb and Gutter requirements B-30.70 Note 2, was – “Bolt-Down capability is required on all frames, grates and covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8” -1 NC x 2” Allen head cap screw by being tapped, or other approved mechanism. Location of bolt down holes varies by manufacturer.” Is revised to read; “Bolt-Down capability is required on all frames, grates and covers, unless specified otherwise in the Contract. Provide 3 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8” (in) - 11 NC x 2” (in) Allen head cap screw by being tapped, or other approved mechanism. Location of bolt-down holes varies by manufacturer.” RING PLAN, callout, was – “DRILL AND TAP 5/8” – 11NC HOLE FOR 1 1/2” X 5/8” STAINLESS STEEL SOCKET HEAD CAP SCREW (TYP.)” is revised to read; “SEE NOTE 2” B-90.40 Valve Detail - DELETED C-16b DELETED C-22.14 Note 3, formula, was: “Elevation G = (Elevation S – D x (0.1) + 28” is revised to read: “Elevation G = (Elevation S – D x (0.1) + 28/12” C-22.16 Note 3, formula, was: “Elevation G = (Elevation S – D x (0.1) + 31” is revised to read: “Elevation G = (Elevation S – D x (0.1) + 31/12” C-22.41 DELETED C-25.18 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum.

Page 257: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-19 INTRODUCTION TO THE SPECIAL PROVISIONS

D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.20 Wall Type 3 may be used in all cases. The last sentence of Note 6 on Wall Type 3 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.25 Wall Type 4 may be used in all cases. The last sentence of Note 6 on Wall Type 4 shall be revised to read: The seismic design of these walls has been completed using a site adjusted (effective) peak ground acceleration of 0.32g. D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30

Page 258: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-20 INTRODUCTION TO THE SPECIAL PROVISIONS

STD Plans D-15 series “Traffic Barrier Details for Reinforced Concrete Retaining Walls” are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. F-10.12 Section Title, was – “Depressed Curb Section” is revised to read: “Depressed Curb and Gutter Section” F-10.40 “EXTRUDED CURB AT CUT SLOPE”, Section detail - Deleted F-10.42 DELETE – “Extruded Curb at Cut Slope” View G-22.10 Sheet 2, Elevation , Three-Post Installation, Dimension, upper right, was – “.035” is revised to read: “ 0.35X” G-24.60 Sheet 1, View A, Dimension @ Bottom of sign, is = 3” is revised to read: 6”. G-60.10 Sheet 3, TYPICAL TRUSS DETAILS, BASE ~ TOP, callout, was – “15/16”(IN) DIAM. HOLES FOR FOUR, 7/8” (IN) DIAM. BOLTS (ASTM A 325)” is revised to read: “15/16”(IN) DIAM. HOLES FOR FOUR, 7/8” (IN) DIAM. BOLTS (ASTM F3125, GRADE A325)” G-90.10 TOP VIEW, callout, was – “Vertical Brace ~ W4 x 13 steel (TYP.)(See Note 4)” is revised to read; “Vertical Brace ~ W4 x 13 steel (TYP.)(See Note 3)” G-95.10 Sheet 2, Detail “B”, Plan View, callout, was – “5/8” DIAM. ASTM A 325 H.S. BOLT W/HEAVY HEX NUT AND WASHER, GALV. (TYP.) TIGHTEN PER STD. SPEC. 6-03.3(33)” is revised to read: “5/8” DIAM. ASTM F 3125, GRADE A325 H.S. BOLT W/HEAVY HEX NUT AND WASHER, GALV. (TYP.) TIGHTEN PER STD. SPEC. 6-03.3(33)” H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan I-70.10 is revised to H-70.10 I-30.30

Page 259: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-21 INTRODUCTION TO THE SPECIAL PROVISIONS

8” Diameter Wattle Spacing Table, lower left corner, was –“Slope:1H : 1V, Maximum Spacing:10’ – 0”” is revised to read: “Slope:1H : 1V, Maximum Spacing:8’ – 0””. J-3 DELETED J-3b DELETED J-3C DELETED J-10.21 Note 18, was – “When service cabinet is installed within right of way fence, see Standard Plan J-10.22 for details.” Is revised to read; “When service cabinet is installed within right of way fence, or the meter base is mounted on the exterior of the cabinet, see Standard Plan J-10.22 for details.” J-10.22 Key Note 1, was – “Meter base per serving utility requirements~ as a minimum, the meter base shall be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305.” Is revised to read; “Meter base per serving utility requirements~ as a minimum, the meter base shall be safety socket box with factory-installed test bypass facility that meets the requirements of EUSERC drawing 305. When the utility requires meter base to be mounted on the side or back of the service cabinet, the meter base enclosure shall be fabricated from type 304 stainless steel.” Key Note 4, “Test with (SPDT Snap Action, Positive close 15 Amp – 120/277 volt “T” rated). Is revised to read: “Test Switch (SPDT snap action, positive close 15 amp – 120/277 volt “T” rated).” Key Note 14, was – “Hinged dead front with ¼ turn fasteners or slide latch.” Is revised to read; “Hinged dead front with ¼ turn fasteners or slide latch. ~ Dead front panel bolts shall not extend into the vertical limits of the breaker array(s).” Key Note 15, was – “Cabinet Main Bonding Jumper. Buss shall be 4 lug tinned copper. See Cabinet Main bonding Jumper detail, Standard Plan J-3b.“ is revised to read; “Cabinet Main Bonding Jumper Assembly ~ Buss shall be 4 lug tinned copper ~ See Standard Plan J-10.20 for Cabinet Main Bonding Jumper Assembly details.” J-20.10 Add Note 5, “5. One accessible pedestrian signal assembly per pedestrian pushbutton post.” J-20.11 Sheet 2, Foundation Detail, Elevation, callout – “Type 1 Signal Pole” is revised to read: “Type PS or Type 1 Signal Pole”

Page 260: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-22 INTRODUCTION TO THE SPECIAL PROVISIONS

Sheet 2, Foundation Detail, Elevation, add note below Title, “(Type 1 Signal Pole Shown)” Add Note 6, “6. One accessible pedestrian signal assembly per pedestrian pushbutton post.” J-20.26 Add Note 1, “1. One accessible pedestrian pushbutton station per pedestrian pushbutton post.” J-20.16 View A, callout, was – LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout – “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ THREE REQ’D. PER ASSEMBLY” IS REVISED TO READ: “ANCHOR BOLTS ~ ¾” (IN) x 30” (IN) FULL THREAD ~ FOUR REQ’D. PER ASSEMBLY” Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR.. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3” CLR. Delete “(TYP.)” from the 2 ½” CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts (see Note 3)” is revised to read; “Heavy Hex Clamping Bolt (TYP.) ~ 3/4” (IN) Diam. Torque Clamping Bolts (see Note 1)” Detail F, callout, “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Four Required (See Note 4)” is revised to read; “3/4” (IN) x 2’ – 6” Anchor Bolt (TYP.) ~ Three Required (See Note 2)” J-21.15 Partial View, callout, was – LOCK NIPPLE ~ 1 ½” DIAM., is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM. J-21.16 Detail A, callout, was – LOCKNIPPLE, is revised to read; CHASE NIPPLE

Page 261: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-23 INTRODUCTION TO THE SPECIAL PROVISIONS

J-22.15 Ramp Meter Signal Standard, elevation, dimension 4’ - 6” is revised to read; 6’-0” (2x) Detail A, callout, was – LOCK NIPPLE ~ 1 ½” DIAM. is revised to read; CHASE NIPPLE ~ 1 ½” (IN) DIAM. J-26.20 Sheet 1, NOTES, Note 5, was - “Connecting/clamping bolts AASHTO M 164 (ASTM A325)” is revised to read: “Connecting/clamping bolts ASTM F3125 GRADE A325” Was - “NUTS AASHTO M 291 (ASTM A263) GRADE DH” is revised to read: “NUTS ASTM A563 GRADE DH” J-28.43 KEY notes, note 1, was – “CLAMPING BOLTS, 7/8” (IN) DIAM. HEX HEAD BOLT AND NUT, TWO PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT-LBS TORQUE (THREE CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM A325)” is revised to read: “CLAMPING BOLTS, 7/8” (IN) DIAM. HEX HEAD BOLT AND NUT, TWO PLATE WASHERS, ONE HARDENED ROUND WASHER, 87 FT-LBS TORQUE (THREE CLAMPING BOLT ASSEMBLIES PER SLIP BASE) (PER ASTM F3125 GRADE A325)” J-40.10 Sheet 2 of 2, Detail F, callout, “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 12” S. S. FLAT WASHER” is revised to read; “12 – 13 x 1 ½” S.S. PENTA HEAD BOLT AND 1/2” (IN) S. S. FLAT WASHER” J-60.14 All references to J-16b (6x) are revised to read; J-60.11 K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan K-80.35 M-11.10 Layout, dimension (from stop bar to “X”), was – 23’ is revised to read; 24’ The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract.

A-10.10-00........8/7/07 A-40.00-00.........8/11/09 A-50.30-00…....11/17/08 A-10.20-00......10/5/07 A-40.10-03.........12/23/14 A-50.40-00…....11/17/08 A-10.30-00......10/5/07 A-40.15-00.........8/11/09 A-60.10-03........12/23/14 A-20.10-00......8/31/07 A-40.20-04.........1/18/17 A-60.20-03.........12/23/14 A-30.10-00......11/8/07 A-40.50-02.........12/23/14 A-60.30-00..........11/8/07

Page 262: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-24 INTRODUCTION TO THE SPECIAL PROVISIONS

A-30.30-01......6/16/11 A-50.10-00…....11/17/08 A-60.40-00..........8/31/07 A-30.35-00.......10/12/07 A-50.20-01…......9/22/09

B-5.20-02........1/26/17 B-30.50-02.........1/26/17 B-75.20-01..........6/10/08 B-5.40-02.........1/26/17 B-30.70-03.........4/26/12 B-75.50-01..........6/10/08 B-5.60-02.........1/26/17 B-30.80-00...........6/8/06 B-75.60-00............6/8/06 B-10.20-01........2/7/12 B-30.90-02........1/26/17 B-80.20-00.........6/8/06 B-10.40-01........1/26/17 B-35.20-00..........6/8/06 B-80.40-00.........6/1/06 B-10.60-00........6/8/06 B-35.40-00..........6/8/06 B-82.20-00.........6/1/06 B-10.70-00……1/26/17 B-40.20-00..........6/1/06 B-85.10-01.........6/10/08 B-15.20-01........2/7/12 B-40.40-02........1/26/17 B-85.20-00..........6/1/06 B-15.40-01........2/7/12 B-45.20-01..........7/11/17 B-85.30-00..........6/1/06 B-15.60-02........1/26/17 B-45.40-01..........7/21/17 B-85.40-00..........6/8/06 B-20.20-02.......3/16/12 B-50.20-00..........6/1/06 B-85.50-01.........6/10/08 B-20.40-03.......3/16/12 B-55.20-01..........1/26/17 B-90.10-00..........6/8/06 B-20.60-03.......3/15/12 B-60.20-00..........6/8/06 B-90.20-00..........6/8/06 B-25.20-01........3/15/12 B-60.40-00..........6/1/06 B-90.30-00..........6/8/06 B-25.60-01.........1/26/17 B-65.20-01..........4/26/12 B-90.40-01..........1/26/17 B-30.10-02.........1/26/17

B-65.40-00..........6/1/06 B-90.50-00..........6/8/06

B-30.20-03.........1/26/17 B-70.20-00..........6/1/06 B-95.20-01..........2/3/09 B-30.30-02.........1/26/17

B-70.60-01..........1/26/17 B-95.40-00..........6/8/06

B-30.40-02..........1/26/17

C-1....................7/12/16 C-6...................7/15/16 C-23.60-04........7/21/17 C-1a.................7/14/15 C-6a................10/14/09 C.24.10-01........6/11/14 C-1b...................7/14/15 C-6c.................7/15/16 C-25.20-06........7/14/15 C-1c..................7/12/16 C-6d...................7/15/16 C-25.22-05........7/14/15 C-1d................10/31/03 C-6f...................7/15/16 C-25.26-03........7/14/15 C-2....................1/6/00 C-7.....................6/16/11 C-25.80-04........7/15/16 C-2a..................6/21/06 C-7a...................6/16/11 C-40.14-02........7/2/12 C-2b..................6/21/06 C-8.....................2/10/09 C-40.16-02........7/2/12 C-2c..................6/21/06 C-8a...................7/25/97 C-40.18-03........7/21/17 C-2d..................6/21/06 C-8b....................2/29/16 C-70.10-01........6/17/14 C-2e..................6/21/06 C-8e....................2/21/07 C-75.10-01........6/11/14 C-2f...................3/14/97 C-8f.....................6/30/04 C-75.20-01........6/11/14 C-2g..................7/27/01 C-10....................7/15/16 C-75.30-01........6/11/14 C-2h..................3/28/97 C-16a.................7/21/17 C-80.10-01........6/11/14 C-2i...................3/28/97 C-20.10-04.........7/21/17 C-80.20-01........6/11/14 C-2j...................6/12/98 C-20.11-00……..7/21/17 C-80.30-01........6/11/14 C-2k..................7/12/16 C-20.14-03..........6/11/14 C-80.40-01........6/11/14 C-2n..................7/12/16 C-20.15-02..........6/11/14 C-80.50-00........4/8/12 C-2o..................7/13/01 C-20.18-02..........6/11/14 C-85.10-00........4/8/12 C-2p................10/31/03 C-20.19-02..........6/11/14 C-85.11-00........4/8/12 C-3...................7/2/12 C-20.40-06..........7/21/17 C-85.14-01........6/11/14 C-3a.................10/4/05 C-20.41-01..........7/14/15 C-85.15-01........6/30/14 C-3b................6/27/11 C-20.42-05..........7/14/15 C-85.16-01........6/17/14

Page 263: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-25 INTRODUCTION TO THE SPECIAL PROVISIONS

C-3c................6/27/11 C-20.45.01...........7/2/12 C-85-18-01........6/11/14 C-4b..................7/15/16 C-22.14-04........7/15/16 C-85.20-01........6/11/14 C-4e..................7/15/16 C-22.16-06........7/21/17 C-90.10-00........7/3/08 C-4f...................7/2/12 C-22.40-06........7/21/17 C-22.45-03........7/21/17

D-2.04-00........11/10/05 D-2.48-00........11/10/05 D-3.17-02……5/9/16 D-2.06-01........1/6/09 D-2.64-01........1/6/09 D-4.................12/11/98 D-2.08-00........11/10/05 D-2.66-00........11/10/05 D-6...................6/19/98 D-2.14-00........11/10/05 D-2.68-00........11/10/05 D-10.10-01......12/2/08 D-2.16-00........11/10/05

D-2.80-00........11/10/05 D-10.15-01......12/2/08

D-2.18-00........11/10/05 D-2.82-00........11/10/05 D-10.20-00.........7/8/08 D-2.20-00........11/10/05 D-2.84-00........11/10/05 D-10.25-00.........7/8/08 D-2.32-00........11/10/05 D-2.86-00........11/10/05 D-10.30-00.........7/8/08 D-2.34-01........1/6/09 D-2.88-00........11/10/05 D-10.35-00.........7/8/08 D-2.36-03........6/11/14 D-2.92-00........11/10/05 D-10.40-01......12/2/08 D-2.42-00........11/10/05 D-3.09-00........5/17/12 D-10.45-01......12/2/08 D-2.44-00........11/10/05 D-3.10-01……5/29/13 D-15.10-01......12/2/08 D-2.60-00........11/10/05 D-3.11-03……6/11/14 D-15.20-03........5/9/16 D-2.62-00........11/10/05 D-3.15-02……6/10/13 D-15.30-01......12/02/08 D-2.46-01........6/11/14 D-3.16-02……5/29/13

E-1....................2/21/07 E-4....................8/27/03 E-2....................5/29/98 E-4a..................8/27/03

F-10.12-03.......6/11/14 F-10.62-02........4/22/14 F-40.15-03........6/29/16 F-10.16-00.......12/20/06 F-10.64-03........4/22/14 F-40.16-03........6/29/16 F-10.18-01.........7/11/17 F-30.10-03........6/11/14 F-45.10-02........7/15/16 F-10.40-03...........6/29/16 F-40.12-03........6/29/16 F-80.10-04........7/15/16 F-10.42-00.........1/23/07

F-40.14-03........6/29/16

G-10.10-00........9/20/07 G-25.10-04.......6/10/13 G-90.10-03……7/11/17 G-20.10-02........6/23/15 G-30.10-04.......6/23/15 G-90.11-00……4/28/16 G-22.10-03..........7/10/15 G-50.10-02.......6/23/15 G-90.20-05……7/11/17 G-24.10-00......11/8/07 G-60.10-03.......6/18/15 G-90.30-04……7/11/17 G-24.20-01......2/7/12 G-60.20-02.......6/18/15 G-90.40-02……4/28/16 G-24.30-01......2/7/12 G-60.30-02.......6/18/15 G-95.10-01........6/2/11 G-24.40-06.....2/29/16 G-70.10-03.......6/18/15 G-95.20-02........6/2/11 G-24.50-04.....7/11/17 G-70.20-04.......7/21/17 G-95.30-02........6/2/11 G-24.60-04.....6/23/15 G-70.30-04.......7/21/17

H-10.10-00..........7/3/08 H-32.10-00.......9/20/07 H-70.10-01......2/7/12 H-10.15-00..........7/3/08 H-60.10-01.........7/3/08 H-70.20-01......2/16/12 H-30.10-00......10/12/07 H-60.20-01.........7/3/08 H-70.30-02......2/7/12

I-10.10-01.........8/11/09 I-30.20-00.........9/20/07 I-40.20-00.........9/20/07 I-30.10-02.........3/22/13 I-30.30-01.........6/10/13 I-50.20-01..........6/10/13

Page 264: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-26 INTRODUCTION TO THE SPECIAL PROVISIONS

I-30.15-02.........3/22/13 I-30.40-01.......6/10/13 I-60.10-01..........6/10/13 I-30.16-00.........3/22/13 I-30.60-00.........5/29/13 I-60.20-01..........6/10/13 I-30.17-00.........3/22/13 I-40.10-00.........9/20/07 I-80.10-02..........7/15/16

J-10..................7/18/97 J-26.20-00…..6/11/14 J-40.38-01.......5/20/13 J-10.10-03……6/3/15 J-27.10-01…..7/21/16 J-40.39-00……5/20/13 J-10.15-01........6/11/14 J-27.15-00…..3/15/12 J-40.40-01……4/28/16 J-10.16-00……6/3/15 J-28.10-01......5/11/11 J-45.36-00……7/21/17 J-10.17-00……6/3/15 J-28.22-00.......8/07/07 J-50.05-00……7/21/17 J-10.18-00……6/3/15 J-28.24-01.......6/3/15 J-50.10-00…….6/3/11 J-10.20-01……6/1/16 J-28.26-01......12/02/08 J-50.11-01…….7/21/17 J-10.21-00……6/3/15 J-28.30-03......6/11/14 J-50.12-01…….7/21/17 J-10.22-00........5/29/13 J-28.40-02......6/11/14 J-50.15-01…….7/21/17 J-10.25-00……7/11/17 J-28.42-01.......6/11/14 J-50.16-01…….3/22/13 J-15.10-01........6/11/14 J-28.43-00.......6/11/14 J-50.20-00…….6/3/11 J-15.15-02……7/10/15 J-28.45-03.......7/21/16 J-50.25-00…….6/3/11 J-20.10-03........6/30/14 J-28.50-03.......7/21/16 J-50.30-00…….6/3/11 J-20.11-02........6/30/14 J-28.60-02.......7/21/16 J-60.05-01…….7/21/16 J-20.15-03........6/30/14 J-28.70-03.......7/21/17 J-60.11-00…....5/20/13 J-20.16-02........6/30/14 J-29.10-01.......7/21/16 J-60.12-00…....5/20/13 J-20.20-02........5/20/13 J-29.15-01.......7/21/16 J-60.13-00…....6/16/10 J-20.26-01........7/12/12 J-29.16-02.......7/21/16 J-60.14-00……6/16/10 J-21.10-04......6/30/14 J-30.10-00…...6/18/15 J-75.10-02……7/10/15 J-21.15-01......6/10/13 J-40.05-00……7/21/16 J-75.20-01……7/10/15 J-21.16-01......6/10/13 J-40.10-04…...4/28/16 J-75.30-02…….7/10/15 J-21.17-01......6/10/13 J-40.20-03…...4/28/16 J-75.40-02……6/1/16 J-21.20-01......6/10/13 J-40.30-04……4/28/16 J-75.41-01……6/29/16 J-22.15-02......7/10/15 J-40.35-01……5/29/13 J-75.45-02……6/1/16 J-22.16-03......7/10/15 J-40.36-02……7/21/17 J-90.10-02…….4/28/16 J-26.10-03…..7/21/16 J-40.37-02……7/21/17 J-90.20-02…….4/28/16 J-26.15-01…..5/17/12 J-90.21-01……4/28/16

K-70.20-01.......6/1/16 K-80.10-01.......6/1/16 K-80.20-00.....12/20/06 K-80.30-00.......2/21/07 K-80.35-00.......2/21/07 K-80.37-00.......2/21/07

L-10.10-02........6/21/12 L-40.10-02........6/21/12 L-70.10-01.......5/21/08 L-20.10-03........7/14/15 L-40.15-01........6/16/11 L-70.20-01.......5/21/08 L-30.10-02........6/11/14 L-40.20-02........6/21/12

M-1.20-03.........6/24/14 M-12.10-00……7/11/17 M-40.10-03......6/24/14 M-1.40-02.........6/3/11 M-15.10-01........2/6/07 M-40.20-00...10/12/07 M-1.60-02.........6/3/11 M-17.10-02........7/3/08 M-40.30-01......7/11/17 M-1.80-03.........6/3/11 M-20.10-02........6/3/11 M-40.40-00......9/20/07 M-2.20-03.........7/10/15 M-20.20-02........4/20/15 M-40.50-00......9/20/07 M-2.21-00……7/10/15 M-20.30-04........2/29/16 M-40.60-00......9/20/07 M-3.10-03.........6/3/11 M-20.40-03........6/24/14 M-60.10-01......6/3/11 M-3.20-02.........6/3/11 M-20.50-02........6/3/11 M-60.20-02......6/27/11

Page 265: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-27 INTRODUCTION TO THE SPECIAL PROVISIONS

M-3.30-03.........6/3/11 M-24.20-02.......4/20/15 M-65.10-02......5/11/11 M-3.40-03.........6/3/11 M-24.40-02.......4/20/15 M-80.10-01......6/3/11 M-3.50-02.........6/3/11 M-24.50-00.......6/16/11 M-80.20-00......6/10/08 M-5.10-02.........6/3/11 M-24.60-04.......6/24/14 M-80.30-00......6/10/08 M-7.50-01.........1/30/07 M-24.65-00……7/11/17 M-9.50-02.........6/24/14 M-24.66-00……7/11/17 M-9.60-00……..2/10/09 M-11.10-02........7/11/17

Page 266: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

RIDGETOP BLVD NW IMPROVEMENTS PROJECTS PHASE 1

10-28 INTRODUCTION TO THE SPECIAL PROVISIONS

Page 267: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

A-1

ATTACHMENT A. PREVAILING WAGE RATES, BENEFIT CODE KEY & SUPPLEMENTAL TO WAGE RATES

Page 268: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 269: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

State of Washington Department of Labor & Industries

Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540

Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to

not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key.

Journey Level Prevailing Wage Rates for the Effective Date: 1/18/2018

County Trade Job Classification Wage Holiday Overtime NoteKitsap Asbestos Abatement Workers Journey Level $46.57 5D 1HKitsap Boilermakers Journey Level $30.34 1Kitsap Brick Mason Journey Level $55.82 5A 1MKitsap Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1MKitsap Building Service Employees Janitor $11.50 1Kitsap Building Service Employees Shampooer $11.50 1Kitsap Building Service Employees Waxer $11.50 1Kitsap Building Service Employees Window Cleaner $13.22 1Kitsap Cabinet Makers (In Shop) Journey Level $23.72 1Kitsap Carpenters Acoustical Worker $57.18 5D 4CKitsap Carpenters Bridge, Dock And Wharf

Carpenters$57.18 5D 4C

Kitsap Carpenters Carpenter $57.18 5D 4CKitsap Carpenters Carpenters on Stationary Tools $57.31 5D 4CKitsap Carpenters Creosoted Material $57.28 5D 4CKitsap Carpenters Floor Finisher $57.18 5D 4CKitsap Carpenters Floor Layer $57.18 5D 4CKitsap Carpenters Scaffold Erector $57.18 5D 4CKitsap Cement Masons Journey Level $57.21 7A 1MKitsap Divers & Tenders Bell/Vehicle or Submersible

Operator (Not Under Pressure)$110.54 5D 4C

Kitsap Divers & Tenders Dive Supervisor/Master $72.97 5D 4CKitsap Divers & Tenders Diver $110.54 5D 4C 8VKitsap Divers & Tenders Diver On Standby $67.97 5D 4CKitsap Divers & Tenders Diver Tender $61.65 5D 4CKitsap Divers & Tenders Manifold Operator $61.65 5D 4CKitsap Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4CKitsap Divers & Tenders Remote Operated Vehicle

Operator/Technician$61.65 5D 4C

Kitsap Divers & Tenders Remote Operated Vehicle Tender

$57.43 5A 4C

Page 1 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 270: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Dredge Workers Assistant Engineer $56.44 5D 3FKitsap Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3FKitsap Dredge Workers Boatmen $56.44 5D 3FKitsap Dredge Workers Engineer Welder $57.51 5D 3FKitsap Dredge Workers Leverman, Hydraulic $58.67 5D 3FKitsap Dredge Workers Mates $56.44 5D 3FKitsap Dredge Workers Oiler $56.00 5D 3FKitsap Drywall Applicator Journey Level $56.78 5D 1HKitsap Drywall Tapers Journey Level $57.43 5P 1EKitsap Electrical Fixture Maintenance

WorkersJourney Level $31.74 1

Kitsap Electricians - Inside Journey Level $51.26 1Kitsap Electricians - Motor Shop Craftsman $15.37 1Kitsap Electricians - Motor Shop Journey Level $14.69 1Kitsap Electricians - Powerline

ConstructionCable Splicer $73.93 5A 4D

Kitsap Electricians - Powerline Construction

Certified Line Welder $67.60 5A 4D

Kitsap Electricians - Powerline Construction

Groundperson $45.49 5A 4D

Kitsap Electricians - Powerline Construction

Heavy Line Equipment Operator

$67.60 5A 4D

Kitsap Electricians - Powerline Construction

Journey Level Lineperson $67.60 5A 4D

Kitsap Electricians - Powerline Construction

Line Equipment Operator $57.02 5A 4D

Kitsap Electricians - Powerline Construction

Pole Sprayer $67.60 5A 4D

Kitsap Electricians - Powerline Construction

Powderperson $50.76 5A 4D

Kitsap Electronic Technicians Journey Level $45.26 7E 1DKitsap Elevator Constructors Mechanic $88.36 7D 4AKitsap Elevator Constructors Mechanic In Charge $95.41 7D 4AKitsap Fabricated Precast Concrete

ProductsJourney Level - In-Factory Work Only

$13.50 1

Kitsap Fence Erectors Fence Erector $13.80 1Kitsap Fence Erectors Fence Laborer $11.60 1Kitsap Flaggers Journey Level $39.48 7A 3IKitsap Glaziers Journey Level $60.56 7L 1YKitsap Heat & Frost Insulators And

Asbestos WorkersJourneyman $67.93 5J 4H

Kitsap Heating Equipment Mechanics Journey Level $78.17 7F 1EKitsap Hod Carriers & Mason Tenders Journey Level $48.02 7A 3IKitsap Industrial Power Vacuum

CleanerJourney Level $29.89 1

Kitsap Inland Boatmen Boat Operator $59.86 5B 1KKitsap Inland Boatmen Cook $56.18 5B 1KKitsap Inland Boatmen Deckhand $56.18 5B 1K

Page 2 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 271: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Inland Boatmen Deckhand Engineer $57.26 5B 1KKitsap Inland Boatmen Launch Operator $58.59 5B 1KKitsap Inland Boatmen Mate $58.59 5B 1KKitsap Inspection/Cleaning/Sealing

Of Sewer & Water Systems By Remote Control

Cleaner Operator, Foamer Operator

$11.50 1

Kitsap Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Grout Truck Operator $11.50 1

Kitsap Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Head Operator $12.78 1

Kitsap Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control

Tv Truck Operator $24.17 1

Kitsap Insulation Applicators Journey Level $57.18 5D 4CKitsap Ironworkers Journeyman $66.68 7N 1OKitsap Laborers Air, Gas Or Electric Vibrating

Screed$46.57 7A 3I

Kitsap Laborers Airtrac Drill Operator $48.02 7A 3IKitsap Laborers Ballast Regular Machine $46.57 7A 3IKitsap Laborers Batch Weighman $39.48 7A 3IKitsap Laborers Brick Pavers $46.57 7A 3IKitsap Laborers Brush Cutter $46.57 7A 3IKitsap Laborers Brush Hog Feeder $46.57 7A 3IKitsap Laborers Burner $46.57 7A 3IKitsap Laborers Caisson Worker $48.02 7A 3IKitsap Laborers Carpenter Tender $46.57 7A 3IKitsap Laborers Caulker $46.57 7A 3IKitsap Laborers Cement Dumper-paving $47.44 7A 3IKitsap Laborers Cement Finisher Tender $46.57 7A 3IKitsap Laborers Change House Or Dry Shack $46.57 7A 3IKitsap Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 3IKitsap Laborers Chipping Gun(30 Lbs. And

Over)$47.44 7A 3I

Kitsap Laborers Choker Setter $46.57 7A 3IKitsap Laborers Chuck Tender $46.57 7A 3IKitsap Laborers Clary Power Spreader $47.44 7A 3IKitsap Laborers Clean-up Laborer $46.57 7A 3IKitsap Laborers Concrete Dumper/chute

Operator$47.44 7A 3I

Kitsap Laborers Concrete Form Stripper $46.57 7A 3IKitsap Laborers Concrete Placement Crew $47.44 7A 3IKitsap Laborers Concrete Saw Operator/core

Driller$47.44 7A 3I

Kitsap Laborers Crusher Feeder $39.48 7A 3IKitsap Laborers Curing Laborer $46.57 7A 3IKitsap Laborers $46.57 7A 3I

Page 3 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 272: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Demolition: Wrecking & Moving (incl. Charred Material)

Kitsap Laborers Ditch Digger $46.57 7A 3IKitsap Laborers Diver $48.02 7A 3IKitsap Laborers Drill Operator

(hydraulic,diamond)$47.44 7A 3I

Kitsap Laborers Dry Stack Walls $46.57 7A 3IKitsap Laborers Dump Person $46.57 7A 3IKitsap Laborers Epoxy Technician $46.57 7A 3IKitsap Laborers Erosion Control Worker $46.57 7A 3IKitsap Laborers Faller & Bucker Chain Saw $47.44 7A 3IKitsap Laborers Fine Graders $46.57 7A 3IKitsap Laborers Firewatch $39.48 7A 3IKitsap Laborers Form Setter $46.57 7A 3IKitsap Laborers Gabian Basket Builders $46.57 7A 3IKitsap Laborers General Laborer $46.57 7A 3IKitsap Laborers Grade Checker & Transit

Person$48.02 7A 3I

Kitsap Laborers Grinders $46.57 7A 3IKitsap Laborers Grout Machine Tender $46.57 7A 3IKitsap Laborers Groutmen (pressure)including

Post Tension Beams$47.44 7A 3I

Kitsap Laborers Guardrail Erector $46.57 7A 3IKitsap Laborers Hazardous Waste Worker

(level A)$48.02 7A 3I

Kitsap Laborers Hazardous Waste Worker (level B)

$47.44 7A 3I

Kitsap Laborers Hazardous Waste Worker (level C)

$46.57 7A 3I

Kitsap Laborers High Scaler $48.02 7A 3IKitsap Laborers Jackhammer $47.44 7A 3IKitsap Laborers Laserbeam Operator $47.44 7A 3IKitsap Laborers Maintenance Person $46.57 7A 3IKitsap Laborers Manhole Builder-mudman $47.44 7A 3IKitsap Laborers Material Yard Person $46.57 7A 3IKitsap Laborers Motorman-dinky Locomotive $47.44 7A 3IKitsap Laborers Nozzleman (concrete Pump,

Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla

$47.44 7A 3I

Kitsap Laborers Pavement Breaker $47.44 7A 3IKitsap Laborers Pilot Car $39.48 7A 3IKitsap Laborers Pipe Layer Lead $48.02 7A 3IKitsap Laborers Pipe Layer/tailor $47.44 7A 3IKitsap Laborers Pipe Pot Tender $47.44 7A 3I

Page 4 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 273: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Laborers Pipe Reliner $47.44 7A 3IKitsap Laborers Pipe Wrapper $47.44 7A 3IKitsap Laborers Pot Tender $46.57 7A 3IKitsap Laborers Powderman $48.02 7A 3IKitsap Laborers Powderman's Helper $46.57 7A 3IKitsap Laborers Power Jacks $47.44 7A 3IKitsap Laborers Railroad Spike Puller - Power $47.44 7A 3IKitsap Laborers Raker - Asphalt $48.02 7A 3IKitsap Laborers Re-timberman $48.02 7A 3IKitsap Laborers Remote Equipment Operator $47.44 7A 3IKitsap Laborers Rigger/signal Person $47.44 7A 3IKitsap Laborers Rip Rap Person $46.57 7A 3IKitsap Laborers Rivet Buster $47.44 7A 3IKitsap Laborers Rodder $47.44 7A 3IKitsap Laborers Scaffold Erector $46.57 7A 3IKitsap Laborers Scale Person $46.57 7A 3IKitsap Laborers Sloper (over 20") $47.44 7A 3IKitsap Laborers Sloper Sprayer $46.57 7A 3IKitsap Laborers Spreader (concrete) $47.44 7A 3IKitsap Laborers Stake Hopper $46.57 7A 3IKitsap Laborers Stock Piler $46.57 7A 3IKitsap Laborers Tamper & Similar Electric, Air

& Gas Operated Tools$47.44 7A 3I

Kitsap Laborers Tamper (multiple & Self-propelled)

$47.44 7A 3I

Kitsap Laborers Timber Person - Sewer (lagger, Shorer & Cribber)

$47.44 7A 3I

Kitsap Laborers Toolroom Person (at Jobsite) $46.57 7A 3IKitsap Laborers Topper $46.57 7A 3IKitsap Laborers Track Laborer $46.57 7A 3IKitsap Laborers Track Liner (power) $47.44 7A 3IKitsap Laborers Traffic Control Laborer $42.22 7A 3I 8RKitsap Laborers Traffic Control Supervisor $42.22 7A 3I 8RKitsap Laborers Truck Spotter $46.57 7A 3IKitsap Laborers Tugger Operator $47.44 7A 3IKitsap Laborers Tunnel Work-Compressed Air

Worker 0-30 psi$92.60 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi

$97.63 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi

$101.31 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi

$107.01 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi

$109.13 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi

$114.23 7A 3I 8Q

Page 5 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 274: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi

$116.13 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi

$118.13 7A 3I 8Q

Kitsap Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi

$120.13 7A 3I 8Q

Kitsap Laborers Tunnel Work-Guage and Lock Tender

$48.12 7A 3I 8Q

Kitsap Laborers Tunnel Work-Miner $48.12 7A 3I 8QKitsap Laborers Vibrator $47.44 7A 3IKitsap Laborers Vinyl Seamer $46.57 7A 3IKitsap Laborers Watchman $35.88 7A 3IKitsap Laborers Welder $47.44 7A 3IKitsap Laborers Well Point Laborer $47.44 7A 3IKitsap Laborers Window Washer/cleaner $35.88 7A 3IKitsap Laborers - Underground Sewer

& WaterGeneral Laborer & Topman $46.57 7A 3I

Kitsap Laborers - Underground Sewer & Water

Pipe Layer $47.44 7A 3I

Kitsap Landscape Construction Irrigation Or Lawn Sprinkler Installers

$11.50 1

Kitsap Landscape Construction Landscape Equipment Operators Or Truck Drivers

$11.50 1

Kitsap Landscape Construction Landscaping Or Planting Laborers

$12.92 1

Kitsap Lathers JOURNEY LEVEL $21.00 1Kitsap Marble Setters Journey Level $55.82 5A 1MKitsap Metal Fabrication (In Shop) Fitter $26.96 1Kitsap Metal Fabrication (In Shop) Laborer $11.50 1Kitsap Metal Fabrication (In Shop) Machine Operator $13.83 1Kitsap Metal Fabrication (In Shop) Welder $13.83 1Kitsap Millwright Journey Level $44.89 1Kitsap Modular Buildings Cabinet Assembly $11.56 1Kitsap Modular Buildings Electrician $11.56 1Kitsap Modular Buildings Equipment Maintenance $11.56 1Kitsap Modular Buildings Plumber $11.56 1Kitsap Modular Buildings Production Worker $11.50 1Kitsap Modular Buildings Tool Maintenance $11.56 1Kitsap Modular Buildings Utility Person $11.56 1Kitsap Modular Buildings Welder $11.56 1Kitsap Painters Journey Level $41.60 6Z 2BKitsap Pile Driver Crew Tender $52.37 5D 4CKitsap Pile Driver Hyperbaric Worker -

Compressed Air Worker 0-30.00 PSI

$71.35 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI

$76.35 5D 4C

Page 6 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 275: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI

$80.35 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI

$85.35 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI

$87.85 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI

$92.85 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI

$94.85 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI

$96.85 5D 4C

Kitsap Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI

$98.85 5D 4C

Kitsap Pile Driver Journey Level $57.43 5D 4CKitsap Plasterers Journey Level $54.89 7Q 1RKitsap Playground & Park Equipment

InstallersJourney Level $11.50 1

Kitsap Plumbers & Pipefitters Journey Level $67.47 5A 1GKitsap Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8PKitsap Power Equipment Operators Assistant Engineer $56.90 7A 3C 8PKitsap Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8PKitsap Power Equipment Operators Batch Plant Operator,

Concrete$59.96 7A 3C 8P

Kitsap Power Equipment Operators Bobcat $56.90 7A 3C 8PKitsap Power Equipment Operators Brokk - Remote Demolition

Equipment$56.90 7A 3C 8P

Kitsap Power Equipment Operators Brooms $56.90 7A 3C 8PKitsap Power Equipment Operators Bump Cutter $59.96 7A 3C 8PKitsap Power Equipment Operators Cableways $60.49 7A 3C 8PKitsap Power Equipment Operators Chipper $59.96 7A 3C 8PKitsap Power Equipment Operators Compressor $56.90 7A 3C 8PKitsap Power Equipment Operators Concrete Pump: Truck Mount

With Boom Attachment Over 42 M

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Concrete Finish Machine -laser Screed

$56.90 7A 3C 8P

Kitsap Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure.

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Conveyors $59.49 7A 3C 8P

Page 7 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 276: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Power Equipment Operators Cranes Friction: 200 tons and over

$62.33 7A 3C 8P

Kitsap Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments)

$61.10 7A 3C 8P

Kitsap Power Equipment Operators Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments

$61.72 7A 3C 8P

Kitsap Power Equipment Operators Cranes: 300 tons and over or 300’ of boom including jib with attachments

$62.33 7A 3C 8P

Kitsap Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Cranes: A-frame - 10 Tons And Under

$56.90 7A 3C 8P

Kitsap Power Equipment Operators Cranes: Friction cranes through 199 tons

$61.72 7A 3C 8P

Kitsap Power Equipment Operators Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Crusher $59.96 7A 3C 8PKitsap Power Equipment Operators Deck Engineer/deck Winches

(power)$59.96 7A 3C 8P

Kitsap Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8PKitsap Power Equipment Operators Dozers D-9 & Under $59.49 7A 3C 8PKitsap Power Equipment Operators Drill Oilers: Auger Type, Truck

Or Crane Mount$59.49 7A 3C 8P

Kitsap Power Equipment Operators Drilling Machine $61.10 7A 3C 8PKitsap Power Equipment Operators Elevator And Man-lift:

Permanent And Shaft Type$56.90 7A 3C 8P

Kitsap Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments

$56.90 7A 3C 8P

Kitsap Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8PKitsap Power Equipment Operators Guardrail Punch $59.96 7A 3C 8PKitsap Power Equipment Operators Hard Tail End Dump

Articulating Off- Road Equipment 45 Yards. & Over

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$59.96 7A 3C 8P

Page 8 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 277: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Power Equipment Operators Horizontal/directional Drill Locator

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Horizontal/directional Drill Operator

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under

$56.90 7A 3C 8P

Kitsap Power Equipment Operators Loader, Overhead 8 Yards. & Over

$61.10 7A 3C 8P

Kitsap Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Loaders, Overhead Under 6 Yards

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8PKitsap Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8PKitsap Power Equipment Operators Locomotives, All $59.96 7A 3C 8PKitsap Power Equipment Operators Material Transfer Device $59.96 7A 3C 8PKitsap Power Equipment Operators Mechanics, All (leadmen -

$0.50 Per Hour Over Mechanic)

$61.10 7A 3C 8P

Kitsap Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8PKitsap Power Equipment Operators Mucking Machine, Mole,

Tunnel Drill, Boring, Road Header And/or Shield

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator

$56.90 7A 3C 8P

Kitsap Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over

$61.10 7A 3C 8P

Kitsap Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Pavement Breaker $56.90 7A 3C 8PKitsap Power Equipment Operators Pile Driver (other Than Crane

Mount)$59.96 7A 3C 8P

Kitsap Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8PKitsap Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8PKitsap Power Equipment Operators Power Plant $56.90 7A 3C 8PKitsap Power Equipment Operators Pumps - Water $56.90 7A 3C 8PKitsap Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8PKitsap Power Equipment Operators Quick Tower - No Cab, Under

100 Feet In Height Based To Boom

$56.90 7A 3C 8P

Kitsap Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment

$60.49 7A 3C 8P

Page 9 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 278: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8PKitsap Power Equipment Operators Rigger/Signal Person, Bellman

(Certified)$59.49 7A 3C 8P

Kitsap Power Equipment Operators Rollagon $60.49 7A 3C 8PKitsap Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8PKitsap Power Equipment Operators Roller, Plant Mix Or Multi-lift

Materials$59.49 7A 3C 8P

Kitsap Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8PKitsap Power Equipment Operators Saws - Concrete $59.49 7A 3C 8PKitsap Power Equipment Operators Scraper, Self Propelled Under

45 Yards$59.96 7A 3C 8P

Kitsap Power Equipment Operators Scrapers - Concrete & Carry All

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8PKitsap Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8PKitsap Power Equipment Operators Shovel , Excavator, Backhoe,

Tractors Under 15 Metric Tons.

$59.49 7A 3C 8P

Kitsap Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$59.96 7A 3C 8P

Kitsap Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$61.10 7A 3C 8P

Kitsap Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons

$61.72 7A 3C 8P

Kitsap Power Equipment Operators Slipform Pavers $60.49 7A 3C 8PKitsap Power Equipment Operators Spreader, Topsider &

Screedman$60.49 7A 3C 8P

Kitsap Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8PKitsap Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8PKitsap Power Equipment Operators Tower Crane Up To 175' In

Height Base To Boom$61.10 7A 3C 8P

Kitsap Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom

$61.72 7A 3C 8P

Kitsap Power Equipment Operators Tower Cranes: over 250’ in height from base to boom

$62.33 7A 3C 8P

Kitsap Power Equipment Operators Transporters, All Track Or Truck Type

$60.49 7A 3C 8P

Kitsap Power Equipment Operators Trenching Machines $59.49 7A 3C 8PKitsap Power Equipment Operators Truck Crane Oiler/driver - 100

Tons And Over$59.96 7A 3C 8P

Kitsap Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons

$59.49 7A 3C 8P

Kitsap Power Equipment Operators $59.96 7A 3C 8P

Page 10 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 279: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Truck Mount Portable Conveyor

Kitsap Power Equipment Operators Welder $60.49 7A 3C 8PKitsap Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8PKitsap Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8PKitsap Power Equipment Operators-

Underground Sewer & WaterAsphalt Plant Operators $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Assistant Engineer $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Barrier Machine (zipper) $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Batch Plant Operator, Concrete

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Bobcat $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Brokk - Remote Demolition Equipment

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Brooms $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Bump Cutter $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cableways $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Chipper $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Compressor $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Over 42 M

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Concrete Finish Machine -laser Screed

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure.

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Concrete Pump: Truck Mount With Boom Attachment Up To 42m

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Conveyors $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes Friction: 200 tons and over

$62.33 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: 20 Tons Through 44 Tons With Attachments

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments)

$61.10 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: 200 tons- 299 tons, or 250’ of boom including jib with attachments

$61.72 7A 3C 8P

Page 11 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 280: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: 300 tons and over or 300’ of boom including jib with attachments

$62.33 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments)

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: A-frame - 10 Tons And Under

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: Friction cranes through 199 tons

$61.72 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Crusher $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Deck Engineer/deck Winches (power)

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Derricks, On Building Work $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Dozers D-9 & Under $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Drill Oilers: Auger Type, Truck Or Crane Mount

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Drilling Machine $61.10 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Elevator And Man-lift: Permanent And Shaft Type

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Finishing Machine, Bidwell And Gamaco & Similar Equipment

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Forklift: 3000 Lbs And Over With Attachments

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Forklifts: Under 3000 Lbs. With Attachments

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Grade Engineer: Using Blue Prints, Cut Sheets, Etc

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Gradechecker/stakeman $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Guardrail Punch $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Locator

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Horizontal/directional Drill Operator

$59.96 7A 3C 8P

Kitsap $59.49 7A 3C 8P

Page 12 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 281: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Power Equipment Operators- Underground Sewer & Water

Hydralifts/boom Trucks Over 10 Tons

Kitsap Power Equipment Operators- Underground Sewer & Water

Hydralifts/boom Trucks, 10 Tons And Under

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Loader, Overhead 8 Yards. & Over

$61.10 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Loader, Overhead, 6 Yards. But Not Including 8 Yards

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Loaders, Overhead Under 6 Yards

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Loaders, Plant Feed $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Loaders: Elevating Type Belt $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Locomotives, All $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Material Transfer Device $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic)

$61.10 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Motor Patrol Graders $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Oil Distributors, Blower Distribution & Mulch Seeding Operator

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Outside Hoists (elevators And Manlifts), Air Tuggers,strato

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type Crane: 20 Tons Through 44 Tons

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 100 Tons And Over

$61.10 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Overhead, Bridge Type: 45 Tons Through 99 Tons

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Pavement Breaker $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Pile Driver (other Than Crane Mount)

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Posthole Digger, Mechanical $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Power Plant $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Pumps - Water $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P

Page 13 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 282: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Power Equipment Operators- Underground Sewer & Water

Quick Tower - No Cab, Under 100 Feet In Height Based To Boom

$56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Remote Control Operator On Rubber Tired Earth Moving Equipment

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Rigger And Bellman $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Rigger/Signal Person, Bellman (Certified)

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Rollagon $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Roller, Other Than Plant Mix $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Roller, Plant Mix Or Multi-lift Materials

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Roto-mill, Roto-grinder $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Saws - Concrete $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Scraper, Self Propelled Under 45 Yards

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Scrapers - Concrete & Carry All

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Scrapers, Self-propelled: 45 Yards And Over

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Service Engineers - Equipment $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Shotcrete/gunite Equipment $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons.

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons

$61.10 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Shovel, Excavator, Backhoes: Over 90 Metric Tons

$61.72 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Slipform Pavers $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Spreader, Topsider & Screedman

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Subgrader Trimmer $59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Tower Bucket Elevators $59.49 7A 3C 8P

Kitsap $61.10 7A 3C 8P

Page 14 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 283: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Power Equipment Operators- Underground Sewer & Water

Tower Crane Up To 175' In Height Base To Boom

Kitsap Power Equipment Operators- Underground Sewer & Water

Tower Crane: over 175’ through 250’ in height, base to boom

$61.72 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Tower Cranes: over 250’ in height from base to boom

$62.33 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Transporters, All Track Or Truck Type

$60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Trenching Machines $59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver - 100 Tons And Over

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Truck Crane Oiler/driver Under 100 Tons

$59.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Truck Mount Portable Conveyor

$59.96 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Welder $60.49 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Wheel Tractors, Farmall Type $56.90 7A 3C 8P

Kitsap Power Equipment Operators- Underground Sewer & Water

Yo Yo Pay Dozer $59.96 7A 3C 8P

Kitsap Power Line Clearance Tree Trimmers

Journey Level In Charge $48.54 5A 4A

Kitsap Power Line Clearance Tree Trimmers

Spray Person $46.03 5A 4A

Kitsap Power Line Clearance Tree Trimmers

Tree Equipment Operator $48.54 5A 4A

Kitsap Power Line Clearance Tree Trimmers

Tree Trimmer $43.32 5A 4A

Kitsap Power Line Clearance Tree Trimmers

Tree Trimmer Groundperson $32.68 5A 4A

Kitsap Refrigeration & Air Conditioning Mechanics

Mechanic $67.47 5A 1G

Kitsap Residential Brick Mason Journey Level $17.04 1Kitsap Residential Carpenters Journey Level $42.86 5D 4CKitsap Residential Cement Masons Journey Level $30.87 1Kitsap Residential Drywall

ApplicatorsJourney Level $42.86 5D 4C

Kitsap Residential Drywall Tapers Journey Level $20.00 1Kitsap Residential Electricians Journey Level $27.00 1Kitsap Residential Glaziers Journey Level $60.56 7L 1YKitsap Residential Insulation

ApplicatorsJourney Level $13.96 1

Kitsap Residential Laborers Journey Level $16.89 1Kitsap Residential Marble Setters Journey Level $17.04 1Kitsap Residential Painters Journey Level $19.52 1Kitsap Residential Plumbers &

PipefittersJourney Level $21.11 1

Page 15 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 284: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kitsap Residential Refrigeration & Air Conditioning Mechanics

Journey Level $17.64 1

Kitsap Residential Sheet Metal Workers

Journey Level (Field or Shop) $28.95 1

Kitsap Residential Soft Floor Layers Journey Level $19.38 1Kitsap Residential Sprinkler Fitters

(Fire Protection)Journey Level $27.74 1

Kitsap Residential Stone Masons Journey Level $55.82 5A 1MKitsap Residential Terrazzo Workers Journey Level $11.50 1Kitsap Residential Terrazzo/Tile

FinishersJourney Level $30.26 1

Kitsap Residential Tile Setters Journey Level $31.14 1Kitsap Roofers Journey Level $49.27 5A 3HKitsap Roofers Using Irritable Bituminous

Materials$52.27 5A 3H

Kitsap Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1EKitsap Shipbuilding & Ship Repair CARPENTER $19.29 1Kitsap Shipbuilding & Ship Repair ELECTRICIAN $25.53 1Kitsap Shipbuilding & Ship Repair Heat & Frost Insulator $67.93 5J 4HKitsap Shipbuilding & Ship Repair Laborer $19.64 1Kitsap Shipbuilding & Ship Repair MACHINIST $19.29 1Kitsap Shipbuilding & Ship Repair OPERATOR $19.44 1Kitsap Shipbuilding & Ship Repair Painter $41.60 6Z 2BKitsap Shipbuilding & Ship Repair PIPEFITTER $19.29 1Kitsap Shipbuilding & Ship Repair RIGGER $19.29 1Kitsap Shipbuilding & Ship Repair Sheet Metal $22.21 1Kitsap Shipbuilding & Ship Repair SHIPFITTER $19.29 1Kitsap Shipbuilding & Ship Repair WELDER/BURNER $19.29 1Kitsap Sign Makers & Installers

(Electrical)Journey Level $20.58 1

Kitsap Sign Makers & Installers (Non-Electrical)

Journey Level $11.50 1

Kitsap Soft Floor Layers Journey Level $47.61 5A 3DKitsap Solar Controls For Windows Journey Level $11.50 1Kitsap Sprinkler Fitters (Fire

Protection)Journey Level $74.49 5C 1X

Kitsap Stage Rigging Mechanics (Non Structural)

Journey Level $13.23 1

Kitsap Stone Masons Journey Level $55.82 5A 1MKitsap Street And Parking Lot

Sweeper WorkersJourney Level $16.00 1

Kitsap Surveyors Assistant Construction Site Surveyor

$59.49 7A 3C 8P

Kitsap Surveyors Chainman $58.93 7A 3C 8PKitsap Surveyors Construction Site Surveyor $60.49 7A 3C 8PKitsap Telecommunication

TechniciansJourney Level $45.07 7E 1E

Kitsap Cable Splicer $38.84 5A 2B

Page 16 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 285: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Telephone Line Construction - Outside

Kitsap Telephone Line Construction - Outside

Hole Digger/Ground Person $21.45 5A 2B

Kitsap Telephone Line Construction - Outside

Installer (Repairer) $37.21 5A 2B

Kitsap Telephone Line Construction - Outside

Special Aparatus Installer I $38.84 5A 2B

Kitsap Telephone Line Construction - Outside

Special Apparatus Installer II $38.03 5A 2B

Kitsap Telephone Line Construction - Outside

Telephone Equipment Operator (Heavy)

$38.84 5A 2B

Kitsap Telephone Line Construction - Outside

Telephone Equipment Operator (Light)

$36.09 5A 2B

Kitsap Telephone Line Construction - Outside

Telephone Lineperson $36.09 5A 2B

Kitsap Telephone Line Construction - Outside

Television Groundperson $20.33 5A 2B

Kitsap Telephone Line Construction - Outside

Television Lineperson/Installer

$27.21 5A 2B

Kitsap Telephone Line Construction - Outside

Television System Technician $32.55 5A 2B

Kitsap Telephone Line Construction - Outside

Television Technician $29.18 5A 2B

Kitsap Telephone Line Construction - Outside

Tree Trimmer $36.09 5A 2B

Kitsap Terrazzo Workers Journey Level $51.36 5A 1MKitsap Tile Setters Journey Level $51.36 5A 1MKitsap Tile, Marble & Terrazzo

FinishersJourney Level $12.00 1

Kitsap Traffic Control Stripers Journey Level $44.93 7A 1KKitsap Truck Drivers Asphalt Mix Over 16 Yards (W.

WA-Joint Council 28)$52.70 5D 3A 8L

Kitsap Truck Drivers Asphalt Mix To 16 Yards (W. WA-Joint Council 28)

$51.86 5D 3A 8L

Kitsap Truck Drivers Dump Truck $19.60 1Kitsap Truck Drivers Dump Truck And Trailer $19.60 1Kitsap Truck Drivers Other Trucks $18.37 1Kitsap Truck Drivers Transit Mixer $20.79 1Kitsap Well Drillers & Irrigation Pump

InstallersIrrigation Pump Installer $13.17 1

Kitsap Well Drillers & Irrigation Pump Installers

Oiler $14.08 1

Kitsap Well Drillers & Irrigation Pump Installers

Well Driller $14.40 1

Page 17 of 17

1/18/2018https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx

Page 286: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

1

************************************************************************************************************

Overtime Codes

Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate

must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for

the worker.

1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays shall be paid at double the hourly rate of wage.

C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on

Sundays and holidays shall be paid at double the hourly rate of wage.

D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and

the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly

rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly

rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,

and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,

shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly

rate of wage.

G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-

ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten

(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double

the hourly rate of wage.

H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment

breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through

Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate

of wage.

I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage.

J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through

Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.

K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours

worked on holidays shall be paid at double the hourly rate of wage.

M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid

at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double

the hourly rate of wage.

N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.

All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

Page 287: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

1

Washington State Department of Labor and Industries Policy Statement

(Regarding the Production of "Standard" or "Non-standard" Items)

Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330.

Page 288: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

WSDOT's

Predetermined List for Suppliers - Manufactures - Fabricator

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

2

Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non-standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ITEM DESCRIPTION YES NO

1. Metal rectangular frames, solid metal covers, herringbone grates,

and bi-directional vaned grates for Catch Basin Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans

X

2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans

X

3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans.

X

4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter.

X

5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter.

X

6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5.

X

7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe

for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5.

X

Page 289: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

3

ITEM DESCRIPTION YES NO

8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for

mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type.

X

9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in

the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3).

X

10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges.

X

11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and

shop drawings.

X

12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3).

X

13. Concrete Piling--Precast-Prestressed concrete piling for use as 55

and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec..

X

14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans.

X

15. Precast Drywell Types 1, 2, and with cones and adjustment

Sections. See Std. Plans.

X

16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans.

X

Page 290: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

4

ITEM DESCRIPTION YES NO

17. Precast Concrete Inlet - with adjustment sections,

See Std. Plans

X

18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans.

X

19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans

X

20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans

X

21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of

various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting

X

22. Vault Risers - For use with Valve Vaults and Utilities X

Vaults.

X

23. Valve Vault - For use with underground utilities. See Contract Plans for details.

X

24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier.

X

25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab.

X

26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used

X

Page 291: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

5

ITEM DESCRIPTION YES NO

27. Precast Railroad Crossings - Concrete Crossing Structure

Slabs. X

28. 12, 18 and 26 inch Standard Precast Prestressed Girder – Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials

to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual

approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A .

X

30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be

provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

31. Prestressed Precast Hollow-Core Slab – Precast Prestressed Hollow-core slab for use in structures. Fabricator plant has

annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A.

X

32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be

provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A

X

33. Monument Case and Cover See Std. Plan.

X

Page 292: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

6

ITEM DESCRIPTION YES NO

34. Cantilever Sign Structure - Cantilever Sign Structure

fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111.

X

35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication.

X

36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel

structure shall be galvanized after fabrication in accordance with AASHTO-M-111.

X

37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication

X

38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles.

X

39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings.

X

40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be

fabricated to conform with methods and material as specified on Std.

Plans. See Special Provisions for pre-approved drawings

X

41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans.

X

Page 293: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

7

ITEM DESCRIPTION YES NO

42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs,

the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and

aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed

X X

Custom Message

Std Signing

Message

43. Cutting & bending reinforcing steel

X

44. Guardrail components X X Custom

End Sec Standard

Sec

45. Aggregates/Concrete mixes

Covered by WAC 296-127-018

46. Asphalt

Covered by WAC 296-127-018

47. Fiber fabrics

X

48. Electrical wiring/components

X

49. treated or untreated timber pile

X

50. Girder pads (elastomeric bearing)

X

51. Standard Dimension lumber

X

52. Irrigation components X

Page 294: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

8

ITEM DESCRIPTION YES NO

53. Fencing materials

X

54. Guide Posts

X

55. Traffic Buttons

X

56. Epoxy

X

57. Cribbing

X

58. Water distribution materials

X

59. Steel "H" piles

X

60. Steel pipe for concrete pile casings

X

61. Steel pile tips, standard

X

62. Steel pile tips, custom X

Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site.

Page 295: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

9

WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects

This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents.

Building Service Employees

Electrical Fixture Maintenance Workers

Electricians - Motor Shop

Heating Equipment Mechanics

Industrial Engine and Machine Mechanics

Industrial Power Vacuum Cleaners

Inspection, Cleaning, Sealing of Water Systems by Remote Control

Laborers - Underground Sewer & Water

Machinists (Hydroelectric Site Work)

Modular Buildings

Playground & Park Equipment Installers

Power Equipment Operators - Underground Sewer & Water

Residential *** ALL ASSOCIATED RATES ***

Sign Makers and Installers (Non-Electrical)

Sign Makers and Installers (Electrical)

Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators"

Fabricated Precast Concrete Products

Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127.

Page 296: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

10

Washington State Department of Labor and Industries Policy Statements

(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)

WAC 296-127-018 Agency filings affecting this section

Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project.

Page 297: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Supplemental to Wage Rates 08/31/2017 Edition, Published August 1st, 2017

11

(3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.]

Page 298: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

2

Overtime Codes Continued

1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours

worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday

shall be paid at double the hourly rate of wage.

P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and

one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on

Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)

hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall

be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times

the hourly rate of wage.

R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage.

S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime

hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day

shall be paid at three times the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on

Labor Day shall be paid at three times the hourly rate of wage.

V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and

one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at

double the hourly rate of wage.

W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the

employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid

at double the hourly rate of wage.

X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday

through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on

Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the

holiday and all work performed shall be paid at double the hourly rate of wage.

Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any

employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10

workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate

of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the

workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or

40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours

worked on Sundays and Labor Day shall be paid at double the hourly rate of wage.

Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All

hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay.

Page 299: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

3

Overtime Codes Continued

2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage.

C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on

holidays shall be paid at two times the hourly rate of wage.

F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday

pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays

shall be paid at two and one-half times the hourly rate of wage including holiday pay.

H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall

be paid at one and one-half times the hourly rate of wage.

O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage.

R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double

the hourly rate of wage.

U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage.

W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,

and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-

hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall

be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and

one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays

shall be paid at double the hourly rate of wage.

3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or

outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours

worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday

and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and

midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall

have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given

to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked

eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such

time as the employee has had a break of eight (8) hours or more.

C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when

four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or

outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.

All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate

of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at

the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more.

Page 300: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

4

Overtime Codes Continued

3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium

rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and

one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly

rate of wage.

E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of

straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid

at double the hourly wage rate.

F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on

Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and

one-half times the hourly rate of wage including holiday pay.

H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at

two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be

compensated at one and one half (1-1/2) times the regular rate of pay.

I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is

down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work

week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate.

However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday

through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the

hourly rate of wage.

4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE

PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.

A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage.

B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly

rate of wage.

C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be

paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has

been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday

through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and

one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at

one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday

due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday

may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked

on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay.

Page 301: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

5

Overtime Codes Continued

4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly

rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates

include all members of the assigned crew.

EXCEPTION:

On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating

plants, industrial plants, associated installations and substations, except those substations whose primary function is

to feed a distribution system, will be paid overtime under the following rates:

The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall

be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times

the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times

the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays

and holidays will be at the double the hourly rate of wage.

All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the

hourly rate of wage.

E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday,

and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage.

On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours

worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-

day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first

eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays

shall be paid at double the hourly rate of wage.

F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium

rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the

hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage.

G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked

Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at

double the hourly rate of wage.

H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday

shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day,

and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid

at three times the hourly rate of wage.

Holiday Codes

5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, and Christmas Day (7).

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, the day before Christmas, and Christmas Day (8).

C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the

Friday after Thanksgiving Day, And Christmas Day (8).

Page 302: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

6

Holiday Codes Continued

5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8).

H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day,

And Christmas (6).

I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6).

J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day,

Christmas Eve Day, And Christmas Day (7).

K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9).

L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday after Thanksgiving Day, And Christmas Day (8).

N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day,

Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9).

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday

After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The

Following Monday Shall Be Considered As A Holiday.

Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas

Day (6).

R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After

Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2).

S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

And Christmas Day (7).

T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the

Friday after Thanksgiving Day, And Christmas Day (8).

6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,

the Friday after Thanksgiving Day, And Christmas Day (8).

E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-

Day On Christmas Eve Day. (9 1/2).

G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day,

Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve

Day (11).

Page 303: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

7

Holiday Codes Continued

6. H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10).

I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday

After Thanksgiving Day, And Christmas Day (7).

T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day,

Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And

Christmas Day (9).

Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be

considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the

holiday.

7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed

As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall

be a regular work day.

B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and

Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as

a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the

preceding Friday.

C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be

observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday

on the preceding Friday.

D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day,

the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday

which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a

Saturday shall be observed as a holiday on the preceding Friday.

E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a

Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be

observed as a holiday on the preceding Friday.

G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day

(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.

H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving

Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any

holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on

a Saturday shall be observed as a holiday on the preceding Friday.

Page 304: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

8

Holiday Codes Continued

7. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The

Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on

a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be

observed as a holiday on the preceding Friday.

J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6).

Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which

falls on a Saturday shall be observed as a holiday on the preceding Friday.

K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after

Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day

before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday

on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding

Friday.

M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day

after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the

following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.

N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday.

P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on

the following Monday.

Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after

Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on

a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the

preceding Friday shall be a regular work day.

R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day

after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed

as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a

holiday and compensated accordingly.

S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after

Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays

falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.

Page 305: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

9

Holiday Codes Continued

T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day,

Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day

after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation

shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed

as a holiday on the preceding Friday.

Note Codes

8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour.

L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And

Level C: $0.25.

M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D:

$0.50.

N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level

C: $0.50, And Level D: $0.25.

P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,

Class C Suit: $1.00, And Class D Suit $0.50.

Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the

shift shall be used in determining the scale paid.

R. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting

or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal

of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian

traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control

Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the

State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012.

S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting

or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic

Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued

by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,

2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary

traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during

construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or

where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of

Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012.

Page 306: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Benefit Code Key – Effective 8/31/2017 thru 3/2/2018

10

Note Codes Continued

8. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50,

And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all

work performed underground, including operating, servicing and repairing of equipment. The premium for

underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive

an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who

do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation

receive an additional $0.50 per hour.

V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The

premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day.

The premiums are to be paid one time for the day and are not used in calculating overtime pay.

Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over

101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet.

Over 221' - $5.00 per foot for each foot over 221 feet.

Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent

and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’

- $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’.

Page 307: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

B-1

ATTACHMENT B. STANDARD PLANS FOR TRAFFIC CONTROL

Page 308: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 309: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 310: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 311: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 312: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 313: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 314: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 315: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 316: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 317: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 318: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 319: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 320: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 321: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 322: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 323: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 324: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 325: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 326: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

C-1

ATTACHMENT C. STANDARD GRATE AND COVER DETAILS

Page 327: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 328: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 329: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 330: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 331: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 332: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 333: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 334: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 335: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 336: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 337: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 338: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 339: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 340: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 341: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 342: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 343: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

D-1

ATTACHMENT D. SCHOOL HOURS SPREADSHEETS

Page 344: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 345: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 346: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 347: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 348: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 349: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 350: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 351: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 352: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 353: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 354: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 355: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 356: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 357: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 358: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

E-1

ATTACHMENT E. GEOTECHNICAL REPORT

Page 359: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 360: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

WWW.KINDREDHYDRO.COM

INFILTRATION TESTING AND ASSESSMENT RIDGETOP BOULEVARD GREEN STORMWATER PROJECT, SILVERDALE, WASHINGTON

Prepared for: Kitsap County

Project No. KIT-14-1 October 15, 2014

Kindred Hydro, Inc.

J. Scott Kindred, PE [email protected]

https://netorg82711-my.sharepoint.com/personal/scottk_kindredhydro_com/Documents/Projects/Ridgetop/Report Drafts/Ridgetop PIT Testing Report.docx

7204 91st Avenue SE • Mercer Island, WA 98040 206-660-5417

Page 361: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 362: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

Contents

1 Introduction ................................................................................................. 1 1.1 Previous Studies ......................................................................................... 1

2 Explorations and Testing ............................................................................ 3 2.1 Testpit Explorations .................................................................................... 3 2.2 Borehole Explorations ................................................................................ 3 2.3 Grainsize Analyses ..................................................................................... 4 2.4 Pilot Infiltration Testing (PIT) ...................................................................... 4 2.5 Borehole Infiltration Testing ........................................................................ 5

3 Summary of Results .................................................................................... 7 3.1 Stratigraphy ................................................................................................ 7 3.2 Groundwater ............................................................................................... 8 3.3 Shallow Infiltration Test Results .................................................................. 8 3.4 Deep Borehole Infiltration Test Results ...................................................... 9

4 Recommendations .................................................................................... 11 4.1 General Design Considerations ................................................................ 11 4.2 Design Infiltration Rates............................................................................ 12 4.3 Estimated Deep Drain Capacity ................................................................ 13 4.4 Subsurface Uncertainty and Risk Management ........................................ 14 4.5 Construction Management ........................................................................ 15

5 Limitations ................................................................................................. 16

6 References ................................................................................................. 17

List of Tables

1 Summary of Shallow Infiltration PIT Testing Results

2 Conditions Encountered in Borehole Explorations and Borehole Infiltration Test Results

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 i

Page 363: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

List of Figures

1 Vicinity Map

2 Ridgetop Boulevard Explorations Northernmost Extent

3 Ridgetop Boulevard Explorations Northern Central Extent

4 Ridgetop Boulevard Explorations Southern Central Extent

5 Ridgetop Boulevard Explorations Southernmost Extent

6 Infiltration Recommendations

List of Appendices

A Subsurface Exploration Methodology and Exploration Logs

B Grainsize Analyses

C Pilot Infiltration Testing and Infiltration Rate Analyses

D Borehole Infiltration Testing and Hydraulic Conductivity Analyses

E Estimate of Deep Infiltration Drain Capacity

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 ii

Page 364: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

1 Introduction

This report summarizes the procedures and results of Kindred Hydro, Inc.’s (Kindred Hydro’s) subsurface exploration and infiltration testing program along Ridgetop Boulevard between Silverdale Way NW and NW Waaga Way in Silverdale, Washington. The information provided by this program regarding hydrogeology and infiltration feasibility will be used to support design of the proposed stormwater retrofit that is part of Kitsap County’s Ridgetop Boulevard Green Street Project (Project).

In order to support design and construction of the stormwater retrofit, Kitsap County contracted Kindred Hydro to observe explorations to characterize subsurface soils, conduct Pilot Infiltration Testing (PIT) in testpit explorations, and conduct borehole infiltration tests in 2 deep borings. Information gathered through these activities will be used to:

• Determine the appropriate size for bioretention facilities that rely on shallow infiltration based on shallow infiltration testing results;

• Identify areas where shallow dug drains can improve the effective infiltration rate for bioretention facilities that rely on shallow infiltration;

• Identify areas where deep infiltration is more cost effective based on subsurface conditions; and

• Determine the number and depth of deep infiltration drains, if determined to be cost effective.

1.1 Previous Studies Previous subsurface explorations and borehole infiltration testing were conducted in February 2014 and provided preliminary information regarding infiltration feasibility along Ridgetop Boulevard. The results of these assessments are documented in a technical memorandum dated March 26, 2014 (Aspect, 2014) and summarized below:

• Ten vactor explorations were completed along the proposed Project alignment. The locations of the vactor explorations, identified as “V-“, are shown in Figures 1 through 5.

• Vashon-age advance outwash soils (advance outwash), generally suitable for infiltration, were encountered near the ground surface in the northern portion of the Project area (north of NW Tower View Circle/NW Pinnacle Court).

• Explorations in the southern portion of the Project area encountered Vashon-age glacial till (glacial till), which generally has low permeability and is less suitable for infiltration.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 1

Page 365: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

• Borehole infiltration testing was conducted to estimate the permeability of the soil. These tests provided a range of hydraulic conductivity (K) values for the different soils observed in the Project area, as summarized below:

o Advance Outwash: 1.2 to 11 inches/hour;

o Glacial Till: 0.22 to 0.83 inches/hour; and

o Fill: 0.62 to 3.6 inches/hour.

• Based on these testing results and assuming a correction factor of 0.5, the following design infiltration rates were recommended for preliminary design:

o Advance Outwash: 1.6 inches/hour;

o Glacial Till: 0.2 inches/hour; and

o Fill: 0.9 inches/hour.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 2

Page 366: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

2 Explorations and Testing

This section summarizes the field program conducted for this assessment, including testpit explorations, drilled borehole explorations, grainsize analyses, shallow infiltration using the PIT procedure, and borehole infiltration testing in the 2 deep boreholes.

2.1 Testpit Explorations Testpit explorations were conducted between August 7 and September 2, 2014, by Kitsap County Surface and Stormwater Management (SSWM) personnel using a county-owned, rubber-tired backhoe. Details of the testpit methodology are provided in Appendix A. The approximate locations of the testpit explorations are shown in Figures 1 through 5. A staff member from Kindred Hydro was present throughout the field exploration program to observe the testpit excavations, conduct soil sampling, and to prepare descriptive logs of the exploration. As discussed in Section 2.3, soil samples were collected from most of the testpits for grainsize analysis. Shallow infiltration tests were conducted in most of the testpit locations, as reported in Section 2.4.

Descriptive logs of the completed explorations are provided in Appendix A and a summary of conditions encountered in the testpits is provided in Table A-1. Exploration ground surface elevations were estimated from LiDAR data (Puget Sound LiDAR Consortium, 2004). As shown in Table A-1, exploration locations range in elevation from 246 to 416 feet.

Fill soils underlain by either native advance outwash or glacial till soils were encountered in most of the testpits. Testpit IT-21 was initially located in a utility trench and a stormwater pipe was encountered and broken at a depth of 4.5 feet. The pipe was repaired by Kitsap County personnel that day. A new testpit was excavated several feet away to facilitate observations of native soil and these conditions are reported in the testpit log for IT-21. Testpit IT-22 started in fill soils and excavation with the backhoe was stopped at 7 feet due to concerns that it was located above a utility pipe. The Kitsap County crew mobilized a vactor truck to the site and verified that a sewer pipe was located at a depth of 11 feet. The pipe was not broken by the vactor truck.

2.2 Borehole Explorations Kindred Hydro observed the drilling of 2 boreholes (B-101 and B-102) in August 2014. Locations of the boreholes are shown in Figure 5 and well logs are provided in Appendix A. The wells were installed by Holt Services Inc. using a track-mounted Roto-Sonic coring rig. Details of the drilling methodology are provided in Appendix A. The Roto-Sonic coring rig provides a 4-inch-diameter relatively continuous core of the penetrated materials. The continuous core provides superior lithologic information compared with alternative drilling methodologies. The core was observed and logged by a Kindred Hydro staff member and the observations are documented in the borehole logs provided in Appendix A. Table A-1 summarizes the conditions encountered in the boreholes.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 3

Page 367: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

The boreholes were completed as temporary test wells to facilitate borehole infiltration testing and estimate the hydraulic conductivity, as discussed in Section 2.5.

2.3 Grainsize Analyses Selected soil samples were submitted to Phoenix Soil Research for grainsize analyses in accordance with ASTM D422, Standard Test Method of Particle-Size Analysis of Soils. The purpose of this testing was to document the textural compositions range of the soil types observed in the explorations. The soil laboratory reports are provided in Appendix B and the results are summarized in Table B-1. Grainsize analyses from the previous subsurface sampling (Aspect, 2014) are also summarized in Table B-1. Unified Soils Classification System designations in Table B-1 were determined in general accordance with ASTM D-2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System).

2.4 Pilot Infiltration Testing (PIT) Shallow infiltration testing was conducted in the testpits to allow estimation of the infiltration capacity of potential shallow infiltration receptor horizons. Testing was conducted in general accordance with the Small-Scale PIT methodology described in the Washington State Department of Ecology (Ecology) Stormwater Manual (2012). These tests were conducted in the following manner:

1. A rubber-tired backhoe was used to excavate a testpit to the desired test depth. The dimensions of the testpit were approximately 2 to 3 feet wide and 6 to 10 feet long.

2. A piezometer was placed in the testpit to allow monitoring of the water level in the testpit. The piezometer was constructed of 1-inch diameter polyvinyl

chloride (PVC) pipe connected with slip unions (not glued). Slots were hand-cut in the bottom 12 inches of the piezometer and a cap was placed on the bottom of the PVC pipe.

3. A transducer was placed in the bottom of piezometer and the water pressure and temperature was measured at 1 minute intervals.

4. Water was delivered to the testpit using a hose from a water truck. The water was allowed to gravity drain into the excavation and the flow rate ranged from approximately 20 to 35 gallons/minute depending on the elevation of the water level in the truck and variations in how the hose was laid out.

5. After the testpit was filled to a depth of 12 to 24 inches, the water was turned off. The wetted area of the pit during the test was measured.

6. In addition to the transducer data, the depth to water was manually measured during the test using either a stadia rod placed in the bottom of the testpit or using a water level probe to measure the depth to water in the piezometer.

7. If necessary, the testpit was refilled with water when the water level dropped approximately 6 and 12 inches. Some of the tests required refilling multiple times.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 4

Page 368: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

8. After testing was complete, the piezometer was removed from the testpit. 9. If the testpit was less than 10 feet deep, it was over-excavated to observe soil

and groundwater conditions below the test horizon. Soil conditions and seepage were documented.

10. The testpit was backfilled with excavated material and compacted with a backhoe bucket.

Deviations from Standard Small-Scale PIT Methodology

The test procedure used for this program differed from the standard Small-Scale PIT methodology in a number of elements. These differences and justification for the differences are:

1. A rubber hose without a splash plate was used to convey water rather than a rigid hose with a splash plate. In Kindred Hydro’s experience, minor erosion of the testpit bottom does not significantly affect the results since the eroded solids are loose and un-compacted when they settle out.

2. The pre-soak period was generally in the 3 to 6 hour range rather than 6 hours due to time constraints. In all cases, the tests demonstrated that they reached steady state by the end of the tests and longer tests would not have provided different results.

3. Rather than conducting steady-state tests, the testpits were filled 1 to 11 times and only the falling head rates at the end of the tests were used to estimate the infiltration rate. In Kindred Hydro’s experience, the steady-state portions of the test can significantly overestimate the infiltration rate due to horizontal flow out of the sidewalls. The falling-head portion of the test when the water level is lowest tends to provide the most accurate estimate of the infiltration rate.

The PIT results are discussed in Section 3.3.

2.5 Borehole Infiltration Testing Borehole infiltration tests were conducted in B-101 and B-102 to provide an indication of saturated hydraulic conductivity (K) of the advance outwash. These tests were conducted in the following manner:

1. A 2-inch diameter piezometer was placed in the borehole. The piezometer was constructed using 2-inch diameter solid PVC pipe attached to 20 feet of manufactured slotted pipe with a cap on the bottom. In B-102, the annular space was left open to ensure that the piezometer could be removed after the test. However, the native soils caved around the casing during the test, making it difficult to estimate the effective diameter of the borehole. To prevent this caving in B-101, the annular space in B-101 was backfilled with 10-20 Colorado silica sand to maintain the borehole diameter. The piezometer was easily removed after testing.

2. A transducer was placed in the bottom of borehole and the water pressure and temperature was measured at 1 minute intervals.

3. The borehole was filled with water. The flow rate and depth to water was manually measured during the test, as described below:

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 5

Page 369: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

i. The flow rate was estimated by measuring the amount of time to fill a container of known volume (a 5-gallon bucket in this case).

ii. The depth to water was measured from the top of casing using a water-level probe.

4. The constant head tests were conducted until the water level reached steady state for a given flow rate. After turning off the water, the transducer was left in the borehole to measure water levels until the borehole was dry or almost dry.

5. After testing was complete, the piezometer was removed from the borehole and the borehole was abandoned using bentonite chips.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 6

Page 370: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

3 Summary of Results

3.1 Stratigraphy The locations of the explorations for this field program and the previous field program are shown in Figure 1, with expanded views in Figures 2 through 5. The stratigraphy encountered in the explorations is described below:

• Fill: Fill soils were encountered in many of the explorations to depths as deep as 11 feet. In general, these fill soils were primarily silty to slightly silty sand with various amounts of gravel and cobbles, although it occasionally included other soils types, such as sandy silt and gravelly sand. In general, the fill is loose to medium dense. Permeability can range from low to moderate, depending on silt content and the degree of compaction.

• Vashon Glacial Till: In general, glacial till was deposited beneath the advancing glacier and generally consists of a well-graded mixture of silt, sand, and gravel with little or no bedding. Since it was subsequently consolidated by the weight of the glacier, it tends to be very dense. Glacial till is typically less than 40 feet thick within the Puget Sound area and is often less than 15 feet thick. The relatively high percentage of silt-sized material in the soil matrix results in relatively low permeability.

Vashon-age glacial till was encountered beneath the fill or at the ground surface in all the explorations south of Ridgepoint Drive NW (V-8 and south). The glacial till was predominately silty to slightly silty sand with variable amounts of gravel and cobbles. The entire thickness of the glacial till was penetrated at 3 locations:

o V-8 near the center of the Project with a depth of 5 feet; and

o B-101 and B-102 near the southern end of the project with depths of 19 and 31 feet respectively.

• Vashon Advance Outwash: In general, advance outwash was deposited by flowing water in front of the advancing glacier and was subsequently consolidated by the weight of the glacier. Bedding is often observed and it can range from predominately fine-grained sand and silt deposited in low-energy environments (pools or floodplains) to clean sand and gravel deposited in fast-moving streams. Permeability is generally moderate to high, although it can be low in the silt deposits.

Vashon-age advance outwash was encountered near the ground surface north of Ridgepoint Drive NW (IT-34 and north). Advance outwash was also encountered beneath 5 feet of glacial till in V-8 (near Ridgepoint Drive NW), beneath 19 feet of glacial till in B-101, and beneath 31 feet of glacial till in B-102. The advance outwash observed in the explorations was predominately slightly-silty fine sand with trace to little gravel or slightly gravelly sand with

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 7

Page 371: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

trace silt. Considerable variability was observed in the 2 borings (B-101 and B-102) including 3.5 feet of sandy silt at 32.5 feet in B-101 and 1 foot of gravelly sand at 37 feet in B-102

3.2 Groundwater No groundwater seepage was encountered in any of the explorations for this field program (conducted in late summer) or the previous field program (conducted in February 2014 during a relatively dry winter). A piezometer completed in V-18 (fill soils) was monitored by Kitsap County with a pressure transducer from April 2014 through July 2014. Although the piezometer remained dry most of the time, groundwater was briefly observed on several occasions following significant precipitation events. The perched groundwater dispersed within several hours after the precipitation stopped. These observations, combined with mottling in shallow soils (generally indicative of occasional saturation), indicate that perched groundwater may occur in areas with glacial till or fill soils during wet periods. Perching in areas with these types of soils could occur more frequently beneath bioretention facilities due to concentrated recharge, which could significantly reduce the effective infiltration rate during wet periods.

3.3 Shallow Infiltration Test Results As described in Section 2.4, shallow infiltration testing was conducted in 18 testpits to allow estimation of the infiltration capacity of potential shallow infiltration receptor horizons. Test data and estimates of infiltration rate for each test are provided in tables included in Appendix C. Due to the large number of data points, only the first hour of data is shown in the tables. In addition, the hydraulic head and estimated flow rates for the entire duration of the tests are shown on graphs. Visual inspection of the graphs and trend analyses indicates that all the tests were at or close to steady state. The falling-head infiltration rate at the end of each test was determined using trend analysis and is reported on the data tables for each test.

A list of the test results is provided in Table C-1 and summarized in Table 1.

Table 1: Summary of Shallow Infiltration PIT Testing Results

Soil Type Minimum

(inches/hour) Maximum

(inches/hour) Median

(inches/hour) Glacial Till 0.2 4.6 1.0

Advance Outwash 4.7 23.3 12.8

The test depths for glacial till were between 10 and 12 feet, in part because the glacial till generally appeared to be less silty at depth and to provide opportunities to test advance outwash beneath the glacial till if the glacial till was less than 10 feet thick. Some of the highest infiltration rates in the glacial till (IT-29, IT-33, and IT-40) occurred in less silty horizons that could be an ice contact deposit that resulted from flowing water beneath the glacial ice.

The testing depths for advance outwash ranged from 4 to 8 feet, since relatively sandy material occurred at shallow depths. The testpits were excavated deeper

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 8

Page 372: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

following infiltration testing and no seepage was observed at most of the test locations. Seepage was observed at depths of 8 and 11 feet during the over-excavation of IT-38. This test was conducted in advance outwash with a relatively high infiltration rate (15 inches/hour). However, the seepage indicates the presence of stratigraphic layering, with the infiltration rate limited by the less permeable layers.

3.4 Deep Borehole Infiltration Test Results As described in Section 2.5, borehole infiltration testing was conducted in the two boreholes to provide estimates of hydraulic conductivity (K) of the advance outwash and support design of deep infiltration drains. The data collected during the tests, the analysis approach, and the results are provided in Appendix D. Table D-1 summarizes the results for each test.

The graphs provided in Appendix D for each test show variations in hydraulic head during the tests in response to the inflow rates. In addition, the apparent infiltration rate (determined by the rate of water level drop multiplied by the effective porosity of the surrounding soil) is also shown on the graphs. In B-102, the apparent infiltration rate appears to have reached steady state towards the end of the test. This steady state condition is interpreted to signify that flow is predominately vertical and unit hydraulic gradient has been achieved. In this situation, the infiltration rate is presumed to equal vertical K (generally lower than horizontal K due to horizontal layering). In B-101, the infiltration rate is still falling at the end of the test and it does not appear that vertical flow is dominating.

Given the simplifications utilized by this methodology and the high degree of subsurface variability, the results provided by the borehole infiltration methodology should be considered a qualitative indication of K and should be used with caution (Stephens et al., 1983). In addition, caving of the sidewalls during testing of B-102 (discussed in Section 2.5) may have significantly impacted the results. In particular, given that the vertical K at the end of the test (19 inches/hour) is significantly higher than the hydraulic conductivity calculated from the steady state portion of the test (2.6 inches/hour) it is likely that the actual K of the formation may be closer to 19 inches/hour rather than 2.6 inches/hour.

The results are summarized in Table 2.

Table 2 – Conditions Encountered in Borehole Explorations and Borehole Infiltration Test Results

Location Tested Depth (feet)

Soil USCS Class

Ground Elevation

(feet)

Tested Elevation

(feet)

K (inch/hour)

B-101 40-50 SM 255 205-215 5.9

B-102 40-60 SP-SM 326 266-286 2.6

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 9

Page 373: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

These K values are generally lower that the advance outwash infiltration rates measured in the PIT tests (median of 12.8 inches/hour). The difference can be attributed to higher silt content in the soil horizons within the tested intervals for B-101 and B-102.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 10

Page 374: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

4 Recommendations

4.1 General Design Considerations General design considerations for this Project are discussed below.

1. Shallow infiltration is cost effective in areas with advance outwash near the ground surface. In general, stormwater facilities that infiltrate into advance outwash will provide significantly greater infiltration and will be more cost effective than those that infiltrate into fill or glacial till soils. As discussed in Section 3.1, advance outwash was encountered near the ground surface in the northern portion of the Project and these areas are likely suitable for shallow infiltration.

2. Dug drains are recommended in bioretention cells that rely on shallow infiltration. Infiltration testing in the advance outwash indicated a range of infiltration rates and considerable variability at different depths. In order to increase the potential to intersect more permeable layers and maximize the infiltration capacity, Kindred Hydro recommends constructing bioretention facilities with dug drains that reach a depth of at least 10 feet below the base of the bioretention cell excavation. These drains should have a cross-sectional area of at least 15 square feet and can be constructed with an excavator. They should be backfilled with clean pea gravel (less than 2 percent passing the #200 sieve) or clean sandy gravel (containing less than 5 percent passing the #100 sieve). If pea gravel is used, the dug drains should be capped with 6 inches of filter sand to minimize migration of fine material into the gravel. The filter sand is not necessary if a sandy gravel that meets the filter criteria for bioretention soil is used to backfill the drains.

3. Deep Infiltration using drilled drains is expected to be cost effective in areas underlain by glacial till. As discussed in Section 3.1, the central and southern portions of the Project area are underlain by glacial till and advance outwash was not encountered within 10 to 12 feet of the ground surface. Advance outwash was encountered in the 2 boreholes at depths of 19 and 31 feet in the southern portion of the Project. Due to the relatively low permeability of the glacial till and the potential for shallow groundwater mounding in these areas, it is expected that deep infiltration drains will be more cost effective than shallow infiltration in the central and southern areas of the Project. However, additional deep boreholes are recommended in the central portion of the project to verify the thickness of the glacial till and characterize the infiltration capacity of the advance outwash.

4. Deep drains can be constructed using standard well installation techniques. The deep drains can be constructed using an air-rotary drilling rig typically used for installation of water wells. The screen should be placed below the glacial till in the advance outwash and should not extend within 5 feet of the water table. The bioretention facilities would be constructed with underdrains beneath the bioretention soil that convey the treated stormwater

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 11

Page 375: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

to the deep drains for infiltration into the advance outwash. The anticipated infiltration capacity of the deep drains is discussed in Section 4.3. Based on the size of the catchment area and the desired level of flow control, it may be necessary to connect multiple deep drains in series to provide sufficient capacity. Deep drains should be spaced at least 25 feet apart to minimize potential interference and loss of capacity.

5. Deep drains will require permitting as underground injection control (UIC) wells. Deep drains will require permitting under Washington State’s UIC Program for stormwater injection. In general, drilled drains can be permitted using the presumptive approach as long as the stormwater is treated with bioretention before discharge to the drains. Typically, permitting using the presumptive approach requires registration of the wells and a description of the treatment process and drain construction details and is relatively straight-forward.

6. Bioretention facilities that intersect permeable utility trench backfill should be lined. Several explorations (IT-21 and IT-22) intersected trench backfill material. If concentrated flows of infiltration stormwater were to enter pipe bedding material, this could result in adverse impacts (e.g., erosion of the pipe bedding material or excessive seepage along the path of the utility). Although the trench backfill material was relatively silty, it was also relatively loose and could be relatively permeable. For this reason, we recommend lining the bioretention facility excavation using one of the following approaches:

a. Over-excavating 1 foot of trench backfill material and replacing with low-permeability material compacted to a firm and unyielding condition. Silty sand or sandy silt (generally classified as SM) should be suitable as long as it contains more than 20 percent passing the #200 sieve and less than 10 percent retained on the #4 sieve. Based on grainsize analyses (presented in Appendix B), some of the native material meets these criteria. The material should be placed at close to optimum moisture condition and the compaction observed by a qualified geotechnical inspector.

b. Compacting the trench backfill material in place and lining the excavation with 30-mil PVC liner (or equivalent) placed in accordance with the manufacturer’s specifications.

4.2 Design Infiltration Rates Design infiltration rates for shallow infiltration have been estimated for each of the explorations locations shown in Figure 6. In general, these design infiltration rates were estimated using the following guidelines:

• Multiplying the measured infiltration rates from either PIT or borehole infiltration tests by a factor of safety of 0.5 for advance outwash and 0.3 for locations underlain by glacial till. A more conservative factor of safety was

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 12

Page 376: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

used for glacial till due to the potential for mounding and associated reductions in the effective infiltration rate.

• If both PIT and borehole infiltration testing were conducted in nearby explorations, the PIT results were considered more reliable.

• If no infiltration testing results were available for the exploration (i.e., IT-21, IT-22, B-101, and B-102) the design infiltration rate was based on soil texture and measured rates from nearby explorations.

• Design infiltration rates were limited to 4.0 inches/hour for advance outwash and 1.0 inches/hour for glacial till to account for potential clogging over time.

As shown in Figure 6, the design infiltration rates range from 2.0 to 4.0 inches/hour for advance outwash and from 0.1 to 1.0 inches/hour for glacial till.

These design infiltration rates should be used in the following manner:

• If a bioretention facility is within 200 feet of an exploration, the associated design infiltration rate shown in Figure 6 should be used.

• If the bioretention facility is located between or across multiple explorations, the designer may use a weighted average of the design infiltration rates for the neighboring explorations.

4.3 Estimated Deep Drain Capacity Deep infiltration drain capacity can be estimated by re-arranging the Nasburg-Terletskata equation (Terletskata, 1954) discussed in Appendix D and expanding the equation to incorporate the length of the screen. In addition, deep drain capacity may be limited by the transmitting capacity of the well screen. The re-arranged equation is:

Q= �H ×Hs ×K

0.423 �÷Log10 �

2 x Hs

r �

Where:

K = Hydraulic conductivity (feet/day)

Q = Steady state discharge into the borehole (cubic feet/day)

H = Steady state height of water in the borehole (feet)

Hs = Length of screen (feet)

R = Radius of borehole (feet)

This equation relies on the same assumptions and approach as the Nasburg-Terletskata equation.

Deep drain capacity may be limited by the transmitting capacity of the screen, which can be calculated based on the length and diameter of the well screen, the open

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 13

Page 377: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

area of the screen, and the maximum velocity of water through a screen (generally assumed to be 0.1 ft/sec).

Results are shown in Table E-1 (Appendix E) for conditions observed in both B-101 and B-102 given a variety of different drain configurations. The results range from 46 to 274 gallons/minute for B-101 conditions and from 12 to 103 gallons/minute for B-102. None of the scenarios are limited by the well screen capacity.

B-101 capacities are higher than B-102 because of higher hydraulic conductivity in B-101 and less depth to the advance outwash (which allows use of a longer screen for the same depth of well). Assuming a well depth of 80 feet, a well diameter of 6 inches, and a telescoping stainless steel screen, the estimated capacity is 0.54 cubic feet/second (243 gallons/minute) for a drain at B-101 and 0.20 cubic feet/second (91 gallons/minutes) for a drain at B-102.

As discussed in Section 4.4, we recommend testing each drain following construction to determine capacity. The number of drains for each bioretention facility can be adjusted during construction based on these test results and the target flow capacity for the facility. This adaptive approach has been used on previous projects with success and allows for a less conservative approach during design combined with an appropriate contingency in the cost estimate if conditions are less favorable than expected. Kindred Hydro can work with the County during design to develop suitable assumptions for deep drain capacity.

4.4 Subsurface Uncertainty and Risk Management As illustrated in the exploration logs and testing results, subsurface conditions are highly variable. In addition, conditions observed in explorations may not be representative of conditions between the explorations. Encountering unexpected subsurface conditions during construction is a frequent cause of cost overruns and project delays and, generally, a major contributor to project risk. Although additional explorations and testing can help to reduce uncertainty regarding subsurface conditions, the budget for subsurface characterization needs to be a reasonable percentage of the total project cost.

Given this uncertainty regarding subsurface conditions and associated project risks, we recommend implementing the following risk-management practices during design and construction:

• Utilize design infiltration rates that incorporate reasonable factors of safety, as discussed in section 4.2.

• Identify and evaluate various failure mechanisms and provide redundant design elements to mitigate and reduce adverse impacts (e.g., overflow conveyance if maximum design flows are exceeded).

• Develop a bid package that clearly describes material specifications, installation procedures, testing requirements, and the potential for design changes due to unexpected subsurface conditions. Ideally, the bid package

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 14

Page 378: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

specifies unit prices for dug and drilled drains to account for changes to the number and depth of drains. The plans should include locations for additional deep drains, if necessary, based on testing results.

• During construction, all bioretention excavations should be observed by a member of Kindred Hydro’s staff to determine if subsurface conditions are consistent with expectations. If conditions are different than expected, it may be possible to modify the facility configuration to ensure that project objectives are met. For example, if glacial till is encountered in an area where advance outwash is expected, it may be possible to penetrate the glacial till with deeper dug drains.

• For bioretention facilities that rely on shallow infiltration, conduct a full-scale infiltration test after excavating the facility and before placing the bioretention soil to verify that the design infiltration rates can be achieved. If design infiltration rates are not met, it may be possible to modify the facility configuration to ensure that project objectives are met (e.g., expanding the facility footprint or adding additional dug drains).

• All deep drains should be tested following construction to determine capacity. If the drain capacity differs from expectations, the number of drains associated with the facility can be modified to minimize costs while meeting design flow rates.

• Conduct infiltration testing of the bioretention soil to verify that the infiltration capacity meets design expectations.

4.5 Construction Management Construction of bioretention facilities and deep drilled drains is a relatively new practice for most contractors. Care must be taken to protect the infiltration capabilities of bioretention facilities and drilled deep drains during construction. In particular, stormwater runoff during construction must be managed carefully to ensure that infiltration facilities are not contaminated with silt.

The bid documents should clearly state the contractor’s responsibility to maintain the infiltration capacity of the facilities during construction. In addition, Kindred hydro recommends careful pre-qualification of the contractor before project award, clear communications of the special requirements of the bioretention elements of the project before and during construction, and oversight by qualified professionals during construction to maximize project success.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 15

Page 379: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

5 Limitations

Work for this project was performed and this report prepared in accordance with generally accepted professional practices for the nature and conditions of work completed in the same or similar localities, at the time the work was performed. It is intended for the exclusive use of Kitsap County for specific application to the referenced matter. No other warranty, expressed or implied, is made.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 16

Page 380: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

KINDRED HYDRO, INC.

6 References

Aspect Consulting LLC (Aspect), 2014. Technical Memorandum: Results of Subsurface Explorations and Infiltration Testing and Preliminary Recommendations, Ridgetop Boulevard Green Street Project, Silverdale, Washington, March 26, 2014.

Puget Sound LiDAR Consortium, 2004. LiDAR Bare Earth ASCII Data: Seattle, Washington, http://rocky2.ess.washington.edu/data/raster/lidar/lidardata/ index.htm#DEMs_and_geo-referenced_topographic).

Stephens, D.B., S. Tyler, K. Lambert, D. Watson, R. Rabold, R. Knowlton, E. Byers, S. Yztes, and S.P. Newman, 1983. In Situ Determination of Hydraulic Conductivity in the Vadose Zone Using Borehole Infiltration Tests, New Mexico Water Resources Institute and United States Department of Interior Office of Water Research and Technology.

Terletskata, N.M., 1954. Determination of Permeability in Dry Soils, Hydroelectric Waterworks, No. 2, February, Moscow.

Washington State Department of Ecology (Ecology), 2012. Stormwater Management Manual for Western Washington.

PROJECT NO. KIT-14-1 OCTOBER 15, 2014 17

Page 381: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

!H

!H

"J

"J

"J

"J

!H

"J

!H

"J

"J

"J

!H

"J

"J!H

"J

"J!H

"J

"J!H

"J

#0

"J

"J!H

"J

"J

#0!H

"J

!H

FIGURE 2 EXTENT

FIGURE 3 EXTENT

FIGURE 4 EXTENT

FIGURE 5 EXTENT

V-1 (Advance Outwash)

V-3 (Advance Outwash)

IT-38 (6ft of fill over Advance Outwash)

IT-37 (4.5ft of fill over Advance Outwash)

IT-36 (4.5ft of fill over Advance Outwash)

IT-35 (6ft of fill over Advance Outwash)V-5 (Advance Outwash)

IT-34 (Advance Outwash)

V-8 (5ft of Glacial Till over Advance Outwash)IT-33 (Glacial Till)

IT-32 (11ft of fill over Glacial Till)

IT-31 (6ft of fill over Glacial Till)V-11 (Glacial Till)

IT-30 (Glacial Till)

IT-29 (Glacial Till)V-13 (Glacial Till)

IT-28 (Glacial Till)

IT-27 (8.5ft of fill over Glacial Till)V-10 (7ft fill over Glacial Till )

IT-26 (Glacial Till)

IT-40 (6ft of fill over Glacial Till)V-15 (Fill)

IT-25 (Glacial Till)

B-102 (31ft of Glacial Till over Advance Outwash)IT-24 (Glacial Till)

IT-23 (6ft of fill over Glacial Till)V-18 (Fill)

IT-22 (Fill)

IT-41 (Glacial Till)B-101 (19ft of Glacial Till over Advance Outwash) V-20 (Glacial Till)

IT-21 (Glacial Till)

IT-39 (Advance Outwash)

1Figure No.Project Number

09/24/14KIT-1-14

Vicinity MapRidgetop Boulevard NW Green Street Project

Silverdale, WA

Service Layer Credits: Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community

¯0 800 1,600

Feet

#0 Drilled Borehole

"J Testpit Exploration (Geologic Unit)

!H Vactor Exploration (Geologic Unit)

Page 382: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

!H

!H

"J

"J

"J

"J

!H

!H

NW Gallery St

Plateau Circle NW

Ava nte Dr N W

Ridge

top Bl

vd NW

240

250

260

270

280

290

300

310

320

330

340

350

360

370

290 290

300310320330340350360

370

380

300

310320330

410

400

390

420

310

320

410

400

380

260

390

360

V-1 (Advance Outwash)

V-3 (Advance Outwash)

IT-38 (6ft of fill over Advance Outwash)

IT-37 (4.5ft of fill over Advance Outwash)

IT-36 (4.5ft of fill over Advance Outwash)

IT-35 (6ft of fill over Advance Outwash)

V-5 (Advance Outwash)

IT-39 (Advance Outwash)

2Figure No.Project Number

09/19/14KIT-1-14

Ridgetop Boulevard ExplorationsNorthernmost Extent

Ridgetop Boulevard NW Green Street ProjectSilverdale, WA

Service Layer Credits: Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community

¯0 100 200

Feet#0 Drilled Borehole

"J Testpit Exploration (Geologic Unit)

!H Vactor Exploration (Geologic Unit)

10 ft Contour

2 ft Contour

Page 383: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

"J

"J

!H

"J

"J

"J

!H

"J

"J

!H

NW Pinnacle Ct

NW Tower View Cir

NW Thornwood Cir

NW Timber Shadow Ct

NW Tahoe Ln

Ridgepoint Drive NW

Quail R un Dr N W

Ridgetop Blvd NW

Ridgepoint Dr. NW

330340350

360

370

380

290300310320

310320

390

280

270

280290

300310320

320

300310

280

420

350 360370

380

420

420

390

290

320

420

310

410

410

400

420420

IT-35 (6ft of fill over Advance Outwash)

IT-34 (Advance Outwash)

V-8 (5ft of Glacial Till over Advance Outwash)

IT-33 (Glacial Till)

IT-32 (11ft of fill over Glacial Till)

IT-31 (6ft of fill over Glacial Till)

V-11 (Glacial Till)

IT-30 (Glacial Till)

IT-29 (Glacial Till)

V-13 (Glacial Till)

3Figure No.Project Number

09/22/14KIT-1-14

Ridgetop Boulevard ExplorationsNorthern Central Extent

Ridgetop Boulevard NW Green Street ProjectSilverdale, WA

Service Layer Credits: Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community

¯0 100 200

Feet#0 Drilled Borehole

"J Testpit Exploration (Geologic Unit)

!H Vactor Exploration (Geologic Unit)

10 ft Contour

2 ft Contour

Page 384: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

"J

!H

"J

"J

!H

"J

"J!H

"J

#0

"J

Ridgepoint Drive

Quail R un Dr N W

Marigold Dr NW

Quail Run Dr NW

260

270

280

290

300

310

320

250

390

380370

360350

340330

270

28029030

0310

320

280

240

250

270

290300310

320

300310320

290

290

280

280

240 250

380

300

310

380

300310

320

330

IT-29 (Glacial Till)

V-13 (Glacial Till)

IT-28 (Glacial Till)

IT-27 (8.5ft of fill over Glacial Till)V-10 (7ft fill over Glacial Till )

IT-26 (Glacial Till)

IT-40 (6ft of fill over Glacial Till)V-15 (Fill)

IT-25 (Glacial Till)

B-102 (31ft of Glacial Till over Advance Outwash)

IT-24 (Glacial Till) 4Figure No.Project Number

09/22/14KIT-1-14

Ridgetop Boulevard ExplorationsSouthern Central Extent

Ridgetop Boulevard NW Green Street ProjectSilverdale, WA

Service Layer Credits: Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community

¯0 100 200

Feet#0 Drilled Borehole

"J Testpit Exploration (Geologic Unit)

!H Vactor Exploration (Geologic Unit)

10 ft Contour

2 ft Contour

Page 385: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

"J!H

"J

#0

"J

"J!H

"J

"J

#0!H

"J

Marigold Dr NW

NW Derryfield Dr

Boardwalk Pl NW

Hillsboro Dr NW

350

340

33032031030

0290

220

230

240 250

260 270

330

230

240250

260

270

240

250200

220

220

230

220

210

200

210

210

220

290

280

230

240

280

280

220

280220

280

IT-40 (6ft of fill over Glacial Till)V-15 (Fill)

IT-25 (Glacial Till)

B-102 (31ft of Glacial Till over Advance Outwash)

IT-24 (Glacial Till)

IT-23 (6ft of fill over Glacial Till)V-18 (Fill)

IT-22 (Fill)

IT-41 (Glacial Till)

B-101 (19ft of Glacial Till over Advance Outwash)V-20 (Glacial Till)

IT-21 (Glacial Till)

5Figure No.Project Number

09/19/14KIT-1-14

Ridgetop Boulevard ExplorationsSouthernmost Extent

Ridgetop Boulevard NW Green Street ProjectSilverdale, WA

Service Layer Credits: Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community

¯0 100 200

Feet#0 Drilled Borehole

"J Testpit Exploration (Geologic Unit)

!H Vactor Exploration (Geologic Unit)

10 ft Contour

2 ft Contour

Page 386: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

!H

!H

"J

"J

"J

"J

!H

"J

!H

"J

"J

"J

!H

"J

"J!H

"J

"J!H

"J

"J!H

"J

#0

"J

"J!H

"J

"J

#0!H

"J

!H

FIGURE 2 EXTENT

FIGURE 3 EXTENT

FIGURE 4 EXTENT

FIGURE 5 EXTENT

V-1 (Shallow--4.0 inches/hour)

V-3 (Shallow--2.5 inches/hour)

IT-38 (Shallow--4.0 inches/hour)

IT-37 (Shallow--2.5 inches/hour)

IT-36 (Shallow--4.0 inches/hour)

IT-35 (Shallow--2.0 inches/hour)V-5 (Shallow--2.0 inches/hour)

IT-34 (Shallow--4.0 inches/hour)

V-8 (Shallow--0.8 inches/hour or drilled drain)IT-33 (Shallow--0.8 inches/hour or drilled drain)

IT-32 (Shallow--0.4 inches/hour or drilled drain)

IT-31 (Shallow--0.1 inches/hour or drilled drain)V-11 (Shallow--0.1 inches/hour or drilled drain)

IT-30 (Shallow--1.0 inch/hour or drilled drain)

IT-29 (Shallow--1.0 inch/hour or drilled drain)V-13 (Shallow--1.0 inch/hour or drilled drain)

IT-28 (Shallow--0.4 inches/hour or drilled drain)

IT-27 (Shallow--0.4 inches/hour or drilled drain)V-10 (Shallow--0.4 inches/hour or drilled drain)

IT-26 (Shallow--0.4 inches/hour or drilled drain)

IT-40 (Shallow--1.0 inch/hour or drilled drain)V-15 (Shallow--1.0 inch/hour or drilled drain)

IT-25 (Shallow--0.8 inches/hour or drilled drain)

B-102 (Shallow--0.3 inches/hour or drilled drain)IT-24 (Shallow--0.3 inches/hour or drilled drain)

IT-23 (Shallow--0.4 inches/hour or drilled drain)V-18 (Shallow--0.4 inches/hour or drilled drain)

IT-22 (Lined with drilled drain)

IT-41 (Shallow--0.1 inches/hour or drilled drain)B-101 (Shallow--0.1 inches/hour or drilled drain)

V-20 (Shallow--0.1 inches/hour or drilled drain)IT-21 (Lined with drilled drain)

IT-39 (Shallow--4.0 inches/hour)

6Figure No.Project Number

09/24/14KIT-1-14

Infiltration RecommendationsRidgetop Boulevard NW Green Street Project

Silverdale, WA

Service Layer Credits: Source: Esri, DigitalGlobe, GeoEye, i-cubed, Earthstar Geographics, CNES/Airbus DS, USDA, USGS, AEX, Getmapping, Aerogrid, IGN, IGP, swisstopo, and the GIS User Community

¯0 800 1,600

Feet

#0 Drilled Borehole

"J Testpit Exploration

!H Vactor Exploration

Page 387: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

APPENDIX A

Subsurface Exploration Methodology and Exploration Logs

Page 388: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

A. Subsurface Exploration Methodology and Exploration Logs

A.1. Utility Locate and Soil Description

The proposed testpit and borehole locations were marked in the field and utility locates were called in at least 1 week before excavation began. Several locations were adjusted based on the location of nearby utilities and Cascade Natural Gas was called in to observe excavation for 2 testpits that were within 10 feet of a gas line.

A staff member from Kindred Hydro was present throughout the field exploration program to observe the testpit excavations and borehole drilling, conduct soil sampling, and prepare descriptive logs of the exploration. Soils were classified in general accordance with ASTM D-2488, Standard Practice for Description and Identification of Soils (Visual-Manual Procedure, and ASTM D-2487, Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). The exploration logs represent our interpretation of the contents of the field logs. The stratigraphic contacts shown on the individual summary logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The subsurface conditions depicted are only for the specific date and locations reported, and therefore, are not necessarily representative of other locations and times.

A.2. Testpit Explorations

Testpit explorations were excavated using a rubber-tired backhoe and crew provided by Kitsap County. The approximate locations of the testpit explorations are shown on Figures 1 through 5 in the main body of the report. Descriptive logs of the completed explorations and a key to the symbols and terms used in the logs are found in this appendix.

A.3. Drilled Boreholes

Boreholes were drilled using a track-mounted Roto-Sonic coring rig. The Roto-Sonic coring rig drills a 6-inch-diameter borehole and provides a 4-inch-diameter relatively continuous core of the penetrated materials. The continuous core provides superior lithologic information compared with alternative drilling methodologies. The boreholes were abandoned using bentonite chips following drilling and testing. The approximate locations of the boreholes are shown on Figures 1 and 5 in the main body of the report. Descriptive logs of the completed explorations and a key to the symbols and terms used in the logs are provided in this appendix.

Page 389: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Table A-1 – Conditions Encountered in Testpit and Borehole Explorations

Location Total Depth

(feet)

Ground Elevation

(feet) Soil Conditions

IT-21 10 246 Fill to 1.5 ft, glacial till to 10+ ft

IT-22 11 273 Trench backfill to 11 ft

IT-23 12 298 Fill to 6 ft, glacial till to 12+ ft

IT-24 11 317 Fill to 3 ft, glacial till to 11+ ft

IT-25 11.5 336 Fill to 1.5 ft, glacial till to 11.5+ ft

IT-26 11 355 Fill to 4 ft, glacial till to 11+ ft

IT-27 12 370 Fill to 8.5 ft, glacial till to 12+ ft

IT-28 11.5 384 Glacial till to 11.5+ ft

IT-29 10 380 Glacial till to 10+ ft

IT-30 12 376 Glacial till to 12+ ft

IT-31 11 382 Fill to 6 ft, glacial till to 11+ ft

IT-32 12 404 Fill to 10 ft, buried topsoil to 11 ft, glacial till to 12+ ft

IT-33 11 416 Glacial till to 11+ ft

IT-34 12 384 Fill to 3.5 ft, advance outwash to 12+ ft

IT-35 11.5 362 Fill to 6 ft, advance outwash to 11.5+ ft

IT-36 10 368 Fill to 4.5 ft, advance outwash to 10+ ft

IT-37 12 361 Fill to 4.5 ft, advance outwash to 12+ ft

IT-38 12.3 368 Fill to 5 ft, advance outwash to 12.3+ ft

IT-39 12 370 Fill to 1 ft, advance outwash to 12+ ft

IT-40 10 355 Fill to 6 ft, glacial till or advance outwash to 10+ ft

IT-41 10.5 262 Fill to 4 ft, glacial till to 10.5+ ft

B-101 50 255 Fill to 5 ft, glacial till to 19 ft, advance outwash to 50+ ft

B-102 60 326 Fill to 4.5 ft, glacial till to 31 ft, advance outwash to 60+ ft

Page 390: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 391: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

246 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SM

GrabBOH @ 10 ft

13 233

Test Pit Log: IT-21 Project Name: Ridgetop Boulevard

Project #: KIT-14-1

Location: Silverdale, WA Depth to Water (ft BGS): None

Ground Surface Elevation:

Glacial Till (1.5 to BOH)

Contractor: Kitsap County Crew Start/Finish Date: September 2, 2014

Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-1.5 ft)

1 245 medium dense, dry to slightly moist, brown, silty SAND with few to little gravel,

well graded

7 239

2 244 dense, slightly moist, gray, silty SAND with little gravel and trace cobble

3 243

4 242

- Initial excavation was in fill soils to 4.5 feet and uncovered an 18-inch diameter

storm sewer (corregated steel pipe) at 4.5 ft.

5 241

6 240

8 238

9 237

10 236

11 235

12 234

Page 392: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

273 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

-less silt

- stop digging at 7 feet to check for utilities- use vactor truck to excavate deeper

-pea gravel

-sanitary sewer pipe at 11 ft

BOH @ 11.0 ft

No infiltration test

13 260

11 262

12 261

8 265

9 264

10 263

6 267

7 266

3 270

4 269

5 268

Crushed Base Rock (0.5-1.0 ft)

1 272

2 271

Fill (1.0-11.0 ft)loose to medium dense, slightly moist, brown, silty SAND with few gravel

Asphalt (0-0.5 ft)

Test Pit Log: IT-22 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 28, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 393: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

298 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

- changes to brown with orange mottling

-changes to dense and gray with occational mottling

-less silt

SM

Grab -infiltration test at 12.0 ft

BOH @ 12.0 ft

13 285

11 287

12 286

8 290

9 289

10 288

3 295

Glacial Till (3.0 to BOH)

very dense, slightly moist, gray, silty SAND with few gravel and trace cobble

4 294

5 293

6 292

7 291

2 296

Contractor: Kitsap County Crew Start/Finish Date: August 27, 2014

Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-6.0 ft)

1 297 medium dense, dry to slightly moist, gray, silty SAND with little gravel and

occational organics

Test Pit Log: IT-23 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Page 394: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

317 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SM

- changes to dense

-less silt

Grab -infiltration test at 11.0 ft

BOH @ 11.0 ft

13 304

12 305

9 308

10 307

11 306

6 311

7 310

8 309

5 312

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-3.0 ft)

1 316 medium dense, dry, brown, silty SAND with few gravel

2 315

3 314

4 313

Glacial Till (3.0 to BOH)very dense, dry to slightly moist, gray, silty SAND with little gravel and trace

cobble

Sod (0-0.5 ft)

Test Pit Log: IT-24 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 27, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 395: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

336 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SM

-less silt

Grab -infiltration test at 11.5 ft

BOH @ 11.5 ft

13 323

12 324

9 327

10 326

11 325

6 330

7 329

8 328

5 331

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-1.5 ft)

1 335 medium dense, slightly moist, brown, silty SAND with few gravel, orange mottling

2 334

3 333

4 332

Glacial Till (1.5 to BOH)very dense, slightly moist, gray, silty SAND with little gravel and trace cobble

Sod (0-0.5 ft)

Test Pit Log: IT-25 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: September 2, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 396: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

355 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to dense and gray

-roots

SM

-less silt

Grab -infiltration test at 11.0 ft

BOH @ 11.0 ft

13 342

11 344

12 343

Glacial Till (4.0 to BOH)

9 346

dense, slightly moist, gray, silty SAND with little gravel and trace cobble

10 345

6 349

7 348

8 347

3 352

4 351

5 350

2 353

Contractor: Kitsap County Crew Start/Finish Date: August 26, 2014

Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-4.0 ft)

1 354 medium dense, slightly moist, brown, silty SAND with few gravel

Test Pit Log: IT-26 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Page 397: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

370 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to dense and blue-gray

- roots at 3 ft

- changes to brown with organic rich layer with wood and roots at 6 ft

-organics at 8 ft

SM

Grab -infiltration test at 12.0 ft

BOH @ 12.0 ft

13 357

Glacial Till (8.5 to BOH)dense, slightly moist, gray, silty SAND with few gravel and trace cobble

12 358

9 361

10 360

11 359

6 364

7 363

8 362

3 367

4 366

5 365

2 368

Contractor: Kitsap County Crew Start/Finish Date: August 26, 2014

Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-8.5 ft)

1 369 medium dense, slightly moist, brown, silty SAND with few gravel

Test Pit Log: IT-27 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Page 398: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

384 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-less silt

Grab -infiltration test at 11.5 ft

BOH @ 11.5 ft

13 371

12 372

9 375

10 374

11 373

6 378

7 377

8 376

3 381

4 380

5 379

2 382

Contractor: Kitsap County Crew Start/Finish Date: August 25, 2014

Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Glacial Till (0.5 to BOH)

1 383 dense, slightly moist, gray, silty SAND with little gravel and trace cobble

Test Pit Log: IT-28 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Page 399: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

380 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SP-SM

Grab

-infiltration test at 10 ft

BOH @ 10 ft

13 367

12 368

9 371

10 370

11 369

6 374

7 373

8 372

3 377

4 376

5 375

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Glacial Till (0.5 to BOH)

1 379 dense, slightly moist, gray, silty SAND with little gravel and trace cobble and

boulder

slightly silty SAND with little gravel

Test Pit Log: IT-29 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

2 378

Contractor: Kitsap County Crew Start/Finish Date: August 25, 2014

Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

Page 400: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

376 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-less silt

Grab -infiltration test at 12 ft

BOH @ 12 ft

13 363

11 365

12 364

8 368

9 367

10 366

6 370

Glacial Till (0.5 to BOH)dense, dry to slightly moist, gray, silty SAND with few gravel and trace cobble

7 369

3 373

4 372

5 371

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

1 375

2 374

Sod (0-0.5 ft)

Test Pit Log: IT-30 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 13, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 401: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

382 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changed to red-brown

SM

Grab -infiltration test at 11 ft

BOH @ 11 ft

13 369

11 371

12 370

8 374

9 373

10 372

2 380

dense, slightly moist, gray, silty SAND with few gravel and trace cobble

3 379

4 378

Glacial Till (6.0 to BOH)

5 377

6 376

7 375

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-6.0 ft)

1 381 medium dense, dry to slightly moist, brown, silty SAND with few gravel

Sod (0-0.5 ft)

Test Pit Log: IT-31 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 13, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 402: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

404 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to medium dense, less silt

-loose, organics and orange mottling

-3.5-10 ft occasional organics and roots

SM

SM

BOH @ 12 ft

No infiltration test

13 391

Buried Topsoil (10.0 to 11.0)medium dense, slightly moist, gray, silty SAND, black organics from 10 to 10.5 ft

Glacial Till (11.0 to BOH)dense, moist, gray, silty SAND with few gravel

12 392

9 395

10 394

11 393

6 398

7 397

8 396

3 401

4 400

5 399

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5 to 10)

1 403

2 402

dense, slightly moist, gray, silty SAND with few gravel

Sod (0-0.5 ft)

Test Pit Log: IT-32 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 13, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 403: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

416 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SP-SM slightly silty SAND with little gravel

Grab Infiltration test at 11 feet.

BOH @ 11 ft

13 403

11 405

12 404

8 408

9 407

10 406

5 411

6 410

7 409

4 412

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

1 415

Glacial Till (0.5 to BOH)

2 414

dense, dry to slightly moist, gray, silty SAND with little gravel and trace cobble

3 413

Sod (0-0.5 ft)

Test Pit Log: IT-33 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 12, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 404: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

384 (est. from topo)

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SP-SM

Grab

BOH @ 12 ft

13 371

11 373

12 372

8 376 Infiltration test at 8 feet, continue digging after test is complete, no seepage

9 375

10 374

7 377

2 382

3 381

4 380

5 379

6 378

Advance Outwash (3.5-BOH)

medium dense, slightly moist, gray, slightly silty, fine to medium SAND with trace

gravel

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to little gravel and trace organics Fill (0.5-3.5 ft)

1 383 loose, dry to slightly moist, tan brown, silty SAND with few gravel

Contractor: Kitsap County Crew Start/Finish Date: August 12, 2014

Exploration Method: Rubber tired backhoe Logged by: Scott Kindred

Sampling Method: Grab

Test Pit Log: IT-34 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Page 405: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

362 (est. from topo)

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to dense, olive grey

SP-SM

Grab

BOH @ 11.5 ft

13 349

medium dense, dry to slightly moist, tan brown, silty SAND with few gravel

- changed to brown with orange mottling, slightly silty SAND with few gravel

11 351

12 350

354

9 353

10 352

Infiltration test at 8 feet, continue digging after test is complete, no seepage

2 360

3 359

4 358

Advance Outwash (6.0-BOH)

5 357

medium dense to dense, dry to slightly moist, gray, slightly silty, fine to medium

SAND with trace gravel

6 356

7 355

8

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to little gravel and trace organics Fill (0.5-6 ft)

1 361

Contractor: Kitsap County Crew Start/Finish Date: August 11, 2014

Exploration Method: Rubber tired backhoe Logged by: Scott Kindred

Sampling Method: Grab

Test Pit Log: IT-35 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Page 406: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

368 (est. from topo)

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

- mottling 3-4 ft

-changes to dense silty SAND

SP-SM

Grab

BOH @ 10 ft

13 355

Test Pit Log: IT-36 Project Name: Ridgetop Boulevard

Project #: KIT-14-1

Location: Silverdale, WA Depth to Water (ft BGS): None

Ground Surface Elevation:

Contractor: Kitsap County Crew Start/Finish Date: August 11, 2014

Exploration Method: Rubber tired backhoe Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to little gravel and trace organics Fill (0.5-4.5 ft)

1 367medium dense, dry to slightly moist, gray, slightly silty SAND with few gravel

2 366

3 365

4 364

9 359

Advance Outwash (4.5-BOH)

5 363 medium dense to dense, dry to slightly moist, gray, slightly silty, fine to medium

SAND with trace gravel

6 362 Infiltration test at 6 feet, continue digging after test is complete, no seepage

7 361

8 360

10 358

11 357

12 356

Page 407: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

361 (est. from topo)

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to dense silty sand

SP

-mottled silty layers from 4.5 to 6 feet

Grab

BOH @ 12 ft

13 348

Test Pit Log: IT-37 Project Name: Ridgetop Boulevard

Project #: KIT-14-1

Location: Silverdale, WA Depth to Water (ft BGS): None

Ground Surface Elevation:

Contractor: Kitsap County Crew Start/Finish Date: August 11, 2014

Exploration Method: Rubber tired backhoe Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to little gravel and trace organics Fill (0.5-4.5 ft)

1 360loose to medium dense to dense, slightly moist, gray, slightly silty SAND with few

2 359

3 358

4 357

5 356

6 355

7 354

Infiltration test at 6.5 feet, continue digging after test is complete, no seepage

8 353

10 351

9 352

11 350

12 349

Advance Outwash (4.5-BOH)

medium dense to dense, slightly moist, gray, fine to medium SAND with trace-few

gravel and trace silt

Page 408: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

368 (est. from topo)

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to dense

SP

Grab

BOH @ 12.3 ft

13 355

Test Pit Log: IT-38 Project Name: Ridgetop Boulevard

Project #: KIT-14-1

Location: Silverdale, WA Depth to Water (ft BGS): None

Ground Surface Elevation:

Contractor: Kitsap County Crew Start/Finish Date: August 7, 2014

Exploration Method: Rubber tired backhoe Logged by: Scott Kindred

Sampling Method: Grab

DescriptionSod (0-0.5 ft)

loose, dry, gray, silty SAND, with trace to little gravel and trace organics Fill (0.5-5 ft)

1 367loose to medium dense, slightly moist, gray, silty SAND with few gravel

2 366

3 365

4 364

5 363

6 362

7 361

8 360

9 359

10 358

11 357

12 356

Infiltration test at 7.5 feet, continue digging after test is complete, seepage at 8

and 11 feet BGS

Advance Outwash (5.0-BOH)

medium dense to dense, slightly moist, gray, slightly gravelly, fine to medium

SAND with trace silt

Page 409: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

370 (est. from topo)

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SP

Grab Infiltration test at 4 feet, continue digging after test is complete, no seepage

BOH @ 12 ft

13 357

11

10 360

Sampling Method: Grab

loose, dry, gray, silty SAND, with trace to little gravel and trace organics

6

7

369

368

367

364

363

1

2

5

medium dense to dense, slightly moist, gray, trace to slightly gravelly, fine to

medium SAND with trace silt

3

4

359

12 358

8 362

9 361

366

365

Test Pit Log: IT-39

loose, dry, gray, gravelly SAND with few siltAdvance Outwash (1.0-BOH)

Exploration Method: Rubber tired backhoe

Project Name: Ridgetop Boulevard

Logged by: Scott Kindred

Ground Surface Elevation: Project #: KIT-14-1

Location: Silverdale, WA

Contractor: Kitsap County Crew

Depth to Water (ft BGS): None

Start/Finish Date: August 7, 2014

DescriptionSod (0-0.5 ft)

Fill (0.5-1 ft)

Page 410: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

355 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SP-SM

-infiltration test at 10.0 ft

BOH @ 10.0 ft

13 342

12 343

9 346

10 345

11 344

6 349

7 348

8 347

dense, slightly moist, gray, slightly silty SAND with few gravel and trace cobble

5 350

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-6.0 ft)

1 354 medium dense, slightly moist, brown, slightly silty SAND with few gravel

2 353

Co

mp

osite

3 352

4 351

Glacial Till or Silty Advance Outwash (6.0 to BOH)

Sod (0-0.5 ft)

Test Pit Log: IT-40 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: August 26, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 411: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc.

262 (est. from topo)

Exploration Method: Rubber tired backhoe

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SM

Grab -infiltration test at 10.5 ft

BOH @ 10.5 ft

13 249

11 251

12 250

8 254

9 253

10 252

6 256

7 255

2 260

dense, slightly moist, gray, silty SAND with few gravel and trace cobble

3 259

4 258 Glacial Till (4.0 to BOH)

5 257

loose, dry, gray, silty SAND, with trace to few gravel and trace organics

Fill (0.5-4.0 ft)

1 261 medium dense, dry to slightly moist, brown, silty SAND, with inclined lenses of

sandy SILT and medium SAND

Sod (0-0.5 ft)

Test Pit Log: IT-41 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Kitsap County Crew Start/Finish Date: September 2, 2014

Logged by: Scott Kindred

Sampling Method: Grab

Description

Page 412: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 23 of 31

255 (est. from topo)

Exploration Method: Track Mounted Sonic Rig

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

SM

13 242

medium dense to dense, slightly moist, gray, silty SAND with few gravel and

trace cobble

247

12 243

Boring Log: B-101 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Location: Silverdale, WA Depth to Water (ft BGS): None

3 252

4 251

loose, dry, tan-brown, silty SAND, with trace to little gravel and trace organics

Fill (0.5-5.0 ft)

1 254 loose to medium dense, dry to slightly moist, gray, silty SAND with few gravel

2 253

Contractor: Holt Services Inc. Start/Finish Date: August 15, 2014

Logged by: Scott Kindred

Sampling Method: Grab samples from 4-inch core

DescriptionSod

Glacial Till (5.0-19 ft)5 250

9 246

10 245

11 244

6 249

7 248

8

Page 413: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 24 of 31

255 (est. from topo)

Boring Log: B-101 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation: Depth

(ft)Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SP

SW-SM

- slightly siltier 14-17 feet

dense, slightrly moist, gray, medium SAND, trace gravel

slightly silty SAND, trace gravel with layers of silty SAND

gravelly SAND, few silt

Advance Outwash (19.0-BOH)

26 229

27 228

23 232

24 231

25 230

20 235

21 234

22 233

17 238

18 237

19 236

14 241

15 240

16 239

DescriptionGlacial Till (cont.)

- 6-inch layer of medium sand at 13 ft

SM-

SM/SP

Page 414: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 25 of 31

255 (est. from topo)

Boring Log: B-101 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation: Depth

(ft)Elev (ft)

Sample Type/I.D. Water

USCS Class

SW

SW-GW

Grab

SP

ML

SM

sandy SILT, trace gravel

medium SAND

42 213

39 216

40 215

41 214

36 219

37 218

38 217

33 222

34 221

35 220

31 224

32 223

28 227

-changes to very-gravelly SAND with trace silt

29 226

30 225

Descriptionslightly gravelly medium to coarse SAND

slightly silty fine sand transitioning to fine-medium sand, trace silt

silty fine SAND with trace silt and occational gravel/cobble

SP/SM-

SP

Page 415: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 26 of 31

255 (est. from topo)

Boring Log: B-101 Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation: Depth

(ft)Elev (ft) Water

BOH @ 50 ft

55 200

56 199

57 198

210

52 203

53 202

54 201

49 206

50 205

51 204

Co

mp

osite

46 209

47 208

48 207

43 212

44 211

45

Page 416: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 27 of 31

326 (est. from topo)

Exploration Method: Track Mounted Sonic Rig

Depth (ft)

Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SM

-changes to medium dense, moist, gray, few gravel

SM

13 313

4 322

5 321

Glacial Till (4.5-31 ft)dense, slightly moist, gray, slightly silty to silty SAND with few gravel and trace

cobble

9 317

10 316

6 320

7 319

8 318

Project Name: Ridgetop Boulevard

Project #: KIT-14-1

Location: Silverdale, WA Depth to Water (ft BGS): None

Contractor: Holt Services Inc. Start/Finish Date: August 14, 2014

Ground Surface Elevation:

3 323

1 325 loose to medium dense, dry to slightly moist, brown, silty SAND with trace gravel

and organics

2 324

Logged by: Scott Kindred

Sampling Method: Grab samples from 4-inch core

DescriptionSod

loose, dry, tan-brown, silty SAND, with trace to little gravel and trace organics

Fill (0.5-4.5 ft)

12 314

11 315

Boring Log: B-102

Page 417: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 28 of 31

326 (est. from topo)

Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Boring Log: B-102Depth

(ft)Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

15 311

16 310

DescriptionGlacial Till (cont.)

20 306

21 305

22 304

17 309

18 308

19 307

14 312

26 300

27 299

23 303

24 302

25 301

Page 418: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 29 of 31

326 (est. from topo)

Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Boring Log: B-102Depth

(ft)Elev (ft)

Sample Type/I.D. Water

USCS Class

SM

SP

- changed to trace gravel

SW

SP

SP-SM

gravelly SAND, trace silt

medium SAND, trace to few gravel

slightly silty fine-medium SAND with trace gravel

DescriptionGlacial Till (cont.)

30 296

31 295

32 294

28 298

29 297

Advance Outwash (31.0-BOH)

dense, moist, gray, slightly silty fine to medium SAND with layers of very silty

sand

36 290

37 289

38 288

33 293

34 292

35 291

42 284

39 287

40 286

41 285

Page 419: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 30 of 31

326 (est. from topo)

Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Boring Log: B-102Depth

(ft)Elev (ft)

Sample Type/I.D. Water

USCS ClassSP-SM

SP

Grab - 6-inch layer of gravelly SAND with few-little silt

Grab

SW

SM

SP

trace to slightly gravelly medium SAND with few silt

gravelly, coarse to medium SAND with trace silt

slightly gravelly medium SAND

silty SAND, few gravel

279

43 283

44 282

Advance Outwash (cont.)

54 272

Description

55 271

56 270

51 275

52 274

53 273

48 278

49 277

50 276

45 281

46 280

47

57 269

Page 420: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Kindred Hydro, Inc. Page 31 of 31

326 (est. from topo)

Project Name: Ridgetop Boulevard

Project #: KIT-14-1 Ground Surface Elevation:

Boring Log: B-102Depth

(ft)Elev (ft)

Sample Type/I.D. Water

USCS Class

SP

SM

BOH @ 60 ft

Advance Outwash (cont.)

slighly silty SAND with trace gravel

61 265

62 264

58 268

59 267

72 254

Description

69 257

70 256

71 255

66 260

67 259

68 258

63 263

64 262

65 261

60 266

Page 421: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

APPENDIX B

Grainsize Analyses

Page 422: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Table B-1: Summary of Grainsize Analyses Results

Exploration Depth

(ft) %

Gravel %

Sand %

Fines

Sand/ Silt

Ratio

D30

(mm) USCS Class

Glacial Till IT-21 10 18 55 27 2.0 0.09 Silty sand with little gravel (SM)

IT-23 12 19 59 22 2.7 0.11 Silty sand with little gravel (SM)

IT-24 11 17 61 22 2.8 0.12 Silty sand with little gravel (SM)

IT-25 11.5 12 66 22 3.0 0.12 Silty sand with few-little gravel (SM)

IT-26 11 15 66 19 3.5 0.13 Silty sand with little gravel (SM)

IT-27 12 8 66 26 2.5 0.10 Silty sand with few gravel (SM)

IT-28 11.5 14 62 24 2.6 0.11 Silty sand with few-little gravel (SM)

IT-29 9.5 16 72 12 6.0 0.19 Slightly-silty sand with little gravel (SP-SM)

IT-30 12 9.5 61 30 2.0 0.08 Silty sand with few gravel (SM)

IT-31 11 3.9 66 30 2.2 0.08 Silty sand with trace gravel (SM)

IT-33 11 21 65 14 4.6 0.18 Slightly-silty sand with little gravel (SP-SM)

IT-40 6-8 9.2 79 12 6.6 0.18 Poorly graded, slightly-silty fine sand with few gravel (SP-SM)

IT-41 10.5 20 61 19 3.2 0.14 Well-graded silty sand with little gravel (SM)

V-11 4 18 63 19 3.3 0.14 Silty sand with little gravel (SM)

V-13 8 0.5 85 14 6.1 0.18 Slightly-silty fine sand (SP-SM)

V-20 2 11 69 20 3.5 0.13 Silty sand with few-little gravel (SM)

Fill V-15 8 14 69 16 4.3 0.13 Silty fine sand with few-little gravel (SM)

Advance Outwash IT-34 8 1.7 90 8.7 10 0.18 Poorly-graded slightly-silty sand with trace

gravel (SP-SM)

IT-35 8 15 74 12 6.2 0.17 Poorly-graded slightly-silty sand with little gravel (SP-SM)

IT-36 6 6.6 85 8.0 11 0.17 Poorly-graded slightly-silty sand with few gravel (SP-SM)

IT-37 6.5 7.7 89 3.1 29 0.21 Poorly-graded slightly-gravelly sand with trace silt (SP)

IT-38 7 8.8 87 4.2 21 0.20 Poorly-graded slightly-gravelly fine sand with trace silt (SP)

IT-39 4 17 82 1.1 74 0.28 Poorly-graded gravelly fine-medium sand with trace silt (SP)

V-3 6 0.5 87 12 7.3 0.15 Poorly-graded slightly-silty fine sand (SP-SM)

V-5 6 9.5 83 7.5 11 0.20 Slightly-silty fine sand with few gravel (SP-SM)

V-8 8 1.5 63 35 1.8 0.07 Very-silty fine sand, trace gravel (SM)

B-101 29 46 49 4.9 10 1.86 Well-graded very-gravelly sand with trace silt (SW)

B-101 40-50 0 80 20 4.0 0.12 Poorly-graded silty fine sand (SM)

B-102 49 15 77 7.4 10 0.36 Well-graded slightly gravelly sand with few silt (SP-SM)

B-102 46.5 26 62 13 4.8 0.29 Well-graded gravelly sand with few-little silt (SM)

Notes: % - percentage determined by dry weight USCS – Unified Soil Classification System designations as determined by ASTM D-422 and in general accordance with ASTM D-2487

Page 423: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

silty sand with gravel

silty sand with gravel

silty sand with gravel

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 18.0 55.0 27.0 SM A-2-4(0) NP NV

0.0 18.7 59.5 21.8 SM A-2-4(0) NP NV

0.0 16.5 61.3 22.2 SM A-2-4(0) NP NV

1.51

.75.5

.375

100.090.788.686.985.8

100.086.885.384.3

100.092.592.589.787.8

#4#10#20#40#60

#140#200

82.078.174.668.656.233.527.0

81.376.773.066.152.728.821.8

83.578.974.566.351.127.822.2

0.2879 0.3242 0.3328

0.0887 0.1115 0.1181

Depth: 10 Sample Number: IT-21Depth: 12 Sample Number: IT-23Depth: 11.5 Sample Number: IT-24

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 1

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 424: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

silty sand

silty sand with gravel

silty sand

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 11.9 66.0 22.1 SM A-2-4(0) NP NV

0.0 15.1 65.5 19.4 SM A-2-4(0) NP NV

0.0 8.5 65.7 25.8 SM A-2-4(0) NP NV

.75.5

.375

100.096.693.3

100.093.590.1

100.098.396.6

#4#10#20#40#60

#140#200

88.183.179.371.854.928.122.1

84.980.176.268.050.324.719.4

91.584.880.171.655.431.625.8

0.2881 0.3263 0.2866

0.1154 0.1340 0.0973

Depth: 11.5 Sample Number: IT-25Depth: 11 Sample Number: IT-26Depth: 12 Sample Number: IT-27

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 2

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 425: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

silty sand

poorly graded sand with silt and gravel

silty sand

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 14.4 61.7 23.9 SM A-2-4(0) NP NV

0.0 16.4 71.6 12.0 SP-SM A-2-4(0) NP NV

0.0 9.5 60.7 29.8 SM A-2-4(0) NP NV

.75.5

.375

100.094.290.7

100.089.588.9

100.097.894.6

#4#10#20#40#60

#140#200

85.680.075.366.951.829.623.9

83.678.372.661.540.215.712.0

90.587.784.577.462.336.129.8

0.3265 0.4059 0.2338

0.1083 0.1905 0.0757

Depth: 11.5 Sample Number: IT-28Depth: 9.5 Sample Number: IT-29Depth: 12 Sample Number: IT-30

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 3

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 426: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

silty sand

silty sand with gravel

poorly graded sand with silt

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 3.9 66.5 29.6 SM A-2-4(0) NP NV

0.0 21.5 64.9 13.6 SM A-2-4(0) NP NV

0.0 1.7 89.6 8.7 SP-SM A-3 NP NV

1.51

.75.5

.375100.0

99.0

100.087.587.584.483.4

100.099.1

#4#10#20#40#60

#140#200

96.193.189.281.062.636.129.6

78.573.868.959.041.118.113.6

98.396.794.081.849.112.7

8.7

0.2331 0.4412 0.2948

0.0766 0.1777 0.1778

0.0871

1.23

3.39

Depth: 11 Sample Number: IT-31Depth: 11 Sample Number: IT-33Depth: 8 Sample Number: IT-34

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 4

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 427: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

poorly graded sand with silt

poorly graded sand with silt

poorly graded sand

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 14.6 73.8 11.6 SP-SM A-2-4(0) NP NV

0.0 6.6 85.4 8.0 SP-SM A-3 NP NV

0.0 7.7 89.2 3.1 SP A-3 NP NV

1.75.5

.375

100.092.488.185.9

100.096.095.4 100.0

#4#10#20#40#60

#140#200

85.484.182.073.948.415.511.6

93.490.888.980.350.711.9

8.0

92.391.690.080.443.0

4.93.1

0.3109 0.2900 0.3120

0.1703 0.1740 0.2061

0.0944 0.1334

1.11 1.02

3.07 2.34

Depth: 8 Sample Number: IT-35Depth: 6 Sample Number: IT-36Depth: 6.5 Sample Number: IT-37

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 5

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 428: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

poorly graded sand

poorly graded sand with gravel

silty sand

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 8.8 87.0 4.2 SP A-3 NP NV

0.0 17.4 81.5 1.1 SP A-3 NP NV

0.0 9.2 78.6 12.2 SM A-2-4(0) NP NV

.75.5

.375

100.096.194.2

100.091.789.2

100.096.295.3

#4#10#20#40#60

#140#200

91.288.184.771.843.8

7.04.2

82.676.068.853.723.7

2.31.1

90.887.383.973.547.215.912.2

0.3316 0.5022 0.3170

0.1952 0.2804 0.1725

0.1211 0.1755

0.95 0.89

2.74 2.86

Depth: 7 Sample Number: IT-38Depth: 4 Sample Number: IT-39Depth: 6-8 Sample Number: IT-40

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 6

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 429: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

silty sand with gravel

well-graded sand with gravel

silty sand

Classification based on grainsize only

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 19.7 61.2 19.1 SM A-2-4(0) NP NV

0.0 46.5 48.6 4.9 SW A-1-a NP NV

0.0 0.0 80.3 19.7 SM A-2-4(0) NP NV

1.51

.75.5

.375

100.093.190.887.585.3

100.092.386.879.272.6

#4#10#20#40#60

#140#200

80.373.267.959.645.524.219.1

53.531.517.811.3

8.05.74.9

100.099.298.794.673.126.919.7

0.4341 5.9767 0.2001

0.1402 1.8561 0.1154

0.3540

1.63

16.88

Depth: 10.5 Sample Number: IT-41Depth: 29 Sample Number: B-101Depth: 40-50 Sample Number: B-101

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 7

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 430: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Phoenix Soil Research

Kingston, WA

poorly graded sand with silt and gravel

silty sand with gravel

Classification based on grainsize only

Classification based on grainsize only

inches numbersize size

0.0 15.4 77.2 7.4 SP-SM A-1-b NP NV

0.0 25.6 61.7 12.7 SM A-1-b NP NV

1.75.5

.375

100.095.793.891.7

100.090.187.283.0

#4#10#20#40#60

#140#200

84.675.562.736.617.8

8.87.4

74.463.554.240.326.215.212.7

0.7761 1.4163

0.3611 0.2918

0.1407

1.19

5.52

Depth: 49 Sample Number: B-102Depth: 46.5 Sample Number: B-102

Kindred Hydro, Inc

Ridgetop BoulevardKit-14-1

PSR14-33-0901 8

+3" % GRAVEL % SAND % SILT % CLAY USCS AASHTO PL LL

SIEVE PERCENT FINER SIEVE PERCENT FINER Material Description

GRAIN SIZE REMARKS:

D60

D30

D10

COEFFICIENTS

Cc

Cu

Client:

Project:

Project No.: Figure

PE

RC

EN

T F

INE

R

0

10

20

30

40

50

60

70

80

90

100

GRAIN SIZE - mm.

0.00010.0010.010.1110100

6 in

.

3 in

.

2 in

.

in.

1 in

.

¾ in.

½ in.

3/8

in

.

#4

#1

0

#2

0

#3

0

#4

0

#6

0

#1

00

#1

40

#2

00

Particle Size Distribution Report

Page 431: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

APPENDIX C

Pilot Infiltration Testing and Infiltration Rate Analyses

Page 432: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Table C-1: Summary of Pilot Infiltration Testing

Kindred Hydro, Inc.9/16/14Ridgetop PIT Infiltration Testing.xlsx

Table C-1: Summary of Pilot Infiltration Testing Page 1 of 37

Location Depth (ft) Soil TypeTotal Test

Volume (gal)Sand/Silt

RatioD30

USCS Class

Infiltration Rate (inch/hr)

IT_23 12.0 Glacial till 200 2.7 0.11 SM 1.0

IT_24 11.5 Glacial till 154 2.8 0.12 SM 0.7

IT_25 11.5 Glacial till 320 3.0 0.12 SM 2.2

IT_26 11.0 Glacial till 230 3.5 0.13 SM 0.9

IT_27 12.0 Glacial till 174 2.5 0.1 SM 0.8

IT_28 11.5 Glacial till 150 2.6 0.11 SM 0.8

IT_29 10.0 Glacial till 94 6.0 0.19 SP-SM 1.8

IT_30 12.0 Glacial till 150 2.0 0.08 SM 4.3

IT_31 11.0 Glacial till 117 2.2 0.08 SM 0.2

IT_33 11.0 Glacial till 258 4.6 0.18 SP-SM 1.6

IT_34 8.0 Advance Outwash 1106 10 0.18 SP-SM 11.4

IT_35 8.0 Advance Outwash 375 6.2 0.17 SP-SM 4.7

IT_36 6.0 Advance Outwash 1035 11 0.17 SP-SM 14.1

IT_37 6.5 Advance Outwash 700 29 0.21 SP 5.0

IT_38 7.5 Advance Outwash 1024 21 0.2 SP 15.4

IT_39 4.0 Advance Outwash 1215 74 0.28 SP 23.3

IT_40 10.0 Glacial till 300 6.6 0.18 SP-SM 4.6

IT_41 10.5 Glacial till 128 3.2 0.14 SM 0.4

Minimum Maximum Median0.2 4.6 1.0

4.7 23.3 12.8

Soil TypeGlacial Till

Advance Outwash

Results Summary by Soil Type (inch/hr)

Page 433: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 12.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 200 1.04

Location: IT-23 27-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

11:05 0.0 0 0.02

11:06 1.0 15 15 0.05 24.5 3.6 2.0

11:07 2.0 15 30 0.18 89.3 13.0 -2.2

11:08 3.0 15 45 0.34 118.1 17.2 -0.9

11:09 4.0 0 45 0.49 109.4 15.9 1.2

11:10 5.0 0 45 0.48 -7.9 -1.2 1.0

11:11 6.0 0 45 0.47 -7.2 -1.0 1.0

11:12 7.0 0 45 0.46 -7.2 -1.0 1.0

11:13 8.0 0 45 0.45 -7.2 -1.0 0.0

11:14 9.0 5 50 0.45 0.0 0.0 0.9

11:15 10.0 10 60 0.49 28.1 4.1 -1.4

11:16 11.0 10 70 0.60 78.5 11.4 -1.3

11:17 12.0 10 80 0.71 77.8 11.3 -1.3

11:18 13.0 10 90 0.82 77.8 11.3 -0.4

11:19 14.0 10 100 0.92 71.3 10.4 -1.3

11:20 15.0 10 110 1.02 77.8 11.3 -0.3

11:21 16.0 10 120 1.12 70.6 10.3 0.9

11:22 17.0 10 130 1.21 62.6 9.1 -0.3

11:23 18.0 10 140 1.31 70.6 10.3 0.9

11:24 19.0 10 150 1.39 62.6 9.1 -1.2

11:25 20.0 10 160 1.50 77.0 11.2 1.6

11:26 21.0 10 170 1.58 57.6 8.4 0.6

11:27 22.0 10 180 1.67 64.8 9.4 1.7

11:28 23.0 10 190 1.75 56.9 8.3 0.6

11:29 24.0 10 200 1.84 64.8 9.4 2.8

11:30 25.0 0 200 1.91 49.7 7.2 0.0

11:31 26.0 0 200 1.91 0.0 0.0 1.0 7.2

11:32 27.0 0 200 1.90 -7.2 -1.0 1.0 7.2

11:33 28.0 0 200 1.89 -7.2 -1.0 0.0 0.0

11:34 29.0 0 200 1.89 0.0 0.0 1.2 7.9

11:35 30.0 0 200 1.88 -7.9 -1.2 -0.1 -0.7

11:36 31.0 0 200 1.88 0.7 0.1 1.0 7.2

11:37 32.0 0 200 1.87 -7.2 -1.0 0.0 0.0

11:38 33.0 0 200 1.87 0.0 0.0 0.0 0.0

11:39 34.0 0 200 1.87 0.0 0.0 1.0 7.2

11:40 35.0 0 200 1.86 -7.2 -1.0 0.0 0.0

11:41 36.0 0 200 1.86 0.0 0.0 0.0 0.0

11:42 37.0 0 200 1.86 0.0 0.0 1.0 7.2

11:43 38.0 0 200 1.85 -7.2 -1.0 0.0 0.0

11:44 39.0 0 200 1.85 0.0 0.0 1.0 7.2

11:45 40.0 0 200 1.84 -7.2 -1.0 0.0 0.0

11:46 41.0 0 200 1.84 0.0 0.0 0.0 0.0

11:47 42.0 0 200 1.84 0.0 0.0 1.0 7.2

11:48 43.0 0 200 1.83 -7.2 -1.0 0.0 0.0

11:49 44.0 0 200 1.83 0.0 0.0 -0.1 -0.7

11:50 45.0 0 200 1.83 0.7 0.1 1.2 7.9

11:51 46.0 0 200 1.82 -7.9 -1.2 0.0 0.0

11:52 47.0 0 200 1.82 0.0 0.0 0.1 0.7

11:53 48.0 0 200 1.82 -0.7 -0.1 1.2 7.9

11:54 49.0 0 200 1.81 -7.9 -1.2 -0.6 -4.3

11:55 50.0 0 200 1.81 4.3 0.6 0.9 6.5

11:56 51.0 0 200 1.80 -6.5 -0.9 0.0 0.0

11:57 52.0 0 200 1.80 0.0 0.0 0.0 0.0

11:58 53.0 0 200 1.80 0.0 0.0 1.0 7.2

11:59 54.0 0 200 1.79 -7.2 -1.0 0.1 0.7

12:00 55.0 0 200 1.79 -0.7 -0.1 0.0 0.0

12:01 56.0 0 200 1.79 0.0 0.0 0.0 0.0

12:02 57.0 0 200 1.79 0.0 0.0 0.0 0.0

12:03 58.0 0 200 1.79 0.0 0.0 1.0 7.2

12:04 59.0 0 200 1.78 -7.2 -1.0 -0.1 -0.7 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 434: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.5

1.0

1.5

2.0

2.5

0 20 40 60 80 100 120 140 160 180 200

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-23 Infiltration Testing

Page 435: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 11.5 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 154 0.67

Location: IT-24 27-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

9:31 0.0 0 Total Flow: 154 -0.05

9:32 1.0 12 12 0.25 213.8 31.1 -5.5

9:33 2.0 12 24 0.42 120.2 17.5 -1.4

9:34 3.0 12 36 0.55 92.2 13.4 -1.1

9:35 4.0 12 48 0.67 90.0 13.1 0.6

9:36 5.0 12 60 0.78 78.5 11.4 -0.6

9:37 6.0 12 72 0.90 86.4 12.6 1.4

9:38 7.0 12 84 1.00 72.7 10.6 0.5

9:39 8.0 12 96 1.11 79.2 11.5 3.4

9:40 9.0 12 108 1.19 59.0 8.6 0.3

9:41 10.0 12 120 1.30 80.6 11.7 2.5

9:42 11.0 12 132 1.40 65.5 9.5 2.4

9:43 12.0 12 144 1.49 66.2 9.6 2.5

9:44 13.0 10 154 1.58 65.5 9.5 3.5

9:45 14.0 0 154 1.64 44.6 6.5 -1.0

9:46 15.0 0 154 1.65 7.2 1.0 0.9 6.5

9:47 16.0 0 154 1.64 -6.5 -0.9 0.0 0.0

9:48 17.0 0 154 1.64 0.0 0.0 0.0 0.0

9:49 18.0 0 154 1.64 0.0 0.0 1.4 9.4

9:50 19.0 0 154 1.63 -9.4 -1.4 -0.1 -0.7

9:51 20.0 0 154 1.63 0.7 0.1 0.0 0.0

9:52 21.0 0 154 1.63 0.0 0.0 0.0 0.0

9:53 22.0 0 154 1.63 0.0 0.0 0.0 0.0

9:54 23.0 0 154 1.63 0.0 0.0 1.3 8.6

9:55 24.0 0 154 1.62 -8.6 -1.3 0.0 0.0

9:56 25.0 0 154 1.62 0.0 0.0 0.0 0.0

9:57 26.0 0 154 1.62 0.0 0.0 0.0 0.0

9:58 27.0 0 154 1.62 0.0 0.0 0.0 0.0

9:59 28.0 0 154 1.62 0.0 0.0 -0.1 -0.7

10:00 29.0 0 154 1.62 0.7 0.1 0.9 6.5

10:01 30.0 0 154 1.61 -6.5 -0.9 0.0 0.0

10:02 31.0 0 154 1.61 0.0 0.0 -0.1 -0.7

10:03 32.0 0 154 1.61 0.7 0.1 1.0 7.2

10:04 33.0 0 154 1.60 -7.2 -1.0 0.2 1.4

10:05 34.0 0 154 1.60 -1.4 -0.2 -1.0 -7.2

10:06 35.0 0 154 1.61 7.2 1.0 1.0 7.2

10:07 36.0 0 154 1.60 -7.2 -1.0 0.1 0.7

10:08 37.0 0 154 1.60 -0.7 -0.1 0.0 0.0

10:09 38.0 0 154 1.60 0.0 0.0 0.9 6.5

10:10 39.0 0 154 1.59 -6.5 -0.9 0.0 0.0

10:11 40.0 0 154 1.59 0.0 0.0 -0.1 -0.7

10:12 41.0 0 154 1.59 0.7 0.1 1.0 7.2

10:13 42.0 0 154 1.58 -7.2 -1.0 0.0 0.0

10:14 43.0 0 154 1.58 0.0 0.0 0.2 1.4

10:15 44.0 0 154 1.58 -1.4 -0.2 -1.0 -7.2

10:16 45.0 0 154 1.59 7.2 1.0 0.0 0.0

10:17 46.0 0 154 1.59 0.0 0.0 1.0 7.2

10:18 47.0 0 154 1.58 -7.2 -1.0 -1.0 -7.2

10:19 48.0 0 154 1.59 7.2 1.0 0.9 6.5

10:20 49.0 0 154 1.58 -6.5 -0.9 0.0 0.0

10:21 50.0 0 154 1.58 0.0 0.0 0.0 0.0

10:22 51.0 0 154 1.58 0.0 0.0 -0.1 -0.7

10:23 52.0 0 154 1.58 0.7 0.1 1.0 7.2

10:24 53.0 0 154 1.57 -7.2 -1.0 0.2 1.4

10:25 54.0 0 154 1.57 -1.4 -0.2 0.0 0.0

10:26 55.0 0 154 1.57 0.0 0.0 0.0 0.0

10:27 56.0 0 154 1.57 0.0 0.0 -0.1 -0.7

10:28 57.0 0 154 1.57 0.7 0.1 1.0 7.2

10:29 58.0 0 154 1.56 -7.2 -1.0 -0.7 -5.0

10:30 59.0 0 154 1.57 5.0 0.7 1.0 7.2 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 436: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

1.8

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-24 Infiltration Testing

Page 437: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 11.5 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 89.8 320 2.16

Location: IT-25 2-Sep-14 Effective Length 6 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

10:11 0.0 0 Total Flow: 320 0.00

10:12 1.0 20 20 0.02 15.1 1.9 18.1

10:13 2.0 20 40 0.04 15.1 1.9 -13.7

10:14 3.0 20 60 0.41 270.0 33.7 6.9

10:15 4.0 20 80 0.56 105.1 13.1 -3.0

10:16 5.0 20 100 0.82 184.3 23.0 -0.4

10:17 6.0 20 120 1.04 163.4 20.4 2.3

10:18 7.0 20 140 1.24 141.8 17.7 3.1

10:19 8.0 20 160 1.43 135.4 16.9 5.5

10:20 9.0 20 180 1.59 116.6 14.5 4.9

10:21 10.0 20 200 1.76 121.0 15.1 4.1

10:22 11.0 20 220 1.94 127.4 15.9 6.7

10:23 12.0 20 240 2.08 106.6 13.3 1.5

10:24 13.0 0 240 2.29 148.3 18.5 3.6

10:25 14.0 0 240 2.25 -28.8 -3.6 1.9 15.1

10:26 15.0 0 240 2.23 -15.1 -1.9 0.9 7.2

10:27 16.0 0 240 2.22 -7.2 -0.9 0.9 7.2

10:28 17.0 0 240 2.21 -7.2 -0.9 1.0 7.9

10:29 18.0 0 240 2.20 -7.9 -1.0 1.3 10.1

10:30 19.0 0 240 2.18 -10.1 -1.3 0.1 0.7

10:31 20.0 0 240 2.18 -0.7 -0.1 0.9 7.2

10:32 21.0 0 240 2.17 -7.2 -0.9 0.9 7.2

10:33 22.0 0 240 2.16 -7.2 -0.9 1.0 7.9

10:34 23.0 0 240 2.15 -7.9 -1.0 0.4 3.6

10:35 24.0 0 240 2.15 -3.6 -0.4 0.9 7.2

10:36 25.0 0 240 2.14 -7.2 -0.9 0.9 7.2 Average:

10:37 26.0 0 240 2.13 -7.2 -0.9 0.8 6.5 7.3

10:38 27.0 0 240 2.12 -6.5 -0.8 0.0 0.0

10:39 28.0 0 240 2.12 0.0 0.0 1.2 9.4

10:40 29.0 0 240 2.10 -9.4 -1.2 0.8 6.5

10:41 30.0 0 240 2.10 -6.5 -0.8 1.0 7.9

10:42 31.0 0 240 2.08 -7.9 -1.0 0.0 0.0

10:43 32.0 0 240 2.08 0.0 0.0 0.9 7.2

10:44 33.0 0 240 2.07 -7.2 -0.9 -0.2 -1.4

10:45 34.0 0 240 2.08 1.4 0.2 0.9 7.2

10:46 35.0 0 240 2.07 -7.2 -0.9 0.0 0.0

10:47 36.0 0 240 2.07 0.0 0.0 0.9 7.2

10:48 37.0 0 240 2.06 -7.2 -0.9 0.9 7.2

10:49 38.0 0 240 2.05 -7.2 -0.9 -0.1 -0.7

10:50 39.0 0 240 2.05 0.7 0.1 0.9 7.2

10:51 40.0 0 240 2.04 -7.2 -0.9 0.0 0.0

10:52 41.0 0 240 2.04 0.0 0.0 0.8 6.5

10:53 42.0 0 240 2.03 -6.5 -0.8 1.0 7.9

10:54 43.0 0 240 2.02 -7.9 -1.0 0.8 6.5

10:55 44.0 0 240 2.01 -6.5 -0.8 0.2 1.4

10:56 45.0 0 240 2.01 -1.4 -0.2 1.0 7.9

10:57 46.0 0 240 2.00 -7.9 -1.0 1.1 8.6

10:58 47.0 0 240 1.98 -8.6 -1.1 1.0 7.9

10:59 48.0 0 240 1.97 -7.9 -1.0 -1.2 -9.4

11:00 49.0 0 240 1.99 9.4 1.2 1.0 7.9

11:01 50.0 0 240 1.97 -7.9 -1.0 0.1 0.7

11:02 51.0 0 240 1.97 -0.7 -0.1 0.1 0.7

11:03 52.0 0 240 1.97 -0.7 -0.1 0.9 7.2

11:04 53.0 0 240 1.96 -7.2 -0.9 -0.9 -7.2

11:05 54.0 0 240 1.97 7.2 0.9 0.9 7.2

11:06 55.0 0 240 1.96 -7.2 -0.9 0.0 0.0

11:07 56.0 0 240 1.96 0.0 0.0 0.8 6.5

11:08 57.0 0 240 1.95 -6.5 -0.8 0.0 0.0

11:09 58.0 0 240 1.95 0.0 0.0 0.3 2.2

11:10 59.0 0 240 1.95 -2.2 -0.3 0.8 6.5

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 438: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.5

1.0

1.5

2.0

2.5

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280 300

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-25 Infiltration Testing

Page 439: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 11.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 230 0.89

Location: IT-26 26-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

9:49 0.0 0 Total Flow: 230 0.01

9:50 1.0 25 25 0.42 293.0 42.6 -5.9

9:51 2.0 25 50 0.71 212.4 30.9 1.3

9:52 3.0 25 75 0.94 162.7 23.7 4.4

9:53 4.0 25 100 1.14 141.8 20.6 6.5

9:54 5.0 25 125 1.31 127.4 18.5 7.4

9:55 6.0 25 150 1.48 121.0 17.6 8.6

9:56 7.0 25 175 1.64 113.0 16.4 8.5

9:57 8.0 25 200 1.80 113.8 16.5 10.7

9:58 9.0 25 225 1.93 98.6 14.3 10.5

9:59 10.0 5 230 2.07 99.4 14.5 -0.1 -0.9

10:00 11.0 0 230 2.12 35.3 5.1 0.9 6.5

10:01 12.0 0 230 2.11 -6.5 -0.9 0.0 0.0

10:02 13.0 0 230 2.11 0.0 0.0 1.0 7.2

10:03 14.0 0 230 2.10 -7.2 -1.0 0.0 0.0

10:04 15.0 0 230 2.10 0.0 0.0 -0.1 -0.7

10:05 16.0 0 230 2.10 0.7 0.1 1.0 7.2

10:06 17.0 0 230 2.09 -7.2 -1.0 0.1 0.7

10:07 18.0 0 230 2.09 -0.7 -0.1 1.0 7.2

10:08 19.0 0 230 2.08 -7.2 -1.0 0.1 0.7

10:09 20.0 0 230 2.08 -0.7 -0.1 -0.5 -3.6

10:10 21.0 0 230 2.09 3.6 0.5 1.0 7.2

10:11 22.0 0 230 2.08 -7.2 -1.0 0.0 0.0

10:12 23.0 0 230 2.08 0.0 0.0 0.0 0.0

10:13 24.0 0 230 2.08 0.0 0.0 0.9 6.5

10:14 25.0 0 230 2.07 -6.5 -0.9 0.0 0.0 Average:

10:15 26.0 0 230 2.07 0.0 0.0 0.0 0.0 2.2

10:16 27.0 0 230 2.07 0.0 0.0 0.0 0.0

10:17 28.0 0 230 2.07 0.0 0.0 0.0 0.0

10:18 29.0 0 230 2.07 0.0 0.0 0.0 0.0

10:19 30.0 0 230 2.07 0.0 0.0 1.0 7.2

10:20 31.0 0 230 2.06 -7.2 -1.0 0.4 2.9

10:21 32.0 0 230 2.05 -2.9 -0.4 0.4 2.9

10:22 33.0 0 230 2.05 -2.9 -0.4 1.5 10.1

10:23 34.0 0 230 2.03 -10.1 -1.5 0.4 2.9

10:24 35.0 0 230 2.03 -2.9 -0.4 -3.7 -25.2

10:25 36.0 0 230 2.07 25.2 3.7 0.1 0.7

10:26 37.0 0 230 2.06 -0.7 -0.1 0.2 1.4

10:27 38.0 0 230 2.06 -1.4 -0.2 1.3 8.6

10:28 39.0 0 230 2.05 -8.6 -1.3 0.1 0.7

10:29 40.0 0 230 2.05 -0.7 -0.1 -1.6 -10.8

10:30 41.0 0 230 2.06 10.8 1.6 0.0 0.0

10:31 42.0 0 230 2.06 0.0 0.0 0.0 0.0

10:32 43.0 0 230 2.06 0.0 0.0 0.0 0.0

10:33 44.0 0 230 2.06 0.0 0.0 0.1 0.7

10:34 45.0 0 230 2.06 -0.7 -0.1 0.8 5.8

10:35 46.0 0 230 2.06 -5.8 -0.8 -0.1 -0.7

10:36 47.0 0 230 2.06 0.7 0.1 -0.2 -1.4

10:37 48.0 0 230 2.06 1.4 0.2 0.9 6.5

10:38 49.0 0 230 2.05 -6.5 -0.9 -0.1 -0.7

10:39 50.0 0 230 2.05 0.7 0.1 1.3 8.6

10:40 51.0 0 230 2.04 -8.6 -1.3 0.0 0.0

10:41 52.0 0 230 2.04 0.0 0.0 0.9 6.5

10:42 53.0 0 230 2.03 -6.5 -0.9 -0.1 -0.7

10:43 54.0 0 230 2.03 0.7 0.1 -0.1 -0.7

10:44 55.0 0 230 2.03 0.7 0.1 0.8 5.8

10:45 56.0 0 230 2.02 -5.8 -0.8 -0.1 -0.7

10:46 57.0 0 230 2.02 0.7 0.1 0.0 0.0

10:47 58.0 0 230 2.02 0.0 0.0 0.8 5.8

10:48 59.0 0 230 2.02 -5.8 -0.8 -1.0 -7.2 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 440: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.5

1.0

1.5

2.0

2.5

0 20 40 60 80 100 120 140 160 180 200 220 240 260

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-26 Infiltration Testing

Page 441: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 12.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 174 0.84

Location: IT-27 26-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

8:52 0.0 0 Total Flow: 174 -0.03

8:53 1.0 32 32 0.02 36.0 5.2 0.9

8:54 2.0 32 64 0.32 213.8 31.1 -1.9

8:55 3.0 25 89 0.64 233.3 33.9 -0.9

8:56 4.0 20 109 0.89 177.8 25.9 -0.6

8:57 5.0 20 129 1.09 141.8 20.6 1.4

8:58 6.0 20 149 1.26 128.2 18.6 3.3

8:59 7.0 15 164 1.42 114.5 16.7 0.3

9:00 8.0 10 174 1.56 100.8 14.7 0.6 4.0

9:01 9.0 0 174 1.65 64.8 9.4 0.8 5.8

9:02 10.0 0 174 1.64 -5.8 -0.8 -0.1 -0.7

9:03 11.0 0 174 1.65 0.7 0.1 0.8 5.8

9:04 12.0 0 174 1.64 -5.8 -0.8 1.5 10.1

9:05 13.0 0 174 1.62 -10.1 -1.5 1.0 7.2

9:06 14.0 0 174 1.61 -7.2 -1.0 -0.1 -0.7

9:07 15.0 0 174 1.61 0.7 0.1 0.0 0.0

9:08 16.0 0 174 1.61 0.0 0.0 -0.1 -0.7

9:09 17.0 0 174 1.62 0.7 0.1 0.4 2.9

9:10 18.0 0 174 1.61 -2.9 -0.4 0.9 6.5

9:11 19.0 0 174 1.60 -6.5 -0.9 0.1 0.7

9:12 20.0 0 174 1.60 -0.7 -0.1 0.0 0.0

9:13 21.0 0 174 1.60 0.0 0.0 1.0 7.2

9:14 22.0 0 174 1.59 -7.2 -1.0 -0.3 -2.2

9:15 23.0 0 174 1.59 2.2 0.3 -1.0 -7.2

9:16 24.0 0 174 1.60 7.2 1.0 0.9 6.5

9:17 25.0 0 174 1.60 -6.5 -0.9 0.0 0.0 Average:

9:18 26.0 0 174 1.60 0.0 0.0 -0.1 -0.7 2.3

9:19 27.0 0 174 1.60 0.7 0.1 0.4 2.9

9:20 28.0 0 174 1.59 -2.9 -0.4 0.0 0.0

9:21 29.0 0 174 1.59 0.0 0.0 0.0 0.0

9:22 30.0 0 174 1.59 0.0 0.0 0.0 0.0

9:23 31.0 0 174 1.59 0.0 0.0 1.0 7.2

9:24 32.0 0 174 1.58 -7.2 -1.0 0.0 0.0

9:25 33.0 0 174 1.58 0.0 0.0 0.0 0.0

9:26 34.0 0 174 1.58 0.0 0.0 0.1 0.7

9:27 35.0 0 174 1.58 -0.7 -0.1 0.1 0.7

9:28 36.0 0 174 1.58 -0.7 -0.1 0.0 0.0

9:29 37.0 0 174 1.58 0.0 0.0 -0.5 -3.6

9:30 38.0 0 174 1.59 3.6 0.5 1.0 7.2

9:31 39.0 0 174 1.58 -7.2 -1.0 0.0 0.0

9:32 40.0 0 174 1.58 0.0 0.0 0.0 0.0

9:33 41.0 0 174 1.58 0.0 0.0 0.0 0.0

9:34 42.0 0 174 1.58 0.0 0.0 0.9 6.5

9:35 43.0 0 174 1.57 -6.5 -0.9 0.0 0.0

9:36 44.0 0 174 1.57 0.0 0.0 0.0 0.0

9:37 45.0 0 174 1.57 0.0 0.0 0.0 0.0

9:38 46.0 0 174 1.57 0.0 0.0 0.0 0.0

9:39 47.0 0 174 1.57 0.0 0.0 1.0 7.2

9:40 48.0 0 174 1.56 -7.2 -1.0 0.0 0.0

9:41 49.0 0 174 1.56 0.0 0.0 0.1 0.7

9:42 50.0 0 174 1.56 -0.7 -0.1 0.0 0.0

9:43 51.0 0 174 1.56 0.0 0.0 0.0 0.0

9:44 52.0 0 174 1.56 0.0 0.0 -0.2 -1.4

9:45 53.0 0 174 1.56 1.4 0.2 0.0 0.0

9:46 54.0 0 174 1.56 0.0 0.0 1.0 7.2

9:47 55.0 0 174 1.55 -7.2 -1.0 0.0 0.0

9:48 56.0 0 174 1.55 0.0 0.0 0.0 0.0

9:49 57.0 0 174 1.55 0.0 0.0 -0.3 -2.2

9:50 58.0 0 174 1.55 2.2 0.3 0.0 0.0

9:51 59.0 0 174 1.55 0.0 0.0 0.0 0.0 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 442: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

1.8

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-27 Infiltration Testing

Page 443: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 11.5 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 150 0.80

Location: IT-28 25-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

11:22 0.0 0 Total Flow: 150 -0.01

11:23 1.0 30 30 0.19 148.3 21.6 -1.9

11:24 2.0 30 60 0.50 219.6 31.9 5.4

11:25 3.0 30 90 0.73 169.2 24.6 2.2

11:26 4.0 30 120 1.00 190.8 27.8 6.1

11:27 5.0 20 140 1.23 164.2 23.9 0.4

11:28 6.0 10 150 1.41 134.6 19.6 1.7

11:29 7.0 0 150 1.49 56.9 8.3 0.5

11:30 8.0 0 150 1.49 -3.6 -0.5 0.8 5.8

11:31 9.0 0 150 1.48 -5.8 -0.8 0.0 0.0

11:32 10.0 0 150 1.48 0.0 0.0 0.9 6.5

11:33 11.0 0 150 1.47 -6.5 -0.9 0.0 0.0

11:34 12.0 0 150 1.47 0.0 0.0 1.5 10.1

11:35 13.0 0 150 1.46 -10.1 -1.5 0.1 0.7

11:36 14.0 0 150 1.45 -0.7 -0.1 0.1 0.7

11:37 15.0 0 150 1.45 -0.7 -0.1 1.2 7.9

11:38 16.0 0 150 1.44 -7.9 -1.2 0.1 0.7

11:39 17.0 0 150 1.44 -0.7 -0.1 -0.9 -6.5

11:40 18.0 0 150 1.45 6.5 0.9 0.1 0.7

11:41 19.0 0 150 1.45 -0.7 -0.1 1.0 7.2

11:42 20.0 0 150 1.44 -7.2 -1.0 0.0 0.0

11:43 21.0 0 150 1.44 0.0 0.0 0.1 0.7

11:44 22.0 0 150 1.44 -0.7 -0.1 -0.3 -2.2

11:45 23.0 0 150 1.44 2.2 0.3 0.9 6.5

11:46 24.0 0 150 1.43 -6.5 -0.9 0.0 0.0

11:47 25.0 0 150 1.43 0.0 0.0 0.1 0.7 Average:

11:48 26.0 0 150 1.43 -0.7 -0.1 1.0 7.2 2.5

11:49 27.0 0 150 1.42 -7.2 -1.0 -0.4 -2.9

11:50 28.0 0 150 1.43 2.9 0.4 0.1 0.7

11:51 29.0 0 150 1.42 -0.7 -0.1 1.0 7.2

11:52 30.0 0 150 1.41 -7.2 -1.0 0.0 0.0

11:53 31.0 0 150 1.41 0.0 0.0 0.0 0.0

11:54 32.0 0 150 1.41 0.0 0.0 0.9 6.5

11:55 33.0 0 150 1.41 -6.5 -0.9 0.0 0.0

11:56 34.0 0 150 1.41 0.0 0.0 0.1 0.7

11:57 35.0 0 150 1.40 -0.7 -0.1 0.0 0.0

11:58 36.0 0 150 1.40 0.0 0.0 1.2 7.9

11:59 37.0 0 150 1.39 -7.9 -1.2 -0.5 -3.6

12:00 38.0 0 150 1.40 3.6 0.5 -0.1 -0.7

12:01 39.0 0 150 1.40 0.7 0.1 -0.1 -0.7

12:02 40.0 0 150 1.40 0.7 0.1 -0.1 -0.7

12:03 41.0 0 150 1.40 0.7 0.1 -0.1 -0.7

12:04 42.0 0 150 1.40 0.7 0.1 1.9 13.0

12:05 43.0 0 150 1.38 -13.0 -1.9 0.1 0.7

12:06 44.0 0 150 1.38 -0.7 -0.1 0.1 0.7

12:07 45.0 0 150 1.38 -0.7 -0.1 0.1 0.7

12:08 46.0 0 150 1.38 -0.7 -0.1 1.0 7.2

12:09 47.0 0 150 1.37 -7.2 -1.0 -0.7 -5.0

12:10 48.0 0 150 1.38 5.0 0.7 0.0 0.0

12:11 49.0 0 150 1.38 0.0 0.0 -0.1 -0.7

12:12 50.0 0 150 1.38 0.7 0.1 0.0 0.0

12:13 51.0 0 150 1.38 0.0 0.0 0.9 6.5

12:14 52.0 0 150 1.37 -6.5 -0.9 0.3 2.2

12:15 53.0 0 150 1.37 -2.2 -0.3 0.0 0.0

12:16 54.0 0 150 1.37 0.0 0.0 0.1 0.7

12:17 55.0 0 150 1.37 -0.7 -0.1 1.0 7.2

12:18 56.0 0 150 1.36 -7.2 -1.0 0.1 0.7

12:19 57.0 0 150 1.36 -0.7 -0.1 -0.4 -2.9

12:20 58.0 0 150 1.36 2.9 0.4 0.0 0.0

12:21 59.0 0 150 1.36 0.0 0.0 1.0 7.2 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 444: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

0 20 40 60 80 100 120 140 160 180

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-28 Infiltration Testing

Page 445: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 10.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 94 1.76

Location: IT-29 25-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

10:11 0.0 0 Total Flow: 94 -0.06

10:12 1.0 15 15 0.82 630.7 91.7 3.7

10:13 2.0 15 30 0.93 77.8 11.3 3.7

10:14 3.0 15 45 1.03 77.8 11.3 7.8

10:15 4.0 0 45 1.10 49.7 7.2 0.9

10:16 5.0 0 45 1.09 -6.5 -0.9 0.7

10:17 6.0 0 45 1.09 -5.0 -0.7 2.0 13.7

10:18 7.0 0 45 1.07 -13.7 -2.0 0.9 6.5

10:19 8.0 0 45 1.06 -6.5 -0.9 2.2 15.1

10:20 9.0 0 45 1.04 -15.1 -2.2 0.9 6.5

10:21 10.0 0 45 1.03 -6.5 -0.9 -0.1 -0.7

10:22 11.0 0 45 1.03 0.7 0.1 1.9 13.0

10:23 12.0 0 45 1.01 -13.0 -1.9 -0.1 -0.7

10:24 13.0 0 45 1.01 0.7 0.1 2.0 13.7

10:25 14.0 0 45 0.99 -13.7 -2.0 0.9 6.5

10:26 15.0 0 45 0.99 -6.5 -0.9 -0.1 -0.7

10:27 16.0 0 45 0.99 0.7 0.1 0.8 5.8

10:28 17.0 0 45 0.98 -5.8 -0.8 -0.1 -0.7

10:29 18.0 0 45 0.98 0.7 0.1 2.1 14.4

10:30 19.0 0 45 0.96 -14.4 -2.1 1.0 7.2

10:31 20.0 0 45 0.95 -7.2 -1.0 0.0 0.0

10:32 21.0 0 45 0.95 0.0 0.0 1.0 7.2

10:33 22.0 0 45 0.94 -7.2 -1.0 0.9 6.5

10:34 23.0 0 45 0.93 -6.5 -0.9 -0.1 -0.7

10:35 24.0 0 45 0.93 0.7 0.1 -0.3 -2.2

10:36 25.0 0 45 0.93 2.2 0.3 0.8 5.8 Average:

10:37 26.0 0 45 0.93 -5.8 -0.8 -0.3 -2.2 5.0

10:38 27.0 0 45 0.93 2.2 0.3 0.8 5.8

10:39 28.0 0 45 0.92 -5.8 -0.8 2.3 15.8

10:40 29.0 0 45 0.90 -15.8 -2.3 -0.1 -0.7

10:41 30.0 0 45 0.90 0.7 0.1 1.0 7.2

10:42 31.0 0 45 0.89 -7.2 -1.0 -0.1 -0.7

10:43 32.0 0 45 0.89 0.7 0.1 0.9 6.5

10:44 33.0 0 45 0.88 -6.5 -0.9 0.8 5.8

10:45 34.0 0 45 0.87 -5.8 -0.8 1.2 7.9

10:46 35.0 0 45 0.86 -7.9 -1.2 0.1 0.7

10:47 36.0 0 45 0.86 -0.7 -0.1 1.3 8.6

10:48 37.0 0 45 0.85 -8.6 -1.3 0.1 0.7

10:49 38.0 0 45 0.85 -0.7 -0.1 -0.4 -2.9

10:50 39.0 0 45 0.85 2.9 0.4 0.1 0.7

10:51 40.0 0 45 0.85 -0.7 -0.1 0.0 0.0

10:52 41.0 0 45 0.85 0.0 0.0 1.0 7.2

10:53 42.0 0 45 0.84 -7.2 -1.0 0.1 0.7

10:54 43.0 0 45 0.84 -0.7 -0.1 -0.3 -2.2

10:55 44.0 0 45 0.84 2.2 0.3 1.0 7.2

10:56 45.0 0 45 0.83 -7.2 -1.0 0.1 0.7

10:57 46.0 0 45 0.83 -0.7 -0.1 0.0 0.0

10:58 47.0 0 45 0.83 0.0 0.0 1.2 7.9

10:59 48.0 0 45 0.82 -7.9 -1.2 -0.4 -2.9

11:00 49.0 0 45 0.83 2.9 0.4 0.0 0.0

11:01 50.0 0 45 0.83 0.0 0.0 1.0 7.2

11:02 51.0 0 45 0.82 -7.2 -1.0 0.0 0.0

11:03 52.0 0 45 0.82 0.0 0.0 0.9 6.5

11:04 53.0 0 45 0.81 -6.5 -0.9 0.0 0.0

11:05 54.0 0 45 0.81 0.0 0.0 0.0 0.0

11:06 55.0 0 45 0.81 0.0 0.0 0.9 6.5

11:07 56.0 0 45 0.80 -6.5 -0.9 0.0 0.0

11:08 57.0 0 45 0.80 0.0 0.0 0.0 0.0

11:09 58.0 0 45 0.80 0.0 0.0 1.3 8.6

11:10 59.0 0 45 0.79 -8.6 -1.3 0.0 0.0 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 446: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

0 20 40 60 80 100 120 140 160 180 200 220 240

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-29 Infiltration Testing

Page 447: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 12.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 82.3 150 4.3

Location: IT-30 13-Aug-14 Effective Length 5.5 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

11:32 0.0 0 Total Flow: 150 -0.09

11:33 1.0 0 0 1.89 1,424.2 162.7 0.8

11:34 2.0 0 0 1.88 -7.2 -0.8 1.1

11:35 3.0 0 0 1.87 -9.4 -1.1 0.7

11:36 4.0 0 0 1.86 -6.5 -0.7 0.7

11:37 5.0 0 0 1.85 -5.8 -0.7 0.7

11:38 6.0 0 0 1.84 -6.5 -0.7 0.7 5.8

11:39 7.0 0 0 1.84 -5.8 -0.7 1.8 15.8

11:40 8.0 0 0 1.81 -15.8 -1.8 0.8 7.2

11:41 9.0 0 0 1.80 -7.2 -0.8 0.0 0.0

11:42 10.0 0 0 1.80 0.0 0.0 1.6 13.7

11:43 11.0 0 0 1.78 -13.7 -1.6 0.0 0.0

11:44 12.0 0 0 1.78 0.0 0.0 0.8 7.2

11:45 13.0 0 0 1.77 -7.2 -0.8 0.8 7.2

11:46 14.0 0 0 1.76 -7.2 -0.8 -0.1 -0.7

11:47 15.0 0 0 1.77 0.7 0.1 0.8 7.2

11:48 16.0 0 0 1.76 -7.2 -0.8 0.8 7.2

11:49 17.0 0 0 1.75 -7.2 -0.8 0.1 0.7

11:50 18.0 0 0 1.74 -0.7 -0.1 0.8 7.2

11:51 19.0 0 0 1.73 -7.2 -0.8 -0.8 -7.2

11:52 20.0 0 0 1.74 7.2 0.8 1.6 14.4

11:53 21.0 0 0 1.72 -14.4 -1.6 0.8 7.2

11:54 22.0 0 0 1.71 -7.2 -0.8 0.7 6.5

11:55 23.0 0 0 1.71 -6.5 -0.7 0.8 7.2

11:56 24.0 0 0 1.70 -7.2 -0.8 0.1 0.7

11:57 25.0 0 0 1.69 -0.7 -0.1 0.9 7.9 Average:

11:58 26.0 0 0 1.68 -7.9 -0.9 0.0 0.0 5.5

11:59 27.0 0 0 1.68 0.0 0.0 0.4 3.6

12:00 28.0 0 0 1.68 -3.6 -0.4 0.8 7.2

12:01 29.0 0 0 1.67 -7.2 -0.8 0.1 0.7

12:02 30.0 0 0 1.67 -0.7 -0.1 0.7 6.5

12:03 31.0 0 0 1.66 -6.5 -0.7 0.9 7.9

12:04 32.0 0 0 1.65 -7.9 -0.9 -0.3 -2.9

12:05 33.0 0 0 1.65 2.9 0.3 0.7 6.5

12:06 34.0 0 0 1.64 -6.5 -0.7 0.0 0.0

12:07 35.0 0 0 1.64 0.0 0.0 0.7 6.5

12:08 36.0 0 0 1.63 -6.5 -0.7 0.7 6.5

12:09 37.0 0 0 1.62 -6.5 -0.7 1.3 11.5

12:10 38.0 0 0 1.61 -11.5 -1.3 0.7 5.8

12:11 39.0 0 0 1.60 -5.8 -0.7 0.0 0.0

12:12 40.0 0 0 1.60 0.0 0.0 0.8 7.2

12:13 41.0 0 0 1.59 -7.2 -0.8 0.7 6.5

12:14 42.0 0 0 1.58 -6.5 -0.7 0.3 2.9

12:15 43.0 0 0 1.58 -2.9 -0.3 0.8 7.2

12:16 44.0 0 0 1.57 -7.2 -0.8 0.1 0.7

12:17 45.0 0 0 1.57 -0.7 -0.1 0.8 7.2

12:18 46.0 0 0 1.56 -7.2 -0.8 0.8 7.2

12:19 47.0 0 0 1.55 -7.2 -0.8 -0.1 -0.7

12:20 48.0 0 0 1.55 0.7 0.1 0.8 7.2

12:21 49.0 0 0 1.54 -7.2 -0.8 0.7 6.5

12:22 50.0 0 0 1.53 -6.5 -0.7 0.0 0.0

12:23 51.0 0 0 1.53 0.0 0.0 0.8 7.2

12:24 52.0 0 0 1.52 -7.2 -0.8 0.0 0.0

12:25 53.0 0 0 1.52 0.0 0.0 0.7 6.5

12:26 54.0 0 0 1.51 -6.5 -0.7 0.8 7.2

12:27 55.0 0 0 1.50 -7.2 -0.8 -0.1 -0.7

12:28 56.0 0 0 1.50 0.7 0.1 0.7 6.5

12:29 57.0 0 0 1.49 -6.5 -0.7 0.6 5.0

12:30 58.0 0 0 1.48 -5.0 -0.6 0.7 6.5

12:31 59.0 0 0 1.48 -6.5 -0.7 0.0 0.0 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 448: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

1.8

2.0

0 20 40 60 80 100 120 140 160

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-30 Infiltration Testing

Page 449: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 11.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 104.7 117 0.21

Location: IT-31 13-Aug-14 Effective Length 7 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

10:01 0.0 0 Total Flow: 117 -0.03

10:02 1.0 35 35 0.25 199.4 29.0 -6.2

10:03 2.0 35 70 0.65 283.0 41.2 -0.2

10:04 3.0 31 101 0.98 241.9 35.2 0.6

10:05 4.0 16 117 1.27 208.8 30.4 0.4

10:06 5.0 0 117 1.42 107.3 15.6 -1.0

10:07 6.0 0 117 1.43 7.2 1.0 0.9 6.5

10:08 7.0 0 117 1.42 -6.5 -0.9 0.0 0.0

10:09 8.0 0 117 1.42 0.0 0.0 0.4 2.9

10:10 9.0 0 117 1.42 -2.9 -0.4 -0.1 -0.7

10:11 10.0 0 117 1.42 0.7 0.1 0.0 0.0

10:12 11.0 0 117 1.42 0.0 0.0 0.0 0.0

10:13 12.0 0 117 1.42 0.0 0.0 -0.1 -0.7

10:14 13.0 0 117 1.42 0.7 0.1 1.4 9.4

10:15 14.0 0 117 1.41 -9.4 -1.4 0.0 0.0

10:16 15.0 0 117 1.41 0.0 0.0 0.0 0.0

10:17 16.0 0 117 1.41 0.0 0.0 -0.1 -0.7

10:18 17.0 0 117 1.41 0.7 0.1 0.0 0.0

10:19 18.0 0 117 1.41 0.0 0.0 0.2 1.4

10:20 19.0 0 117 1.41 -1.4 -0.2 -0.1 -0.7

10:21 20.0 0 117 1.41 0.7 0.1 0.0 0.0

10:22 21.0 0 117 1.41 0.0 0.0 0.0 0.0

10:23 22.0 0 117 1.41 0.0 0.0 0.0 0.0

10:24 23.0 0 117 1.41 0.0 0.0 0.3 2.2

10:25 24.0 0 117 1.40 -2.2 -0.3 -0.1 -0.7

10:26 25.0 0 117 1.40 0.7 0.1 0.0 0.0 Average:

10:27 26.0 0 117 1.40 0.0 0.0 0.0 0.0 0.6

10:28 27.0 0 117 1.40 0.0 0.0 0.0 0.0

10:29 28.0 0 117 1.40 0.0 0.0 0.1 0.7

10:30 29.0 0 117 1.40 -0.7 -0.1 1.0 7.2

10:31 30.0 0 117 1.39 -7.2 -1.0 -1.2 -7.9

10:32 31.0 0 117 1.40 7.9 1.2 1.0 7.2

10:33 32.0 0 117 1.39 -7.2 -1.0 0.0 0.0

10:34 33.0 0 117 1.39 0.0 0.0 0.3 2.2

10:35 34.0 0 117 1.39 -2.2 -0.3 -1.0 -7.2

10:36 35.0 0 117 1.40 7.2 1.0 0.9 6.5

10:37 36.0 0 117 1.39 -6.5 -0.9 0.0 0.0

10:38 37.0 0 117 1.39 0.0 0.0 0.0 0.0

10:39 38.0 0 117 1.39 0.0 0.0 0.3 2.2

10:40 39.0 0 117 1.39 -2.2 -0.3 -1.0 -7.2

10:41 40.0 0 117 1.40 7.2 1.0 0.9 6.5

10:42 41.0 0 117 1.39 -6.5 -0.9 0.0 0.0

10:43 42.0 0 117 1.39 0.0 0.0 0.0 0.0

10:44 43.0 0 117 1.39 0.0 0.0 0.2 1.4

10:45 44.0 0 117 1.39 -1.4 -0.2 0.0 0.0

10:46 45.0 0 117 1.39 0.0 0.0 0.0 0.0

10:47 46.0 0 117 1.39 0.0 0.0 -0.1 -0.7

10:48 47.0 0 117 1.39 0.7 0.1 0.0 0.0

10:49 48.0 0 117 1.39 0.0 0.0 0.3 2.2

10:50 49.0 0 117 1.39 -2.2 -0.3 0.0 0.0

10:51 50.0 0 117 1.39 0.0 0.0 -0.1 -0.7

10:52 51.0 0 117 1.39 0.7 0.1 0.0 0.0

10:53 52.0 0 117 1.39 0.0 0.0 0.0 0.0

10:54 53.0 0 117 1.39 0.0 0.0 0.2 1.4

10:55 54.0 0 117 1.39 -1.4 -0.2 -0.1 -0.7

10:56 55.0 0 117 1.39 0.7 0.1 0.0 0.0

10:57 56.0 0 117 1.39 0.0 0.0 -0.1 -0.7

10:58 57.0 0 117 1.39 0.7 0.1 -0.1 -0.7

10:59 58.0 0 117 1.39 0.7 0.1 0.7 5.0

11:00 59.0 0 117 1.38 -5.0 -0.7 0.0 0.0 Average:

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 450: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

0 20 40 60 80 100 120 140 160 180 200 220

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-31 Infiltration Testing

Page 451: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 11.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 127.2 258 1.6

Location: IT-33 12-Aug-14 Effective Length 8.5 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

10:37 0.0 0 Total Flow: 258 -0.06

10:38 1.0 30 30 0.11 119.5 21.1 -3.6

10:39 2.0 30 60 0.37 190.1 33.6 -1.2

10:40 3.0 28 88 0.62 176.4 31.2 1.6

10:41 4.0 28 116 0.83 149.8 26.4 2.7

10:42 5.0 28 144 1.03 143.3 25.3 2.7

10:43 6.0 26 170 1.22 143.3 25.3 2.0

10:44 7.0 26 196 1.41 136.1 24.0 5.7

10:45 8.0 26 222 1.57 115.2 20.3 2.0

10:46 9.0 26 248 1.76 136.1 24.0 3.0

10:47 10.0 10 258 1.94 130.3 23.0 1.1

10:48 11.0 0 258 2.01 50.4 8.9 0.8

10:49 12.0 0 258 2.01 -4.3 -0.8 5.5

10:50 13.0 0 258 1.96 -31.0 -5.5 1.1 6.5

10:51 14.0 0 258 1.96 -6.5 -1.1 2.5 14.4

10:52 15.0 0 258 1.94 -14.4 -2.5 1.0 5.8

10:53 16.0 0 258 1.93 -5.8 -1.0 1.1 6.5

10:54 17.0 0 258 1.92 -6.5 -1.1 2.2 12.2

10:55 18.0 0 258 1.90 -12.2 -2.2 1.3 7.2

10:56 19.0 0 258 1.89 -7.2 -1.3 1.3 7.2

10:57 20.0 0 258 1.88 -7.2 -1.3 1.4 7.9

10:58 21.0 0 258 1.87 -7.9 -1.4 1.3 7.2

10:59 22.0 0 258 1.86 -7.2 -1.3 0.8 4.3

11:00 23.0 0 258 1.85 -4.3 -0.8 1.3 7.2

11:01 24.0 0 258 1.84 -7.2 -1.3 1.4 7.9

11:02 25.0 0 258 1.83 -7.9 -1.4 1.4 7.9 Average:

11:03 26.0 0 258 1.82 -7.9 -1.4 1.3 7.2 7.8

11:04 27.0 0 258 1.81 -7.2 -1.3 0.6 3.6

11:05 28.0 0 258 1.81 -3.6 -0.6 0.0 0.0

11:06 29.0 0 258 1.81 0.0 0.0 1.0 5.8

11:07 30.0 0 258 1.80 -5.8 -1.0 0.0 0.0

11:08 31.0 0 258 1.80 0.0 0.0 1.3 7.2

11:09 32.0 0 258 1.79 -7.2 -1.3 1.7 9.4

11:10 33.0 0 258 1.78 -9.4 -1.7 0.0 0.0

11:11 34.0 0 258 1.78 0.0 0.0 1.3 7.2

11:12 35.0 0 258 1.77 -7.2 -1.3 -0.1 -0.7

11:13 36.0 0 258 1.77 0.7 0.1 1.3 7.2

11:14 37.0 0 258 1.76 -7.2 -1.3 1.5 8.6

11:15 38.0 0 258 1.75 -8.6 -1.5 0.1 0.7

11:16 39.0 0 258 1.74 -0.7 -0.1 1.1 6.5

11:17 40.0 0 258 1.74 -6.5 -1.1 1.4 7.9

11:18 41.0 0 258 1.72 -7.9 -1.4 0.0 0.0

11:19 42.0 0 258 1.72 0.0 0.0 0.8 4.3

11:20 43.0 0 258 1.72 -4.3 -0.8 0.0 0.0

11:21 44.0 0 258 1.72 0.0 0.0 1.3 7.2

11:22 45.0 0 258 1.71 -7.2 -1.3 -0.1 -0.7

11:23 46.0 0 258 1.71 0.7 0.1 1.3 7.2

11:24 47.0 0 258 1.70 -7.2 -1.3 0.4 2.2

11:25 48.0 0 258 1.70 -2.2 -0.4 1.3 7.2

11:26 49.0 0 258 1.69 -7.2 -1.3 0.0 0.0

11:27 50.0 0 258 1.69 0.0 0.0 1.3 7.2

11:28 51.0 0 258 1.68 -7.2 -1.3 0.0 0.0

11:29 52.0 0 258 1.68 0.0 0.0 1.3 7.2

11:30 53.0 0 258 1.67 -7.2 -1.3 0.1 0.7

11:31 54.0 0 258 1.67 -0.7 -0.1 1.3 7.2 Average:

11:32 55.0 0 258 1.66 -7.2 -1.3 0.1 0.7 4.1

11:33 56.0 0 258 1.65 -0.7 -0.1 1.4 7.9

11:34 57.0 0 258 1.64 -7.9 -1.4 0.5 2.9

11:35 58.0 0 258 1.64 -2.9 -0.5 0.1 0.7

11:36 59.0 0 258 1.64 -0.7 -0.1 0.1 0.7

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 452: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.5

1.0

1.5

2.0

2.5

0 20 40 60 80 100 120 140 160 180 200 220 240

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-33 Infiltration Testing

Page 453: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 8.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 3.0 Volume/ft (gal/ft): 202.0 1,106 11.4

Location: IT-34 12-Aug-14 Effective Length 9 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

9:04 0.0 0 Total Flow: 1,106 -0.04

9:05 1.0 33 33 0.10 100.8 28.3 7.1

9:06 2.0 33 66 0.23 92.2 25.9 1.1

9:07 3.0 33 99 0.39 113.8 31.9 3.1

9:08 4.0 33 132 0.54 106.6 29.9 5.1

9:09 5.0 33 165 0.68 99.4 27.9 6.7

9:10 6.0 30 195 0.81 93.6 26.3 5.4

9:11 7.0 30 225 0.93 87.8 24.6 7.4

9:12 8.0 0 225 1.04 80.6 22.6 11.1

9:13 9.0 0 225 0.98 -39.6 -11.1 11.1 39.6

9:14 10.0 0 225 0.93 -39.6 -11.1 -3.2

9:15 11.0 0 225 0.95 11.5 3.2 8.3 29.5

9:16 12.0 0 225 0.90 -29.5 -8.3 6.3 22.3

9:17 13.0 0 225 0.87 -22.3 -6.3 8.3 29.5

9:18 14.0 0 225 0.83 -29.5 -8.3 6.5 23.0

9:19 15.0 0 225 0.80 -23.0 -6.5 2.0 7.2

9:20 16.0 0 225 0.79 -7.2 -2.0 5.9 20.9

9:21 17.0 0 225 0.76 -20.9 -5.9 5.9 20.9

9:22 18.0 0 225 0.73 -20.9 -5.9 3.8 13.7

9:23 19.0 0 225 0.71 -13.7 -3.8 7.7 27.4

9:24 20.0 0 225 0.68 -27.4 -7.7 5.7 20.2

9:25 21.0 0 225 0.65 -20.2 -5.7 5.9 20.9

9:26 22.0 0 225 0.62 -20.9 -5.9 6.1 21.6

9:27 23.0 0 225 0.59 -21.6 -6.1 4.2 15.1

9:28 24.0 0 225 0.57 -15.1 -4.2 5.9 20.9

9:29 25.0 0 225 0.54 -20.9 -5.9 3.2 11.5 Average:

9:30 26.0 0 225 0.52 -11.5 -3.2 5.9 20.9 20

9:31 27.0 15 240 0.49 -20.9 -5.9 5.1

9:32 28.0 33 273 0.54 35.3 9.9 1.3

9:33 29.0 33 306 0.70 113.0 31.7 3.1

9:34 30.0 33 339 0.85 106.6 29.9 3.1

9:35 31.0 10 349 1.00 106.6 29.9 6.0

9:36 32.0 0 349 1.02 14.4 4.0 3.6

9:37 33.0 0 349 1.00 -13.0 -3.6 5.9 20.9

9:38 34.0 0 349 0.97 -20.9 -5.9 5.7 20.2

9:39 35.0 0 349 0.94 -20.2 -5.7 6.1 21.6

9:40 36.0 0 349 0.91 -21.6 -6.1 6.3 22.3

9:41 37.0 0 349 0.88 -22.3 -6.3 3.8 13.7

9:42 38.0 0 349 0.86 -13.7 -3.8 6.1 21.6

9:43 39.0 0 349 0.83 -21.6 -6.1 5.9 20.9

9:44 40.0 0 349 0.80 -20.9 -5.9 3.4 12.2

9:45 41.0 0 349 0.78 -12.2 -3.4 3.8 13.7

9:46 42.0 0 349 0.77 -13.7 -3.8 5.7 20.2

9:47 43.0 0 349 0.74 -20.2 -5.7 3.8 13.7

9:48 44.0 0 349 0.72 -13.7 -3.8 4.0 14.4

9:49 45.0 0 349 0.70 -14.4 -4.0 5.3 18.7

9:50 46.0 0 349 0.67 -18.7 -5.3 3.8 13.7

9:51 47.0 0 349 0.65 -13.7 -3.8 3.8 13.7

9:52 48.0 0 349 0.63 -13.7 -3.8 3.8 13.7

9:53 49.0 0 349 0.62 -13.7 -3.8 3.8 13.7

9:54 50.0 0 349 0.60 -13.7 -3.8 7.5 26.6

9:55 51.0 0 349 0.56 -26.6 -7.5 3.8 13.7

9:56 52.0 0 349 0.54 -13.7 -3.8 4.0 14.4

9:57 53.0 0 349 0.52 -14.4 -4.0 4.0 14.4

9:58 54.0 0 349 0.50 -14.4 -4.0 3.8 13.7 Average:

9:59 55.0 0 349 0.48 -13.7 -3.8 3.8 13.7 15

10:00 56.0 33 382 0.46 -13.7 -3.8 -2.5

10:01 57.0 33 415 0.64 126.7 35.5 3.1

10:02 58.0 33 448 0.79 106.6 29.9 3.3

10:03 59.0 33 481 0.93 105.8 29.7 3.1

Estimated

Rate:

Advance Outwash

Total Flow (gal):

Page 454: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-34 Infiltration Testing

Page 455: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 8.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 3.0 Volume/ft (gal/ft): 190.7 375 4.7

Location: IT-35 7-Aug-14 Effective Length 8.5 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

11:01 0.0 0 Total Flow: 375 0.00

11:02 1.0 35 35 0.65 467.3 123.8 3.1

11:03 2.0 35 70 0.81 120.2 31.9 5.1

11:04 3.0 35 105 0.97 113.0 29.9 8.5

11:05 4.0 30 135 1.11 100.1 26.5 5.6

11:06 5.0 30 165 1.24 92.2 24.4 7.3

11:07 6.0 25 190 1.36 85.7 22.7 4.4

11:08 7.0 0 190 1.47 77.8 20.6 3.8

11:09 8.0 0 190 1.45 -14.4 -3.8 3.2 12.2

11:10 9.0 0 190 1.43 -12.2 -3.2 2.7 10.1

11:11 10.0 0 190 1.41 -10.1 -2.7 2.9 10.8

11:12 11.0 0 190 1.40 -10.8 -2.9 2.7 10.1

11:13 12.0 0 190 1.39 -10.1 -2.7 0.8 2.9

11:14 13.0 0 190 1.38 -2.9 -0.8 13.9 52.6

11:15 14.0 0 190 1.31 -52.6 -13.9 2.3 8.6

11:16 15.0 0 190 1.30 -8.6 -2.3 4.2 15.8

11:17 16.0 0 190 1.27 -15.8 -4.2 2.5 9.4

11:18 17.0 0 190 1.26 -9.4 -2.5 2.1 7.9

11:19 18.0 0 190 1.25 -7.9 -2.1 -2.5 -9.4

11:20 19.0 0 190 1.26 9.4 2.5 1.9 7.2

11:21 20.0 0 190 1.25 -7.2 -1.9 3.8 14.4

11:22 21.0 0 190 1.23 -14.4 -3.8 1.9 7.2

11:23 22.0 0 190 1.22 -7.2 -1.9 1.9 7.2 Average:

11:24 23.0 0 190 1.21 -7.2 -1.9 2.1 7.9 6

11:25 24.0 0 190 1.20 -7.9 -2.1 2.3 8.6

11:26 25.0 0 190 1.19 -8.6 -2.3 2.3 8.6

11:27 26.0 0 190 1.18 -8.6 -2.3 2.1 7.9

11:28 27.0 0 190 1.17 -7.9 -2.1 2.3 8.6

11:29 28.0 0 190 1.16 -8.6 -2.3 -2.3 -8.6

11:30 29.0 0 190 1.17 8.6 2.3 0.6 2.2

11:31 30.0 0 190 1.16 -2.2 -0.6 0.6 2.2

11:32 31.0 0 190 1.16 -2.2 -0.6 0.6 2.2

11:33 32.0 0 190 1.16 -2.2 -0.6 0.6 2.2

11:34 33.0 0 190 1.16 -2.2 -0.6 14.9 56.2

11:35 34.0 0 190 1.08 -56.2 -14.9 2.3 8.6

11:36 35.0 0 190 1.07 -8.6 -2.3 2.1 7.9

11:37 36.0 0 190 1.05 -7.9 -2.1 2.1 7.9

11:38 37.0 0 190 1.04 -7.9 -2.1 2.3 8.6

11:39 38.0 0 190 1.03 -8.6 -2.3 -2.3 -8.6

11:40 39.0 0 190 1.04 8.6 2.3 0.2 0.7

11:41 40.0 0 190 1.04 -0.7 -0.2 0.0 0.0

11:42 41.0 0 190 1.04 0.0 0.0 0.0 0.0

11:43 42.0 0 190 1.04 0.0 0.0 0.0 0.0

11:44 43.0 0 190 1.04 0.0 0.0 10.3

11:45 44.0 0 190 0.99 -38.9 -10.3 -9.2

11:46 45.0 0 190 1.04 34.6 9.2 -9.2

11:47 46.0 0 190 1.08 34.6 9.2 -9.2

11:48 47.0 0 190 1.13 34.6 9.2 -9.2

11:49 48.0 0 190 1.18 34.6 9.2 107.8

11:50 49.0 0 190 0.62 -406.8 -107.8 1.1 4.3

11:51 50.0 0 190 0.61 -4.3 -1.1 -1.0 -3.6

11:52 51.0 0 190 0.61 3.6 1.0 1.0 3.6

11:53 52.0 0 190 0.61 -3.6 -1.0 1.0 3.6

11:54 53.0 0 190 0.60 -3.6 -1.0 11.1 41.8

11:55 54.0 0 190 0.55 -41.8 -11.1 2.1 7.9

11:56 55.0 0 190 0.54 -7.9 -2.1 0.4 1.4

11:57 56.0 20 210 0.53 -1.4 -0.4 3.2

11:58 57.0 30 240 0.62 63.4 16.8 2.0

11:59 58.0 30 270 0.77 105.8 28.0 3.7

12:00 59.0 25 295 0.91 99.4 26.3 6.3

Estimated

Rate:

Advance Outwash

Total Flow (gal):

Page 456: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

0 20 40 60 80 100 120 140 160 180 200 220

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-35 Infiltration Testing

Page 457: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 6.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 3.0 Volume/ft (gal/ft): 179.5 1,035 14

Location: IT-36 11-Aug-14 Effective Length 8 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

9:26 0.0 0 Total Flow: 1,035 0.00

9:27 1.0 25 -0.02 -12.2 -3.1

9:28 2.0 25 25 0.58 431.3 107.5

9:29 3.0 25 50 0.70 84.2 21.0 -1.0

9:30 4.0 25 75 0.84 104.4 26.0 5.6

9:31 5.0 25 100 0.95 77.8 19.4 7.4

9:32 6.0 25 125 1.05 70.6 17.6 9.0

9:33 7.0 5 130 1.14 64.1 16.0 8.6

9:34 8.0 0 130 1.12 -14.4 -3.6 8.8 35.3

9:35 9.0 0 130 1.07 -35.3 -8.8 9.3 37.4

9:36 10.0 0 130 1.02 -37.4 -9.3 5.4 21.6

9:37 11.0 0 130 0.99 -21.6 -5.4 7.4 29.5

9:38 12.0 0 130 0.95 -29.5 -7.4 5.7 23.0

9:39 13.0 0 130 0.92 -23.0 -5.7 1.6 6.5

9:40 14.0 0 130 0.91 -6.5 -1.6 4.5 18.0

9:41 15.0 0 130 0.88 -18.0 -4.5 4.7 18.7

9:42 16.0 0 130 0.86 -18.7 -4.7 4.3 17.3

9:43 17.0 0 130 0.83 -17.3 -4.3 2.9 11.5

9:44 18.0 0 130 0.82 -11.5 -2.9 12.6 50.4

9:45 19.0 0 130 0.75 -50.4 -12.6 3.4 13.7

9:46 20.0 0 130 0.73 -13.7 -3.4 5.2 20.9

9:47 21.0 0 130 0.70 -20.9 -5.2 3.4 13.7

9:48 22.0 0 130 0.68 -13.7 -3.4 3.4 13.7 Average:

9:49 23.0 0 130 0.66 -13.7 -3.4 5.0 20.2 20

9:50 24.0 28 158 0.63 -20.2 -5.0 5.2

9:51 25.0 28 186 0.76 91.4 22.8 5.0

9:52 26.0 28 214 0.89 92.2 23.0 7.0

9:53 27.0 28 242 1.00 84.2 21.0 6.8

9:54 28.0 0 242 1.12 85.0 21.2 4.3

9:55 29.0 0 242 1.10 -17.3 -4.3 5.4 21.6

9:56 30.0 0 242 1.07 -21.6 -5.4 7.2 28.8

9:57 31.0 0 242 1.03 -28.8 -7.2 5.4 21.6

9:58 32.0 0 242 1.00 -21.6 -5.4 3.6 14.4

9:59 33.0 0 242 0.98 -14.4 -3.6 4.3 17.3

10:00 34.0 0 242 0.95 -17.3 -4.3 3.2 13.0

10:01 35.0 0 242 0.94 -13.0 -3.2 5.2 20.9

10:02 36.0 0 242 0.91 -20.9 -5.2 4.8 19.4

10:03 37.0 0 242 0.88 -19.4 -4.8 3.4 13.7

10:04 38.0 0 242 0.86 -13.7 -3.4 0.3

10:06 39.4 0 242 0.86 -1.0 -0.3 -1.6

10:07 40.4 0 242 0.87 6.5 1.6 12.4

10:08 41.4 0 242 0.80 -49.7 -12.4 7.2 28.8

10:09 42.4 0 242 0.76 -28.8 -7.2 7.0 28.1

10:10 43.4 0 242 0.72 -28.1 -7.0 5.7 23.0

10:11 44.4 0 242 0.69 -23.0 -5.7 5.6 22.3

10:12 45.4 0 242 0.66 -22.3 -5.6 3.9 15.8 Average:

10:13 46.4 0 242 0.63 -15.8 -3.9 3.9 15.8 22

10:14 47.4 25 267 0.61 -15.8 -3.9 4.2

10:15 48.4 25 292 0.73 83.5 20.8 2.0

10:16 49.4 25 317 0.86 92.2 23.0 4.0

10:17 50.4 25 342 0.97 84.2 21.0 4.0

10:18 51.4 0 342 1.09 84.2 21.0 3.6 14.4

10:19 52.4 0 342 1.07 -14.4 -3.6 4.1 16.6

10:20 53.4 0 342 1.05 -16.6 -4.1 5.4 21.6

10:21 54.4 0 342 1.02 -21.6 -5.4 5.2 20.9

10:22 55.4 0 342 0.99 -20.9 -5.2 5.4 21.6

10:23 56.4 0 342 0.96 -21.6 -5.4 3.4 13.7

10:24 57.4 0 342 0.94 -13.7 -3.4 5.4 21.6

10:25 58.4 0 342 0.91 -21.6 -5.4 3.6 14.4

10:26 59.4 0 342 0.89 -14.4 -3.6 5.2 20.9

Estimated

Rate:

Advance Outwash

Total Flow (gal):

Page 458: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-36 Infiltration Testing

Page 459: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 6.5 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 3.0 Volume/ft (gal/ft): 224.4 700 5.0

Location: IT-37 11-Aug-14 Effective Length 10 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

8:36 0.0 Total Flow: 700 -0.03

8:37 1.0 0 -0.04 -7.9 -2.5

8:38 2.0 25 25 -0.05 -1.4 -0.4

8:39 3.0 25 50 0.37 296.6 92.5 4.4

8:40 4.0 25 75 0.46 66.2 20.6 2.8

8:41 5.0 25 100 0.56 71.3 22.2 5.3

8:42 6.0 25 125 0.65 63.4 19.7 5.0

8:43 7.0 25 150 0.73 64.1 20.0 5.3

8:44 8.0 25 175 0.82 63.4 19.7 5.0

8:45 9.0 25 200 0.91 64.1 20.0 7.3

8:46 10.0 25 225 0.99 56.9 17.7 7.3

8:47 11.0 5 230 1.07 56.9 17.7 5.0

8:48 12.0 0 230 1.07 0.0 0.0 4.3 13.7

8:49 13.0 0 230 1.05 -13.7 -4.3 7.6 24.5

8:50 14.0 0 230 1.02 -24.5 -7.6 4.5 14.4

8:51 15.0 0 230 1.00 -14.4 -4.5 4.5 14.4

8:52 16.0 0 230 0.98 -14.4 -4.5 2.2 7.2

8:53 17.0 0 230 0.97 -7.2 -2.2 4.5 14.4

8:54 18.0 0 230 0.95 -14.4 -4.5 3.6 11.5

8:55 19.0 0 230 0.93 -11.5 -3.6 2.2 7.2

8:56 20.0 0 230 0.92 -7.2 -2.2 4.5 14.4

8:57 21.0 0 230 0.90 -14.4 -4.5 2.0 6.5

8:58 22.0 0 230 0.89 -6.5 -2.0 4.3 13.7

8:59 23.0 0 230 0.87 -13.7 -4.3 2.7 8.6

9:00 24.0 0 230 0.86 -8.6 -2.7 2.2 7.2

9:01 25.0 0 230 0.85 -7.2 -2.2 4.7 15.1

9:02 26.0 0 230 0.83 -15.1 -4.7 2.2 7.2

9:03 27.0 0 230 0.82 -7.2 -2.2 4.3 13.7

9:04 28.0 0 230 0.80 -13.7 -4.3 1.8 5.8

9:05 29.0 0 230 0.79 -5.8 -1.8 2.0 6.5

9:06 30.0 0 230 0.78 -6.5 -2.0 2.2 7.2

9:07 31.0 0 230 0.77 -7.2 -2.2 2.2 7.2

9:08 32.0 0 230 0.76 -7.2 -2.2 2.2 7.2

9:09 33.0 0 230 0.75 -7.2 -2.2 2.5 7.9

9:10 34.0 0 230 0.74 -7.9 -2.5 4.7 15.1

9:11 35.0 0 230 0.72 -15.1 -4.7 2.2 7.2

9:12 36.0 0 230 0.71 -7.2 -2.2 2.5 7.9

9:13 37.0 0 230 0.70 -7.9 -2.5 2.5 7.9

9:14 38.0 0 230 0.69 -7.9 -2.5 0.4 1.4

9:15 39.0 0 230 0.69 -1.4 -0.4 2.5 7.9

9:16 40.0 0 230 0.68 -7.9 -2.5 2.5 7.9 Average:

9:17 41.0 0 230 0.67 -7.9 -2.5 2.7 8.6 8.0

9:18 42.0 20 250 0.65 -8.6 -2.7 2.5

9:19 43.0 25 275 0.73 56.2 17.5 -2.2

9:20 44.0 25 300 0.85 87.1 27.2 2.8

9:21 45.0 25 325 0.95 71.3 22.2 2.8

9:22 46.0 15 340 1.05 71.3 22.2 4.0

9:23 47.0 0 340 1.10 35.3 11.0 2.2

9:24 48.0 0 340 1.09 -7.2 -2.2 4.9 15.8

9:25 49.0 0 340 1.07 -15.8 -4.9 4.7 15.1

9:26 50.0 0 340 1.05 -15.1 -4.7 2.5 7.9

9:27 51.0 0 340 1.04 -7.9 -2.5 2.2 7.2

9:28 52.0 0 340 1.03 -7.2 -2.2 2.5 7.9

9:29 53.0 0 340 1.01 -7.9 -2.5 2.7 8.6

9:30 54.0 0 340 1.00 -8.6 -2.7 2.5 7.9

9:31 55.0 0 340 0.99 -7.9 -2.5 2.2 7.2

9:32 56.0 0 340 0.98 -7.2 -2.2 2.2 7.2

9:33 57.0 0 340 0.97 -7.2 -2.2 2.2 7.2

9:34 58.0 0 340 0.96 -7.2 -2.2 1.8 5.8

9:35 59.0 0 340 0.95 -5.8 -1.8 2.7 8.6

Estimated

Rate:

Advance Outwash

Total Flow (gal):

Page 460: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-37 Infiltration Testing

Stage (ft) Meter Flow (gpm)

Page 461: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 7.5 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.5 Volume/ft (gal/ft): 140.3 1,024 15.4

Location: IT-38 7-Aug-14 Effective Length 7.5 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

10:04 0.0 0 Total Flow: 1,024 0.11

10:05 1.0 0 0.11 0.0 0.0

10:06 2.0 0 0.11 -0.7 -0.1

10:07 3.0 25 25 0.32 156.2 30.4 4.5

10:08 4.0 25 50 0.47 105.1 20.5 4.2

10:09 5.0 25 75 0.62 106.6 20.8 6.5

10:10 6.0 25 100 0.75 95.0 18.5 8.3

10:11 7.0 25 125 0.87 85.7 16.7 7.0

10:12 8.0 25 150 1.00 92.2 18.0 9.9

10:13 9.0 25 175 1.10 77.8 15.1 9.9

10:14 10.0 15 190 1.21 77.8 15.1 9.7

10:15 11.0 0 190 1.25 27.4 5.3 8.3 42.5

10:16 12.0 0 190 1.19 -42.5 -8.3 8.3 42.5

10:17 13.0 0 190 1.13 -42.5 -8.3 5.6 28.8

10:18 14.0 0 190 1.09 -28.8 -5.6 6.9 35.3

10:19 15.0 0 190 1.04 -35.3 -6.9 5.5 28.1

10:20 16.0 0 190 1.00 -28.1 -5.5 5.5 28.1

10:21 17.0 0 190 0.96 -28.1 -5.5 5.6 28.8

10:22 18.0 0 190 0.92 -28.8 -5.6 5.6 28.8

10:23 19.0 0 190 0.88 -28.8 -5.6 5.6 28.8

10:24 20.0 0 190 0.84 -28.8 -5.6 3.8 19.4

10:25 21.0 0 190 0.82 -19.4 -3.8 4.2 21.6

10:26 22.0 0 190 0.79 -21.6 -4.2 5.5 28.1

10:27 23.0 0 190 0.75 -28.1 -5.5 4.2 21.6

10:28 24.0 0 190 0.72 -21.6 -4.2 4.1 20.9

10:29 25.0 0 190 0.69 -20.9 -4.1 4.1 20.9

10:30 26.0 0 190 0.66 -20.9 -4.1 4.1 20.9

10:31 27.0 0 190 0.63 -20.9 -4.1 4.2 21.6

10:32 28.0 0 190 0.60 -21.6 -4.2 4.1 20.9 Average:

10:33 29.0 0 190 0.57 -20.9 -4.1 4.2 21.6 22

10:34 30.0 0 190 0.54 -21.6 -4.2 2.8 14.4

10:35 31.0 20 210 0.52 -14.4 -2.8 6.0

10:36 32.0 25 235 0.62 72.0 14.0 1.6

10:37 33.0 25 260 0.79 120.2 23.4 4.2

10:38 34.0 25 285 0.94 106.6 20.8 7.0

10:39 35.0 25 310 1.07 92.2 18.0 7.3

10:40 36.0 7 317 1.19 90.7 17.7 4.3 22.3

10:41 37.0 0 317 1.21 13.7 2.7 5.5 28.1

10:42 38.0 0 317 1.17 -28.1 -5.5 5.5 28.1

10:43 39.0 0 317 1.13 -28.1 -5.5 4.2 21.6

10:44 40.0 0 317 1.10 -21.6 -4.2 4.1 20.9

10:45 41.0 0 317 1.07 -20.9 -4.1 5.6 28.8

10:46 42.0 0 317 1.03 -28.8 -5.6 4.1 20.9

10:47 43.0 0 317 1.00 -20.9 -4.1 4.2 21.6

10:48 44.0 0 317 0.97 -21.6 -4.2 4.1 20.9

10:49 45.0 0 317 0.95 -20.9 -4.1 4.3 22.3

10:50 46.0 0 317 0.91 -22.3 -4.3 3.9 20.2

10:51 47.0 5 322 0.89 -20.2 -3.9 5.0 25.7

10:52 48.0 25 347 0.89 0.0 0.0 5.8

10:53 49.0 25 372 1.02 98.6 19.2 5.6

10:54 50.0 15 387 1.16 99.4 19.4 5.5

10:55 51.0 0 387 1.23 49.0 9.5 4.2 21.6

10:56 52.0 0 387 1.20 -21.6 -4.2 5.6 28.8

10:57 53.0 0 387 1.16 -28.8 -5.6 4.2 21.6

10:58 54.0 0 387 1.13 -21.6 -4.2 4.2 21.6

10:59 55.0 0 387 1.10 -21.6 -4.2 3.5 18.0

11:00 56.0 0 387 1.07 -18.0 -3.5 4.1 20.9

11:01 57.0 0 387 1.05 -20.9 -4.1 4.1 20.9

11:02 58.0 0 387 1.02 -20.9 -4.1 4.1 20.9

11:03 59.0 0 387 0.99 -20.9 -4.1 4.1 20.9

Estimated

Rate:

Advance Outwash

Total Flow (gal):

Page 462: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

0 20 40 60 80 100 120 140 160 180 200 220 240 260 280 300

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-38 Infiltration Testing

Stage (ft) Meter Flow (gpm)

Page 463: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 4.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 3.0 Volume/ft (gal/ft): 179.5 1,215 23

Location: IT-39 7-Aug-14 Effective Length 8 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

9:23 0.0 0 Total Flow: 1,215 0.48

9:24 1.0 0 0.45 -20.9 -5.2

9:25 2.0 0 0.40 -30.2 -7.5

9:26 3.0 0 0 0.36 -28.8 -7.2 6.8 27.4

9:27 4.0 0 0 0.33 -27.4 -6.8 5.2 20.9

9:28 5.0 0 0 0.30 -20.9 -5.2 7.0 28.1

9:29 6.0 0 0 0.26 -28.1 -7.0 7.7 31.0

9:30 7.0 0 0 0.22 -31.0 -7.7 5.4 21.6

9:31 8.0 0 0 0.19 -21.6 -5.4 3.4 13.7 Average:

9:32 9.0 25 25 0.17 -13.7 -3.4 3.8 24

9:33 10.0 25 50 0.28 85.0 21.2 9.2

9:34 11.0 25 75 0.37 63.4 15.8 9.2

9:35 12.0 15 90 0.46 63.4 15.8 8.0

9:36 13.0 0 90 0.50 28.1 7.0 7.0 28.1

9:37 14.0 0 90 0.46 -28.1 -7.0 7.2 28.8

9:38 15.0 0 90 0.42 -28.8 -7.2 5.4 21.6

9:39 16.0 0 90 0.39 -21.6 -5.4 4.8 19.4

9:40 17.0 0 90 0.36 -19.4 -4.8 7.0 28.1

9:41 18.0 0 90 0.32 -28.1 -7.0 5.2 20.9

9:42 19.0 0 90 0.30 -20.9 -5.2 7.4 29.5

9:43 20.0 0 90 0.25 -29.5 -7.4 7.0 28.1

9:44 21.0 0 90 0.22 -28.1 -7.0 6.8 27.4

9:45 22.0 0 90 0.18 -27.4 -6.8 5.2 20.9

9:46 23.0 0 90 0.15 -20.9 -5.2 7.0 28.1 Average:

9:47 24.0 25 115 0.11 -28.1 -7.0 3.8 26

9:48 25.0 25 140 0.23 85.0 21.2 7.4

9:49 26.0 25 165 0.33 70.6 17.6 9.2

9:50 27.0 20 185 0.41 63.4 15.8 6.2

9:51 28.0 0 185 0.49 55.4 13.8 3.6 14.4

9:52 29.0 0 185 0.47 -14.4 -3.6 5.7 23.0

9:53 30.0 0 185 0.44 -23.0 -5.7 5.4 21.6

9:54 31.0 0 185 0.41 -21.6 -5.4 5.2 20.9

9:55 32.0 0 185 0.38 -20.9 -5.2 7.0 28.1

9:56 33.0 0 185 0.34 -28.1 -7.0 5.2 20.9

9:57 34.0 0 185 0.31 -20.9 -5.2 7.0 28.1

9:58 35.0 15 200 0.27 -28.1 -7.0 9.4

9:59 36.0 25 225 0.30 22.3 5.6 9.9

10:00 37.0 25 250 0.39 60.5 15.1 10.8

10:01 38.0 5 255 0.47 56.9 14.2 3.2 12.9

10:02 39.0 0 255 0.48 7.2 1.8 5.4 21.6

10:03 40.0 0 255 0.45 -21.6 -5.4 7.0 28.1

10:04 41.0 0 255 0.41 -28.1 -7.0 5.4 21.6

10:05 42.0 0 255 0.38 -21.6 -5.4 7.2 28.8

10:06 43.0 0 255 0.34 -28.8 -7.2 5.4 21.6

10:07 44.0 0 255 0.31 -21.6 -5.4 7.2 28.8

10:08 45.0 0 255 0.27 -28.8 -7.2 5.4 21.6

10:09 46.0 0 255 0.24 -21.6 -5.4 6.3 25.2

10:10 47.0 0 255 0.20 -25.2 -6.3 6.8 27.4

10:11 48.0 0 255 0.16 -27.4 -6.8 7.2 28.8

10:12 49.0 0 255 0.12 -28.8 -7.2 5.2 20.9 Average:

10:13 50.0 0 255 0.10 -20.9 -5.2 7.2 28.8 25

10:14 51.0 0 255 0.06 -28.8 -7.2 7.4 29.5

10:15 52.0 0 255 0.01 -29.5 -7.4 7.0 28.1

10:16 53.0 0 255 -0.03 -28.1 -7.0 7.2 28.8

10:17 54.0 0 255 -0.07 -28.8 -7.2 8.8 35.3

10:18 55.0 0 255 -0.11 -35.3 -8.8 3.6 14.4

10:19 56.0 0 255 -0.13 -14.4 -3.6 0.0 0.0

10:20 57.0 0 255 -0.13 0.0 0.0 1.6 6.5

10:21 58.0 0 255 -0.14 -6.5 -1.6 0.0 0.0

10:22 59.0 0 255 -0.14 0.0 0.0 -1.4 -5.8

Estimated

Rate:

Advance Outwash

Total Flow (gal):

Page 464: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.1

0.2

0.3

0.4

0.5

0.6

0.7

0 20 40 60 80 100 120 140 160 180 200 220 240

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-39 Infiltration Testing

Stage (ft) Meter Flow (gpm)

Page 465: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 10.0 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 112.2 300 4.60

Location: IT-40 26-Aug-14 Effective Length 7.5 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

10:42 0.0 0 Total Flow: 300 0.02

10:43 1.0 20 20 0.37 249.1 38.8 -14.3

10:44 2.0 20 40 0.67 220.3 34.3 -4.3

10:45 3.0 20 60 0.89 156.2 24.3 -2.2

10:46 4.0 20 80 1.09 142.6 22.2 1.0

10:47 5.0 20 100 1.26 121.7 19.0 3.5

10:48 6.0 15 115 1.41 105.8 16.5 0.5

10:49 7.0 15 130 1.53 92.9 14.5 0.3

10:50 8.0 15 145 1.67 94.3 14.7 1.6

10:51 9.0 15 160 1.78 85.7 13.4 1.6

10:52 10.0 15 175 1.90 85.7 13.4 1.6

10:53 11.0 15 190 2.02 85.7 13.4 2.7

10:54 12.0 15 205 2.13 79.2 12.3 2.7

10:55 13.0 15 220 2.24 79.2 12.3 18.3

10:56 14.0 0 220 2.21 -20.9 -3.3 2.0

10:57 15.0 0 220 2.20 -13.0 -2.0 2.2 14.4

10:58 16.0 0 220 2.18 -14.4 -2.2 1.0 6.5

10:59 17.0 0 220 2.17 -6.5 -1.0 2.9 18.7

11:00 18.0 0 220 2.14 -18.7 -2.9 2.1 13.7

11:01 19.0 0 220 2.12 -13.7 -2.1 2.2 14.4

11:02 20.0 0 220 2.10 -14.4 -2.2 1.0 6.5

11:03 21.0 0 220 2.09 -6.5 -1.0 1.1 7.2

11:04 22.0 0 220 2.08 -7.2 -1.1 2.5 15.8

11:05 23.0 0 220 2.06 -15.8 -2.5 1.0 6.5

11:06 24.0 0 220 2.05 -6.5 -1.0 2.1 13.7

11:07 25.0 0 220 2.03 -13.7 -2.1 1.0 6.5

11:08 26.0 0 220 2.02 -6.5 -1.0 1.0 6.5

11:09 27.0 0 220 2.01 -6.5 -1.0 2.0 13.0

11:10 28.0 0 220 2.00 -13.0 -2.0 2.1 13.7

11:11 29.0 0 220 1.98 -13.7 -2.1 1.1 7.2

11:12 30.0 0 220 1.97 -7.2 -1.1 1.0 6.5

11:13 31.0 0 220 1.96 -6.5 -1.0 1.1 7.2

11:14 32.0 0 220 1.95 -7.2 -1.1 1.7 10.8

11:15 33.0 0 220 1.93 -10.8 -1.7 1.0 6.5

11:16 34.0 0 220 1.92 -6.5 -1.0 1.2 7.9

11:17 35.0 0 220 1.91 -7.9 -1.2 2.2 14.4

11:18 36.0 0 220 1.89 -14.4 -2.2 1.2 7.9

11:19 37.0 0 220 1.88 -7.9 -1.2 0.6 3.6

11:20 38.0 0 220 1.88 -3.6 -0.6 0.9 5.8 Average:

11:21 39.0 0 220 1.87 -5.8 -0.9 1.0 6.5 8.7

11:22 40.0 0 220 1.86 -6.5 -1.0 1.0 6.5

11:23 41.0 0 220 1.85 -6.5 -1.0 1.0 6.5

11:24 42.0 0 220 1.84 -6.5 -1.0 2.0 13.0

11:25 43.0 0 220 1.82 -13.0 -2.0 1.1 7.2

11:26 44.0 0 220 1.81 -7.2 -1.1 1.1 7.2

11:27 45.0 0 220 1.80 -7.2 -1.1 0.9 5.8

11:28 46.0 0 220 1.80 -5.8 -0.9 1.1 7.2

11:29 47.0 0 220 1.79 -7.2 -1.1 1.5 9.4

11:30 48.0 0 220 1.77 -9.4 -1.5 1.1 7.2

11:31 49.0 0 220 1.76 -7.2 -1.1 1.1 7.2

11:32 50.0 0 220 1.75 -7.2 -1.1 1.1 7.2

11:33 51.0 0 220 1.74 -7.2 -1.1 0.9 5.8

11:34 52.0 0 220 1.74 -5.8 -0.9 0.3 2.2

11:35 53.0 0 220 1.73 -2.2 -0.3 1.0 6.5

11:36 54.0 0 220 1.72 -6.5 -1.0 1.0 6.5

11:37 55.0 0 220 1.71 -6.5 -1.0 1.0 6.5

11:38 56.0 0 220 1.71 -6.5 -1.0 1.0 6.5

11:39 57.0 0 220 1.70 -6.5 -1.0 2.1 13.7

11:40 58.0 0 220 1.68 -13.7 -2.1 1.0 6.5

11:41 59.0 0 220 1.67 -6.5 -1.0 1.0 6.5

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 466: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.5

1.0

1.5

2.0

2.5

0 20 40 60 80 100 120 140 160 180 200 220

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-40 Infiltration Testing

Page 467: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Enter data in yellow cells.

Project: Ridgetop Pit Depth: 10.5 Porosity: 100% Soil Type:

Project No: KIT-14-1 Test Date: Effective Width 2.0 Volume/ft (gal/ft): 82.3 128 0.44

Location: IT-41 2-Sep-14 Effective Length 5.5 Standing Water: dry Looks Back Looks back Forward

Time Time into Test (min)

Meter Flow Rate (gpm)

Totalizer reading (gal)

Total Inflow (gal)

Staff Gauge (ft) Stage (ft)Rate of WL

Change (in/hr)

Storage Rate (gpm)

Corrected Outflow (gpm)

Infiltration Rate (in./hr)

Comments

12:46 0.0 0 Total Flow: 128 -0.03

12:47 1.0 30 30 0.35 267.8 30.6 0.2

12:48 2.0 30 60 0.71 260.6 29.8 6.6

12:49 3.0 30 90 0.99 204.5 23.4 7.6

12:50 4.0 30 120 1.27 195.8 22.4 11.3

12:51 5.0 8 128 1.49 163.4 18.7 2.2

12:52 6.0 0 128 1.56 50.4 5.8 -0.1

12:53 7.0 0 128 1.56 0.7 0.1 0.7 6.5

12:54 8.0 0 128 1.55 -6.5 -0.7 0.7

12:55 9.0 0 128 1.55 -6.5 -0.7 0.7

12:56 10.0 0 128 1.54 -6.5 -0.7 -1.0 -8.6

12:57 11.0 0 128 1.55 8.6 1.0 0.7 6.5

12:58 12.0 0 128 1.54 -6.5 -0.7 -0.1 -0.7

12:59 13.0 0 128 1.54 0.7 0.1 1.0 8.6

13:00 14.0 0 128 1.53 -8.6 -1.0 0.2 1.4

13:01 15.0 0 128 1.53 -1.4 -0.2 1.1 9.4

13:02 16.0 0 128 1.51 -9.4 -1.1 0.2 1.4

13:03 17.0 0 128 1.51 -1.4 -0.2 0.2 2.2

13:04 18.0 0 128 1.51 -2.2 -0.2 -1.9

13:05 19.0 0 128 1.53 16.6 1.9 0.2 2.2

13:06 20.0 0 128 1.53 -2.2 -0.2 1.0 8.6

13:07 21.0 0 128 1.52 -8.6 -1.0 0.2 2.2

13:08 22.0 0 128 1.51 -2.2 -0.2 0.2 1.4

13:09 23.0 0 128 1.51 -1.4 -0.2 -2.1

13:10 24.0 0 128 1.54 18.0 2.1 0.2 1.4

13:11 25.0 0 128 1.53 -1.4 -0.2 0.1 0.7 Average:

13:12 26.0 0 128 1.53 -0.7 -0.1 0.2 1.4 2.8

13:13 27.0 0 128 1.53 -1.4 -0.2 0.1 0.7

13:14 28.0 0 128 1.53 -0.7 -0.1 -0.3 -2.9

13:15 29.0 0 128 1.53 2.9 0.3 -0.2 -2.2

13:16 30.0 0 128 1.54 2.2 0.2 -0.3 -2.9

13:17 31.0 0 128 1.54 2.9 0.3 -0.3 -2.9

13:18 32.0 0 128 1.55 2.9 0.3 -0.2 -2.2

13:19 33.0 0 128 1.55 2.2 0.2 2.6

13:20 34.0 0 128 1.52 -23.0 -2.6 0.3 2.9

13:21 35.0 0 128 1.51 -2.9 -0.3 0.2 2.2

13:22 36.0 0 128 1.51 -2.2 -0.2 0.3 2.9

13:23 37.0 0 128 1.51 -2.9 -0.3 0.2 2.2

13:24 38.0 0 128 1.50 -2.2 -0.2 -1.8

13:25 39.0 0 128 1.52 15.8 1.8 0.0 0.0

13:26 40.0 0 128 1.52 0.0 0.0 -0.1 -0.7

13:27 41.0 0 128 1.53 0.7 0.1 -0.1 -0.7

13:28 42.0 0 128 1.53 0.7 0.1 -0.1 -0.7

13:29 43.0 0 128 1.53 0.7 0.1 0.7 5.8

13:30 44.0 0 128 1.52 -5.8 -0.7 -0.2 -1.4

13:31 45.0 0 128 1.52 1.4 0.2 -0.1 -0.7

13:32 46.0 0 128 1.52 0.7 0.1 0.7 5.8

13:33 47.0 0 128 1.51 -5.8 -0.7 -0.1 -0.7

13:34 48.0 0 128 1.52 0.7 0.1 0.3 2.9

13:35 49.0 0 128 1.51 -2.9 -0.3 0.7

13:36 50.0 0 128 1.50 -5.8 -0.7 -0.2 -1.4

13:37 51.0 0 128 1.51 1.4 0.2 -0.2 -1.4

13:38 52.0 0 128 1.51 1.4 0.2 -0.2 -1.4

13:39 53.0 0 128 1.51 1.4 0.2 1.4

13:40 54.0 0 128 1.49 -12.2 -1.4 0.0 0.0

13:41 55.0 0 128 1.49 0.0 0.0 0.1 0.7

13:42 56.0 0 128 1.49 -0.7 -0.1 0.0 0.0

13:43 57.0 0 128 1.49 0.0 0.0 0.0 0.0 Average:

13:44 58.0 0 128 1.49 0.0 0.0 0.7 5.8 0.6

13:45 59.0 0 128 1.48 -5.8 -0.7 0.1 0.7

Estimated

Rate:

Glacial till

Total Flow (gal):

Page 468: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

0

5

10

15

20

25

30

35

0.0

0.2

0.4

0.6

0.8

1.0

1.2

1.4

1.6

1.8

0 20 40 60 80

Flo

w R

ate

(gp

m)

Sta

ge

(fee

t)

Elapsed Time (minutes)

RidgetopIT-41 Infiltration Testing

Page 469: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

APPENDIX D

Borehole Infiltration Testing and Hydraulic Conductivity Analyses

Page 470: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Borehole Infiltration Analysis Approach

Numerous solutions for estimating hydraulic conductivity (K) from open borehole infiltration tests are available in the literature. As discussed in Stephens et al., (1983), these solutions range from relatively simple analytical approaches that assume steady infiltration into a fully-saturated homogeneous soil to relatively complex numerical approaches that incorporate transient effects and unsaturated flow. Given the high degree of subsurface variability within the Project area, the approximate estimates of K provided by the simple analytical approaches are judged to be suitable for this assessment.

The analytical solutions utilized for this analysis is the Nasburg-Terletskata equation (Terletskata, 1954) provided below:

K=�0.423 x Q

H2 �× Log10 �2 x H

r �

Where:

K = Hydraulic conductivity (feet/day)

Q = Steady state discharge into the borehole (cubic feet/day)

H = Steady state height of water in the borehole (feet)

R = Radius of borehole (feet)

This equation assumes steady infiltration from an open borehole into a homogeneous isotropic soil and is based on the concept that the water infiltrating from the borehole flows radially and downward in response to pressure and gravity gradients. The flow region is assumed to be fully saturated everywhere and is confined within an envelope known as the “free surface”. The soil outside the free surface envelope is not considered part of the flow region. Since the method assumes isotropic soil, the reported K value should be considered an average of horizontal and vertical K.

In addition to the assumption of homogenous isotropic soil, this solution is based on the following assumptions:

• No flow through the bottom of the borehole (this is generally negligible when the length of the borehole is at least 10 times the radius of the borehole);

• No unsaturated flow outside the free surface; and

• The test has reached steady state and there are no unsaturated zones within the free surface.

Page 471: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Table D-1: Summary of Borehole Infiltration Tests

Kindred Hydro, Inc.9/16/14Ridgetop Aug 2014 Borehole Infiltration Testing.xlsx

Table D-1: Summary of Borehole Infiltration TestsPage 1 of 4

Borehole B-101 B-102

Total Depth 50 60

Tested Interval (depth in ft) 40-50 40-60

Tested Interval USCS Class SM SP to SM

Soil Type outwash outwash

Estimated K Values using Nasburg-Terletskata SolutionK (ft/day) 11.8 5.1

K (inch/hr) 5.9 2.6

K (cm/sec) 4.2E-03 1.8E-03

Vertical Infiltration Rate ObservationVertical K (inch/hr) 8.2 N/A

N/A = Not available because test did not reach constant rate of decline during the test.

Page 472: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

9/16/14C:\Users\Scott\OneDrive @ Kindred Hydro, Inc-\Projects\Ridgetop\Data\Analyses\Ridgetop Aug 2014 Borehole Infiltration Testing.xlsx

B-101 Borehole Infiltration TestKIT-14-1 Ridgetop Boulevard

Total Flux (gal)= 829

Ave= 9.9 7.5 8.2 0.5

Date-TimeTime

(min.) Head (ft)Inflow (gpm)

Inf. Rate (in/hr)

Spec. Cap. (gpm/ft)

11:14:53 0.00 -0.01 0.00 Depth of Borehole (ft) 50

11:15:53 1.00 0.38 6.00 Tested Interval (depth in feet) 40-50

11:16:53 2.00 0.45 6.00 Tested Interval USCS Classification SM

11:17:53 3.00 0.31 6.00 Tested Interval Soil Type outwash

11:18:53 4.00 0.53 6.00 Depth of Seepage (ft) none

11:19:53 5.00 0.78 6.00 7.7 Borehole Radius (ft) 0.250

11:20:53 6.00 0.95 6.00 6.3 Piezometer Installed? Yes

11:21:53 7.00 1.09 6.00 5.5 Casing Stickup (ft) None

11:22:53 8.00 1.32 6.00 4.5 Casing Diameter (ft) 0.17

11:23:53 9.00 1.67 6.00 3.6 Depth to Sandpack (ft) 30.0

11:24:53 10.00 2.12 6.00 2.8 Height of Sandpack (ft) 20.0

11:25:53 11.00 3.02 6.00 2.0 Sandpack Drainable Porosity 0.3

11:26:53 12.00 4.27 6.00 1.4 Native Soil Drainable Porosity 0.2

11:27:53 13.00 4.63 6.00 1.3 Volume H2O/ft of borehole (sf) 0.20

11:28:53 14.00 5.01 6.00 1.2 Average head (H) during test (ft) 9.9

11:29:53 15.00 5.13 6.00 1.2 Steady Flux (Qs) (gpm) 7.5

11:30:53 16.00 5.03 6.00 1.2 Steady Flux (Qs) (cf/day) 1443.9

11:31:53 17.00 3.39 6.00 1.8 H/r 39.68

11:32:53 18.00 3.46 6.00 1.7

11:33:53 19.00 5.97 6.00 1.0 K (ft/day) 11.8

11:34:53 20.00 5.91 6.00 1.0 K (in./hr) 5.9

11:35:53 21.00 5.84 6.00 1.0 K (cm/sec) 4.2E-03

11:36:53 22.00 5.81 6.00 1.0 All depths are below ground surface.

11:37:53 23.00 5.94 6.00 1.0

11:38:53 24.00 5.98 6.00 1.0

11:39:53 25.00 6.24 6.00 1.0

11:40:53 26.00 6.07 6.00 1.0

11:41:53 27.00 6.21 6.00 1.0

11:42:53 28.00 6.15 6.00 1.0

11:43:53 29.00 6.24 6.00 1.0

11:44:53 30.00 6.20 6.00 1.0

11:45:53 31.00 6.28 6.00 1.0

11:46:53 32.00 6.22 6.00 1.0

11:47:53 33.00 6.16 6.00 1.0

11:48:53 34.00 6.33 6.00 0.9

11:49:53 35.00 6.25 6.00 1.0

11:50:53 36.00 6.34 6.00 0.9

11:51:53 37.00 6.39 6.00 0.9

11:52:53 38.00 6.43 6.00 0.9

11:53:53 39.00 6.57 6.00 0.9

11:54:53 40.00 6.43 6.00 0.9

11:55:53 41.00 6.03 6.00 1.0

11:56:53 42.00 6.08 6.00 1.0

11:57:53 43.00 5.96 6.00 1.0

11:58:53 44.00 5.94 6.00 1.0

11:59:53 45.00 5.24 6.00 1.1

12:00:53 46.00 5.63 6.00 1.1

12:01:53 47.00 5.66 6.00 1.1

12:02:53 48.00 5.97 0.00

Borehole Characteristics

K Using Nasburg-Terletskata Method

Exploration B-101

0

20

40

60

80

100

120

0

2

4

6

8

10

12

0 20 40 60 80 100 120 140 160 180

Infil

trat

ion

Rate

(inc

h/hr

)

Head

(ft)

and

Flo

w R

ate

(gpm

)

Time (minutes)

Borehole Infiltration Test

Head (ft) Inflow (gpm) Infiltration Rate (inch/hr)

Page 473: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

9/16/14C:\Users\Scott\OneDrive @ Kindred Hydro, Inc-\Projects\Ridgetop\Data\Analyses\Ridgetop Aug 2014 Borehole Infiltration Testing.xlsx

B-102 Borehole Infiltration TestKIT-14-1 Ridgetop Boulevard

Total Flux (gal)= 688

Ave= 19.9 9.4 19.0 0.5

Date-TimeTime

(min.) Head (ft)Inflow (gpm)

Inf. Rate (in/hr)

Spec. Cap. (gpm/ft)

12:21:20 0.00 0.12 0.00 Depth of Borehole (ft) 60

12:21:30 0.17 1.25 8.60 Tested Interval (depth in feet) 40-60

12:21:40 0.33 1.90 8.60 Tested Interval USCS Classification SP to SM

12:21:50 0.50 2.26 8.60 Tested Interval Soil Type outwash

12:22:00 0.67 3.17 8.60 Depth of Seepage (ft) none

12:22:10 0.83 4.55 8.60 1.9 Borehole Radius (ft) 0.083

12:22:20 1.00 4.95 8.60 1.7 Piezometer Installed? None

12:22:30 1.17 5.31 8.60 1.6 Casing Stickup (ft) None

12:22:40 1.33 5.43 8.60 1.6 Casing Diameter (ft) None

12:22:50 1.50 5.58 8.60 1.5 Depth to Sandpack (ft) None

12:23:00 1.67 5.72 8.60 1.5 Height of Sandpack (ft) 0.0

12:23:10 1.83 6.18 8.60 1.4 Sandpack Drainable Porosity 0.3

12:23:20 2.00 6.44 8.60 1.3 Native Soil Drainable Porosity 0.2

12:23:30 2.17 6.70 8.60 1.3 Volume H2O/ft of borehole (sf) 0.02

12:23:40 2.33 6.70 8.60 1.3 Average head (H) during test (ft) 20.0

12:23:50 2.50 6.79 8.60 1.3 Steady Flux (Qs) (gpm) 9.4

12:24:00 2.67 6.44 8.60 1.3 Steady Flux (Qs) (cf/day) 1809.6

12:24:10 2.83 6.37 8.60 1.3 H/r 240.00

12:24:20 3.00 6.08 8.60 1.4

12:24:30 3.17 6.42 8.60 1.3 K (ft/day) 5.1

12:24:40 3.33 5.94 8.60 1.4 K (in./hr) 2.6

12:24:50 3.50 5.29 8.60 1.6 K (cm/sec) 1.8E-03

12:25:00 3.67 5.24 8.60 1.6 All depths are below ground surface.

12:25:10 3.83 5.09 8.60 1.7

12:25:20 4.00 5.15 8.60 1.7

12:25:30 4.17 5.79 8.60 1.5

12:25:40 4.33 4.52 8.60 1.9

12:25:50 4.50 4.21 8.60 2.0

12:26:00 4.67 4.28 8.60 2.0

12:26:10 4.83 4.29 8.60 2.0

12:26:20 5.00 4.28 8.60 2.0

12:26:30 5.17 7.77 8.60 1.1

12:26:40 5.33 16.10 8.60 0.5

12:26:50 5.50 16.62 8.60 0.5

12:27:00 5.67 16.75 8.60 0.5

12:27:10 5.83 16.78 8.60 0.5

12:27:20 6.00 16.90 8.60 0.5

12:27:30 6.17 16.97 8.60 0.5

12:27:40 6.33 17.00 8.60 0.5

12:27:50 6.50 8.60

12:28:00 6.67 8.60

12:28:10 6.83 8.60

12:28:20 7.00 8.60

12:28:30 7.17 8.60

12:28:40 7.33 8.60

12:28:50 7.50 8.60

12:29:00 7.67 18.70 8.60 0.5

12:29:10 7.83 18.72 8.60 0.5

12:29:20 8.00 18.76 8.60 0.5

Borehole Characteristics

K Using Nasburg-Terletskata Method

Exploration B-102

0

20

40

60

80

100

120

140

160

180

200

220

0

2

4

6

8

10

12

14

16

18

20

22

0 20 40 60 80 100 120

Infil

trat

ion

Rate

(inc

h/hr

)

Head

(ft)

and

Flo

w R

ate

(gpm

)

Time (minutes)

Borehole Infiltration Test

Head (ft) Inflow (gpm) Infiltration Rate (inch/hr)

Page 474: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

APPENDIX E

Estimate of Deep Infiltration Drain Capacity

Page 475: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Table E-1: Estimated Infiltration Drain Capacity

Kindred Hydro, Inc.9/23/14Ridgetop deep drain capacity.xlsx

Table E-1: Estimated Infiltration Drain CapacityPage 1 of 1

Parameter Units

40 ft deep 60 ft deep 80 ft deep 8" Dia. WellWelded 8" Dia.

ScreenHydraulic Conductivity (K) ft/d 11.8 11.8 11.8 11.8 11.8

Well Depth ft 40 60 80 80 80

Maximum Head ft 35 55 75 75 75

Depth to Advance Outwash ft 19 19 19 19 19

Screened Interval Length ft 20 40 60 60 60

Well Diameter ft 0.50 0.50 0.50 0.67 1.00

Screen Type Telescope-SS Telescope-SS Telescope-SS Telescope-SS Welded-SS

Calculated ValuesH/r ft 80 160 240 179 120

Open Screen Area/foot sf 0.15 0.15 0.15 0.16 0.18

Screen Capacity (0.1 feet/sec) cf/sec 131 262 393 430 486

Capacity at H=Screened Length cf/sec 0.06 0.21 0.43 0.45 0.49

Capacity at H=Maximum Head cf/sec 0.10 0.28 0.54 0.57 0.61

Capacity at H=Maximum Head gpm 46 127 243 255 274

Parameter Units

40 ft deep 60 ft deep 80 ft deep 8" Dia. WellWelded 8" Dia.

ScreenHydraulic Conductivity (K) ft/d 5.1 5.1 5.1 5.1 5.1

Well Depth ft 40 60 80 80 80

Maximum Head ft 35 55 75 75 75

Depth to Advance Outwash ft 31 31 31 31 31

Screened Interval ft 10 30 50 50 50

Well Diameter ft 0.50 0.50 0.50 0.67 1.00

Screen Type Telescope-SS Telescope-SS Telescope-SS Telescope-SS Welded-SS

Calculated ValuesH/r ft 40 120 200 149 100

Open Screen Area/foot sf 0.15 0.15 0.15 0.16 0.18

Screen Capacity (0.1 feet/sec) cf/sec 65 196 327 358 405

Capacity at H=Screened Length cf/sec 0.01 0.05 0.13 0.14 0.15

Capacity at H=Maximum Head cf/sec 0.03 0.10 0.20 0.21 0.23

Capacity at H=Maximum Head gpm 12 44 91 95 103

Note: Red shading indicates well capacity is limited by the transmitting capacity of the well screen.

Results Based on B-101 Conditions

Results Based on B-102 Conditions

Page 476: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

F-1

ATTACHMENT F. PROJECT PERMITS

Page 477: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 478: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 479: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 480: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 481: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 482: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 483: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 484: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 485: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 486: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 487: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 488: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 489: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 490: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 491: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 492: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 493: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 494: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 495: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 496: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 497: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 498: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 499: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 500: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 501: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 502: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 503: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 504: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 505: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 506: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 507: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 508: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 509: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 510: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 511: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 512: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 513: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 514: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 515: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 516: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 517: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 518: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 519: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 520: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 521: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 522: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 523: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 524: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 525: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 526: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 527: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 528: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 529: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 530: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 531: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 532: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 533: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …
Page 534: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

G-1

ATTACHMENT G. SILVERDALE WATER DISTRICT NO. 16 CONSTRUCTION SCHEDULE

Page 535: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 536: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop

Sequencing Schedule

1. Station 8+68: Install 12” x 10” cross and 4 valves; swab pipe/fittings with chlorine and rinse; maximum 6- hours of shutdown between the hours of 9:00 AM and 3:00 PM; and pass visual leak inspection. The installation of this cross will require turning off the water to the Anchor of Hope Church. Contractor to coordinate with the church and bear all costs regarding the water outage.

2. Station B1+98: Install 12” tee and valve; swab pipe/fittings with chlorine and rinse; maximum 6-hours of shutdown between the hours of 9:00 AM and 3:00 PM; and pass visual leak inspection.

3. Monopoly Street: Remove 8” gate valve; install 8” blind flange; plug 8” ductile iron pipe with concrete; maximum 6-hours shutdown between the hours of 9:00 AM and 3:00 PM; and pass visual leak inspection.

4. Station 8+68 to B1+98: Install 12” ductile iron water main and fittings; sterilization and flushing; leakage test.

5. Station 2+20.6: Install 12” x 8” reducer (swab with chlorine and rinse), 12” butterfly valve, 12” x 8” tee, and 100’ of 12” ductile iron water main; and pass visual leak inspection on 12” x 8” reducer.

6. Station 2+20.6 to 8+68 install 12” ductile iron water main and fittings; sterilization and flushing; leakage test.

Page 537: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

H-1

ATTACHMENT H. POTHOLING INFORMATION

Page 538: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 539: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

6/1/2016

KITSAP COUNTY PUBLIC WORKS CONSTRUCTION DIVISION

Ridgetop Blvd. Green Streets Phase I Pot Hole Information

5/24/2016 to

6/1/2016

The following pages contain the information gathered by the KCPW’s Construction & Survey groups during pot holing activities for the above mentioned project.

Page 540: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 1 of 28

Pothole Photo #1 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Median at Quail Run Drive NW N/A Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas - steel 4-inch 60-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 541: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

6/1/2016

Pothole Photo #2 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

In turn lane coming up to Quail Run Drive NW 4-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas - steel 4-inch 60-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 542: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 1 of 28

Pothole Photo #4 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median of Ridgetop Boulevard N/A Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas 4-inch 46-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 543: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 2 of 28

Pothole Photo #5 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

In middle SB lane on Ridgetop Boulevard 4-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water Main – D.I. 12-inch 56-inch.

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 544: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 3 of 28

Pothole Photo #7 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Ridgetop Blvd. across from Marigold Drive NW 4-inch Sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Buried power (2) conduits 2-inch 24-inch

Buried power (2) conduits 4-inch 24-inch

Buried power – direct bury #8 wire 24-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 545: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 4 of 28

Pothole Photo #8 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Ridgetop Blvd at shoulder 4-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main – D.I. 12-inch 72-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 546: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 5 of 28

Pothole Photo #9 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

In paved median at NW Derryfield Drive 4-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main – D.I. 8-inch 75-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 547: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 6 of 28

Pothole Photo #10 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median at NW Derryfield Drive 4-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main – D.I. 12-inch 57-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 548: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 7 of 28

Pothole Photo #11a – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Inside shoulder Ridgetop Blvd by Boardwalk Pl. NW N/A Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Storm CMP 12-inch 48-inch

Other Information See construction drawings for additional survey information. Unable to see water main, moved to #11b. Soils from this pothole and moving south, soils are becoming tighter and less pervious.

*Top of Pipe unless otherwise noted

Page 549: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 8 of 28

Pothole Photo #11b – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Inside shoulder Ridgetop Blvd by Boardwalk Pl. NW N/A Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main – D.I. 12-inch 67-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 550: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 9 of 28

Pothole Photo #12 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

In center median at Boardwalk Pl. NW N/A Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Buried Power (2) conduits 4-inch 44-inch

Buried Power (1) conduits 2-inch 44-inch

Buried Power – direct bury #8 wire 44-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 551: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 10 of 28

Pothole Photo #13 – 5/24/2016 Vicinity Photo

Location Asphalt Depth Soil Type

In center median at Boardwalk Pl. NW N/A Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas – steel 4-inch 56-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 552: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 11 of 28

Pothole Photo #18 – 6/1/2016 Vicinity Photo

Location Asphalt Depth Soil Type

At Boardwalk Pl NW 5-inch Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas tee – steel (Ridgetop) 4-inch 62-inch

Gas tee – steel (Boardwalk) 2-inch 62-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 553: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 12 of 28

Pothole Photo #19 – 6/1/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median just north of Hillsboro N/A Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas – steel 4-inch 50-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 554: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 13 of 28

Pothole Photo #20 – 5/26/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median just north of Hillsoboro N/A

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

4.3-feet

Other Information See construction drawings for additional survey information. Only pothole completed on 5/26 – vactor broke.

*Top of Pipe unless otherwise noted

Page 555: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 14 of 28

Pothole Photo #24 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Hillsboro intersection 4-inch Common borrow

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main 12-inch 80-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 556: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 15 of 28

Pothole Photo#28a – 6/1/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Hillsboro intersection 3.5-inche Common borrow with clay and silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Buried power – direct burial #8 wire 15-inch

Other Information See construction drawings for additional survey information. Curb shown in photo is 12-inch depth.

*Top of Pipe unless otherwise noted

Page 557: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 16 of 28

Pothole Photo #28b – 6/1/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Hillsboro intersection N/A Common borrow with clay and silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Buried power-multiple conduits 2-4-inch 28 to 33 inches

Buried telephone duct bank ? 33 inches to top of duct

Other Information See construction drawings for additional survey information. Unknown depth of concrete duct bank, survey rod is shown at top of bank.

*Top of Pipe unless otherwise noted

Page 558: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 17 of 28

Pothole Photo #29 – 6/1/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Hillsboro intersection 3.5-inch Common borrow with clay and silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Buried telephone – (2) conduits 2-inch 32-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 559: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 18 of 28

Pothole Photo #30 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median at north leg with Unnamed Rd 4-inch Common borrow, sandy, silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main 12-inch 63-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 560: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 19 of 28

Pothole Photo #31 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median at north leg with Unnamed Rd 4-inch Common borrow, sandy, silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main 8-inch 66-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 561: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 20 of 28

Pothole Photo #32 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median at north leg with Unnamed Rd 4-inch Common borrow, sandy, silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas tee (Ridgetop) 4-inch 36-inch

Gas tee (Unnamed Road) 2-inch 36-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 562: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 21 of 28

Pothole Photo #33 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

In turn lane at Unnamed Road 4-inch Common borrow, sandy, silty

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main 8-inch 51-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 563: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 22 of 28

Pothole Photo #37 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median south of Unnamed Road N/A Common borrow, sandy, silt

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Not found – gas main 60-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 564: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 23 of 28

Pothole Photo #38 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

SB lane Ridgetop near Waaga Way .5’ Existing ACP Native gravely till

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

AC Water main 8-inch 5.6’ FG asphalt

Other Information See construction drawings for additional survey information. 8” AC water main running N/S, 3’ west of existing edge of asphalt lane SB. Covered with approx. 12” CDF.

*Top of Pipe unless otherwise noted

Page 565: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 24 of 28

Pothole Photo #39 - 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

Center median Ridgetop north of Waaga Way N/A Native sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main D.I. 10-inch 3.3’ FG Median

Other Information See construction drawings for additional survey information. 10” Ductile iron running N/S, 1’ east of existing edge of asphalt lane SB.

*Top of Pipe unless otherwise noted

Page 566: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 25 of 28

Pothole Photo #40 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

NB side of center median north of Waaga Way N/A Native sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas main 4-inch 2.8’ FG Median

Other Information See construction drawings for additional survey information. 4” gas main running N/S, 1’ west of existing edge of asphalt lane NB.

*Top of Pipe unless otherwise noted

Page 567: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information

Page 26 of 28

Pothole Photo #41 – 5/25/2016 Vicinity Photo

Location Asphalt Depth Soil Type

NB lane Ridgetop north of Waaga Way .5’ Existing ACP Native Gravelly Till

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Telephone/Data 2-2” Dia. 3.0 FG Asphalt

Telephone/Data ½” Dia. 3.1 FG Asphalt

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 568: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

11/30/2016

KITSAP COUNTY PUBLIC WORKS CONSTRUCTION DIVISION

Ridgetop Blvd. Green Streets Phase I Pot Hole Information #2

11/16/2016 to

11/17/2016

The following pages contain the information gathered by the KCPW’s Construction & Survey groups during pot holing activities for the above mentioned project.

Page 569: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 1 of 9

Pothole Photo #1 – 11/16/2016 Vicinity Photo

Location Asphalt Depth Soil Type

W-100 and W-101 – Intersection Boardwalk/Monopoly 3-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

SWD conduits (2) 1.5-inch 42-inch to top of conduits

Water main 8-inch 46-inch to top of pipe

Water main 12-inch 63-inch to top of pipe

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 570: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 2 of 9

Pothole Photo #2 – 11/16/2016 Vicinity Photo

Location Asphalt Depth Soil Type

UT-100 – Intersection Boardwalk/Monopoly 2-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Telephone conduit 2-inch 14-inch to top of conduit

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 571: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 3 of 9

Pothole Photo #4 – 11/16/2016 Vicinity Photo

Location Asphalt Depth Soil Type

UP-100 – Intersection Boardwalk/Monopoly 3-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Power conduits Vary 38 to 50-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 572: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 4 of 9

Pothole Photo #5 – 11/16/2016 Vicinity Photo

Location Asphalt Depth Soil Type

UP-101 – Intersection Ridgetop/Boardwalk 6-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Power conduits Vary 48 to 54-inch

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 573: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 5 of 9

Pothole Photo #7 – 11/16/2016 Vicinity Photo

Location Asphalt Depth Soil Type

G-100 – Intersection Ridgetop/Boardwalk 6-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas main 2-inch 61-inch to top of pipe

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 574: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 6 of 9

Pothole Photo #8 – 11/17/2016 Vicinity Photo

Location Asphalt Depth Soil Type

W-102 – 200 N. of Hillsboro in SB left turn lane 6-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main – AC 8-inch 47-inch

Other Information See construction drawings for additional survey information. Locate wire (?) 1.8 feet to west of pipe.

*Top of Pipe unless otherwise noted

Page 575: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 7 of 9

Pothole Photo #9 – 11/17/2016 Vicinity Photo

Location Asphalt Depth Soil Type

W-104 – 500 N. of Waaga Way onramp in SB lane 6-inch Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Water main – D.I. 8-inch 47-inch

Other Information See construction drawings for additional survey information. Marked as 8-inch AC main.

*Top of Pipe unless otherwise noted

Page 576: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 8 of 9

Pothole Photo #10 – 11/17/2016 Vicinity Photo

Location Asphalt Depth Soil Type

G-102 – 500 feet north of Waaga Way onramp NB lane N/A Common borrow- gravelly sandy loam

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Gas main 4-inch 26-inch to top of pipe

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 577: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

Ridgetop Blvd. Green Street Pot Hole Information #2

Page 9 of 9

Pothole Photo #11 – 11/17/2016 Vicinity Photo

Location Asphalt Depth Soil Type

UP-102 – 500 north of Waaga Way onramp at sidewalk N/A Gravel borrow, some silt and clay

Utilities Survey Data Type Size Depth Elev.* Station Offset Northing Easting

Power duct bank Vary 19 to 31-inch, 3 foot width

Other Information See construction drawings for additional survey information.

*Top of Pipe unless otherwise noted

Page 578: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

I-1

ATTACHMENT I. WASHINGTON STATE DEPT OF ECOLOGY WATER POLLUTION CONTROL REVOLVING FUND

SPECIFICATIONS INSERT

Page 579: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

THIS PAGE INTENTIONALLY LEFT BLANK

Page 580: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 1 Revised 3/4/2014

WASHINGTON STATE DEPARTMENT OF ECOLOGY

WATER POLLUTION CONTROL REVOLVING FUND

SPECIFICATIONS INSERT

Revised 3/4/14

The following clauses will be incorporated into construction contracts receiving financial assistance from the Washington State Department of Ecology Water Pollution Control Revolving Fund. In the event of conflict within the contract these clauses shall take precedence Required Bid Submittals The following submittals are required to be submitted with the bid proposal:

Certification Of Nonsegregated Facilities (attachment 3) DBE Subcontractor Utilization Form (EPA Form 6100-4) One copy of DBE Subcontractor Performance Form (EPA Form 6100-3) for each DBE

subcontractor. Complete Bidders List.

Compliance with State and Local Laws The Contractor shall assure compliance with all applicable federal, state, and local laws, requirements, and ordinances as they pertain to the design, implementation, and administration of the approved project. State Interest Exclusion It is anticipated that this project will be funded in part by the Washington State Department of Ecology . Neither the State Of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Third Party Beneficiary Partial funding of this project is being provided through the Washington State Department of Ecology Water Pollution Control Revolving Fund. All parties agree that the State of Washington shall be, and is hereby, named as an express third-party beneficiary of this contract, with full rights as such. Access to the construction site and to records The contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Ecology and Environmental Protection Agency (EPA) personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner’s audit requirements and shall ensure that all subcontractors maintain auditable records.

Page 581: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 2 Revised 3/4/2014

These Project records shall be separate and distinct from the Contractor’s other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology and EPA personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. Protection of the Environment No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. Funding Recognition All site-specific projects must have a sign of sufficient size to be seen from nearby roadways acknowledging department financial assistance and left in place throughout the life of the project. Department logos must be on all signs and documents. Logos will be provided as needed. Inadvertent Discovery Of Archeological Resources The contractor shall obtain a copy of the Inadvertent Discovery Plan from the Project Owner. The contractor shall keep a copy of the inadvertent discovery plan for the project on the work site at all times. The contractor shall immediately stop all work if human remains, cultural, or archeological resources are discovered in the course of construction. The contractor shall follow the inadvertent discovery plan in dealing with the human remains, cultural, or archeological resources. Use Of American Iron And Steel This provision applies to projects for the construction, alteration, maintenance, or repair of a “treatment works” as defined in the Federal Water Pollution Control Act (33 USC 1381 et seq.). This provision does not apply if the engineering plans and specifications for the project were approved by the Ecology prior to January 17, 2014. The Contractor acknowledges to and for the benefit of the Project Owner and the State of Washington that it understands the goods and services under this Agreement are being funded with monies made available by the Water Pollution Control Revolving Fund which contains provisions commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project be produced in the United States (“American Iron and Steel Requirements”) including iron and steel products provided by the Contactor pursuant to this Agreement. “Iron and Steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The Contractor hereby represents and warrants to and for the benefit of the Project Owner and the State that:

Page 582: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 3 Revised 3/4/2014

(a) the Contractor has reviewed and understands the American Iron and Steel Requirements, (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirements, unless a waiver of the requirements is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirements, as may be requested by the Project Owner or the State.

Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Project Owner or State to recover as damages against the Contractor any loss, expense or cost (including without limitation attorney’s fees) incurred by the Project Owner or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Project Owner). While the Contractor has no direct contractual privity with the State, as a lender to the Project Owner for the funding of its project, the Project Owner and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of the Agreement necessary to give this paragraph force or effect shall be amended or waived without the prior written consent of the State. Prevailing Wage The work performed under this contract is subject to the wage requirements of the Davis-Bacon Act. The Contractor shall conform to the wage requirements prescribed by the federal Davis-Bacon and Relate Acts which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, and determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area. Attachment 1 to this specification insert and an up to date wage determination shall be included in full into this contract and in any subcontract in excess of $2,000. Wage determinations can be found at http://www.wdol.gov. The Contractor agrees that the Contractor is legally and financially responsible for compliance with the Davis-Bacon Act wage rules. All laborers and mechanics employed by contractors and subcontractors employed as part of this contract shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Certification Regarding Suspension, Debarment, Ineligibility Or Voluntary Exclusion

1. The CONTRACTOR, by signing this agreement, certifies that it is not suspended, debarred, proposed for debarment, declared ineligible or otherwise excluded from contracting with the federal government, or from receiving contracts paid for with federal funds. If the CONTRACTOR is unable to certify to the statements contained in the certification, they must provide an explanation as to why they cannot.

Page 583: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 4 Revised 3/4/2014

2. The CONTRACTOR shall provide immediate written notice to the Department if at any

time the CONTRACTOR learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.

3. The terms covered transaction, debarred, suspended, ineligible, lower tier covered

transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department for assistance in obtaining a copy of those regulations..

4. The CONTRACTOR agrees it shall not knowingly enter into any lower tier covered

transaction with a person who is proposed for debarment under the applicable Code of Federal Regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction.

5. The CONTRACTOR further agrees by signing this agreement, that it will include this

clause titled “Certification Regarding Suspension, Debarment, Ineligibility Or Voluntary Exclusion” without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

6. Pursuant to 2CFR180.330, the CONTRACTOR is responsible for ensuring that any lower

tier covered transaction complies with certification of suspension and debarment requirements.

7. CONTRACTOR acknowledges that failing to disclose the information required in the

Code of Federal Regulations may result in the delay or negation of this funding agreement, or pursuance of legal remedies, including suspension and debarment.

8. CONTRACTOR agrees to keep proof in its agreement file, that it, and all lower tier

recipients or contractors, are not suspended or debarred, and will make this proof available to the Department upon request. RECIPIENT/CONTRACTOR must run a search in http://www.sam.gov/ and print a copy of completed searches to document proof of compliance.

This term and condition supersedes EPA Form 5700-49, “Certification Regarding Debarment, Suspension, and Other Responsibility Matters.” Disadvantaged Business Enterprises General Compliance (40 CFR Part 33). The contractor shall comply with the requirements of the Environmental Protection Agency’s Program for Participation By Disadvantaged Business Enterprises (DBE) 40 CFR Part 33. Non-discrimination Provision (40CFR Appendix A to Part 33). The contractor shall not discriminate on the basis of race, color, national origin or sex in the performance of this contract. The contractor shall carry out applicable requirements of 40 CFR

Page 584: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 5 Revised 3/4/2014

part 33 in the award and administration of contracts awarded under EPA financial assistance agreements. Failure by the contractor to carry out these requirements is a material breach of this contract which may result in the termination of this contract or other legally available remedies. The contractor shall comply with all federal and state nondiscrimination laws, including, but not limited to Title VI and VII of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1973, Title IX of the Education Amendments of 1972, the Age Discrimination Act of 1975, and Chapter 49.60 RCW, Washington’s Law Against Discrimination, and 42 U.S.C. 12101 et seq, the Americans with Disabilities Act (ADA). Six Good Faith Efforts (40 CFR Part 33 Subpart C). The contractor agrees to make the following good faith efforts whenever procuring subcontracts, equipment, services and supplies. The contractor shall retain records documenting compliance with the following six good faith efforts. Ensuring Disadvantaged Business Enterprises are made aware of contracting

opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing Disadvantaged Business Enterprises on solicitation lists and soliciting them whenever they are potential sources. Qualified Women and Minority business enterprises may be found on the Internet at www.omwbe.wa.gov or by contacting the Washington State Office of Minority and Women’s Enterprises at (866) 208-1064.

Making information on forthcoming opportunities available to Disadvantaged Business Enterprises and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by Disadvantaged Business Enterprises in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of thirty (30) calendar days before the bid or proposal closing date.

Considering in the contracting process whether firms competing for large contracts could subcontract with Disadvantaged Business Enterprises. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by Disadvantaged Business Enterprises in the competitive process.

Encourage contracting with a consortium of Disadvantaged Business Enterprises when a contract is too large for one of these firms to handle individually.

Using services and assistance of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

If the prime contractor awards subcontracts, requiring the subcontractors to take the six good faith efforts in paragraphs 1 through 5 above.

MBE/WBE Reporting (40 CFR Part 33 Parts 33.302, 33.502 and 33.503).

1. The contractor shall complete the DBE Subcontractor Utilization Form (EPA Form 6100–4).

2. The contractor shall require all DBE subcontractors to complete the DBE Subcontractor Performance Form (EPA Form 6100-3). The DBE Subcontractor Performance Form is only required to be completed by certified DBE subcontractors.

Page 585: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 6 Revised 3/4/2014

3. The contractor shall submit DBE Subcontractor Utilization Form (EPA Form 6100-4) and all completed DBE Subcontractor Performance Form(s) (EPA Form 6100-3) as part of the bid, or within one hour after the published bid submittal time (consistent with RCW 39.30.060)

4. The contractor shall provide DBE Subcontractor Participation Form (EPA Form 6100-2) to all DBE subcontractors. These subcontractors may submit Subcontractor Participation Form (EPA Form 6100-2) to the EPA Region 10 DBE coordinator in order to document issues or concerns with their usage or payment for a subcontract.

The 6100 forms can be found at: http://www.ecy.wa.gov/programs/wq/funding/GrantLoanMgmtDocs/Eng/GrantLoanMgmtEngRes.html Bidders List (40 CFR Part 33 part 33.501) All bidders shall submit the following information for all firms that bid or quote on subcontracts (including both DBE and non-DBE firms) as part of the bid, or within one hour after the published bid submittal time (consistent with RCW 39.30.060). Firm’s name with point of contact; Firm’s mailing address, telephone number, and e-mail address; The work on which the firm bid or quoted, and when the firm bid or quoted; and Firm’s status as an MBE/WBE or non-MBE/WBE.

Contract Administration Provisions (40 CFR part 33.302). The contractor shall comply with the contract administration provisions of 40 CFR, Part33.302. The contractor shall pay its subcontractor for satisfactory performance no more than 30

days from the contractor's receipt of payment. The contractor shall notify the owner in writing prior to any termination of a DBE

subcontractor. If a DBE subcontractor fails to complete work under the subcontract for any reason, the

contractor shall employ the six good faith efforts when soliciting a replacement subcontractor.

The contractor shall employ the six good faith efforts even if the contractor has achieved its fair share objectives.

Equal Opportunity (EEO) If this Contract exceeds $10,000, the Contractor shall comply with Executive Order 11246, “Equal Employment Opportunity,” as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and as supplemented by regulations at 41 CFR part 60. Contractor’s compliance with Executive Order 11246 shall be based on implementation of the Equal Opportunity Clause, and specific affirmative active obligations required by the Standard Federal Equal Employment Opportunity Construction Contract Specifications, as set forth in 41 CFR Part 60-4.

Page 586: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 7 Revised 3/4/2014

Equal Opportunity Clause (41 CFR part 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment

because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin.

The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to

Page 587: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 8 Revised 3/4/2014

enter into such litigation to protect the interests of the United States. Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246 and 41 CFR part 60-4.3) As used in these specifications:

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted;

b. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority;

c. “Employer identification number” means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.

d. “Minority” includes: i. Black (all persons having origins in any of the Black African racial groups not

of Hispanic origin); ii. Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South

American or other Spanish Culture or origin, regardless of race); iii. Asian and Pacific Islander (all persons having origins in any of the original

peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and

iv. American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification).

Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.

If the Contractor is participating (pursuant to 41 CFR 60–4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.

The Contractor shall implement the specific affirmative action standards provided in paragraphs 7 a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted constuction

Page 588: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 9 Revised 3/4/2014

contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in theFederal Registerin notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.

Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.

In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.

The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and

coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities.

b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.

c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken.

d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.

e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading

Page 589: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 10 Revised 3/4/2014

programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above.

f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newpaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.

g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.

h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.

j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force.

k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR part 60–3.

l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.

m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out.

n. Ensure that all facilities and company activities are nonsegregated except that

Page 590: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 11 Revised 3/4/2014

separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.

o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.

p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations.

Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance.

A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized).

The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin.

The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246.

The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.

The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60–4.8.

The Contractor shall designate a responsible official to monitor all employment related

Page 591: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 12 Revised 3/4/2014

activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.

Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).

Reporting Requirements (EEO-1) On or before September 30 of each year, a contractor that is subject to Title VII of the Civil Rights Act of 1964, as amended, and that has 100 or more employees, shall file with the EEOC or its delegate an “Employer Information Report EEO-1”. Instructions on how to file are available on the EEOC’s website at http://www.eeoc.gov/employers/eeo1survey/howtofile.cfm. The contractor shall retain a copy of the most recent report filed. Segregated Facilities (41 CFR part 60-1.8) The contractor shall ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensuring that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. This obligation extends to all contracts containing the equal opportunity clause regardless of the amount of the contract. The term “facilities,” as used in this section, means waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, wash rooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees; Provided, That separate or single-user restrooms and necessary dressing or sleeping areas shall be provided to assure privacy between the sexes. Attachments:

1. Wage Rate Requirements For Subrecipients 2. Current Wage Rate Determination (to be provided by project owner) 3. Certification Of Nonsegregated Facilities 4. Notice To Labor Unions Or Other Organization Of Workers: Non-Discrimination In

Employment EPA Form 6100-4, EPA Form 6100.3, EPA Form 6100-2

Page 592: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 13 Revised 3/4/2014

ATTACHMENT 1 - WAGE RATE REQUIREMENTS FOR SUBRECIPIENTS. (To be included in full in any contract in excess of $2,000)   The following terms and conditions specify how recipients will assist EPA in meeting its Davis-Bacon (DB) responsibilities when DB applies to EPA awards of financial assistance under the FY 2013 Continuing Resolution with respect to State recipients and subrecipients that are governmental entities. If a subrecipient has questions regarding when DB applies, obtaining the correct DB wage determinations, DB provisions, or compliance monitoring, it may contact the State recipient. If a State recipient needs guidance, the recipient may contact Lorraine Fleury at [email protected] or at 215-814-2341 of EPA, Region III Grants and Audit Management Branch for guidance. for guidance. The recipient or subrecipient may also obtain additional guidance from DOL’s web site at http://www.dol.gov/whd/ 1. Applicability of the Davis- Bacon (DB) prevailing wage requirements.

Under the FY 2013 Appropriations Act, DB prevailing wage requirements apply to the construction, alteration, and repair of treatment works carried out in whole or in part with assistance made available by a State water pollution control revolving fund and to any construction project carried out in whole or in part by assistance made available by a drinking water treatment revolving loan fund. If a subrecipient encounters a unique situation at a site that presents uncertainties regarding DB applicability, the subrecipient must discuss the situation with the recipient State before authorizing work on that site. 2. Obtaining Wage Determinations. (a) Subrecipients shall obtain the wage determination for the locality in which a covered activity subject to DB will take place prior to issuing requests for bids, proposals, quotes or other methods for soliciting contracts (solicitation) for activities subject to DB. These wage determinations shall be incorporated into solicitations and any subsequent contracts. Prime contracts must contain a provision requiring that subcontractors follow the wage determination incorporated into the prime contract.

(i) While the solicitation remains open, the subrecipient shall monitor www.wdol.gov weekly to ensure that the wage determination contained in the solicitation remains current. The subrecipients shall amend the solicitation if DOL issues a modification more than 10 days prior to the closing date (i.e. bid opening) for the solicitation. If DOL modifies or supersedes the applicable wage determination less than 10 days prior to the closing date, the subrecipients may request a finding from the State recipient that there is not a reasonable time to notify interested contractors of the modification of the wage determination. The State recipient will provide a report of its findings to the subrecipient. (ii) If the subrecipient does not award the contract within 90 days of the closure of the solicitation, any modifications or supersedes DOL makes to the wage determination contained in the solicitation shall be effective unless the State recipient, at the request of the subrecipient, obtains an extension of the 90 day period from DOL pursuant to 29 CFR 1.6(c)(3)(iv). The subrecipient shall monitor www.wdol.gov on a weekly basis if it does not award the contract within 90 days of closure of the solicitation to ensure that wage determinations contained in the solicitation remain current.

(b) If the subrecipient carries out activity subject to DB by issuing a task order, work assignment or similar instrument to an existing contractor (ordering instrument) rather than by publishing a solicitation, the subrecipient shall insert the appropriate DOL wage determination from www.wdol.gov into the ordering instrument.

Page 593: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 14 Revised 3/4/2014

(c) Subrecipients shall review all subcontracts subject to DB entered into by prime contractors to verify that the prime contractor has required its subcontractors to include the applicable wage determinations. (d) As provided in 29 CFR 1.6(f), DOL may issue a revised wage determination applicable to a subrecipient’s contract after the award of a contract or the issuance of an ordering instrument if DOL determines that the subrecipient has failed to incorporate a wage determination or has used a wage determination that clearly does not apply to the contract or ordering instrument. If this occurs, the subrecipient shall either terminate the contract or ordering instrument and issue a revised solicitation or ordering instrument or incorporate DOL’s wage determination retroactive to the beginning of the contract or ordering instrument by change order. The subrecipient’s contractor must be compensated for any increases in wages resulting from the use of DOL’s revised wage determination. 3. Contract and Subcontract provisions. (a) The Recipient shall insure that the subrecipient(s) shall insert in full in any contract in excess of $2,000 which is entered into for the actual construction, alteration and/or repair, including painting and decorating, of a treatment work under the CWSRF or a construction project under the DWSRF financed in whole or in part from Federal funds or in accordance with guarantees of a Federal agency or financed from funds obtained by pledge of any contract of a Federal agency to make a loan, grant or annual contribution (except where a different meaning is expressly indicated), and which is subject to the labor standards provisions of any of the acts listed in § 5.1 or the FY 2012 Appropriations Act , the following clauses:

(1) Minimum wages.

(i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in § 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

Page 594: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 15 Revised 3/4/2014

Subrecipients may obtain wage determinations from the U.S. Department of Labor’s web site, www.wdol.gov. (ii)(A) The subrecipient(s), on behalf of EPA, shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The State award official shall approve a request for an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the subrecipient(s) agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), documentation of the action taken and the request, including the local wage determination shall be sent by the subrecipient (s) to the State award official. The State award official will transmit the request, to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210 and to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification request within 30 days of receipt and so advise the State award official or will notify the State award official within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the subrecipient(s) do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the award official shall refer the request and the local wage determination, including the views of all interested parties and the recommendation of the State award official, to the Administrator for determination. The request shall be sent to the EPA DB Regional Coordinator concurrently. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt of the request and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(ii)(B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably

Page 595: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 16 Revised 3/4/2014

anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

(2) Withholding. The subrecipient(s), shall upon written request of the EPA Award Official or an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the (Agency) may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records.

(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is

performed, a copy of all payrolls to the subrecipient, that is, the entity that receives the sub-grant or loan from the State capitalization grant recipient. Such documentation shall be available on request of the State recipient or EPA. As to each payroll copy received, the subrecipient shall provide written confirmation in a form satisfactory to the State indicating whether or not the project is in compliance with the requirements of 29 CFR 5.5(a)(1) based on the most recent payroll copies for the specified week. The payrolls shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on the weekly payrolls. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional

Page 596: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 17 Revised 3/4/2014

Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/whd/programs/dbra/wh347.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the subrecipient(s) for transmission to the State or EPA if requested by EPA , the State, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the subrecipient(s).

(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under § 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under § 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the State, EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency or State may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

(4) Apprentices and trainees--

Page 597: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 18 Revised 3/4/2014

(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and

Page 598: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 19 Revised 3/4/2014

Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended and 29 CFR part 30.

(5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the EPA determines may by appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7) Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and Subrecipient(s), State, EPA, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility.

(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

4. Contract Provision for Contracts in Excess of $100,000. (a) Contract Work Hours and Safety Standards Act. The subrecipient shall insert the following clauses set forth in paragraphs (a)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act.

Page 599: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 20 Revised 3/4/2014

These clauses shall be inserted in addition to the clauses required by Item 3, above or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

(1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (a)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (a)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (a)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The subrecipient, upon written request of the EPA Award Official or an authorized representative of the Department of Labor, shall withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (a)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (a)(1) through (4) of this section.

(b) In addition to the clauses contained in Item 3, above, in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in 29 CFR 5.1, the Subrecipient shall insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Subrecipient shall insert in any such contract a clause providing hat the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the (write the name of agency) and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. 5. Compliance Verification

Page 600: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 21 Revised 3/4/2014

(a) The subrecipient shall periodically interview a sufficient number of employees entitled to DB prevailing wages (covered employees) to verify that contractors or subcontractors are paying the appropriate wage rates. As provided in 29 CFR 5.6(a)(6), all interviews must be conducted in confidence. The subrecipient must use Standard Form 1445 (SF 1445) or equivalent documentation to memorialize the interviews. Copies of the SF 1445 are available from EPA on request. (b) The subrecipient shall establish and follow an interview schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. Subrecipients must conduct more frequent interviews if the initial interviews or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB . Subrecipients shall immediately conduct necessary interviews in response to an alleged violation of the prevailing wage requirements. All interviews shall be conducted in confidence. (c) The subrecipient shall periodically conduct spot checks of a representative sample of weekly payroll data to verify that contractors or subcontractors are paying the appropriate wage rates. The subrecipient shall establish and follow a spot check schedule based on its assessment of the risks of noncompliance with DB posed by contractors or subcontractors and the duration of the contract or subcontract. At a minimum, if practicable, the subrecipient should spot check payroll data within two weeks of each contractor or subcontractor’s submission of its initial payroll data and two weeks prior to the completion date the contract or subcontract . Subrecipients must conduct more frequent spot checks if the initial spot check or other information indicates that there is a risk that the contractor or subcontractor is not complying with DB. In addition, during the examinations the subrecipient shall verify evidence of fringe benefit plans and payments thereunder by contractors and subcontractors who claim credit for fringe benefit contributions. (d) The subrecipient shall periodically review contractors and subcontractors use of apprentices and trainees to verify registration and certification with respect to apprenticeship and training programs approved by either the U.S Department of Labor or a state, as appropriate, and that contractors and subcontractors are not using disproportionate numbers of, laborers, trainees and apprentices. These reviews shall be conducted in accordance with the schedules for spot checks and interviews described in Item 5(b) and (c) above. (e) Subrecipients must immediately report potential violations of the DB prevailing wage requirements to the EPA DB contact listed above and to the appropriate DOL Wage and Hour District Office listed at http://www.dol.gov/whd/america2.htm.

Page 601: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 22 Revised 3/4/2014

ATTACHMENT 2 DAVIS-BACON WAGE RATE DETERMINATION [SRF Assistance Recipient to insert applicable wage determinations here] How to obtain a Wage Determination:

1. www.wdol.gov 2. Click “Selecting DBA WDs” 3. Select the State and county where the work will be performed 4. Select the “Construction Type”: Heavy, Building, Highway, or Residential 5. Click on one of the wage determinations. Verify that the wage determination displayed is

the correct wage determination, and not for “Heavy Dredging”. 6. Select the text box displaying the Wage Determination and copy the text of the Wage

Determination. 7. Click “Sign Up for Alert Service” to receive notification if the Wage Determination is

updated. When to update the wage determination:

1. If DOL updates the Wage Determination, you must update the Wage Determination through an addendum to the bid specifications.

2. If the update occurs less than 10 days prior to the date of bid opening, you are not required to update the Wage Determination.

Page 602: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 23 Revised 3/4/2014

This page intentionally left blank

Page 603: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 24 Revised 3/4/2014

ATTACHMENT 3 CERTIFICATION OF NONSEGREGATED FACILITIES (Applicable to federally assisted construction contracts and related subcontracts exceeding $10,000 which are not exempt from the Equal Opportunity clause.) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certified, further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or area, in fact, segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such, certification in this file. _______________________________ __________________ Signature Date ______________________________________________________ Name and title of signer (please type) [THIS FORM SHALL BE COMPLETED IN FULL AND SUBMITTED WITH THE BID PROPOSAL]

Page 604: 1593-Ridgetop...i Table of Contents CALL FOR BIDS ............................................................................................................. 1 …

SRF Specification Insert 25 Revised 3/4/2014

ATTACHMENT 4 NOTICE TO LABOR UNIONS OR OTHER ORGANIZATION OF WORKERS: NON-DISCRIMINATION IN EMPLOYMENT TO: _____________________________________________________________________

(name of union or organization of worker) The undersigned currently holds contract(s) with _________________________________

(name of applicant) _______________________ involving funds or credit of the U.S. Government or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following:

EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION

RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished you pursuant to the provisions of the above contract(s) or subcontract(s) and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. _________________________________ _________________________________ _________________________________ _________________________________

(contractor or subcontractor(s) _________________________________ (Date)