ssgc - construction bid site 36... · warehouse road drainage improvements ssgc contract no....

74
Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015 6 Field Exploration Procedures Our field exploration for this project included one (1) PIT test completed on August 3, 2015. The approximate location of the test site is shown on Figure 1, Exploration Plan. A private excavating contractor subcontracted to SSGC excavated the test hole. Soil samples were collected and stored in moisture tight containers for further identification. Explorations were backfilled with excavated soils and tamped when completed. Please note that backfill in the explorations will likely settle with time.

Upload: lamdang

Post on 06-Mar-2018

220 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

6

Field Exploration Procedures Our field exploration for this project included one (1) PIT test completed on August 3, 2015. The approximate location of the test site is shown on Figure 1, Exploration Plan. A private excavating contractor subcontracted to SSGC excavated the test hole. Soil samples were collected and stored in moisture tight containers for further identification. Explorations were backfilled with excavated soils and tamped when completed. Please note that backfill in the explorations will likely settle with time.

Page 2: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

7

Appendix B

Laboratory Testing

Page 3: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

8

Laboratory Testing Select soil samples were tested to measure Cation Exchange Capacity (CEC) and organic content. Northwest Agricultural Consultant of Kennewick, Washington completed the testing. Results of the laboratory testing are included in this appendix.

Page 4: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

This page left intentionally blank for double-sided printing.

Page 5: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Nor

thw

est A

gric

ultu

ral C

onsu

ltant

s25

45 W

est F

alls

Ken

new

ick,

WA

993

36(5

09) 7

83-7

450

Fax:

(509

) 783

-530

5

SOU

TH S

OU

ND

GEO

TEC

HN

ICA

L C

ON

SULT

ING

PO B

OX

3950

0LA

KEW

OO

D, W

A 9

8496

SOIL

Clie

nt N

o.: 2

5078

Dat

e R

ecei

ved:

08-

05-2

015

Rep

ort N

o.: 3

5648

Pag

e: 1

of 1

7fe1

3e-9

1981

35982

Gro

wer

Sam

pler

Fiel

d N

o.Fi

eld

Nam

eC

rop

Yea

rC

rop

Yie

ld G

oal

Proj

ect N

o. 1

5057

War

ehou

se R

oad

Dep

th(ft

.)A

vaila

ble

Inch

esN

O3-

Nlb

s/ac

reN

H4-

Nlb

s/ac

reS

ulfu

rpp

mpH

Sol

uble

Sal

ts(m

mho

s/c

m)

Org

anic

Mat

ter

Per

cent

P(b

ic)

ppm

K(b

ic)

ppm

P(a

ce)

ppm

K(a

ce)

ppm

Cal

cium

(meq

.pe

r 100

gram

s)

Mag

ne-

sium

(meq

.pe

r 100

gram

s)

Sod

ium

(meq

.pe

r 100

gram

s)

Eff.

Bor

onpp

mZi

ncpp

mM

anga

-ne

sepp

m

Iron

ppm

Cop

per

ppm

CE

C(m

eq.

per 1

00gr

ams)

% B

ase

Sat

.C

hlor

ide

lbs.

per

.ac

re

Bra

y 1P

ppm

Tota

lB

ases

(meq

.pe

r 100

gram

s)

Sam

pleI

D

12.

8To

tal

0.00 Est

imat

ed N

itrog

en R

elea

se fr

om O

rgan

ic M

atte

rE

stim

ated

Tot

al N

itrog

en A

vaila

ble

to C

rop

Last

Yea

r's C

rop

Ferti

lizer

Com

men

ts

Sample ID Loss on Ignition OM Cation Exchange Capacity

IT-1, S-1 1.18% 2.8 meq/100g

CEC EPA Method 9081

X__

____

____

____

____

____

____

____

____

____

____

__

Page 6: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

This page left intentionally blank for double-sided printing.

Page 7: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

South Sound Geotechnical Consulting

P.O. Box 39500, Lakewood, WA 98496 (253) 973-0515

August 10, 2015 AHBL, Inc. 2215 North 30th Street, Suite 300 Tacoma, WA 98403-3350

Attention: Mr. William Fierst, P.E. Subject: Geotechnical Engineering Report Warehouse Road Drainage Improvements - McChord

JBLM, Washington IDIQ Contract No.W912DW-11-D-1014 SSGC Project No. 15057

Dear Mr. Fierst South Sound Geotechnical Consulting (SSGC) has completed an assessment of the planned Warehouse Road stormwater facility at Joint Base Lewis-McChord (JBLM) in Pierce County, Washington. Our scope of services included on-site infiltration testing, laboratory testing, engineering analyses, and preparation of this report. PROJECT INFORMATION A new stormwater control facility is planned on the east side of Warehouse Road near the Rainier Park soccer field at McChord (JBLM). This facility includes wet ponds for treatment of stormwater and an infiltration pond per plans provided to us by AHBL. A preliminary geotechnical report for this project was completed by AMEC Environmental and Infrastructure, Inc in December 2014. AMEC completed five borings on the site with borings extending to depths ranging from 19 to slightly deeper than 25 feet. SITE CONDITIONS The proposed infiltration pond site is in a forested area and is generally level. Ground surface to the northwest of the pond drops in elevation several feet. Vegetation consists of principally medium sized fir trees with a sparse understory of ferns and brush.

Page 8: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

2

SUBSURFACE CONDITIONS Subsurface conditions at this facility were characterized by completing one Pilot Infiltration Test (PIT) hole on August 3, 2015. Approximate location of the test hole is shown on Figure 1, Exploration Plan. A summary description of observed subgrade conditions is provided below.

Soil Conditions Topsoil consisting of sand with silt, gravel and some organics was observed at the surface of the PIT test hole and extended to a depth of about 1.5 feet. Sandy gravel to gravelly sand with trace silt was observed below the topsoil and continued to the bottom of the test hole at 12 feet. Sloughing/caving of the gravelly soil prevented deeper excavation. Similar soils were reported in AMEC’s 2014 report.

Groundwater Conditions Groundwater was not observed at the infiltration test site to the maximum depth of the excavation at about 12 feet. However, AMEC reported encountering groundwater at an elevation of about 270 feet in one of their borings on the site in December 2014.

Geologic Setting Soils within the project area have been classified by the Washington State Department of Natural Resources (DNR). The mapping of the area is presented in the “Geologic Map of the South Half of the Tacoma Quadrangle, Washington” issued in 1987. Surface geology is mapped as Vashon drift, “undifferentiated – which consists chiefly of recessional and proglacial stratified outwash sand and gravel. This unit can locally contain silt and clay, lacustrine deposits, and ice-contact stratified drift.” Native soil observed in the test hole is interpreted to be glacial outwash.

Infiltration Characteristics One Pilot Infiltration Test (PIT) was performed within the planned footprint of the infiltration pond in general conformance with Section 3.3.6 of the 2012 Washington State Department of Ecology (DOE) Stormwater Management Manual for Western Washington. This test was completed in the native sandy gravel/gravelly sand. Results of the infiltration tests are presented in the table below.

Infiltration Test Results

Infiltration Test No.

Depth of Test from surface

(feet)

Uncorrected (Field) Infiltration Rate

(in/hr)

Corrected Infiltration Rate

(in/hr)

Correction Factors* (CFv/CFt/CFm)

IT-1 4 395 133 (0.5/0.75/0.9) *Correction Factors from Table 3.3.1 of the 2012 DOE Stormwater Management Manual for Western Washington.

Page 9: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

3

The corrected infiltration rate of 133 inches per hour (in/hr) is considered appropriate for the soils observed and infiltration testing in similar soils at other sites at JBLM. However, we recommend that a design long-term infiltration rate of 40 in/hr is used to account for possible soil variation across the pond footprint and future maintenance considerations. Other appropriate measures should be included in design plans to modify infiltration rates as necessary to comply with DOE (or other governing agency) requirements. Groundwater was reported at an elevation of around 270 feet by AMEC. This groundwater level is at least 6 feet below the planned bottom of pond elevation and will not adversely impact infiltration characteristics of soil below the pond, in our opinion. A Cation Exchange Capacity (CEC) and organic content test were completed on soils from the base of the PIT test hole. Test results are summarized in the table below.

CEC and Organic Content Results

Sample Number CEC Results

(milliequivalents) CEC Required*

(milliequivalents) Organic Content

Results (%) Organic Content Required* (%)

IT-1 2.8 ≥ 5 1.18 ≥1.0 *Per the 2012 DOE Stormwater Management Manual for Western Washington.

The organic test result satisfies current DOE requirements. The CEC result is lower than required. We understand pretreatment facilities (wet ponds) are planned to provide the required treatment of storm runoff prior to infiltration. REPORT CONDITIONS

This report has been prepared for the exclusive use of AHBL for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices in the area. No warranties, either express or implied, are intended or made. The analysis and recommendations presented in this report are based on observed soil conditions and test results at the indicated locations, laboratory test results, and from other geologic information discussed. This report does not reflect variations that may occur across the site, or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include any environmental or biological assessment of the site including identification or prevention of pollutants, hazardous materials, or conditions. Other studies should be completed if the owner is concerned about the potential for contamination or pollution.

Page 10: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015
Page 11: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

NN

South Sound Geotechnical Consulting P.O. Box 39500

Lakewood, WA 98496 (253) 973-0515

Figure 1 – Exploration Plan

Warehouse Road Stormwater Facility McChord - JBLM, WA

SSGC Project #15057

Legend

PIT-1

PIT - 1Approximate Infiltration Test

Scale: NTS Base map from Google Maps.

Page 12: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

5

Appendix A

Field Exploration Procedures

Page 13: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

6

Field Exploration Procedures Our field exploration for this project included one (1) PIT test completed on August 3, 2015. The approximate location of the test site is shown on Figure 1, Exploration Plan. A private excavating contractor subcontracted to SSGC excavated the test hole. Soil samples were collected and stored in moisture tight containers for further identification. Explorations were backfilled with excavated soils and tamped when completed. Please note that backfill in the explorations will likely settle with time.

Page 14: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

7

Appendix B

Laboratory Testing

Page 15: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

8

Laboratory Testing Select soil samples were tested to measure Cation Exchange Capacity (CEC) and organic content. Northwest Agricultural Consultant of Kennewick, Washington completed the testing. Results of the laboratory testing are included in this appendix.

Page 16: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

Nor

thw

est A

gric

ultu

ral C

onsu

ltant

s25

45 W

est F

alls

Ken

new

ick,

WA

993

36(5

09) 7

83-7

450

Fax:

(509

) 783

-530

5

SOU

TH S

OU

ND

GEO

TEC

HN

ICA

L C

ON

SULT

ING

PO B

OX

3950

0LA

KEW

OO

D, W

A 9

8496

SOIL

Clie

nt N

o.: 2

5078

Dat

e R

ecei

ved:

08-

05-2

015

Rep

ort N

o.: 3

5648

Pag

e: 1

of 1

7fe1

3e-9

1981

35982

Gro

wer

Sam

pler

Fiel

d N

o.Fi

eld

Nam

eC

rop

Yea

rC

rop

Yie

ld G

oal

Proj

ect N

o. 1

5057

War

ehou

se R

oad

Dep

th(ft

.)A

vaila

ble

Inch

esN

O3-

Nlb

s/ac

reN

H4-

Nlb

s/ac

reS

ulfu

rpp

mpH

Sol

uble

Sal

ts(m

mho

s/c

m)

Org

anic

Mat

ter

Per

cent

P(b

ic)

ppm

K(b

ic)

ppm

P(a

ce)

ppm

K(a

ce)

ppm

Cal

cium

(meq

.pe

r 100

gram

s)

Mag

ne-

sium

(meq

.pe

r 100

gram

s)

Sod

ium

(meq

.pe

r 100

gram

s)

Eff.

Bor

onpp

mZi

ncpp

mM

anga

-ne

sepp

m

Iron

ppm

Cop

per

ppm

CE

C(m

eq.

per 1

00gr

ams)

% B

ase

Sat

.C

hlor

ide

lbs.

per

.ac

re

Bra

y 1P

ppm

Tota

lB

ases

(meq

.pe

r 100

gram

s)

Sam

pleI

D

12.

8To

tal

0.00 Est

imat

ed N

itrog

en R

elea

se fr

om O

rgan

ic M

atte

rE

stim

ated

Tot

al N

itrog

en A

vaila

ble

to C

rop

Last

Yea

r's C

rop

Ferti

lizer

Com

men

ts

Sample ID Loss on Ignition OM Cation Exchange Capacity

IT-1, S-1 1.18% 2.8 meq/100g

CEC EPA Method 9081

X__

____

____

____

____

____

____

____

____

____

____

__

Page 17: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015
Page 18: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 22 00.00 10 Page 1

SECTION 01 22 00.00 10

MEASUREMENT AND PAYMENT

PART 1 GENERAL

1.1 GENERAL

The price for each contract line item shall constitute full compensation for furnishing all plant, labor, materials, appurtenances, and incidentals and performing all operations necessary to construct and complete the items in accordance with these specifications and the applicable drawings, including surveying performed by the Contractor. The bid schedule shall define the contract line items. Work paid for under one contract line item will not be paid for under any other contract line item. Payments shall be considered as full compensation, notwithstanding that minor features may not be mentioned herein. No separate payment will be made for the work, services, or operations required by the Contractor, as specified in DIVISION 01, GENERAL REQUIREMENTS, to complete the project in accordance with these specifications; all costs thereof shall be considered as incidental to the work.

1.2 PROGRESS PAYMENT INVOICE

Requests for payment shall be submitted in accordance with Federal Acquisition Regulations (FAR) Subpart 32.9, entitled "PROMPT PAYMENT", and Paragraphs 52.232-5 and 52.232-27, entitled "Payments Under Fixed-PriceConstruction Contracts", and "Prompt Payment for Construction Contracts", respectively, as well as DFARS Clause 252.232-7003, entitled "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS". Requests for payments to be made by DFAS will be submitted via WIDE AREA WORK FLOW (WAWF). Requests for payments to be made by paying offices other than DFAS shall be submitted in the number of copies and to the designated billing office as indicated in the Task Order Contract.

1.2.1 Wide Area Work Flow

See DFARS Clause 252.232-7003

1.2.2 Submittal of Payment Requests

When submitting payment requests, the Contractor shall complete Blocks 1 through 12 of the "PAYMENT INVOICE" Form. (A sample form is attached at the end of this Section.) The completed form shall then become the coverdocument to which all other support data shall be attached.

1.2.3 Copies of Payment Requests

One additional copy of the entire request for payment, to include the "PROGRESS PAYMENT INVOICE" cover document, shall be forwarded to a separate address as designated by the Contracting Officer.

1.2.4 Subcontractor List

Page 19: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 22 00.00 10 Page 2

The Contractor shall submit with each pay request, a list of subcontractors that have worked during that pay period. The listing shall be broken down into weeks, identifying each subcontractor that has worked during a particular week, and indicate the total number of employees that have worked on site for each subcontractor for each week. The prime Contractor shall also indicate the total number of employees for its on site staff for each week.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

Page 20: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 22 00.00 10 Page 3

PAYMENT INVOICESee Federal Acquisition Regulations (FAR) 32.900, 52.232-5, & 52.232-27

1. PROJECT AND LOCATION 2. DATE

3. CONTRACTOR NAME AND ADDRESS(Must be the same as in the Contract)

4. CONTRACT NO.______________________________

5. INVOICE NO.

6. DESCRIPTION OF WORK 7. PERIOD OF PERFORMANCE

From:

To:

8. DISCOUNT TERMS

9. OFFICIAL TO WHOM PAYMENTIS TO BE FORWARDEDName:Title:Phone: ( ) -

10. OFFICIAL TO BE NOTIFIED OF DEFECTIVE INVOICE Name: Title: Phone: ( ) -

11. CERTIFICATION: I hereby certify, to the best of my knowledge and belief, that(1) The amounts requested are only for the performance in accordance with the specifications, terms, and conditions of this contract;(2) Payments to subcontractors and suppliers have been made from previous payments received underthe contract, and timely payments will be made from the proceeds of the payment covered by this certification,in accordance with subcontract agreements and the requirements of Chapter 39 of Title 31, United States Code;

and(3) This request for progress payment does not include any amounts which the prime contractor intends towithhold or retain from a subcontractor or supplier in accordance with the terms and conditions of the subcontract.

________________________________ ________________________________________ __________ (Signature) (Title) (Date)12. OTHER INFORMATION OR DOCUMENTATION required by Contract. (check and attach if applicable):

_____ Updated Progress Chart/Schedule _____ Progress Narrative _____ Certified Payrolls (submitted weekly) _____ Safety Exposure Report _____ Updated Submittal \register _____ Progress Photos _____ Subcontractor/Employee Listings

(FOR GOVERNMENT USE ONLY)

Retainage: _____% Amt.: $____________

Withholdings: $ _________________

Reason: ______________________________________________________________________________________

Following items are current: As-Builts _____ Yes _____ No

O & M Manuals _____ Yes _____ No 1354 Data _____ Yes _____ No Submittal Register _____Yes _____ No

-- End of Section --

Page 21: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 1

SECTION 01 45 00.10 10

QUALITY CONTROL SYSTEM (QCS)02/10

PART 1 GENERAL

1.1 CONTRACT ADMINISTRATION

The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor must use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. The Contractor module, user manuals, updates, and training information can be downloaded from the RMSweb site (http://rms.usace.army.mil). This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas:

AdministrationFinancesQuality ControlSubmittal MonitoringSchedulingImport/Export of Data

1.1.1 Correspondence and Electronic Communications

For ease and speed of communications, both Government and Contractor will, to the maximum extent feasible, exchange correspondence and other documents in electronic format. Correspondence, pay requests and other documentscomprising the official contract record will also be provided in paper format, with signatures and dates where necessary. Paper documents will govern, in the event of discrepancy with the electronic version.

1.1.2 Other Factors

Particular attention is directed to Contract Clause, "Schedules for Construction Contracts", Contract Clause, "Payments", Section 01 32 01.00 10PROJECT SCHEDULE, Section 01 33 00 SUBMITTAL PROCEDURES, and Section 01 45 00.00 10 QUALITY CONTROL, which have a direct relationship to the reporting to be accomplished through QCS. Also, there is no separate payment for establishing and maintaining the QCS database; all costs associated therewith will be included in the contract pricing for the work.

1.2 QCS SOFTWARE

QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make available the QCS software to the Contractor after award of the construction contract. Prior to the Pre-Construction Conference, the Contractor will be responsible to download, install and use the latest version of the QCS software from the Government's RMS Internet Website. Upon specific justification and request

Page 22: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 2

by the Contractor, the Government can provide QCS on optical disk. Any program updates of QCS will be made available to the Contractor via the Government RMS Website as they become available.

1.3 SYSTEM REQUIREMENTS

The following is the minimum system configuration required to run QCS:

Minimum QCSSystem Requirements

Hardware

Windows-based PC 1000 MHz Pentium or higher processor

RAM 256+ MB for workstation / 512+ MB for server

Hard drive disk 1 GB space for sole use by the QCS system

Optical Disk (CD or DVD) Reader 8x speed or higher

Monitor SVGA or higher resolution (1024x768,256 colors)

Mouse or other pointing device

Windows compatible printer Laser printer must have 4 MB+ of RAM

Connection to the Internet minimum 56k BPS

Software

MS Windows 2000, XP, Vista or Windows 7

Word Processing software MS Word 2000 or newer

Internet browser Netscape Navigator, Microsoft Internet Explorer, or other browser that supports HTML 4.0 or higher

Email MAPI compatible

Virus protection software regularly upgraded with all issued manufacturer's updates

1.4 RELATED INFORMATION

1.4.1 QCS User Guide

After contract award, download instructions for the installation and use of QCS from the Government RMS Internet Website. In case of justifiable difficulties, the Government will provide an optical disk (CD/DVD) containing these instructions.

Page 23: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 3

1.4.2 Contractor Quality Control (CQC) Training

The use of QCS will be discussed with the QC System Manager during the mandatory CQC Training class.

1.5 CONTRACT DATABASE

Prior to the pre-construction conference, the Government will provide the Contractor with basic contract award data to use for QCS. The Government will provide data updates to the Contractor as needed, generally by using the Government's SFTP repository built into QCS import/export function.These updates will generally consist of submittal reviews, correspondence status, QA comments, and other administrative and QA data.

1.6 DATABASE MAINTENANCE

Establish, maintain, and update data in the QCS database throughout the duration of the contract at the Contractor's site office. Submit data updates to the Government (e.g., daily reports, submittals, RFI's, schedule updates, payment requests, etc.) using the Government's SFTP repository built into QCS export function. If permitted by the Contracting Officer, email or optical disk may be used instead of QCS (see Paragraph DATA SUBMISSION VIA OPTICAL DISK). The QCS database typically includes current data on the following items:

1.6.1 Administration

1.6.1.1 Contractor Information

Contain within the database the Contractor's name, address, telephone numbers, management staff, and other required items. Within 14 calendar days of receipt of QCS software from the Government, deliver Contractor administrative data in electronic format.

1.6.1.2 Subcontractor Information

Contain within the database the name, trade, address, phone numbers, and other required information for all subcontractors. A subcontractor must be listed separately for each trade to be performed. Assign each subcontractor/trade a unique Responsibility Code, provided in QCS. Within 14 calendar days of receipt of QCS software from the Government, deliver subcontractor administrative data in electronic format.

1.6.1.3 Correspondence

Identify all Contractor correspondence to the Government with a serial number. Prefix correspondence initiated by the Contractor's site office with "S". Prefix letters initiated by the Contractor's home (main) office with "H". Letters must be numbered starting from 0001. (e.g., H-0001 or S-0001). The Government's letters to the Contractor will be prefixed with "C".

1.6.1.4 Equipment

Contain within the Contractor's QCS database a current list of equipment planned for use or being used on the jobsite, including the most recent and planned equipment inspection dates.

Page 24: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 4

1.6.1.5 Management Reporting

QCS includes a number of reports that Contractor management can use to track the status of the project. The value of these reports is reflective of the quality of the data input, and is maintained in the various sections of QCS.Among these reports are: Progress Payment Request worksheet, QA/QC comments, Submittal Register Status, Three-Phase Control checklists.

1.6.1.6 Request For Information (RFI)

Exchange all Requests For Information (RFI) using the Built-in RFI generator and tracker in QCS.

1.6.2 Finances

1.6.2.1 Pay Activity Data

Include within the QCS database a list of pay activities that the Contractor must develop in conjunction with the construction schedule. The sum of all pay activities must be equal to the total contract amount, including modifications. Group pay activities Contract Line Item Number (CLIN); the sum of the activities must equal the amount of each CLIN. The total of all CLINs equals the Contract Amount.

1.6.2.2 Payment Requests

Prepare all progress payment requests using QCS. Complete the payment request worksheet, prompt payment certification, and payment invoice in QCS.Update the work completed under the contract, measured as percent or as specific quantities, at least monthly. After the update, generate a payment request report using QCS. Submit the payment request, prompt payment certification, and payment invoice with supporting data using the Government's SFTP repository built into QCS export function. If permittedby the Contracting Officer, email or a optical disk may be used. A signed paper copy of the approved payment request is also required, which will govern in the event of discrepancy with the electronic version.

1.6.3 Quality Control (QC)

QCS provides a means to track implementation of the 3-phase QC Control System, prepare daily reports, identify and track deficiencies, document progress of work, and support other Contractor QC requirements. Maintain this data on a daily basis. Entered data will automatically output to the QCS generated daily report. Provide the Government a Contractor Quality Control (CQC) Plan within the time required in Section 01 45 00.00 10QUALITY CONTROL. Within seven calendar days of Government acceptance, submit a QCS update reflecting the information contained in the accepted CQC Plan: schedule, pay activities, features of work, submittal register, QC requirements, and equipment list.

1.6.3.1 Daily Contractor Quality Control (CQC) Reports.

QCS includes the means to produce the Daily CQC Report. The Contractor may use other formats to record basic QC data. However, the Daily CQC Report generated by QCS must be the Contractor's official report. Summarize data from any supplemental reports by the Contractor and consolidate onto the

Page 25: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 5

QCS-generated Daily CQC Report. Submit daily CQC Reports as required by Section 01 45 00.00 10 QUALITY CONTROL. Electronically submit reports to the Government within 24 hours after the date covered by the report. Also provide the Government a signed, printed copy of the daily CQC report.

1.6.3.2 Deficiency Tracking.

Use QCS to track deficiencies. Deficiencies identified by the Contractor will be numerically tracked using QC punch list items. Maintain a current log of its QC punch list items in the QCS database. The Government will log the deficiencies it has identified using its QA punch list items. The Government's QA punch list items will be included in its export file to the Contractor. Regularly update the correction status of both QC and QA punch list items.

1.6.3.3 QC Requirements

Develop and maintain a complete list of QC testing and required structural and life safety special inspections required by the International Code Council (ICC), transferred and installed property, and user training requirements in QCS. Update all data on these QC requirements as work progresses, and promptly provide this information to the Government via QCS.

1.6.3.4 Three-Phase Control Meetings

Maintain scheduled and actual dates and times of preparatory and initial control meetings in QCS.

1.6.3.5 Labor and Equipment Hours

Log labor and equipment exposure hours on a daily basis. This data will be rolled up into a monthly exposure report.

1.6.3.6 Accident/Safety Reporting

The Government will issue safety comments, directions, or guidance whenever safety deficiencies are observed. The Government's safety comments will be included in its export file to the Contractor. Regularly update the correction status of the safety comments. In addition, utilize QCS to advise the Government of any accidents occurring on the jobsite. This brief supplemental entry is not to be considered as a substitute for completion of mandatory reports, e.g., ENG Form 3394 and OSHA Form 300.

1.6.3.7 Features of Work

Include a complete list of the features of work in the QCS database. A feature of work may be associated with multiple pay activities. However, each pay activity (see subparagraph "Pay Activity Data" of paragraph "Finances") will only be linked to a single feature of work.

1.6.3.8 Hazard Analysis

Use QCS to develop a hazard analysis for each feature of work included in the CQC Plan. Address any hazards, or potential hazards, that may be associated with the work.

Page 26: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 6

1.6.4 Submittal Management

The Government will provide the initial submittal register in electronic format. Thereafter, maintain a complete list of all submittals, including completion of all data columns. Dates on which submittals are received and returned by the Government will be included in its export file to the Contractor. Use QCS to track and transmit all submittals. ENG Form 4025, submittal transmittal form, and the submittal register update must be produced using QCS. QCS and RMS will be used to update, store and exchangesubmittal registers and transmittals, but will not be used for storage of actual submittals.

1.6.5 Schedule

Develop a construction schedule consisting of pay activities, in accordance with Section 01 32 01.00 10 PROJECT SCHEDULE. Input and maintain in the QCS database this schedule either manually or by using the Standard Data Exchange Format (SDEF) (see Section 01 32 01.00 10 PROJECT SCHEDULE).Include with each pay request the updated schedule.

1.6.6 Import/Export of Data

QCS includes the ability to export Contractor data to the Government and to import submittal register and other Government-provided data from RMS, and schedule data using SDEF.

1.7 IMPLEMENTATION

Contractor use of QCS as described in the preceding paragraphs is mandatory.Ensure that sufficient resources are available to maintain its QCS database, and to provide the Government with regular database updates. QCS shall be an integral part of the Contractor's management of quality control.

1.8 DATA SUBMISSION VIA OPTICAL DISK

The Government-preferred method for Contractor's submission of QCS data is by using the Government's SFTP repository built into QCS export function. Other data should be submitted using email with file attachment(s). For locations where this is not feasible, the Contracting Officer may permit use of optical disk for data transfer. Export data onto optical disks using the QCS built-in export function. If used, submit optical disks in accordance with the following:

1.8.1 File Medium

Submit in English required data on optical disk conforming to industry standards used in the United States.

1.8.2 Optical Disk Labels

Affix a permanent exterior label to each optical disk submitted. Indicate on the label in English, the QCS file name, full contract number, contract name, project location, data date, name and telephone number of person responsible for the data.

1.8.3 File Names

Page 27: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 45 00.10 10 Page 7

The files will be automatically named by the QCS software. The naming convention established by the QCS software must not be altered.

1.9 MONTHLY COORDINATION MEETING

Update the QCS database each workday. At least monthly, generate and submit an export file to the Government with schedule update and progress payment request. As required in Contract Clause "Payments", at least one week prior to submittal, meet with the Government representative to review the planned progress payment data submission for errors and omissions.

Make all required corrections prior to Government acceptance of the export file and progress payment request. Payment requests accompanied by incomplete or incorrect data submittals will be returned. The Government will not process progress payments until an acceptable QCS export file is received.

1.10 NOTIFICATION OF NONCOMPLIANCE

The Contracting Officer will notify the Contractor of any detected noncompliance with the requirements of this specification. Take immediate corrective action after receipt of such notice. Such notice, when delivered to the Contractor at the work site, will be deemed sufficient for the purpose of notification.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

-- End of Section --

Page 28: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 57 23 Page 1

JBLM DESIGN STANDARDS

SECTION 01 57 23 - TEMPORARY STORMWATER POLLUTION CONTROL

1. Storm Water Management Manual for Western Washington.2. EPA NPDES Construction General Permit. Applies to all projects having a total ground disturbance of an acre or greater and will or have a potential to discharge to US Waters.3. Low Impact Development Technical Guidance Manual for Puget Sound.4. Erosion and Sediment Control. Provide appropriate erosion and sediment controls on all construction sites that will have ground disturbance. Proper implementation and maintenance of appropriate best management practices (BMPs) is critical to control any adverse water quality impacts from construction activities adequately. Discharges must not violate the state’s surface water quality standards (WAC Chapter 173-201A) and groundwater quality standards (WAC Chapter 173-200).

SECTION 01 57 23

TEMPORARY STORMWATER POLLUTION CONTROL

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

U.S. ENVIRONMENTAL PROTECTION AGENCY (EPA)

Construction General Permit (most current) Construction General Permit, Environmental Protection Agency NPDES General Permit for Stormwater Discharges From Construction Activities

Stormwater Management Manual (2012) Stormwater Management Manual for Western Washington, Washington State Department of Ecology Publication

1.2 SYSTEM DESCRIPTION

The work consists of implementing the stormwater pollution prevention measures to prevent sediments from entering United States bodies of water or municipal separate storm sewer systems leading to a United State body of water as specified in this Section in conformance with the requirements of Section 01 57 20.00 10 ENVIRONMENTAL PROTECTION, and the National Pollution Discharge Elimination System (NPDES) permit.

1.3 EROSION AND SEDIMENT CONTROLS

If applicable, contractors will comply with the EPA NPDES ConstructionGeneral Permit specific control measures. In addition, the control measures described in the Western Washington Stormwater Management Manual are

Page 29: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 57 23 Page 2

authorized. Any deviation from the manual stated above must have approval from the DPW.

1.4 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Stormwater Pollution Prevention Plan; G

JBLM has an NDPES Construction General Permit for the installation and a general Stormwater Pollution Prevention Plan (SWPPP). If applicable, the Contractor shall obtain individual permit coverage under the EPA's NDPES Construction General Permitby submitting a Notice of Intent to the EPA. A requirement of the permit is to prepare a SWPPP. The SWPPP must meet the requirements of the EPA's NPDES General Permit for Stormwater from Construction Activities, and must be approved prior to work beginning on the site.

The site specific SWPPP must be prepared in accordance with good engineering practices and must include the detailed areas required by the Construction General Permit. The SWPPP shall be submitted to the Water Program Office, Environmental Division, Public Works as early as possible for approval, in case changes or correctionsmust be made, but no later than 10 days prior to beginning work.

Approval of the Contractor's SWPPP will not relieve the Contractor of responsibility for adequate management of stormwater.The SWPPP is a dynamic document. The Contractor must implement the SWPPP in accordance with the Construction General Permitrequirements.

SD-06 Test Reports

Stormwater Inspection Reports for General PermitErosion and Sediment Controls

SD-07 Certificates

Mill Certificate or Affidavit

Certificate attesting that the Contractor has met all specified requirements.

SD-08 Closeout Submittals

Permit Termination

The permit must be terminated in accordance with the ConstructionGeneral Permit. The notice of termination must be submitted to the Environmental Protection Agency (EPA).

Page 30: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 57 23 Page 3

The permit holder must request an inspection by a qualified member of Public Works Water Program before termination request is submitted to EPA. At the discretion of the Water Program, an inspection may or may not be conducted prior to permit termination.

SD-09 Closeout Submittals

A copy of the Notice of Termination and EPA confirmation letter must be submitted to Public Works Water Program.

SD-11 Closeout Submittals

The SWPPP must be terminated in accordance with the ConstructionGeneral Permit.

The site will be inspected by a qualified member of the Public Works Water Program before termination request is submitted.Contractors shall request inspection prior to termination.

1.5 DELIVERY, STORAGE, AND HANDLING

All identification, storage and handling will be in accordance with the 2012 version of the Stormwater Management Manual for Western Washington.

PART 2 PRODUCTS

Provide products that comply with the Stormwater Management Manual forWestern Washington.

PART 3 EXECUTION

Execute in accordance with the Stormwater Management Manual for Western Washington.

3.1 INSPECTIONS

3.1.1 General

Inspections shall be in accordance with the Construction General Permit.

-- End of Section --

Page 31: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 78 00.00 Page 1

SECTION 01 78 00.00

DD FORM 1354 CHECKLIST

PART 1 GENERAL

1.1 PROCEDURES

The DD Form 1354, which is a part of this specification section, shall be completed for every Task Order. DD Form 1354 will be prepared in accordance with Unified Facilities Criteria (UFC) 1-300-08-Criteria for Transfer and Acceptance of Military Real Property, 16 April 2009.

1.2 SUBMITTAL

This form shall be submitted for approval, and be approved a minimum of 10 days before final inspection of the project. Failure to have this form completed and approved in time for the final inspection will result in delay of the inspection until the checklist is completed.

PART 2 PRODUCTS

Not Used

PART 3 EXECUTION

Not Used

Page 32: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 78 00.00 Page 2

INSTRUCTIONS FOR DD FORM 1354 CHECKLIST

The following checklist is only a guide to describe various parts of new and modified construction. Alter this form as necessary or create your own document to give complete accounting of the real property added or deleted for this contract. All items added, deleted, replaced, or relocated within the building 5 foot line, or onsite 5 feet beyond the building perimeter must be accounted for completely. Only a few of the most common items beyond the 5 foot line are included on the checklist under UTILITIES/SURFACE CONSTRUCTION; add additional items as required by the construction accomplished. Attach a continuation sheet and use the checklist format to describe other work related to this particular project. Listed on the last page are additional items with units of measure and descriptive terms.

Costs for each item must include material, tax, installation, overhead and profit, bond, and insurance costs. This form should be filled out as each item is installed or each phase of work is completed.

TOTAL FOR ALL ITEMS INCLUDING CONTRACT MODIFICATION COSTS ADDED TOGETHER SHOULD EQUAL THE TOTAL CONTRACT PRICE.

KEY TO ABBREVIATIONS

AC - AcresBL - Barrels, CapacityBTU - British Thermal UnitCY - Cubic YardsEA - EachGA - Gallons, CapacityHD - HeadkV - Kilovolt Amperes, Capacity (kVA)kW - Kilowatts, CapacitySE - SeatsSF - Square FeetSY - Square YardMB - Million British Thermal UnitsMI - MilesLF - Linear FeetKG - Thousand Gallons Per Day, CapacityTN - Ton# - Number; How Many

Page 33: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 78 00.00 Page 3

DD FORM 1354 CHECKLISTTransfer of Real Property

CONTRACT NUMBER: W912DW-11-D-1014

CONTRACT TITLE: Correcting Drainage Near Warehouse Roadon McChord Airfield

LOCATION: JBLM-McChord, bounded by Rainier Field,Buildings 770, 691, 768, and Warehouse Road

1. DEMOLITION (Describe each item removed and the cost of removal.)*

Asphalt Concrete Pavement

Septic Tanks

Pumps

Storm Drainage Piping

Trees

2. RELOCATION (Describe each item relocated and the cost of relocation.)*

N/A

3. REPLACEMENTS (Describe each item replaced and replacement cost.)*

Asphalt Concrete Pavement

*Use a continuation sheet if more space is required. Items should be described by quantity and the correct unit of measure.

Page 34: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 78 00.00 Page 4

4. NEW CONSTRUCTION OVERVIEW: BUILDING(S)/ADDITION(S) TO A BUILDING - Use a separate checklist for each building and/or addition.

N/A

5. BUILDING SYSTEMS (INTERIOR)

N/A

6. UTILITIES/SURFACE CONSTRUCTION:

(1) (812 42/812-226) SEC DISTR LINE UG-Lineal Meters (LF)-(type of conduit & size; type & size of wires in conduit; Lineal Meters (LF) of conduit & wire inside conduit; voltage)DESCRIPTION:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________COST: ____________

(2) (851 10/12/851-147) ROAD-Square Meters (SY) & Lineal Meters (LF)-SquareMeters (SY); material used; thickness; Lineal Meters (LF))DESCRIPTION:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________COST: ____________

(3) (871 10/871-183) STORM DRAIN DISPOSAL-Lineal Meters (LF)-(# Lineal Meters (LF) of pipe; sizes & types of pipe; # of catch basins & manholes & sizes of each)DESCRIPTION:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________COST: ____________

(4) (87210/12/872-248) FENCE, INTERIOR-Lineal Meters (LF)-(# of Lineal Meters (LF); fence material; # & kind of gate(s)DESCRIPTION:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________COST: ____________

(5) (135 10/135-583) TEL DUCT FACILITY-Lineal Meters (LF)-(# of Lineal Meters (LF); size & type of conduit; type of wire)DESCRIPTION:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________COST: ____________

Page 35: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 78 00.00 Page 5

7. INSTALLED EQUIPMENT: Furnish an Equipment-In-Place List. Any price related to equipment should already be included in this checklist.

N/A

8. SYSTEMS NOT PREVIOUSLY LISTED: Attach a separate sheet and use the same format to describe the system(s). Example: CATV system, intercom system, or other utilities and surface construction not described on this checklist.

Sanitary Sewer Grinder Pump and Enclosure

9. ASBESTOS REMOVAL: Furnish a description by building of the number of Lineal Meters (LF) of asbestos removed, number of Lineal Meters (LF) of reinsulation, number of Square Meters (SF) of soil encapsulation, and number and size of tanks, etc., where asbestos was removed. Also, identify buildings by their numbers and use.

N/A

10. MAINTENANCE/RENOVATIONS: List by building number and describe all additions and deletions by quantity and the correct unit of measure.Furnish a cost per building.

N/A

Page 36: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 01 78 00.00 Page 6

UTILITIES/SURFACE CONSTRUCTION - Listed below are some additional items which may or may not apply to your contract. EACH item installed on site should be listed and priced separately even if not included on this checklist.

(1) (93210) SITE IMPROVEMENT-(JOB)(2) (93220) LANDSCAPE PLANTING (Hectare (Acre); EA; Square Meters (SF))(3) (93410) CUT AND FILL-Cubic Meters (CY)(4) (87210) FENCING OR WALLS-Lineal Meters (LF)(5) (15432) RIPRAP-Lineal Meters & Square Meters (LF & SY)

NOTE: 5-Digit Codes-Army; 6-Digit Codes-Air Force

-- End of Section --

Page 37: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 1

SECTION 33 32 13.14

PACKAGED SEWAGE LIFT STATIONS, GRINDER PUMP TYPE01/08

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by thebasic designation only.

AMERICAN WATER WORKS ASSOCIATION (AWWA)

AWWA C104/A21.4 (2013) Cement-Mortar Lining for Ductile-IronPipe and Fittings for Water

AWWA C110/A21.10 (2012) Ductile-Iron and Gray-Iron Fittings for Water

AWWA C111/A21.11 (2012) Rubber-Gasket Joints for Ductile-IronPressure Pipe and Fittings

AWWA C600 (2010) Installation of Ductile-Iron Water Mains and Their Appurtenances

AWWA M23 (2002; 2nd Ed) Manual: PVC Pipe - Design and Installation

ASME INTERNATIONAL (ASME)

ASME B1.20.1 (2013) Pipe Threads, General Purpose (Inch)

ASME B31.3 (2014) Process Piping

ASTM INTERNATIONAL (ASTM)

ASTM D1784 (2011) Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds

ASTM D1785 (2012) Standard Specification for Poly(Vinyl Chloride) (PVC), Plastic Pipe, Schedules 40, 80, and 120

ASTM D2241 (2015) Standard Specification for Poly(Vinyl Chloride) (PVC) Pressure-Rated Pipe (SDR Series)

ASTM D2464 (2015) Standard Specification for Threaded Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

Page 38: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 2

ASTM D2466 (2015) Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 40

ASTM D2467 (2015) Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Pipe Fittings, Schedule 80

ASTM D3139 (1998; R 2011) Joints for Plastic Pressure Pipes Using Flexible Elastomeric Seals

ASTM F477 (2014) Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

1.2 DESCRIPTION OF WORK

The work includes providing submersible sewage grinder pump station and related work. Provide system complete and ready for operations. Grinder pump station system including equipment, materials, installation, and workmanship as specified herein.

1.3 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submit the following in accordance with Section 01 33 00SUBMITTAL PROCEDURES:

SD-03 Product Data

Pipe and fittings; G

Check valves; G

Submersible sewage grinder pumps; G

Pump motor; G

Flexible flanged coupling; G

Pump Warranty

SD-10 Operation and Maintenance Data

Submersible Sewage Grinder Pumps Data Package 3; G

Submit in accordance with Section 01 78 23 OPERATION AND MAINTENANCE DATA.

Include pumps, alarms, and motors. Include all information on all equipment, alarm panel and controls, pumps and pump performance curves, and station layout in data for submersible sewage grinderpump station.

1.4 DELIVERY, STORAGE, AND HANDLING OF MATERIALS

Page 39: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 3

1.4.1 Delivery and Storage

Inspect materials delivered to site for damage. Unload and store with minimum handling. Store materials in enclosures or under protective covering. Store rubber gaskets not to be installed immediately under cover, out of direct sunlight. Do not store materials directly on the ground.Keep interior of pipes and fittings free of dirt and debris.

1.4.2 Handling

Handle pipe, fittings, valves, and other accessories in such manner as to ensure delivery to the trench in sound, undamaged condition. Avoid injury to coatings and linings on pipe and fittings; make satisfactory repairs if coatings or linings are damaged. Carry pipe to the trench; do not drag it.

1.5 EXCAVATION, TRENCHING, AND BACKFILLING

Provide in accordance with Section 31 00 00 EARTHWORK, except as specified herein. Excavation, trenching, and backfill for Pump Station shall be per manufacturer's recommendations or Section 31 00 00 EARTHWORK, whichever standard is more stringent.

PART 2 PRODUCTS

2.1 PIPE AND FITTINGS

Provide pressure piping, air release valves, and related accessories for force main piping outside the sewage wet well and valve vault in accordance with Section 33 30 00 SANITARY SEWERS.

2.1.1 PVC Plastic Pressure Pipe and Associated Fittings

2.1.1.1 Pipe and Fittings Less Than 4 inch Diameter

Use pipe, couplings and fittings manufactured of materials conforming to ASTM D1784, Class 12454-B.

a. Screw-Joint: Use pipe conforming to dimensional requirements of ASTM D1785 Schedule 80, with joints meeting requirements of 150 psiworking pressure, 200 psi hydrostatic test pressure, unless otherwise shown or specified. Use threaded pipe fittings conforming to requirements of ASTM D2464, threaded to conform to the requirements of ASME B1.20.1 for use with Schedule 80 pipe and fittings. Test pipe couplings when used, as required by ASTM D2464.

b. Push-On Joint: ASTM D3139, with ASTM F477 gaskets. Fittings for push-on joints: AWWA C110/A21.10 or AWWA C111/A21.11. Iron fittings and specials: cement-mortar lined (standard thickness) in accordance with AWWA C104/A21.4.

c. Solvent Cement Joint: Use pipe conforming to dimensional requirements of ASTM D1785 or ASTM D2241 with joints meeting the requirements of 150 psi working pressure and 200 psi hydrostatic test pressure. Use fittings for solvent cement jointing conforming to ASTMD2466 or ASTM D2467.

Page 40: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 4

2.1.2 Insulating Joints

Provide between pipes of dissimilar metals a rubber gasket or other approved type of insulating joint or dielectric coupling to effectively prevent metal-to-metal contact between adjacent sections of piping.

2.1.3 Accessories

Provide flanges, connecting pieces, transition glands, transition sleeves, and other adapters as required.

2.1.4 Flexible Flanged Coupling

Provide flexible flanged coupling applicable for sewage as indicated. Use flexible flanged coupling designed for a working pressure of 350 psi.

2.2 VALVES AND OTHER PIPING ACCESSORIES

2.2.1 Check Valves

Stainless steel ball valve curb stop and check valve with replaceable flapper, service port, and cleanout; design for a hydraulic working pressure of 235 psi.

2.2.2 Identification Tags and Plates

Provide valves with tags or plates numbered and stamped for their usage.Use plates and tags of brass or nonferrous material and mounted or attached to the valve.

2.2.3 Miscellaneous Metals

Use stainless steel bolts, nuts, washers, anchors, and supports for installation of equipment.

2.2.4 Wet Well Vent

2-inch PVC vent pipe.

2.3 SUBMERSIBLE SEWAGE GRINDER PUMPS

Provide complete factory-built and tested Wetwell/Drywell Grinder Pump Station, consisting of grinder pump suitably mounted in a basin constructed of high density polyethylene (HDPE) with dimensions and capacities as show on the Plans, NEMA 6P electrical quick disconnect (EQD), pump removal system, stainless steel discharge assembly/shut-off valve, anti-siphonvalve/check valve, each assembled in the basin, electrical alarm panel and all necessary internal wiring and controls. Component type grinder pump systems that require field assembly are not acceptable.

Grinder pump station shall have a cartridge type, easily removable core assembly consisting of pump, motor, grinder, all motor controls, check valve, anti-siphon valve, level controls, electrical quick disconnect and wiring. The core unit shall be installed in the basin by the manufacturer. Field assembly of the pump and controls into the basin is not acceptable,except in stations taller than 96 inches. Stations taller than 96 inches may be shipped on their side without the cores assembled in the basin for

Page 41: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 5

freight purposes. The core unit shall seal to the tank deck with a stainless steel latch assembly. The latch assembly must be actuated utilizing a single quick release mechanism requiring no more than a half turn of a wrench. The watertight integrity of each core unit shall be established by a 100 percent factory test at a minimum of 5 PSIG. All maintenance tasks for the grinder pump station must be possible without entry into the grinder pump station.

The grinder pump core, including level sensor assembly, shall have two lifting hooks complete with lift-out harness connected to its top housing to facilitate easy core removal when necessary. The level sensor assembly must be easily removed from the pump assembly for service or replacement. All mechanical and electrical connections must provide easy disconnect capability for core unit removal and installation. Each EQD half must include a water-tight cover to protect the internal electrical pins while the EQD is unplugged. A pump push-to-run feature will be provided for field trouble shooting. The push-to-run feature must operate the pump even if the level sensor assembly has been removed from the pump assembly. All motor control components shall be mounted on a readily replaceable bracket for ease of field service.

Grinder pump station, including all appurtenances, shall be supplied by one grinder pump station manufacturer. Equipment shall be manufactured by a company experienced in the design and manufacture of grinder pumps for specific use in low pressure sewage systems. Manufacturer shall maintain a continuing inventory of grinder pump replacement parts. Manufacturer shall provide, upon request, a reference and contact list from ten of its largest contiguous grinder pump installations of the type of grinder pumps described within this specification.

Manufacturers shall have not less than 10 years of experience in the design and manufacture of units of identical size and performance to the specified units, and not less than 500 successful installations of low pressure sewer systems utilizing grinder pumps.

Provide a custom designed, integral, vertical rotor, motor driven, solids handling pump of the progressing cavity type with a single mechanical seal. Pump shall be capable of delivering 14 GPM against a rated total dynamic head of 15.3 feet (6.62 PSIG). The pump shall be capable of operating at negative total dynamic head without overloading the motor Provide double radial O-ring seals at all casting joints. All pump castings shall be cast iron, fully epoxy coated to 8-10 mil Nominal dry thickness, wet applied. The rotor shall be through-hardened, highly polished, precipitation hardened stainless steel. The rotor shall be of a specifically compounded ethylene propylene synthetic elastomer, suitable for domestic wastewater service, and shall include high tear and abrasion resistance, grease resistance, waterand detergent resistance, temperature stability, excellent aging properties, and outstanding wear resistance. Buna-N is not acceptable as a stator material.

Provide factory installed, gravity operated, flapper-type integral check valve built into the stainless steel discharge piping. The check valve will provide a full-ported passageway when open, and shall introduce a friction loss of less than 6 inches of water at maximum rated flow. Moving parts shall be made of a 300 Series stainless steel and fabric reinforced synthetic elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A nonmetallic hinge shall be an integral part of the flapper assembly providing a maximum degree of freedom to assure seating

Page 42: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 6

even at a very low back-pressure. The valve body shall be an injection molded part made of an engineered thermoplastic resin. The valve shall be rated for continuous operating pressure of 235 psi. Ball-type check valves are unacceptable.

Provide factory-installed, gravity-operated, flapper-type integral anti-siphon valve built into the stainless steel discharge piping. Moving parts shall be made of 300 Series stainless steel and fabric-reinforced synthetic elastomer to ensure corrosion resistance, dimensional stability, and fatigue strength. A nonmetallic hinge shall be an integral part of the flapper assembly, providing a maximum degree of freedom to ensure proper operation even at a very low pressure. The valve body shall be injection-molded from an engineered thermoplastic resin. Holes or ports in the discharge piping are not acceptable anti-siphon devices. The anti-siphon port diameter shall be no less than 60% of the inside diameter of the pump discharge piping.

The grinder pump shall be listed by Underwriters Laboratories, Inc. to be safe and appropriate for the intended use. UL listing of components of the station, or third-party testing to UL standard are not acceptable. The grinder pump shall bear the seal of NSF International. Third-party testing to NSF standard is not acceptable.

2.3.1 Impeller

The grinder shall be placed immediately below the pumping elements and shall be direct-driven by a single, one-piece motor shaft. The impeller assembly shall be securely fastened to the pump motor shaft by means of a threadedconnection attaching the impeller to the motor shaft. Attachment by means of pins or keys is not acceptable. The impeller shall be a one-piece, 4140 cutter wheel of the rotating type with inductively hardened cutter teeth. The cutter teeth shall be inductively hardened to Rockwell 50 - 60c for abrasion resistance. The shredder ring shall be of the stationary type and the material shall be white cast iron. The teeth shall be ground into the material to achieve effective grinding. The shredder ring shall have a staggered tooth pattern with only one edge engaged at a time, maximizing the cutting torque.

This assembly shall be dynamically balanced and operate without objectionable noise or vibration over the entire range of recommended operating pressures. The grinder shall be constructed so as to minimize clogging and jamming under all normal operating conditions including starting. Sufficient vortex action shall be created to scour the tank free of deposits or sludge banks which would impair the operation of the pump. These requirements shall be accomplished by the following, in conjunction with the pump:

a. The grinder shall be positioned in such a way that solids are fed in an upward flow direction.

b. The maximum flow rate through the cutting mechanism must not exceed 4 feet per second. This is a critical design element to minimize jamming and as such must be adhered to.

c. The inlet shroud shall have a diameter of no less than 5 inches. Inlet shrouds that are less than 5 inches in diameter will not be accepted due to their inability to maintain the specified 4 feet per second maximum inlet velocity which by design prevents unnecessary jamming of

Page 43: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 7

the cutter mechanism and minimizes blinding of the pump by large objects that block the inlet shroud.

d. The impeller mechanism must rotate at a nominal speed of no greater than 1800 rpm.

The grinder shall be capable of reducing all components in normal domestic sewage, including a reasonable amount of "foreign objects," such as paper, wood, plastic, glass, wipes, rubber and the like, to finely-dividedparticles which will pass freely through the passages of the pump and the 1-1/4 inch diameter stainless steel discharge piping.

2.3.2 Pump Warranty

Provide a parts and labor warranty on the complete station and accessories, including, but not limited to, the panel for a period of 24 months after notice of owner's acceptance. Any manufacturing defects found during the warranty period will be reported to the manufacturer by the owner and will be corrected by the manufacturer at no cost to the owner. Warranty shall detail any exclusions from the warranty or additional cost items required to maintain the equipment in warrantable condition.

2.4 PUMP MOTOR

Provide submersible sewage pump in wet well, 1,725 RPM, 240 volt, 1 phase, and 60 Hz cycle, capacitor start, ball bearing, air-cooled induction type with Class F installation, low starting current not to exceed 30 amperes and high starting torque of 8.4 foot pounds, compatible with existing electricalcircuit breaker. The motor shall be press-fit into the casting for better heat transfer and longer winding life. Inherent protection against running overloads or locked rotor conditions for the pump motor shall be provided by the use of an automatic-reset, integral thermal overload protector incorporated into the motor. This motor protector combination shall have been specifically investigated and listed by Underwriters Laboratories, Inc., for the application. The wet portion of the motor armature must be 300Series stainless. Oil-filled motors will not be accepted.

The pump/core shall be provided with a mechanical shaft seal to prevent leakage between the motor and pump. The seal shall have a stationary ceramic seat and carbon rotating surface with faces precision lapped and held in position by a stainless steel spring.

2.5 PUMP CONTROL SYSTEM

Provide motor starting controls located in the cast iron enclosure of the core unit secured by stainless steel fasteners. Locating the motor starting controls in a plastic enclosure is not acceptable. The wastewater level sensing controls shall be housed in a separate enclosure from motor starting controls. The level sensor housing must be sealed via a radial type seal; solvents or glues are not acceptable. The level sensing control housing must be integrally attached to pump assembly so that it may be removed from the station with the pump and in such a way as to minimize the potential for the accumulation of grease and debris accumulation, etc. The level sensinghousing must be a high-impact thermoplastic copolymer over-molded with a thermo plastic elastomer. The use of PVC for the level sensing housing is not acceptable.

Page 44: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 8

Non-fouling wastewater level controls for controlling pump operation shall be accomplished by monitoring the pressure changes in an integral air column connected to a pressure switch. The air column shall be integrally molded from a thermoplastic elastomer suitable for use in wastewater and with excellent impact resistance. The air column shall have only a single connection between the water level being monitored and the pressure switch. Any connections are to be sealed radially with redundant O-rings. The level detection device shall have no moving parts in direct contact with the wastewater and shall be integral to the pump core assembly in a single, readily-exchanged unit. Depressing the push to run button must operate the pump even with the level sensor housing removed from the pump.

All fasteners throughout the assembly shall be 300 Series stainless steel. High-level sensing will be accomplished in the manner detailed above by a separate air column sensor and pressure switch of the same type. Closure of the high-level sensing device will energize an alarm circuit as well as a redundant pump-on circuit. For increased reliability, pump ON/OFF and high-level alarm functions shall not be controlled by the same switch. Float switches of any kind, including float trees, will not be accepted. To assure reliable operation of the pressure switches, each core shall be equipped with a factory installed equalizer diaphragm that compensates for any atmospheric pressure or temperature changes. Tube or piping runs outside of the station tank or into tank-mounted junction boxes providing pressure switch equalization will not be permitted. The grinder pump will be furnished with a 6 conductor 14 gauge, type SJOW cable, pre-wired and watertight to meet UL requirements with a factory-installed NEMA 6P EQD half attached to it.

2.5.1 Sewage Pump Alarm

Provide NEMA 4X, UL-listed alarm panel suitable for wall or pole mounting. Enclosure shall be manufactured of thermoplastic polyester to ensure corrosion resistance. Enclosure shall include a hinged, lockable cover with padlock, preventing access to electrical components, and creating a secured safety front to allow access only to authorized personnel. The enclosure shall not exceed 10.5 inches wide by 14 inches high by 7 inches deep.

Alarm panel shall contain one 15-amp, single-pole circuit breaker for the alarm circuit. Panel shall contain a complete alarm circuit.

Alarm panel shall include the following features: external audible and visual alarm; push-to-run switch; push-to-silence switch; redundant pump start; and high level alarm capability. The alarm sequence is to be as follows when the pump and alarm breakers are on:

a. When liquid level in the sewage wet-well rises above the alarm level, the contacts on the alarm pressure switch activate, audible and visual alarms are activated, and the redundant pump starting system is energized.

b. The audible alarm may be silenced by means of the externally mounted, push-to-silence button.

c. Visual alarm remains illuminated until the sewage level in the wet-welldrops below the "off" setting of the alarm pressure switch.

Page 45: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 9

Visual alarm lamp shall be inside a red, oblong lens at least 3.75 inches long by 2.38 inches wide by 1.5 inches high. Visual alarm shall be mounted to the top of the enclosure in a manner that maintains NEMA 4X rating. Audible alarm shall be externally mounted on the bottom of the enclosure, capable of 93 dB at 2 feet. Audible alarm shall be capable of being deactivated by depressing a push-type switch that is encapsulated in a weatherproof silicone boot and mounted on the bottom of the enclosure (push-to-silence button).

The entire alarm panel, as manufactured and including any of the following options shall be listed by Underwriters Laboratories, Inc.

2.5.2 Electrical Distribution Components

All electrical distribution components are design-build by the contractor.The contractor shall meter the existing panel prior to construction to verify adequate capacity. All conduits shall be sealed with explosion-prooffittings. Wire the dry alarm contact to the auxiliary alarm contact to the box in the building.

2.6 UNDERGROUND EQUIPMENT ENCLOSURE

2.6.1 Wet Well/Dry Well

Provide high density polyethylene wet well/dry well, with a grade selected to provide the necessary environmental stress cracking resistance. Corrugated sections are to be made of a double wall construction with the internal wall being generally smooth to promote scouring. The corrugations of the outside wall shall be a minimum amplitude of 1-1/2 inch. Any incidental sections of a single wall construction shall be 0.250 inch thick, minimum. All seams created during tank construction shall be thermally welded and factory tested for leak tightness. The tank wall and bottom must withstand the pressure exerted by saturated soil loading at maximum burial depth. All station components must function normally when exposed to 150 percent of the maximum external soil and hydrostatic pressure.

The tank shall be furnished with one EPDM grommet fitting to accept a 4.50 inch OD DWV or Schedule 40 pipe. The tank capacities shall be as shown on the contract drawings.

The Drywell accessway shall be an integral extension of the Wetwell assembly and shall include a lockable cover assembly providing low profile mounting and watertight capability. The accessway design and construction shall enable field adjustment of the station height in increments of 4" or less without the use of any adhesives or sealants requiring cure time before installation can be completed.

The station shall have all necessary penetrations molded in and factory sealed. To ensure a leak free installation no field penetrations will be acceptable.

All discharge piping shall be constructed of 304 stainless steel. The discharge shall terminate outside the accessway bulkhead with a stainless steel, 1-1/4 inch Female NPT fitting. The discharge piping shall include a stainless steel ball valve rated for 235 psi WOG; PVC ball valves or brass ball/gate will not be accepted. The bulkhead penetration shall be factory installed and warranted by the manufacturer to be watertight.

Page 46: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 10

The accessway shall include a single NEMA 6P Electrical Quick Disconnect (EQD) for all power and control functions, factory installed with accessway penetrations warranted by the manufacturer to be watertight. The EQD will be supplied with Electrical Supply Cable (ESC) outside the station, to connect to the alarm panel, located in the nearest building. The ESC shall be installed in the basin by the manufacturer. Field assembly of the ESC into the basin is not acceptable because of potential workmanship issues. The EQD shall require no tools for connecting, seal against water before the electrical connection is made, and include radial seals to assure a watertight seal regardless of tightening torque. Plug-type connections of the power cable onto the pump housing will not be acceptable due to the potential for leaks and electrical shorts. A junction box shall not be permitted in the accessway due to the large number of potential leak points. The EQD shall be so designed to be conducive to field wiring as required.

PART 3 EXECUTION

3.1 INSTALLATION

Provide pump station in accordance with drawings and requirements of the respective equipment manufacturers. Dampen and isolate equipment vibration.

3.1.1 Installation of PVC Plastic Pressure Pipe and Fittings

Unless otherwise specified, install pipe and fittings in accordance with paragraph entitled "General Requirements for Installation of Pipelines" of this section and with the recommendations for pipe joint assembly and appurtenance installation in AWWA M23, Chapter 7, "Installation."

a. Pipe Less than 4 Inch Diameter:

(1) Make threaded joints by wrapping the male threads with joint tape or by applying an approved thread lubricant, than threading the joining members together. Tighten joints with strap wrenches that will not damage the pipe and fittings. Do not tighten joint more than 2 threads past hand-tight.

(2) Push-On Joints: Bevel ends of pipe for push-on joints to facilitate assembly. Mark pipe to indicate when the pipe is fully seated. Lubricate gasket to prevent displacement. Exercise care to ensure that the gasket remains in proper position in the bell or coupling while making the joint.

(3) Solvent-weld joints: comply with the manufacturer's instructions.

3.1.2 Valves

Installation of Valves: Install check valves in accordance with the applicable requirements of AWWA C600 for valve-and-fitting installation or the manufacturer's recommendations. Make and assemble joints to check valves as specified for making and assembling the same type joints between pipe and fittings.

3.1.3 Steel Piping

Page 47: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

Section 33 32 13.14 Page 11

Install steel piping in accordance with ASME B31.3. Use PTFE pipe thread paste or PTFE powder and oil for jointing compound for pipe threads.

3.1.4 Force Main

Provide in accordance with Section 33 30 00 SANITARY SEWERS.

3.1.5 Equipment Installation

Install equipment in accordance with these specifications and the manufacturer's installation instructions. Grout equipment mounted on concrete foundations before installing piping. Install piping to avoid imposing stress on any equipment. Match flanges accurately before securing bolts.

3.2 FIELD TESTS AND INSPECTIONS

Perform all field tests, and provide all labor, equipment, and incidentals required for testing, except that water and electric power needed for field tests will be furnished as set forth in Division 01. Produce evidence, when required, that any item of work has been constructed in accordance with contract requirements. Allow concrete to cure a minimum of 5 days before testing any section of piping where concrete thrust blocks have been provided.

3.2.1 Testing Procedure

Test piping in accordance with the Section 33 30 00 SANITARY SEWERS. Test in operation all equipment to demonstrate compliance with the contract requirements.

3.2.2 Sewage Grinder Pump

Prior to delivery, each grinder pump shall be submerged and operated for 1.5 minutes (minimum). Included in this procedure will be the testing of all ancillary components such as, the anti-siphon valve, check valve, dischargeassembly and each unit's dedicated level controls and motor controls. All factory tests shall incorporate each of the above listed items. Actual appurtenances and controls which will be installed in the field shall be particular to the tested pump only. Certified test results shall be available upon request showing the operation of each grinder pump at two different points on its curve. Additional validation tests include: integral level control performance, continuity to ground and acoustic tests of therotating components. The Contracting Officer reserves the right to inspect such testing procedures at the manufacturer's facility.

Test pumps and controls, in operation, under design conditions to insure proper operation of all equipment. Provide all appliances, materials, water, and equipment for testing, and bear all expenses in connection with the testing. Conduct testing after all equipment is properly installed, electrical services and piping are installed, liquid is flowing, and the pump station is ready for operation. Correct all defects discovered to the satisfaction of the Contracting Officer, and all tests repeated, at the expense of the Contractor, until the equipment is in proper working order.

-- End of Section --

Page 48: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 1

JBLM DESIGN STANDARDS

SECTION 33 40 00 - STORM DRAINAGE UTILITIES

Design Requirements

1.Registration forms can be obtained at http://www.ecy.wa.gov/programs/wq/grndwtr/uic/registration/regforms.html. . The WA Department of Ecology has 60 days to determine if the UIC well is rule authorized and to approve the registration of the UIC well.

2.Stormwater Management (SWM) Systems. a. The Government’s Consultant or Contractor designers are responsible for

design, development, and installation of all stormwater facilities at their respective sites.

b. JBLM has adopted the Washington State Department of Ecology (Ecology) Western Washington Stormwater Management Manual (Ecology stormwatermanual). By adoption, JBLM Department of Public Works (PW) is not transferring regulatory compliance of the design process to Washington State. Send all requests for exceptions from or clarifications of the requirements within the Ecology stormwater manual to JBLM PW for consideration. Use the most current version of the stormwater manual as a guide for stormwater designs.

c. Management of stormwater must be integrated into other project aspects to meet the sustainability goals of the installation as a whole. Design stormwater systems to maintain the hydrologic functions of the site. Consider reusing stormwater on site for irrigation and landscaping. This contributes to the installation’s water savings and reuse goals.

d. Design and size stormwater facilities d to accommodate stormwater runoff from all site development surfaces and all runoff from buildings in conformance with the latest adopted edition of the Ecology stormwater manual. Design goals should be to reduce or eliminate offsite stormwater flows and restore the pre-development hydrology of the project area. Designs must meet all of the requirements below.

The designs must comply with Section 438 of the Energy Independence and Security Act (EISA).Fence all standing water facilities with side slopes exceeding 3h:1v for safety. Complete all standing water facilities with a minimum of 6 inches of topsoil and plantings appropriate for the pond function.Within housing, commercial, and organizational areas, ponds cannot be constructed with side slope exceeding 3h:1v or deeper than 2.5 feet.All ponds, swales, or other like stormwater features must be vegetated and/or have amended soils added to provide appropriate function.All ponds, swales, or other like stormwater features shall blend with project landscaping to the maximum extent practicable.Storm drain lines and branches within the site shall be polyvinyl chloride (PVC) plastic, ductile-iron, CPEP, or HDPE pipe.Infiltration rates (including topsoil and vegetation), amended or on-site soils mixes, and seed mixtures should all be addressed in the design.

Page 49: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 2

Whenever possible, shrub beds, street plants, and similar features shall be used through rain garden type features for stormwater runoff management.

e. Onsite treatment and infiltration: Use the Ecology stormwater manual and the Low-Impact Development Technical Manual for Puget Sound. Request any exceptions for approval by JBLM PW. However, consider the portions of Section 3.3 of Volume III of the Ecology stormwater manual pertaining to the methods for determining infiltration rates as a recommended guideline. Conduct on-site soil tests in conformance with standard engineering practices and to the satisfaction of JBLM PW. Use the soil tests to determine a short-term infiltration rate. Once determined,apply appropriate factors of safety in conformance with standard engineering practices to the short-term infiltration rate to arrive at a long-term design infiltration rate based on site conditions, in conformance with the designer’s professional opinion and discretion, and the approval of JBLM PW, prior to full design. Include detailed information in the design regarding amended soil mixtures, soil depths, vegetation requirements and seed mixtures for all stormwater management features.

JBLM prefers stormwater infiltration methods that are small, distributed throughout the project site, and as visually unobtrusive as possible. Preferred methods include elements such as car parks, rain gardens, porous pavement, cisterns, or other low-impactdevelopment elements.Use pervious pavements to infiltrate stormwater for parking areas in housing, commercial, and organizational areas that are not subject to industrial activities or high traffic. If there is runoff that the pervious pavement cannot infiltrate, use car parks or rain gardens to infiltrate this runoff. Car parks shall meet the car park standard for landscape and shading.Use sheet flow runoff to infiltration features to the maximum extent practicable. Consider safety when sheet flowing large amounts ofrunoff.

f. The use of underground injection control for stormwater management must meet the requirements of Chapter 173-218 of the Washington Administrative Code (WAC) Underground Injection Control (UIC) Program.Submit completed registration forms to the JBLM Stormwater Office for registration with Ecology 65 days prior to any construction of UIC facilities. Obtain registration forms and any further information from the JBLM Environmental Division.

g. Low-impact development techniques shall comply with the Low Impact Development Technical Guidance Manual for Puget Sound.

h. Stormwater lines shall truncate at a logical point near the building but no closer than 5 feet to the building footprint. Connect building footing drains and roof drain lines where necessary. The SDC and Building Contractor shall coordinate the location of the stormwater extensions, including the roof drain connection locations. Building drains shall conform to the Ecology stormwater manual. Splash blocks require JBLM approval. The Building Contractor shall supply the SDC with the storm line sizes and logical extension points. The SDC will coordinate with the Building Contractor for service locations of downspouts, area drains, covered hardstands, and any surface within 5

Page 50: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 3

feet of the building perimeter that requires stormwater discharges. The Building Contractor shall be responsible for design, development, and installation of all stormwater systems from the building and any drainage surface in and around the building to the perimeter, and shallmake connection to stormwater lines as installed by the SDC.

3.Erosion and Sediment Control. Provide appropriate erosion and sediment controls on all construction sites that will have ground disturbance. Proper implementation and maintenance of appropriate best management practices (BMPs) is critical to control any adverse water quality impacts from construction activities adequately. Discharges must not violate the state’s surface water quality standards (WAC Chapter 173-201A) and groundwater quality standards (WAC Chapter 173-200).

a. Volume II, Chapter 4 of the Ecology stormwater manual provides standards and specifications for BMPs that are approved for use on JBLM. Consider other BMPs with proper review and approval by JBLM PW.

b. Preparation of a site-specific SWPPP is required for all construction activities that will have a land disturbance of one or more acres (or are part of a common plan of development that will disturb an acre or greater). Multiple construction sites under one contract must have an SWPPP prepared if the total land disturbance for all sites is greater than one acre.

c. Construction sites that will have a land disturbance of one or more acres (or are part of a common plan of development that will disturb an acre or greater) or projects that have multiple construction sites under one contract if the total land disturbance for all sites is greater than one acre, must be covered under the EPA’s NPDES CGP (Construction General Permit). See Permit Section 6.16 for details.

d. The government has determined that the site may potentially be a “significant contributor of pollutants” to waters of the state, even though the site is less than one acre. A site-specific SWPPP is required. Use the EPA template.

SECTION 33 40 00

STORM DRAINAGE UTILITIES

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION OFFICIALS (AASHTO)

AASHTO HB-17 (2002; Errata 2003; Errata 2005) Standard Specifications for Highway Bridges

Page 51: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 4

AASHTO M 198 (2005) Standard Specification for Joints for Concrete Pipe, Manholes and Precast Box Sections Using Preformed Flexible Joint Sealants

AASHTO M 294 (2007) Standard Specification for Corrugated Polyethylene Pipe, 300- to 1200-mm Diameter

AMERICAN RAILWAY ENGINEERING AND MAINTENANCE-OF-WAY ASSOCIATION (AREMA)

AREMA Eng Man (2007) Manual for Railway Engineering

ASTM INTERNATIONAL (ASTM)

ASTM A 123/A 123M (2008) Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products

ASTM A 48/A 48M (2003) Standard Specification for Gray Iron Castings

ASTM A 536 (1984; R 2004) Standard Specification for Ductile Iron Castings

ASTM A 716 (2003) Standard Specification for Ductile Iron Culvert Pipe

ASTM C 139 (2005) Standard Specification for Concrete Masonry Units for Construction of Catch Basins and Manholes

ASTM C 1433 (2007a) Standard Specification for Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers

ASTM C 231 (2008) Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method

ASTM C 270 (2007a) Standard Specification for Mortar for Unit Masonry

ASTM C 32 (2005) Standard Specification for Sewer and Manhole Brick (Made from Clay or Shale)

ASTM C 425 (2004) Standard Specification for Compression Joints for Vitrified Clay Pipe and Fittings

ASTM C 443 (2005a) Standard Specification for Joints for Concrete Pipe and Manholes, Using Rubber Gaskets

ASTM C 478 (2008) Standard Specification for Precast Reinforced Concrete Manhole Sections

Page 52: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 5

ASTM C 55 (2006e1) Concrete Brick

ASTM C 564 (2003a) Standard Specification for Rubber Gaskets for Cast Iron Soil Pipe and Fittings

ASTM C 62 (2005) Building Brick (Solid Masonry Units Made from Clay or Shale)

ASTM C 877 (2002; E 2005) External Sealing Bands for Concrete Pipe, Manholes, and Precast Box Sections

ASTM C 923 (2008) Standard Specification for Resilient Connectors Between Reinforced Concrete Manhole Structures, Pipes and Laterals

ASTM D 1056 (2007) Standard Specification for Flexible Cellular Materials - Sponge or Expanded Rubber

ASTM D 1171 (1999; R 2007) Rubber Deterioration - SurfaceOzone Cracking Outdoors or Chamber (Triangular Specimens)

ASTM D 1557 (2007) Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3) (2700 kN-m/m3)

ASTM D 1751 (2004) Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types)

ASTM D 1752 (2004a) Standard Specification for PreformedSponge Rubber Cork and Recycled PVC Expansion

ASTM D 1784 (2007) Standard Specification for Rigid Poly(Vinyl Chloride) (PVC) Compounds and Chlorinated Poly(Vinyl Chloride) (CPVC) Compounds

ASTM D 2167 (2008) Density and Unit Weight of Soil in Place by the Rubber Balloon Method

ASTM D 2321 (2005) Standard Practice for Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity-Flow Applications

ASTM D 2729 (2003) Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings

ASTM D 3034 (2006) Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings

Page 53: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 6

ASTM D 3212 (2007) Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals

ASTM D 3350 (2006) Polyethylene Plastics Pipe andFittings Materials

ASTM D 6938 (2007a) Standard Test Method for In-PlaceDensity and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)

ASTM F 1417 (1992; R 2005) Standard Test Method for Installation Acceptance of Plastic GravitySewer Lines Using Low Pressure Air

ASTM F 477 (2007) Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe

ASTM F 679 (2008) Poly(Vinyl Chloride) (PVC) Large-Diameter Plastic Gravity Sewer Pipe and Fittings

ASTM F 714 (2008) Polyethylene (PE) Plastic Pipe (SDR-PR) Based on Outside Diameter

ASTM F 794 (2003) Standard Specification for Poly(Vinyl Chloride) (PVC) Profile Gravity Sewer Pipe and Fittings Based on Controlled Inside Diameter

ASTM F 894 (2007) Polyethylene (PE) Large Diameter Profile Wall Sewer and Drain Pipe

ASTM F 949 (2006a) Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings

WASHINGTON STATE ADMINISTRATIVE CODE (WAC)

WAC 173-218-050 Exemptions from UIC well staus

STATE STANDARD SPECIFICATION

WSDOT (2014) Standard Specifications for Road, Bridge, and Municipal Construction, M41-10,prepared by the Washington State Department of Transportation.

1.2 SUBMITTALS

Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for information only. When used, a designation following the "G" designation identifies the office that will review the submittal for the Government. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES:

SD-01 Preconstruction Submittals

Page 54: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 7

Preconstruction Registration Form for Underground Injection Control Well

SD-03 Product Data

Placing Pipe

Printed copies of the manufacturer's recommendations for installation procedures of the material being placed, prior to installation.

SD-04 Samples

Gravel Backfill for Drywells

30-lb. samples sealed in airtight containers, of BioretentionSoil Mix and Gravel Backfill for Drywells. Submit samples to Geotechnical Engineer at least 72 hours in advance of intended use.

SD-06 Test Reports

Gravel Backfill for DrywellsPost-Construction Pilot Infiltration Test (PIT)

SD-07 Certificates

Resin CertificationPipeline TestingHydrostatic Test on Watertight JointsDetermination of DensityFrame and Cover for Gratings

Certified copies of test reports demonstrating conformance to applicable pipe specifications, before pipe is installed.Certification on the ability of frame and cover or gratings to carry the imposed live load.

1.3 DELIVERY, STORAGE, AND HANDLING

1.3.1 Delivery and Storage

Materials delivered to site shall be inspected for damage, unloaded, and stored with a minimum of handling. Materials shall not be stored directly on the ground. The inside of pipes and fittings shall be kept free of dirt and debris. Before, during, and after installation, plastic pipe and fittings shall be protected from any environment that would result in damage or deterioration to the material. Keep a copy of the manufacturer's instructions available at the construction site at all times and follow these instructions unless directed otherwise by the Contracting Officer.Solvents, solvent compounds, lubricants, elastomeric gaskets, and any similar materials required to install plastic pipe shall be stored in accordance with the manufacturer's recommendations and shall be discarded if the storage period exceeds the recommended shelf life. Solvents in use shall be discarded when the recommended pot life is exceeded.

Page 55: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 8

1.3.2 Handling

Materials shall be handled in a manner that ensures delivery to the trench in sound, undamaged condition. Pipe shall be carried to the trench, not dragged.

1.4 UNDERGROUND INJECTION CONTROL WELLS

Most Class V Underground Injection Control (UIC) wells must be registered with the Washington State Department of Ecology. UIC wells that do not require registration are wells that are exempt from the UIC well status as stated in WAC 173-218-050. UIC wells at single-family homes that only receive residential roof runoff or are used to control basement flooding are exempt from registration.

Registration information required by the Department of Ecology must be provided to the JBLM Water Office, BLDG 2012 Room 323 for registration with Ecology. Registration forms are available for single and multiple sites and can be obtained from the JBLM Water Office or the Department of Ecology UIC program web site.

Wells must be registered prior to construction. Once registration forms are submitted, a 60-day wait period starts. After the 60-day wait period the well is considered registered and authorized for installation.

PART 2 PRODUCTS

2.1 PIPE FOR CULVERTS AND STORM DRAINS

Pipe for culverts and storm drains shall be of the sizes indicated and shall conform to the requirements specified.

2.1.1 Ductile Iron Culvert Pipe

ASTM A 716.

2.1.2 Cast-Iron Soil Piping

Cast-Iron Soil Pipe shall conform to ASTM A 74, service-weight; gasketsshall be compression-type rubber conforming to ASTM C 564.

2.1.3 Perforated Piping

2.1.3.1 PVC Pipe

ASTM D 2729.

2.1.4 PVC Pipe

The pipe manufacturer's resin certification, indicating the cell classification of PVC used to manufacture the pipe, shall be submitted prior to installation of the pipe.

2.1.4.1 Type PSM PVC Pipe

Page 56: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 9

ASTM D 3034, Type PSM, maximum SDR 35, produced from PVC certified by the compounder as meeting the requirements of ASTM D 1784, minimum cell class 12454-B.

2.1.4.2 Profile PVC Pipe

ASTM F 794, Series 46, produced from PVC certified by the compounder as meeting the requirements of ASTM D 1784, minimum cell class 12454-B.

2.1.4.3 Smooth Wall PVC Pipe

ASTM F 679 produced from PVC certified by the compounder as meeting therequirements of ASTM D 1784, minimum cell class 12454-B.

2.1.4.4 Corrugated PVC Pipe

ASTM F 949 produced from PVC certified by the compounder as meeting the requirements of ASTM D 1784, minimum cell class 12454-B.

2.1.5 PE Pipe

The pipe manufacturer's resin certification indicating the cell classification of PE used to manufacture the pipe shall be submitted prior to installation of the pipe. The minimum cell classification for polyethylene plastic shall apply to each of the seven primary properties of the cell classification limits in accordance with ASTM D 3350.

2.1.5.1 Smooth Wall PE Pipe

ASTM F 714, maximum DR of 21 for pipes 3 to 24 inches in diameter and maximum DR of 26 for pipes 26 to 48 inches in diameter. Pipe shall be produced from PE certified by the resin producer as meeting the requirements of ASTM D 3350, minimum cell class 335434C.

2.1.5.2 Corrugated PE Pipe

AASHTO M 294, Type S or D, for pipes 12 to 48 inches and AASHTO M 294, Type S or D, for pipes 54 to 60 inches produced from PE certified by the resin producer as meeting the requirements of ASTM D 3350, minimum cell class in accordance with AASHTO M 294. Pipe walls shall have the following properties:

Minimum MomentNominal Minimum of Inertia ofSize Wall Area Wall Section(in.) (square in/ft) (in to the 4th/in)

_________________________________________________________

12 1.50 0.02415 1.91 0.05318 2.34 0.06224 3.14 0.11630 3.92 0.16336 4.50 0.22242 4.69 0.54348 5.15 0.54354 5.67 0.800

Page 57: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 10

60 6.45 0.800

2.1.5.3 Profile Wall PE Pipe

ASTM F 894, RSC 160, produced from PE certified by the resin producer as meeting the requirements of ASTM D 3350, minimum cell class 334433C. Pipe walls shall have the following properties:

Minimum MomentOf Inertia ofWall Section

(in to the 4th/in)___________________

Nominal Minimum Cell CellSize Wall Area Class Class(in.) (square in/ft) 334433C 335434C

_______________________________________________________

18 2.96 0.052 0.03821 4.15 0.070 0.05124 4.66 0.081 0.05927 5.91 0.125 0.09130 5.91 0.125 0.09133 6.99 0.161 0.13236 8.08 0.202 0.16542 7.81 0.277 0.22748 8.82 0.338 0.277

2.2 DRAINAGE STRUCTURES

2.2.1 Flared End Sections

Sections shall be of a standard design fabricated from zinc coated steel sheets meeting requirements of ASTM A 929/A 929M.

2.2.2 Precast Reinforced Concrete Box

Precast reinforced concrete box shall be manufactured in accordance with Section 03 40 00.00 10 PLANT-PRECAST CONCRETE PRODUCTS FOR BELOW GRADE CONSTRUCTION. Boxes subjected to highway loadings shall conform to ASTM C 1433.

2.3 MISCELLANEOUS MATERIALS

2.3.1 Concrete

Unless otherwise specified, concrete and reinforced concrete shall conform to the requirements for 3000 psi concrete. The concrete mixture shall have air content by volume of concrete, based on measurements made immediately after discharge from the mixer, of 5 to 7 percent when maximum size of coarse aggregate exceeds 1-1/2 inches. Air content shall be determined in accordance with ASTM C 231. The concrete covering over steel reinforcing shall not be less than 1 inch thick for covers and not less than 1-1/2inches thick for walls and flooring. Concrete covering deposited directly against the ground shall have a thickness of at least 3 inches between steel and ground. Expansion-joint filler material shall conform to ASTM D 1751,

Page 58: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 11

or ASTM D 1752, or shall be resin-impregnated fiberboard conforming to the physical requirements of ASTM D 1752.

2.3.2 Mortar

Mortar for pipe joints, connections to other drainage structures, and brick or block construction shall conform to ASTM C 270, Type M, except that the maximum placement time shall be 1 hour. The quantity of water in the mixture shall be sufficient to produce a stiff workable mortar. Water shall be clean and free of harmful acids, alkalis, and organic impurities. The mortar shall be used within 30 minutes after the ingredients are mixed with water. The inside of the joint shall be wiped clean and finished smooth.The mortar head on the outside shall be protected from air and sun with a proper covering until satisfactorily cured.

2.3.3 Brick

Brick shall conform to ASTM C 62, Grade SW; ASTM C 55, Grade S-I or S-II; or ASTM C 32, Grade MS. Mortar for jointing and plastering shall consist of one part portland cement and two parts fine sand. Lime may be added to the mortar in a quantity not more than 25 percent of the volume of cement. The joints shall be filled completely and shall be smooth and free from surplus mortar on the inside of the structure. Brick structures shall be plastered with 1/2 inch of mortar over the entire outside surface of the walls. For square or rectangular structures, brick shall be laid in stretcher courseswith a header course every sixth course. For round structures, brick shall be laid radially with every sixth course a stretcher course.

2.3.4 Precast Reinforced Concrete Manholes

Precast reinforced concrete manholes shall be manufactured in accordance WSDOT requirements and conform to ASTM C 478. Joints between precast concrete risers and tops shall be made with flexible watertight, rubber-typegaskets meeting the requirements of paragraph JOINTS.

2.3.5 Prefabricated Corrugated Metal Manholes

Manholes shall be of the type and design recommended by the manufacturer.Manholes shall be complete with frames and cover, or frames and gratings.

2.3.6 Frame and Cover for Gratings

Frame and cover for gratings shall be cast gray iron, ASTM A 48/A 48M, Class 35B; cast ductile iron, ASTM A 536, Grade 65-45-12; or cast aluminum, ASTM B 26/B 26M, Alloy 356.OT6 and meet WSDOT requirements. Weight, shape, size, and waterway openings for grates and curb inlets shall be as indicated on the plans.

2.3.7 Joints

2.3.7.1 Flexible Watertight Joints

a. Materials: Flexible watertight joints shall be made with plastic or rubber-type gaskets for concrete pipe and with factory-fabricatedresilient materials for clay pipe. The design of joints and the physical requirements for plastic gaskets shall conform to AASHTO M 198, and rubber-type gaskets shall conform to ASTM C 443. Factory-fabricated

Page 59: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 12

resilient joint materials shall conform to ASTM C 425. Gaskets shall have not more than one factory-fabricated splice, except that two factory-fabricated splices of the rubber-type gasket are permitted if the nominaldiameter of the pipe being gasketed exceeds 54 inches.

b. Test Requirements: Watertight joints shall be tested and shall meet test requirements of paragraph HYDROSTATIC TEST ON WATERTIGHT JOINTS.Rubber gaskets shall comply with the oil resistant gasket requirements of ASTM C 443. Certified copies of test results shall be delivered to the Contracting Officer before gaskets or jointing materials are installed.Alternate types of watertight joint may be furnished, if specifically approved.

2.3.7.2 External Sealing Bands

Requirements for external sealing bands shall conform to ASTM C 877.

2.3.7.3 Flexible Watertight, Gasketed Joints

a. Gaskets: When infiltration or exfiltration is a concern for pipe lines, the couplings may be required to have gaskets. The closed-cellexpanded rubber gaskets shall be a continuous band approximately 7 inches wide and approximately 3/8 inch thick, meeting the requirements of ASTM D 1056, Type 2 A1, and shall have a quality retention rating of not less than 70 percent when tested for weather resistance by ozone chamber exposure, Method B of ASTM D 1171. Rubber O-ring gaskets shall be 13/16 inch in diameter for pipe diameters of 36 inches or smaller and 7/8 inch in diameter for larger pipe having 1/2 inch deep end corrugation. Rubber O-ring gaskets shall be 1-3/8 inches in diameter for pipe having 1 inch deep end corrugations. O-rings shall meet the requirements of AASHTO M 198 or ASTM C 443. Flexible plastic gaskets shall conform to requirements of AASHTO M 198, Type B.

b. Connecting Bands: Connecting bands shall be of the type, size and sheet thickness of band, and the size of angles, bolts, rods and lugs as indicated or where not indicated as specified in the applicable standards or specifications for the pipe. Exterior rivet heads in the longitudinalseam under the connecting band shall be countersunk or the rivets shall be omitted and the seam welded. Watertight joints shall be tested and shall meet the test requirements of paragraph HYDROSTATIC TEST ON WATERTIGHT JOINTS.

2.3.7.4 PVC Plastic Pipes

Joints shall be solvent cement or elastomeric gasket type in accordance with the specification for the pipe and as recommended by the pipe manufacturer.

2.3.7.5 Smooth Wall PE Plastic Pipe

Pipe shall be joined using butt fusion method as recommended by the pipe manufacturer.

2.3.7.6 Corrugated PE Plastic Pipe

Water tight joints shall be made using a PVC or PE coupling and rubber gaskets as recommended by the pipe manufacturer. Rubber gaskets shall conform to ASTM F 477. Soil tight joints shall conform to the requirements

Page 60: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 13

in AASHTO HB-17, Division II, Section 26.4.2.4. (e) for soil tightness and shall be as recommended by the pipe manufacturer.

2.3.7.7 Profile Wall PE Plastic Pipe

Joints shall be gasketed or thermal weld type with integral bell in accordance with ASTM F 894.

2.3.7.8 Ductile Iron Pipe

Couplings and fittings shall be as recommended by the pipe manufacturer.

2.4 STEEL LADDER

Steel ladder shall be provided where the depth of the storm drainage structure exceeds 12 feet. These ladders shall be not less than 16 inches in width, with 3/4 inch diameter rungs spaced 12 inches apart. The two stringers shall be a minimum 3/8 inch thick and 2-1/2 inches wide. Ladders and inserts shall be galvanized after fabrication in conformance with ASTM A 123/A 123M.

2.5 RESILIENT CONNECTORS

Flexible, watertight connectors used for connecting pipe to manholes and inlets shall conform to ASTM C 923.

2.6 HYDROSTATIC TEST ON WATERTIGHT JOINTS

2.6.1 Concrete, PVC, and PE Pipe

A hydrostatic test shall be made on the watertight joint types as proposed.Only one sample joint of each type needs testing; however, if the sample joint fails because of faulty design or workmanship, an additional sample joint may be tested. During the test period, gaskets or other jointing material shall be protected from extreme temperatures which might adverselyaffect the performance of such materials. Test requirements for joints in PVC and PE plastic pipe shall conform to ASTM D 3212.

2.7 EROSION CONTROL RIPRAP

Provide non-erodible rock not exceeding 15 inches in its greatest dimension and choked with sufficient small rocks to provide a dense mass with a minimum thickness as indicated.

2.8 GRAVEL BACKFILL FOR DRYWELLS

Gravel Backfill for Drywells: WSDOT Specification 9-03.12(5).

PART 3 EXECUTION

3.1 EXCAVATION FOR PIPE CULVERTS, STORM DRAINS, AND DRAINAGE STRUCTURES

Excavation of trenches, and for appurtenances and backfilling for culverts and storm drains, shall be in accordance with the applicable portions of Section 31 00 00 EARTHWORK and the requirements specified below.

Page 61: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 14

3.1.1 Trenching

The width of trenches at any point below the top of the pipe shall be as indicated in the plans to permit satisfactory jointing and thorough tamping of the bedding material under and around the pipe. Sheeting and bracing, where required, shall be placed within the trench width as specified, without any overexcavation. Where trench widths are exceeded, redesign with a resultant increase in cost of stronger pipe or special installation procedures will be necessary. Cost of this redesign and increased cost of pipe or installation shall be borne by the Contractor without additional cost to the Government.

3.1.2 Removal of Rock

Rock in either ledge or boulder formation shall be replaced with suitable materials to provide a compacted earth cushion having a thickness between unremoved rock and the pipe of at least 8 inches or 1/2 inch for each foot of fill over the top of the pipe, whichever is greater, but not more than three-fourths the nominal diameter of the pipe. Where bell-and-spigot pipe is used, the cushion shall be maintained under the bell as well as under the straight portion of the pipe. Rock excavation shall be as specified and defined in Section 31 00 00 EARTHWORK.

3.1.3 Removal of Unstable Material

Where wet or otherwise unstable soil incapable of properly supporting the pipe, as determined by the Contracting Officer, is unexpectedly encounteredin the bottom of a trench, such material shall be removed to the depth required and replaced to the proper grade with select granular material, compacted as provided in paragraph BACKFILLING. When removal of unstable material is due to the fault or neglect of the Contractor while performing shoring and sheeting, water removal, or other specified requirements, such removal and replacement shall be performed at no additional cost to the Government.

3.2 BEDDING

The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe.

3.2.1 Ductile Iron and Cast-Iron Pipe

Bedding for ductile iron and cast-iron pipe shall be as shown on the drawings.

3.2.2 Plastic Pipe

Bedding for PVC and PE pipe shall meet the requirements of ASTM D 2321.Bedding, haunching, and initial backfill shall be either Class IB or II material.

3.3 PLACING PIPE

Each pipe shall be thoroughly examined before being laid; defective or damaged pipe shall not be used. Plastic pipe shall be protected from exposure to direct sunlight prior to laying, if necessary to maintain adequate pipe stiffness and meet installation deflection requirements.

Page 62: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 15

Pipelines shall be laid to the grades and alignment indicated. Properfacilities shall be provided for lowering sections of pipe into trenches.Lifting lugs in vertically elongated metal pipe shall be placed in the same vertical plane as the major axis of the pipe. Pipe shall not be laid in water, and pipe shall not be laid when trench conditions or weather are unsuitable for such work. Diversion of drainage or dewatering of trenches during construction shall be provided as necessary. Deflection of installed flexible pipe shall not exceed the following limits:

MAXIMUM ALLOWABLETYPE OF PIPE DEFLECTION (%)

Ductile Iron Culvert 3Plastic 7.5

Not less than 30 days after the completion of backfilling, the Government may perform a deflection test on the entire length of installed flexible pipe using a mandrel or other suitable device. Installed flexible pipe showing deflections greater than those indicated above shall be retested by a run from the opposite direction. If the retest also fails, the suspect pipe shall be replaced.

3.3.1 PVC, Ribbed PVC, Ductile Iron, and Cast-Iron Pipe

Laying shall proceed upgrade with spigot ends of bell-and-spigot pipe and tongue ends of tongue-and-groove pipe pointing in the direction of the flow.

3.3.2 Corrugated PE Pipe

Laying shall be with the separate sections joined firmly on a bed shaped to line and grade and shall follow manufacturer's recommendations.

3.3.3 Multiple Culverts

Where multiple lines of pipe are installed, adjacent sides of pipe shall be at least half the nominal pipe diameter or 3 feet apart, whichever is less.

3.3.4 Jacking Pipe Through Fills

Methods of operation and installation for jacking pipe through fills shall conform to requirements specified in Volume 1, Chapter 1, Part 4 of AREMAEng Man.

3.4 STORMWATER INFILTRATION POND EXCAVATION

a. Excavate pond to width and length indicated. Excavate the pond to the depth indicated. The geotechnical engineer shall approve the pond depth.

b. Avoid compacting the pond subgrade.

c. Prevent silt laden water from entering the pond.

d. Coordinate with the geotechnical engineer for infiltration testing ofthe subgrade.

e. Assemble and install components according to manufacturer's written instructions.

Page 63: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 16

f. The bottom of the sediment pond shall be 2 feet above the infiltration pond bottom elevation prior to stabilization of the remainder of the construction site. Excavate to bottom of infiltration pond bottom at the completion of construction.

g. Post-Construction Pilot Infiltration Test (PIT) shall meet all Washington State Department of Ecology requirements.

3.5 DRAINAGE STRUCTURES

3.5.1 Manholes and Inlets

Construction shall be of reinforced concrete, plain concrete, brick, precast reinforced concrete, precast concrete segmental blocks, prefabricated corrugated metal, or bituminous coated corrugated metal; complete with frames and covers or gratings; and with fixed galvanized steel ladders where indicated. Pipe studs and junction chambers of prefabricated corrugated metal manholes shall be fully bituminous-coated and paved when the connecting branch lines are so treated. Pipe connections to concrete manholes and inlets shall be made with flexible, watertight connectors.

3.6 STEEL LADDER INSTALLATION

Ladder shall be adequately anchored to the wall by means of steel inserts spaced not more than 6 feet vertically, and shall be installed to provide at least 6 inches of space between the wall and the rungs. The wall along the line of the ladder shall be vertical for its entire length.

3.7 BACKFILLING

3.7.1 Backfilling Pipe in Trenches

After the pipe has been properly bedded, selected material from excavation or borrow, at a moisture content that will facilitate compaction, shall be placed along both sides of pipe in layers not exceeding 6 inches in compacted depth. The backfill shall be brought up evenly on both sides of pipe for the full length of pipe. The fill shall be thoroughly compacted under the haunches of the pipe. Each layer shall be thoroughly compacted with mechanical tampers or rammers. This method of filling and compacting shall continue until the fill has reached an elevation of at least 12 inches above the top of the pipe. The remainder of the trench shall be backfilled and compacted by spreading and rolling or compacted by mechanical rammers or tampers in layers not exceeding 8 inches. Tests for density shall be made as necessary to ensure conformance to the compaction requirements specified below. Where it is necessary, in the opinion of the Contracting Officer, that sheeting or portions of bracing used be left in place, the contract will be adjusted accordingly. Untreated sheeting shall not be left in place beneath structures or pavements.

3.7.2 Backfilling Pipe in Fill Sections

For pipe placed in fill sections, backfill material and the placement and compaction procedures shall be as specified below. The fill material shall be uniformly spread in layers longitudinally on both sides of the pipe, not exceeding 6 inches in compacted depth, and shall be compacted by rolling parallel with pipe or by mechanical tamping or ramming. Prior to commencing

Page 64: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 17

normal filling operations, the crown width of the fill at a height of 12 inches above the top of the pipe shall extend a distance of not less than twice the outside pipe diameter on each side of the pipe or 12 feet, whichever is less. After the backfill has reached at least 12 inches above the top of the pipe, the remainder of the fill shall be placed and thoroughly compacted in layers not exceeding 8 inches.

3.7.3 Movement of Construction Machinery

When compacting by rolling or operating heavy equipment parallel with the pipe, displacement of or injury to the pipe shall be avoided. Movement of construction machinery over a culvert or storm drain at any stage of construction shall be at the Contractor's risk. Any damaged pipe shall be repaired or replaced.

3.7.4 Compaction

3.7.4.1 General Requirements

Cohesionless materials include gravels, gravel-sand mixtures, sands, and gravelly sands. Cohesive materials include clayey and silty gravels, gravel-silt mixtures, clayey and silty sands, sand-clay mixtures, clays, silts, and very fine sands. When results of compaction tests for moisture-density relations are recorded on graphs, cohesionless soils will show straight lines or reverse-shaped moisture-density curves, and cohesive soils will show normal moisture-density curves.

3.7.4.2 Minimum Density

Backfill over and around the pipe and backfill around and adjacent to drainage structures shall be compacted at the approved moisture content to the following applicable minimum density, which will be determined as specified below.

a. Under airfield and heliport pavements, paved roads, streets, parkingareas, and similar-use pavements including adjacent shoulder areas, the density shall be not less than 90 percent of maximum density for cohesive material and 95 percent of maximum density for cohesionless material, up to the elevation where requirements for pavement subgrade materials and compaction shall control.

b. Under unpaved or turfed traffic areas, density shall not be less than 90 percent of maximum density for cohesive material and 95 percent of maximum density for cohesionless material.

c. Under nontraffic areas, density shall be not less than that of the surrounding material.

3.7.5 Determination of Density

Testing is the responsibility of the Contractor and performed at no additional cost to the Government. Testing shall be performed by an approved commercial testing laboratory or by the Contractor subject to approval. Tests shall be performed in sufficient number to ensure that specified density is being obtained. Laboratory tests for moisture-densityrelations shall be made in accordance with ASTM D 1557 except that mechanical tampers may be used provided the results are correlated with

Page 65: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 18

those obtained with the specified hand tamper. Field density tests shall be determined in accordance with ASTM D 2167 or ASTM D 6938. When ASTM D 6938is used, the calibration curves shall be checked and adjusted, if necessary, using the sand cone method as described in paragraph Calibration of the referenced publications. ASTM D 6938 results in a wet unit weight of soil and ASTM D 6938 shall be used to determine the moisture content of the soil.The calibration curves furnished with the moisture gauges shall be checked along with density calibration checks as described in ASTM D 6938. Test results shall be furnished the Contracting Officer. The calibration checks of both the density and moisture gauges shall be made at the beginning of a job on each different type of material encountered and at intervals as directed.

3.8 PIPELINE TESTING

3.8.1 Leakage Tests

Lines shall be tested for leakage by low pressure air or water testing or exfiltration tests, as appropriate. Low pressure air testing for plastic pipe shall conform to ASTM F 1417. Low pressure air testing procedures for other pipe materials shall use the pressures and testing times prescribed in ASTM C 828 or ASTM C 924, after consultation with the pipe manufacturer.Testing of individual joints for leakage by low pressure air or water shall conform to ASTM C 1103. Prior to exfiltration tests, the trench shall be backfilled up to at least the lower half of the pipe. If required,sufficient additional backfill shall be placed to prevent pipe movement during testing, leaving the joints uncovered to permit inspection. Visible leaks encountered shall be corrected regardless of leakage test results.When the water table is 2 feet or more above the top of the pipe at the upper end of the pipeline section to be tested, infiltration shall be measured using a suitable weir or other device acceptable to the Contracting Officer. An exfiltration test shall be made by filling the line to betested with water so that a head of at least 2 feet is provided above both the water table and the top of the pipe at the upper end of the pipeline to be tested. The filled line shall be allowed to stand until the pipe has reached its maximum absorption, but not less than 4 hours. After absorption, the head shall be reestablished. The amount of water required to maintain this water level during a 2-hour test period shall be measured.Leakage as measured by the exfiltration test shall not exceed 0.2 gallonsper inch in diameter per 100 feet of pipeline per hour. When leakage exceeds the maximum amount specified, satisfactory correction shall be made and retesting accomplished.

3.8.2 Deflection Testing

Perform a deflection test on entire length of installed plastic pipeline on completion of work adjacent to and over the pipeline, including leakage tests, backfilling, placement of fill, grading, paving, concreting, and any other superimposed loads. Deflection of pipe in the installed pipeline under external loads shall not exceed 4.5 percent of the average inside diameter of pipe. Determine whether the allowable deflection has been exceeded by use of a pull-through device or a deflection measuring device.

a. Pull-through device: This device shall be a spherical or elliptical ball, a cylinder, or circular sections fused to a common shaft. Circular sections shall be so spaced on the shaft that distance from external faces of front and back sections will equal or exceed diameter of the circular

Page 66: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

CORRECTING DRAINAGE NEAR WAREHOUSE ROADON MCCHORD AIRFIELD

SECTION 33 40 00 Page 19

section. Pull-through device may also be of a design promulgated by the Uni-Bell Plastic Pipe Association, provided that the device meets the applicable requirements specified in this paragraph, including those for diameter of the device. Ball, cylinder, or circular sections shall conform to the following:

1. A diameter, or minor diameter as applicable, of 95 percent of the average inside diameter of the pipe; tolerance of plus 0.5 percent will be permitted.

2. A homogeneous material throughout, with a density greater than 1.0 as related to water at 39.2 degrees F, and a surface Brinell hardness of not less than 150.

3. Center bored and through bolted with a 1/4 inch minimum diameter steel shaft having a yield strength of not less than 70,000 psi, with eyes or loops at each end for attaching pulling cables.

4. Each eye or loop shall be suitably backed with a flange orheavy washer such that a pull exerted on opposite end of shaft will produce compression throughout remote end.

b. Deflection measuring device: Sensitive to 1.0 percent of the diameter of the pipe being tested and accurate to 1.0 percent of the indicateddimension. Deflection measuring device shall be approved by the Contracting Officer prior to use.

c. Pull-through device: Pass the pull-through device through each run of pipe, either by pulling it through or flushing it through with water. If the device fails to pass freely through a pipe run, replace pipe which has the excessive deflection and completely retest in same manner and under same conditions as specified.

d. Deflection measuring device procedure: Measure deflections through each run of installed pipe. If deflection readings in excess of 4.5 percent of average inside diameter of pipe are obtained, retest pipe by a run from the opposite direction. If retest continues to show a deflection in excess of 4.5 percent of average inside diameter of pipe, remove pipe which has excessive deflection, replace with new pipe, and completely retest in same manner and under same conditions.

e. Warranty period test: Pipe found to have a deflection of greater than 5 percent of average inside diameter when deflection test is performed just prior to end of one-year warranty period shall be replaced with new pipe and tested as specified for leakage and deflection.

3.9 FIELD PAINTING

After installation, clean cast-iron frames, covers, gratings, and steps not buried in masonry or concrete to bare metal of mortar, rust, grease, dirt, and other deleterious materials and apply a coat of bituminous paint. Do not paint surfaces subject to abrasion.

-- End of Section --

Page 67: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

T

T

P W

Know

wha

t's

R

AU

TOC

AD

DR

AW

ING

FIL

ES

AR

E A

VA

ILA

BLE

TO

AS

SIS

T W

ITH

HO

RIZ

ON

TAL

SIT

E L

AY

OU

T O

NLY

.A

UTO

CA

D F

ILE

NO

TE:

FILL

MA

TER

IAL

SH

ALL

NO

T C

ON

TAIN

PE

TRO

LEU

M P

RO

DU

CTS

, OR

SU

BS

TAN

CE

S W

HIC

H A

RE

HA

ZAR

DO

US

, DA

NG

ER

OU

S, T

OX

IC, O

R W

HIC

H O

THE

RW

ISE

VIO

LATE

AN

Y S

TATE

, FE

DE

RA

L, O

RLO

CA

L LA

W, O

RD

INA

NC

E, C

OD

E, R

EG

ULA

TIO

N, R

ULE

, OR

DE

R, O

R S

TAN

DA

RD

.

FILL

SPE

CIF

ICA

TIO

N

JOIN

T B

AS

E L

EW

IS M

cCH

OR

D -

DE

PA

RTM

EN

T O

F P

UB

LIC

WO

RK

SC

ON

TAC

T: L

YLE

FO

GG

PH

ON

E: (

253)

966

-169

2G

OV

ER

NM

EN

T P

RO

JEC

T M

AN

AG

ER

:R

OY

AN

NA

CA

HIL

LP

HO

NE

: (25

3) 9

67-9

515

OW

NER

:

CIV

IL E

NG

INEE

R:

AH

BL,

INC

.22

15 N

OR

TH 3

0TH

STR

EE

T, S

UIT

E 3

00TA

CO

MA

, WA

SH

ING

TON

984

03P

H: (

253)

383

-242

2FA

X: (

253)

383

-257

2C

ON

TAC

TS:

WIL

LIA

M F

IER

ST,

P.E

.P

RO

JEC

T M

AN

AG

ER

wfie

rst@

ahbl

.com

DA

N S

MIT

H, P

.E.

PR

OJE

CT

EN

GIN

EE

Rds

mith

@ah

bl.c

om

SUR

VEYO

R:

A

HB

L, IN

C.

2215

NO

RTH

30T

H S

TRE

ET,

SU

ITE

300

TAC

OM

A, W

AS

HIN

GTO

N 9

8403

PH

: (25

3) 3

83-2

422

FAX

: (25

3) 3

83-2

572

CO

NTA

CT:

DA

VID

FO

LLA

NS

BE

E, P

.L.S

.P

RO

JEC

T LA

ND

SU

RV

EY

OR

dfol

lans

bee@

ahbl

.com

N

200'

010

0'

SC

ALE

:1"=

100'

(NA

VD

88)

WA

SH

ING

TON

STA

TE D

EP

AR

TME

NT

OF

TRA

NS

PO

RTA

TIO

NG

EO

GR

AP

HIC

SE

RV

ICE

S, S

UR

VE

Y M

AR

K R

EP

OR

TS.

RC

I 5-6

ELE

V: 2

79.2

4'

VER

TIC

AL

DA

TUM

(NA

D 8

3/91

)W

AS

HIN

GTO

N S

TATE

PLA

NE

CO

OR

DIN

ATE

S, S

OU

TH Z

ON

E.

HE

LD A

BE

AR

ING

OF

NO

RTH

79°

25'0

1" E

AS

T FO

R A

LIN

EB

ETW

EE

N R

CI M

ON

UM

EN

TS 5

-6 A

ND

5-7

BA

SIS

OF

BEA

RIN

G

CO

VE

R S

HE

ET

AS

NO

TED

G00

1

THE

EX

ISTI

NG

CU

LTU

RA

L A

ND

TO

PO

GR

AP

HIC

DA

TA S

HO

WN

ON

TH

ES

E D

RA

WIN

GS

HA

S B

EE

NP

RE

PA

RE

D, I

N P

AR

T, B

AS

ED

UP

ON

INFO

RM

ATI

ON

FU

RN

ISH

ED

BY

OTH

ER

S.

WH

ILE

TH

ISIN

FOR

MA

TIO

N IS

BE

LIE

VE

D T

O B

E R

ELI

AB

LE, A

HB

L C

AN

NO

T E

NS

UR

E A

CC

UR

AC

Y A

ND

TH

US

IS N

OT

RE

SP

ON

SIB

LE F

OR

TH

E A

CC

UR

AC

Y O

F TH

AT

INFO

RM

ATI

ON

OR

FO

R A

NY

ER

RO

RS

OR

OM

ISS

ION

SW

HIC

H M

AY

HA

VE

BE

EN

INC

OR

PO

RA

TED

INTO

TH

ES

E D

RA

WIN

GS

AS

A R

ES

ULT

.

THE

LO

CA

TIO

NS

OF

EX

ISTI

NG

UN

DE

RG

RO

UN

D U

TILI

TIE

S A

RE

AP

PR

OX

IMA

TE O

NLY

AN

D H

AV

E N

OT

BE

EN

IND

EP

EN

DE

NTL

Y V

ER

IFIE

D B

Y T

HE

OW

NE

R O

R IT

S R

EP

RE

SE

NTA

TIV

E. T

HE

CO

NTR

AC

TOR

SH

ALL

DE

TER

MIN

E T

HE

EX

AC

T LO

CA

TIO

N O

F A

LL E

XIS

TIN

G U

TILI

TIE

S B

EFO

RE

CO

MM

EN

CIN

G W

OR

KA

ND

AG

RE

ES

TO

BE

FU

LLY

RE

SP

ON

SIB

LE F

OR

AN

Y A

ND

ALL

DA

MA

GE

S T

HA

T H

AP

PE

N D

UE

TO

TH

EC

ON

TRA

CTO

R'S

FA

ILU

RE

TO

LO

CA

TE E

XA

CTL

Y A

ND

PR

ES

ER

VE

AN

Y A

ND

ALL

UN

DE

RG

RO

UN

DU

TILI

TIE

S. A

HB

L A

SS

UM

ES

NO

LIA

BIL

ITY

FO

R T

HE

LO

CA

TIO

N O

F U

ND

ER

GR

OU

ND

UTI

LITI

ES

.

IF W

OR

KE

RS

EN

TER

AN

Y T

RE

NC

H O

R O

THE

R E

XC

AV

ATI

ON

FO

UR

OR

MO

RE

FE

ET

IND

EP

TH T

HA

T D

OE

S N

OT

ME

ET

THE

OP

EN

PIT

RE

QU

IRE

ME

NTS

OF

WS

DO

T S

EC

TIO

N2-

09.3

(3)B

, IT

SH

ALL

BE

SH

OR

ED

AN

D C

RIB

BE

D. T

HE

CO

NTR

AC

TOR

ALO

NE

SH

ALL

BE

RE

SP

ON

SIB

LE F

OR

WO

RK

ER

SA

FETY

AN

D A

HB

L A

SS

UM

ES

NO

RE

SP

ON

SIB

ILIT

Y. A

LLTR

EN

CH

SA

FETY

SY

STE

MS

SH

ALL

ME

ET

THE

RE

QU

IRE

ME

NTS

OF

THE

WA

SH

ING

TON

IND

US

TRIA

L S

AFE

TY A

ND

HE

ALT

H A

CT,

CH

AP

TER

49.

17 R

CW

.

TREN

CH

NO

TE

UTI

LITY

NO

TE

TOPO

GR

APH

IC N

OTE

BEN

CH

MA

RK

S:

A

HB

L #1

00N

AIL

AN

D W

AS

HE

RN

:662

582.

8379

E:1

1432

30.7

607

ELE

V:2

99.9

2

AH

BL

#101

RE

BA

R A

ND

CA

PN

:662

067.

5853

E:1

1431

39.5

042

ELE

V:2

99.5

5

AH

BL

#102

NA

IL A

ND

WA

SH

ER

N:6

6203

5.52

27E

:114

3413

.497

6E

LEV

:293

.91

AH

BL

#103

RE

BA

R A

ND

CA

PN

:661

628.

5240

E:1

1431

80.9

700

ELE

V:3

00.0

0

AH

BL

#104

RE

BA

R A

ND

CA

PN

:661

269.

7894

E:1

1432

90.1

840

ELE

V:3

01.1

4"N

OT

ON

PLA

NS

"

SHEE

T IN

DEX

She

et N

umbe

rS

heet

Titl

eG

001

CO

VE

R S

HE

ET

CD

100

TES

C A

ND

DE

MO

LITI

ON

PLA

NC

D50

0TE

SC

NO

TES

AN

D D

ETA

ILS

CG

100

GR

AD

ING

AN

D D

RA

INA

GE

PLA

N -

SO

UTH

EA

ST

CG

101

GR

AD

ING

AN

D D

RA

INA

GE

PLA

N -

NO

RTH

WE

ST

CG

500

NO

TES

AN

D D

ETA

ILS

CG

501

PO

ND

SE

CTI

ON

S

LEG

END

:E

XIS

TIN

GP

RO

PO

SE

D

SE

T N

AIL

AN

DW

AS

HE

R

SIG

NU

NK

NO

WN

VA

ULT

STO

RM

CA

TCH

BA

SIN

STO

RM

MA

NH

OLE

JUN

CTI

ON

BO

XP

OW

ER

ME

TER

PO

WE

RV

AU

LTLU

MIN

AIR

EC

OM

MU

NIC

AT

ION

SM

AN

HO

LETE

LEP

HO

NE

RIS

ER

FIR

EH

YD

RA

NT

WA

TER

VA

LVE

O-O

AK

U=U

NK

NO

WN

STO

RM

DR

AIN

LIN

ES

AN

ITA

RY

SE

WE

R L

INE

FOR

CE

MA

IN

CO

MM

UN

ICA

TIO

NS

LIN

EE

LEC

TRIC

AL

LIN

E

AS

PH

ALT

CO

NTO

UR

MA

JOR

INTE

RV

AL

CO

NTO

UR

MIN

OR

INTE

RV

AL

PO

ND

: TO

P,

GR

AD

EB

RE

AK

, OR

BO

TTO

M

SD

x

SS

x

Cx

Ex

XX

X

XX

X

MA

DIG

AN

AR

MY

MED

ICA

L C

ENTE

R

4000

040

00

GR

AP

HIC

SC

ALE

IN F

EE

T

GR

AP

HIC

SC

ALE

IN M

ILE

S

10

4000

040

00

GR

AP

HIC

SC

ALE

IN F

EE

T

GR

AP

HIC

SC

ALE

IN M

ILE

S

10

1

McC

HO

RD

AIR

FOR

CE

BA

SE

PRO

JEC

TLO

CA

TIO

N

TO T

ACOMA

EX

IT 1

23

HA

UL

RO

UTE

LIN

CO

LN B

LVD

. SW

LOG

ISTI

CS

CEN

TER

EXIT

125

JACKSON AVE

EXIT

122

LOG

ISTI

CS

CEN

TER

GA

TE

WAREHOUSE ROAD

BLD

G. 7

70

BLD

G. 7

68

1.A

LL W

OR

KM

AN

SH

IP A

ND

MA

TER

IALS

SH

ALL

CO

NFO

RM

TO

TH

E M

OS

T C

UR

RE

NT

STA

ND

AR

DS

PE

CIF

ICA

TIO

NS

FO

R R

OA

D, B

RID

GE

AN

D M

UN

ICIP

AL

CO

NS

TRU

CTI

ON

PR

EP

AR

ED

BY

WS

DO

TA

ND

AP

WA

AS

AD

OP

TED

BY

TH

E J

BLM

DE

PA

RTM

EN

T O

F P

UB

LIC

WO

RK

S.

2.A

NY

RE

VIS

ION

S T

O T

HE

AC

CE

PTE

D C

ON

STR

UC

TIO

N P

LAN

S S

HA

LL B

E R

EV

IEW

ED

AN

DA

PP

RO

VE

D B

Y J

BLM

PR

IOR

TO

IMP

LEM

EN

TATI

ON

IN T

HE

FIE

LD.

3.TH

E C

ON

TRA

CTO

R S

HA

LL M

AIN

TAIN

A S

ET

OF

THE

AC

CE

PTE

D C

ON

STR

UC

TIO

N D

RA

WIN

GS

ON

-SIT

E A

T A

LL T

IME

S W

HIL

E C

ON

STR

UC

TIO

N IS

IN P

RO

GR

ES

S.

4.TH

E C

ON

TRA

CTO

R S

HA

LL B

E R

ES

PO

NS

IBLE

FO

R P

RO

VID

ING

AD

EQ

UA

TE T

RA

FFIC

CO

NTR

OL

AT

ALL

TIM

ES

DU

RIN

G C

ON

STR

UC

TIO

N A

LON

GS

IDE

OR

WIT

HIN

ALL

AD

JAC

EN

T R

OA

DW

AY

S.

TRA

FFIC

FLO

W O

N E

XIS

TIN

G R

OA

DW

AY

S S

HA

LL B

E M

AIN

TAIN

ED

AT

ALL

TIM

ES

, UN

LES

SP

ER

MIS

SIO

N IS

OB

TAIN

ED

FR

OM

TH

E J

BLM

OFF

ICIA

LS F

OR

RO

AD

CLO

SU

RE

AN

D/O

R D

ETO

UR

S.

5.TH

E L

OC

ATI

ON

S O

F E

XIS

TIN

G U

TILI

TIE

S O

N T

HIS

PLA

N A

RE

AP

PR

OX

IMA

TE O

NLY

. PR

IOR

TO

CO

NS

TRU

CTI

ON

TH

E C

ON

TRA

CTO

R S

HA

LL V

ER

IFY

AN

D P

RO

VID

E F

OR

PR

OTE

CTI

ON

OF

EX

ISTI

NG

UTI

LITI

ES

FR

OM

DA

MA

GE

CA

US

ED

BY

TH

E C

ON

TRA

CTO

R'S

OP

ER

ATI

ON

S. T

HE

EX

AC

TLO

CA

TIO

NS

OF

EX

ISTI

NG

UTI

LITI

ES

AR

E U

NK

NO

WN

, TH

E C

ON

TRA

CTO

R S

HA

LL L

OC

ATE

EX

ISTI

NG

UTI

LITI

ES

PR

IOR

TO

CO

NS

TRU

CTI

ON

. TH

E C

ON

TRA

CTO

R S

HA

LL P

RO

TEC

T TH

EE

XIS

TIN

G U

TILI

TIE

S D

UR

ING

CO

NS

TRU

CTI

ON

.

6. C

ON

TRA

CTO

R S

HA

LL N

OTI

FY F

AC

ILIT

Y M

AN

AG

ER

FR

OM

BU

ILD

ING

S 7

68, 6

91 A

ND

690

BE

FOR

EC

ON

STR

UC

TIO

N B

EG

INS

.

GEN

ERA

L N

OTE

S

BLD

G. 6

91

BLD

G. 6

90

CG

502

GR

IND

ER

PU

MP

NO

TES

AN

D D

ETA

ILS

Page 68: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

T

1

2

3

BLD

G 7

70

BLD

G 7

68

GE

OTE

CH

NIC

AL

TES

T P

IT 1

BLD

G 6

91

BLD

G 6

90

P W

Know

wha

t's

R

N

80'

20'

SC

ALE

:1"=

40'

040

'

TES

C A

ND

DE

MO

LITI

ON

PLA

N

1"=4

0'

CD

100

T.E.

S.C

. NO

TES

1.

PR

OV

IDE

TE

MP

OR

AR

Y E

RO

SIO

N C

ON

TRO

L M

EA

SU

RE

S A

S S

HO

WN

ON

PLA

NS

.

2.P

RO

TEC

T E

XIS

TIN

G U

TILI

TIE

S T

O R

EM

AIN

.

3.V

ER

IFY

EX

ISTI

NG

UTI

LITI

ES

SE

RV

ICIN

G S

ITE

.

4.P

RO

VID

E IN

LET

PR

OTE

CTI

ON

ON

NE

W D

RA

INA

GE

CO

LLE

CTI

NG

STR

UC

TUR

ES

AS

TH

EY

AR

E IN

STA

LLE

D, I

F R

EQ

UIR

ED

5.IN

FOR

MA

TIO

N P

RE

SE

NTE

D IN

TH

IS D

RA

WIN

G R

EP

RE

SE

NTS

TH

E B

ES

TA

VA

ILA

BLE

INFO

RM

ATI

ON

AT

THE

TIM

E O

F D

ES

IGN

. TH

IS D

RA

WIN

G M

AY

NO

TIN

CLU

DE

ALL

EX

ISTI

NG

UTI

LITI

ES

, AN

D T

HO

SE

UTI

LITY

LO

CA

TIO

NS

SH

OW

NA

RE

AP

PR

OX

IMA

TE O

NLY

. CO

NTR

AC

TOR

SH

ALL

DE

TER

MIN

E B

Y W

HA

TEV

ER

ME

AN

S D

EE

ME

D N

EC

ES

SA

RY

TH

AT

ALL

UTI

LITI

ES

HA

VE

BE

EN

IDE

NTI

FIE

D A

ND

LOC

ATE

D B

EFO

RE

BE

GIN

NIN

G C

ON

STR

UC

TIO

N. C

ON

TRA

CTO

R S

HA

LL N

OTI

FYE

NG

INE

ER

IF A

NY

INFO

RM

ATI

ON

PR

OV

IDE

D, B

E IT

EX

ISTI

NG

OR

PR

OP

OS

ED

, IS

BE

LIE

VE

D T

O B

E IN

ER

RO

R.

6.C

ON

TRA

CTO

R S

HA

LL D

ES

IGN

ATE

A W

AS

HIN

GTO

N S

TATE

CE

RTI

FIE

D E

RO

SIO

NA

ND

SE

DIM

EN

T C

ON

TRO

L LE

AD

(CE

SC

L) W

HO

WIL

L B

E O

N-S

ITE

OR

ON

CA

LLA

T A

LL T

IME

S. T

HE

ER

OS

ION

CO

NTR

OL

LEA

D S

HA

LL H

AV

E T

HE

AU

THO

RIT

Y T

OIM

PLE

ME

NT

THE

STO

RM

WA

TER

PO

LLU

TIO

N P

RE

VE

NTI

ON

PLA

N B

AS

ED

ON

SIT

E C

ON

DIT

ION

S W

ITH

IN T

HE

IR S

CO

PE

. IF

THE

ME

THO

DS

IND

ICA

TED

FO

RE

RO

SIO

N A

ND

SE

DIM

EN

T C

ON

TRO

L A

RE

NO

T A

DE

QU

ATE

, TH

E C

ES

CL

SH

ALL

IMP

LEM

EN

T A

DD

ITIO

NA

L M

ETH

OD

S A

S R

EQ

UIR

ED

7.C

ON

TRA

CTO

R S

HA

LL IM

PLE

ME

NT

AN

D C

HA

NG

E E

RO

SIO

N C

ON

TRO

LM

EA

SU

RE

S A

S N

EC

ES

SIT

ATE

D B

Y C

ON

STR

UC

TIO

N A

CTI

VIT

IES

.

8.H

AU

L R

OU

TES

, DIS

PO

SA

L A

RE

AS

, STA

GIN

G, S

TOR

AG

E, A

ND

STO

CK

PIL

ELO

CA

TIO

NS

SH

ALL

BE

AS

CO

OR

DIN

ATE

D W

ITH

JB

LM.

9.C

ON

TRA

CTO

R S

HA

LL M

AIN

TAIN

BM

P C

150:

MA

TER

IALS

ON

HA

ND

, ON

-SIT

E IN

AN

AR

EA

EA

SIL

Y A

CC

ES

SIB

LE.

10.

CO

NTR

AC

TOR

SH

ALL

PR

EP

AR

E A

CO

NS

TRU

CTI

ON

SW

PP

P F

OR

TH

IS P

RO

JEC

TA

ND

RE

TAIN

A C

OP

Y O

F TH

E S

WP

PP

ON

-SIT

E A

T A

LL T

IME

S A

ND

AV

AIL

AB

LETO

TH

E C

ON

TAC

TIN

G O

FFIC

ER

.

11.

CO

NTR

AC

TOR

SH

ALL

PR

OV

IDE

AD

EQ

UA

TE M

EA

SU

RE

S T

O P

RE

VE

NT

THE

TRA

NS

PO

RTA

TIO

N O

F S

ED

IME

NT

ON

TO P

AV

ED

RO

AD

S F

RO

M M

OTO

RV

EH

ICLE

S L

EA

VIN

G T

HE

PR

OJE

CT

SIT

E. D

EP

OS

ITE

D S

ED

IME

NT

SH

ALL

BE

CLE

AN

ED

DA

ILY

BY

SH

OV

ELI

NG

OR

SW

EE

PIN

G. W

ATE

R C

LEA

NIN

G S

HA

LLO

NLY

BE

PE

RFO

RM

ED

AFT

ER

TH

E A

RE

A H

AS

BE

EN

SH

OV

ELE

D O

R S

WE

PT.

12.

HY

DR

OS

EE

D/M

ULC

H A

LL D

ISTU

RB

ED

AR

EA

S U

NLE

SS

OTH

ER

WIS

E N

OTE

D.

SE

E N

OTE

S O

N S

HE

ET

CD

500.

13.

LOG

S, S

TUM

PS

, RO

OTS

, BR

US

H, L

IMB

S, A

ND

OTH

ER

OR

GA

NIC

DE

BR

IS S

HA

LLN

OT

BE

DIS

PO

SE

D O

F A

T A

LA

ND

FILL

. OR

GA

NIC

DE

BR

IS M

AY

BE

SH

RE

DD

ED

AN

D L

EFT

ON

-SIT

E, T

AK

EN

TO

TH

E J

BLM

-AP

PR

OV

ED

SIT

E, O

R D

ISP

OS

ED

OF

AT

A P

ER

MIT

TED

OFF

-SIT

E F

AC

ILIT

Y A

T TH

E C

ON

TRA

CTO

R'S

EX

PE

NS

E.

CO

NTA

CT

AT

JBLM

EA

RTH

WO

RK

S:

SO

LID

WA

STE

PR

OG

RA

M M

AN

AG

ER

: (25

3) 9

66-1

801

SO

LID

WA

STE

AN

D R

EC

YC

LIN

G P

RO

GR

AM

SU

PP

OR

T: (2

53) 9

66-6

452

OR

(25

3) 9

67-3

803

14.

JBLM

WIL

L A

CC

EP

T E

XC

ES

S O

R U

NS

UIT

AB

LE S

OIL

IN D

ES

IGN

ATE

D A

RE

AS

ON

JBLM

, PR

E-C

OO

RD

INA

TIO

N IS

RE

QU

IRE

D, E

XC

ES

S O

R U

NS

UIT

AB

LE S

OIL

MU

ST

CO

NTA

IN M

INIM

AL

SO

D, S

OD

SH

ALL

BE

DIS

PO

SE

D O

F A

S O

RG

AN

IC D

EB

RIS

.S

OIL

SH

ALL

NO

T B

E C

ON

TAM

INA

TED

WIT

H C

HE

MIC

ALS

OR

PE

TRO

LEU

M.

CO

NTA

CT

AT

JBLM

EA

RTH

WO

RK

S:

SO

LID

WA

STE

PR

OG

RA

M M

AN

AG

ER

: (25

3) 9

66-1

801

SO

LID

WA

STE

AN

D R

EC

YC

LIN

G P

RO

GR

AM

SU

PP

OR

T: (2

53) 9

66-6

452

OR

(25

3) 9

67-3

803

LEG

END

SA

WC

UT

LIN

E

CO

NS

TRU

CTI

ON

EN

TRA

NC

E P

ER

DE

MO

LIS

H A

SP

HA

LT P

AV

EM

EN

T O

R C

ON

CR

ETE

SID

EW

ALK

SIL

T FE

NC

E P

ER

PR

OJE

CT

/ C

LEA

RIN

G A

ND

GR

UB

BIN

G L

IMIT

S

2C

D50

0

1C

D50

0

DE

MO

LIS

H E

XIS

TIN

G U

TILI

TY

DEM

OLI

SH E

XIST

ING

SEPT

IC T

ANKS

. SE

PTIC

TAN

K IN

LET

AND

OU

TLET

PIP

ES S

HALL

BE

PRO

TECT

ED F

OR

USE

WIT

H N

EW G

RIN

DER

PUM

P.

DEM

OLI

SH E

XIST

ING

12 IN

CH C

ON

CRET

E PI

PE.

DEM

OLI

SH E

XIST

ING

12 IN

CH C

ON

CRET

E PI

PE.

LEN

GTH

UN

KNO

WN

. DE

MO

LISH

PIP

E W

HERE

VER

IT C

ON

FLIC

TSW

ITH

PRO

POSE

D CO

NST

RUCT

ION

. CU

T AN

D CA

PW

HERE

PIP

E CA

N B

E AB

ANDO

NED

IN P

LACE

.

KEY

NO

TES:

Page 69: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

P W

Know

wha

t's

R

TES

C N

OTE

S A

ND

DE

TAIL

S

AS

NO

TED

CD

500

5.0'2.5'2.0'

GR

AD

EE

XIS

TIN

G

6' M

AX

.

2.0'0.5' 1.0'

5.0'

2.0'

MIN

.

8"

PR

OP

. LIN

E

FRONT VIEW

SIDE VIEW

1.TH

E F

ILTE

R F

AB

RIC

SH

ALL

BE

PU

RC

HA

SE

D IN

A C

ON

TIN

UO

US

RO

LL C

UT

TO T

HE

LE

NG

TH O

F TH

E B

AR

RIE

R T

O A

VO

ID U

SE

OF

JOIN

TS. W

HE

N J

OIN

TS A

RE

NE

CE

SS

AR

Y, F

ILTE

R C

LOTH

SH

ALL

BE

SP

LIC

ED

TO

GE

THE

R O

NLY

AT

A S

UP

PO

RT

PO

ST

WIT

H A

MIN

IMU

M S

IX-IN

CH

OV

ER

LAP

, AN

D B

OTH

EN

DS

SE

CU

RE

LYFA

STE

NE

D T

O T

HE

PO

ST.

2.TH

E F

ILTE

R F

AB

RIC

FE

NC

E S

HA

LL B

E IN

STA

LLE

D T

O F

OLL

OW

THE

CO

NTO

UR

S (W

HE

RE

FE

AS

IBLE

). TH

E F

EN

CE

PO

STS

SH

ALL

BE

SP

AC

ED

A M

AX

IMU

M O

F S

IX F

EE

T A

PA

RT

AN

D D

RIV

EN

SE

CU

RE

LY IN

TO T

HE

GR

OU

ND

(MIN

IMU

M O

F 30

")

3.A

TR

EN

CH

SH

ALL

BE

EX

CA

VA

TED

, RO

UG

HLY

EIG

HT

INC

HE

S W

IDE

AN

D T

WE

LVE

INC

HE

S D

EE

P, U

PS

LOP

E A

ND

AD

JAC

EN

T TO

TH

EW

OO

D P

OS

T TO

ALL

OW

TH

E F

ILTE

R F

AB

RIC

TO

BE

BU

RIE

D.

4.W

HE

N S

TAN

DA

RD

STR

EN

GTH

FIL

TER

FA

BR

IC IS

US

ED

, A W

IRE

ME

SH

SU

PP

OR

T FE

NC

E S

HA

LL B

E F

AS

TEN

ED

SE

CU

RE

LY T

O T

HE

UP

SLO

PE

SID

E O

F TH

E P

OS

TS U

SIN

G H

EA

VY

-DU

TY W

IRE

STA

PLE

S A

T LE

AS

T O

NE

INC

H L

ON

G, T

IE W

IRE

S, O

R H

OG

RIN

GS

.

5.TH

E W

IRE

SH

ALL

EX

TEN

D IN

TO T

HE

TR

EN

CH

A M

INIM

UM

OF

FOU

R IN

CH

ES

AN

D S

HA

LL N

OT

EX

TEN

D M

OR

E T

HA

N T

HIR

TY S

IXIN

CH

ES

AB

OV

E T

HE

OR

IGIN

AL

GR

OU

ND

SU

RFA

CE

.

6.TH

E S

TAN

DA

RD

STR

EN

GTH

FIL

TER

FA

BR

IC S

HA

LL B

E S

TAP

LED

OR

WIR

ED

TO

TH

E F

EN

CE

, AN

D T

WE

NTY

INC

HE

S O

F TH

E F

AB

RIC

SH

ALL

BE

EX

TEN

DE

D IN

TO T

HE

TR

EN

CH

. TH

E F

AB

RIC

SH

ALL

NO

TE

XTE

ND

MO

RE

TH

AN

TH

IRTY

SIX

INC

HE

S A

BO

VE

TH

E O

RIG

INA

LG

RO

UN

D S

UR

FAC

E. F

ILTE

R F

AB

RIC

SH

ALL

NO

T B

E S

TAP

LED

TO

EX

ISTI

NG

TR

EE

S.

7.W

HE

N E

XTR

A-S

TRE

NG

TH F

ILTE

R F

AB

RIC

AN

D C

LOS

ER

PO

ST

SP

AC

ING

AR

E U

SE

D, T

HE

WIR

E M

ES

H S

UP

PO

RT

FEN

CE

MA

Y B

EE

LIM

INA

TED

. IN

SU

CH

A C

AS

E, T

HE

FIL

TER

FA

BR

IC IS

STA

PLE

DO

R W

IRE

D D

IRE

CTL

Y T

O T

HE

PO

STS

WIT

H A

LL O

THE

RP

RO

VIS

ION

S O

F S

TAN

DA

RD

NO

TE (S

) AP

PLY

ING

.

8.TH

E T

RE

NC

H S

HA

LL B

E B

AC

KFI

LLE

D W

ITH

NA

TIV

E M

ATE

RIA

L.

9.FI

LTE

R F

AB

RIC

FE

NC

ES

SH

ALL

BE

RE

MO

VE

D W

HE

N T

HE

Y H

AV

ES

ER

VE

D T

HE

IR U

SE

FUL

PU

RP

OS

E, B

UT

NO

T B

EFO

RE

TH

EU

PS

LOP

E A

RE

A H

AS

BE

EN

PE

RM

AN

EN

TLY

STA

BIL

IZE

D.

10.

FILT

ER

FA

BR

IC F

EN

CE

S S

HA

LL B

E IN

SP

EC

TED

IMM

ED

IATE

LYA

FTE

R E

AC

H R

AIN

FALL

AN

D A

T LE

AS

T D

AIL

Y D

UR

ING

PR

OLO

NG

ED

RA

INFA

LL. A

NY

RE

QU

IRE

D R

EP

AIR

S S

HA

LL B

EM

AD

E IM

ME

DIA

TELY

.

FILT

ER

FA

BR

ICM

ATE

RIA

LM

IRA

FI 1

00 N

S O

RE

QU

IVA

LEN

T

2" X

4" B

Y 1

4 G

A.

WIR

EFA

BR

IC O

RE

QU

IVA

LEN

T,A

FFIX

TO

PO

ST

2" X

4" W

OO

D P

OS

TO

R S

TEE

L FE

NC

EP

OS

T

FILT

ER

FA

BR

IC M

ATE

RIA

L 60

" WID

ER

OLL

S -

US

E R

ING

S T

O A

TTA

CH

ATT

AC

H T

O W

IRE

FA

BR

IC

2" X

4" B

Y 1

4 G

A.

WIR

E F

AB

RIC

OR

EQ

UIV

ALE

NT

BU

RY

BO

TTO

M O

FFI

LTE

R M

ATE

RIA

LIN

8"X

12" T

RE

NC

H

2" X

4" W

OO

DP

OS

TS,

STA

ND

AR

D O

RB

ETT

ER

,O

R S

TEE

LFE

NC

E P

OS

T

BA

CK

FILL

WIT

HN

ATI

VE

MA

TER

IAL

12" M

IN.

4"-8

" QU

AR

RY

SP

ALL

S

ED

GE

OF

EX

ISTI

NG

PA

VE

ME

NT

EX

ISTI

NG

FRO

NTA

GE

RO

AD

HYD

RO

SEED

ING

NO

TES

1.H

YD

RO

SE

ED

ING

SH

ALL

BE

AP

PLI

ED

TO

ALL

AR

EA

S D

ISTU

RB

ED

BY

CO

NS

TRU

CTI

ON

AC

TIV

ITIE

S U

NLE

SS

OTH

ER

WIS

E N

OTE

D.

2.H

YD

RO

SE

ED

ING

SH

ALL

CO

NS

IST

OF

BE

NTG

RA

SS

AN

D S

HA

LL B

E A

PP

LIE

D A

T A

RA

TE O

F12

0 LB

S/A

CR

E.

3.H

YD

RO

SE

ED

SH

ALL

INC

LUD

E A

MIN

IMU

M O

F 15

00 L

BS

/AC

RE

OF

MU

LCH

WIT

H 3

%TA

CK

IFIE

R. I

T S

HA

LL A

LSO

INC

LUD

E A

10-

4-6

FER

TILI

ZER

AT

A R

ATE

OF

90 L

BS

/AC

RE

.

4.A

LL A

RE

AS

DIS

TUR

BE

D (W

ITH

IN A

ND

OU

TSID

E O

F TH

E W

OR

K L

IMIT

S) S

HA

LL B

E R

EP

AIR

ED

AN

D R

E-S

EE

DE

D W

ITH

GR

AS

S T

O B

LEN

D IN

TO T

HE

SU

RR

OU

ND

ING

EN

VIR

ON

S.

BE

NTG

RA

SS

SH

ALL

BE

TH

E O

NLY

GR

AS

S P

LAN

TED

IN T

HE

PR

OJE

CT

AR

EA

FO

R A

LL O

FTH

E S

LOP

ES

AN

D D

ISTU

RB

ED

AR

EA

S.

5.S

EE

D B

ED

S P

LAN

TED

BE

TWE

EN

MA

Y 1

AN

D O

CTO

BE

R 3

1 W

ILL

RE

QU

IRE

IRR

IGA

TIO

N A

ND

OTH

ER

MA

INTE

NA

NC

E A

S N

EC

ES

SA

RY

TO

FO

STE

R A

ND

PR

OTE

CT

THE

RO

OT

STR

UC

TUR

E.

6.FO

R S

EE

D B

ED

S P

LAN

TED

BE

TWE

EN

OC

TOB

ER

31

AN

D A

PR

IL 3

0, A

RM

OR

ING

OF

THE

SE

ED

WIL

L B

E N

EC

ES

SA

RY

. (E

G, G

EO

TEX

TILE

S, J

UTE

MA

T, C

LEA

R P

LAS

TIC

CO

VE

RIN

G.)

7.B

EFO

RE

SE

ED

ING

, IN

STA

LL N

EE

DE

D S

UR

FAC

E R

UN

OFF

CO

NTR

OL

ME

AS

UR

ES

SU

CH

AS

GR

AD

IEN

T TE

RR

AC

ES

, IN

TER

CE

PTO

R D

IKE

S, S

WA

LES

, LE

VE

L S

PR

EA

DE

RS

AN

DS

ED

IME

NT

BA

SIN

S.

8.TH

E S

EE

DB

ED

SH

ALL

BE

FIR

M W

ITH

A F

AIR

LY F

INE

SU

RFA

CE

, FO

LLO

WIN

G S

UR

FAC

ER

OU

GH

EN

ING

. PE

RFO

RM

ALL

OP

ER

ATI

ON

S A

CR

OS

S O

R A

T R

IGH

T A

NG

LES

TO

TH

ES

LOP

E.

9.FE

RTI

LIZE

RS

AR

E T

O B

E U

SE

D A

CC

OR

DIN

G T

O S

UP

PLI

ER

S R

EC

OM

ME

ND

ATI

ON

S.

AM

OU

NTS

US

ED

SH

OU

LD B

E M

INIM

IZE

D, E

SP

EC

IALL

Y A

DJA

CE

NT

TO W

ATE

R B

OD

IES

AN

DW

ETL

AN

DS

.

1.A

RR

AN

GE

FO

R A

ND

ATT

EN

D P

RE

-CO

NS

TRU

CTI

ON

ME

ETI

NG

WIT

H J

BLM

PU

BLI

C W

OR

KS

,C

ON

TRA

CTO

R A

ND

EN

GIN

EE

R.

2.S

TAK

E /

FLA

G C

LEA

RIN

G L

IMIT

S.

3.

FIE

LD V

ER

IFY

EX

ISTI

NG

SE

WA

GE

SY

STE

M T

YP

E.

4.IN

STA

LL T

EM

PO

RA

RY

ER

OS

ION

CO

NTR

OL

ME

AS

UR

ES

.

5.C

LEA

R A

ND

GR

UB

SIT

E W

ITH

IN C

LEA

RIN

G L

IMIT

S. R

EM

OV

E A

ND

/OR

CA

P E

XIS

TIN

GU

TILI

TIE

S W

ITH

IN L

IMIT

S A

S S

HO

WN

ON

DE

MO

LITI

ON

PLA

N. C

ON

TRA

CTO

R S

HA

LL B

ER

ES

PO

NS

IBLE

FO

R C

OO

RD

INA

TIN

G W

ITH

JB

LM A

ND

IND

IVID

UA

L U

TILI

TY P

UR

VE

YO

RS

PR

IOR

TO

RE

MO

VA

L O

R C

AP

PIN

G A

NY

LIV

E U

TILI

TY L

INE

.

6.C

ON

STR

UC

T U

TILI

TY R

ELO

CA

TIO

NS

..

7.C

ON

STR

UC

T S

TOR

MW

ATE

R F

AC

ILIT

IES

.

8.C

OM

PLE

TE P

AV

ING

.

9.A

PP

LY T

.E.S

.C. C

OV

ER

AN

D S

TAB

ILIZ

ATI

ON

ME

AS

UR

ES

AS

DE

SC

RIB

ED

ON

TH

ES

E P

LAN

SA

ND

AS

RE

QU

IRE

D F

OR

STO

RM

WA

TER

RU

NO

FF C

OM

PLI

AN

CE

.

10.

T.E

.S.C

. ME

AS

UR

ES

SH

ALL

RE

MA

IN U

NTI

L S

ITE

CO

NS

TRU

CTI

ON

IS C

OM

PLE

TED

AN

D S

ITE

IS S

TAB

ILIZ

ED

AN

D A

PP

RO

VA

L IS

OB

TAIN

ED

FR

OM

TH

E C

ON

TRA

CTI

NG

OFF

ICE

R.

CO

NST

RU

CTI

ON

SEQ

UEN

CE

Page 70: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

P W

Know

wha

t's

RN

GR

AD

ING

AN

D D

RA

INA

GE

PLA

N -

SO

UTH

EA

ST

1"=3

0'

CG

100

4C

G50

0

KEY

NO

TES

INS

TALL

INLE

T/O

UTL

ET

RIP

RA

P P

AD

.

INS

TALL

5' A

SP

HA

LT P

AV

EM

EN

T W

ITH

HO

T TA

R S

EA

L JO

INT.

INS

TALL

PO

ND

AC

CE

SS

C.S

.B.C

SE

CTI

ON

.

INS

TALL

PO

ND

AC

CE

SS

QU

AR

RY

SP

ALL

SE

CTI

ON

.

INS

TALL

CE

ME

NT

CO

NC

RE

TE S

IDE

WA

LK.

INS

TALL

AS

PH

ALT

PA

VE

ME

NT

WIT

H H

AT

TAR

SE

AL

JOIN

T.

PR

OV

OD

E S

TOR

M D

RA

INA

GE

PIP

E F

OR

FU

TUR

E C

ON

NE

CTI

ON

. C

AP

BO

TH E

ND

S O

F TH

EP

IPE

. M

OU

NT

A 2

X4

AT

THE

DO

WN

STR

EA

M E

ND

OF

THE

PIP

E T

O A

LLO

W L

OC

ATI

NG

INTH

E F

UTU

RE

.

CU

T, C

AP

AN

D A

BA

ND

ON

EX

ISTI

NG

36"

CO

NC

RE

TE P

IPE

.

INS

TALL

TY

PE

4 F

EN

CE

PE

R W

SD

OT

STA

ND

AR

D P

LAN

L-2

0.10

-03.

INS

TALL

SIN

GLE

GA

TE P

ER

WS

DO

T S

TAN

DA

RD

PLA

N L

-10.

10-0

2.

7C

G50

0

1C

G50

0

2C

G50

0

8C

G50

09

CG

500

3C

G50

0

5C

G50

0

6C

G50

07

CG

500

60'

15'

SC

ALE

:1"=

30'

030

'

1.C

ON

TRA

CTO

R S

HA

LL K

EE

P P

RO

PE

RTY

SIT

E C

LEA

N O

F C

ON

STR

UC

TIO

N D

EB

RIS

AN

DC

ON

STR

UC

TIO

N T

RA

FFIC

AT

ALL

LO

CA

TIO

NS

.

2.C

ON

TRA

CTO

R S

HA

LL B

E R

ES

PO

NS

IBLE

FO

R O

BTA

ININ

G A

LL L

OC

AL,

STA

TE A

ND

FED

ER

AL

PE

RM

ITS

RE

QU

IRE

D F

OR

NE

W C

ON

STR

UC

TIO

N.

3.M

ATC

H E

XIS

TIN

G G

RA

DE

S A

T IN

TER

FAC

E W

ITH

EX

ISTI

NG

AS

PH

ALT

PA

VIN

G. V

ER

IFY

EX

ISTI

NG

GR

AD

ES

AT

INTE

RFA

CE

PR

IOR

TO

OR

DE

RIN

G M

ATE

RIA

LS A

ND

CO

NS

TRU

CTI

NG

.

4.FO

R T

YP

ICA

L P

IPE

BE

DD

ING

AN

D T

RE

NC

H B

AC

KFI

LL

5.A

LL S

TOR

M P

IPE

SH

ALL

BE

CP

EP

OR

PV

C, U

NLE

SS

OTH

ER

WIS

E

NO

TED

.

6.A

LL D

ISTU

RB

ED

AR

EA

S S

HA

LL B

E R

ES

TOR

ED

WIT

H H

YD

RO

SE

ED

, EX

CE

PT

BO

TTO

M O

FIN

FILT

RA

TIO

N P

ON

D A

ND

RO

CK

ED

AR

EA

S.

7.IF

PO

THO

LIN

G E

XIS

TIN

G U

TILI

TIE

S R

EV

EA

LS C

ON

FLIC

TS B

ETW

EE

N E

XIS

TIN

G A

ND

PR

OP

OS

ED

UTI

LITI

ES

, CO

NTA

CT

CO

NTR

AC

TIN

G O

FFIC

ER

.

8. IN

STA

LL P

ON

D L

INE

R A

ND

BE

RM

GR

AD

ING

ON

TR

EA

TME

NT

PO

ND

ON

LY.

9. IN

STA

LL D

EB

RIS

BA

RR

IER

ON

ALL

EX

PO

SE

D IN

LET

AN

D O

UTL

ET

OF

PIP

ES

.

GEN

ERA

L N

OTE

S:

PO

ND

AC

CE

SS

RO

AD

WID

THS

EO

P T

O 0

+83.

45 =

12'

0+83

.45

TO 1

+08.

45, T

RA

NS

ITIO

N T

O 1

5'1+

08.4

5 TO

1+2

8.02

= 1

5'1+

28.0

2 TO

1+5

3.02

, TR

AN

SIT

ION

TO

12'

1+53

.02

TO 1

+90.

57 =

12'

1+90

.57

TO 2

+15.

57. T

RA

NS

ITIO

N T

O 1

5'2+

15.5

7 TO

3+3

8.66

= 1

5'

15'

20'

MAT

CH L

INE

- SEE

SHE

ET C

G10

1

Page 71: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

P W

Know

wha

t's

R

GR

AD

ING

AN

D D

RA

INA

GE

PLA

N -

NO

RTH

WE

ST

1"=2

0'

CG

101

60'

15'

SC

ALE

:1"=

30'

030

'

4C

G50

0

2C

G50

0

1.C

ON

TRA

CTO

R S

HA

LL K

EE

P P

RO

PE

RTY

SIT

E C

LEA

N O

F C

ON

STR

UC

TIO

N D

EB

RIS

AN

DC

ON

STR

UC

TIO

N T

RA

FFIC

AT

ALL

LO

CA

TIO

NS

.

2.C

ON

TRA

CTO

R S

HA

LL B

E R

ES

PO

NS

IBLE

FO

R O

BTA

ININ

G A

LL L

OC

AL,

STA

TE A

ND

FED

ER

AL

PE

RM

ITS

RE

QU

IRE

D F

OR

NE

W C

ON

STR

UC

TIO

N.

3.M

ATC

H E

XIS

TIN

G G

RA

DE

S A

T IN

TER

FAC

E W

ITH

EX

ISTI

NG

AS

PH

ALT

PA

VIN

G. V

ER

IFY

EX

ISTI

NG

GR

AD

ES

AT

INTE

RFA

CE

PR

IOR

TO

OR

DE

RIN

G M

ATE

RIA

LS A

ND

CO

NS

TRU

CTI

NG

.

4.FO

R T

YP

ICA

L P

IPE

BE

DD

ING

AN

D T

RE

NC

H B

AC

KFI

LL

5.A

LL S

TOR

M P

IPE

SH

ALL

BE

CP

EP

OR

PV

C, U

NLE

SS

OTH

ER

WIS

E

NO

TED

.

6.A

LL D

ISTU

RB

ED

AR

EA

S S

HA

LL B

E R

ES

TOR

ED

WIT

H H

YD

RO

SE

ED

, EX

CE

PT

BO

TTO

M O

FIN

FILT

RA

TIO

N P

ON

D A

ND

RO

CK

ED

AR

EA

S.

7.IF

PO

THO

LIN

G E

XIS

TIN

G U

TILI

TIE

S R

EV

EA

LS C

ON

FLIC

TS B

ETW

EE

N E

XIS

TIN

G A

ND

PR

OP

OS

ED

UTI

LITI

ES

, CO

NTA

CT

CO

NTR

AC

TIN

G O

FFIC

ER

.

9. IN

STA

LL D

EB

RIS

BA

RR

IER

ON

ALL

EX

PO

SE

D IN

LET

AN

D O

UTL

ET

OF

PIP

ES

.

10. E

XA

CT

LOC

ATI

ON

OF

FOR

CE

MA

IN IN

UN

KN

OW

N.

CO

NTR

AC

TOR

SH

ALL

VE

RIF

YLO

CA

TIO

N A

ND

CO

NFI

RM

TH

ER

E W

ILL

NO

T B

E A

NY

CO

NFL

ICTS

WIT

H P

RO

PO

SE

D W

OR

K.

GEN

ERA

L N

OTE

S:

N

3C

G50

0

MAT

CH

LIN

E - S

EE S

HEE

T C

G10

0

KEY

NO

TES

INS

TALL

INLE

T/O

UTL

ET

RIP

RA

P P

AD

.

INS

TALL

5' A

SP

HA

LT P

AV

EM

EN

T W

ITH

HO

T TA

R S

EA

L JO

INT.

INS

TALL

PO

ND

AC

CE

SS

C.S

.B.C

SE

CTI

ON

.

INS

TALL

PO

ND

AC

CE

SS

QU

AR

RY

SP

ALL

SE

CTI

ON

.

CU

T, C

AP

AN

D A

BA

ND

ON

EX

ISTI

NG

36"

CO

NC

RE

TE P

IPE

.

INS

TALL

TY

PE

4 F

EN

CE

PE

R W

SD

OT

STA

ND

AR

D P

LAN

L-2

0.10

-03.

INS

TALL

SIN

GLE

GA

TE P

ER

WS

DO

T S

TAN

DA

RD

PLA

N L

-10.

10-0

2.

INTA

LL G

RIN

DE

R P

UM

P.

RIM

ELE

VA

TIO

N =

293

.5.

INS

TALL

CO

ND

UIT

FO

R G

RIN

DE

R P

UM

P P

OW

ER

. C

ON

NE

CT

PO

WE

R F

RO

M E

XIS

TIN

GS

EP

TIC

PU

MP

BR

EA

KE

R B

OX

LO

CA

TIO

N T

O N

EW

GR

IND

ER

PU

MP

. ALL

CO

ND

UIT

SH

ALL

BE

SE

ALE

D W

ITH

EX

PLO

SIO

N P

RO

OF

FITT

ING

S.

CO

NTR

AC

TOR

SH

ALL

CH

EC

K E

XIS

TIN

GP

OW

ER

TO

VE

RIF

Y C

AP

AC

ITY

.

7C

G50

0

1C

G50

0

8C

G50

09

CG

500

1C

G50

2

Page 72: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

5' F

LAT

HD

PE

LIN

ER

6.00

'

0.50

' 1.00

'

CUT

1.5:

1

FILL

2:1

3:1

E.G

.

ELE

V. 2

94.0

OR

AN

GE

PLA

STI

CS

AFE

TY F

EN

CIN

G6

INC

HE

S A

BO

VE

ALL

GE

OM

EM

BR

AN

EM

ATE

RIA

L.

40 M

IL H

DP

E L

INE

RB

ETW

EE

N T

EX

TUR

ED

GE

OTE

XTI

LE L

AY

ER

SN

OTE

: ALL

FIL

L N

ATI

VE

MA

TER

IAL

SLO

PE

= 2

%

ELE

V. 2

93.5

P W

Know

wha

t's

R

NO

TES

AN

D D

ETA

ILS

AS

NO

TED

CG

500

2' INLE

T/O

UTF

ALL

PIP

E

OU

TFAL

L PI

PE

INLE

T PI

PE

12" M

IN. D

EP

TH

*8'

DIA. + 6'

FILT

ER

FA

BR

IC

MA

Y B

E R

EM

OV

ED

31

SID

E V

IEW

PLA

N V

IEW

NO

TES

:1.

CM

P*

EN

D-S

EC

TIO

N S

HO

WN

2. A

LL S

TEE

L P

AR

TS M

US

T B

EG

ALV

AN

IZE

D A

ND

AS

PH

ALT

CO

ATE

D(T

RE

ATM

EN

T 1

OR

BE

TTE

R).

*OR

CP

EP

SM

OO

TH IN

TER

IOR

3/4"

DIA

. SM

OO

TH B

AR

S W

ITH

EN

DS

WE

LDE

D T

O B

AR

FR

AM

E

2"X

5" A

NC

HO

R S

TRIP

S W

ELD

ED

TO

3/4

" DIA

.B

AR

-FR

AM

E (4

PLA

CE

S) S

PA

CE

D U

NIF

OR

MLY

,FA

STE

N W

ITH

1/2

" G

ALV

. OR

NO

N-C

OR

RO

SIV

EB

OLT

S &

NU

TS.

4" O

.C. M

AX

.B

AR

SP

AC

ING

3/4"

DIA

.B

AR

-FR

AM

E

2"-4

" FO

R 1

2" D

IA.

3"-5

" FO

R 1

8" D

IA.

5"-8

" FO

R 2

4" D

IA.

7"-9

" FO

R 3

0" D

IA. A

ND

GR

EA

TER

BE

VE

LED

PIP

EE

ND

SE

CTI

ON

PIP

EC

OU

PLI

NG

1' M

IN

PR

OP

OS

ED

GR

OU

ND

QU

AR

RY

SP

ALL

S P

ER

WS

DO

T 8-

15 A

ND

9-1

3.6

* U

NLE

SS

OTH

ER

WIS

EN

OTE

D O

N P

LAN

S

1N

OT

TO S

CA

LEIN

LET

- OU

TFA

LL R

IPR

AP

PAD

2N

OT

TO S

CA

LED

EBR

IS B

AR

RIE

R

HM

A C

LAS

S 1

/2",

PG

58-2

2 O

R P

G 6

4-22

CR

US

HE

D S

UR

FAC

ING

BA

SE

CO

UR

SE

, WS

DO

T9-

03.9

(3)

NO

TE:

DE

PTH

S A

RE

CO

MP

AC

TED

THIC

KN

ES

SC

OM

PA

CTE

DS

UB

-BA

SE

7N

OT

TO S

CA

LEA

SPH

ALT

PA

VEM

ENT

PATC

H

4" C

EM

EN

T C

ON

CR

ETE

,40

00 P

SI

CO

MP

AC

TED

SU

BG

RA

DE

PE

RS

PE

CIF

ICA

TIO

NS

4" C

RU

SH

ED

SU

RFA

CIN

G B

AS

EC

OU

RS

E P

ER

WS

DO

T 9-

03.9

(3)

1/4"

ED

GE

DG

RO

OV

E

PE

R P

LAN

WID

TH V

AR

IES

6N

OT

TO S

CA

LE

CEM

ENT

CO

NC

RET

E SI

DEW

ALK

(FO

R P

ATC

H /

REP

LAC

EMEN

T)

SU

BG

RA

DE

ELE

VA

TIO

N

6" 0D

6" M

IN

FLE

XIB

LER

IGID

(DI,

CO

NC

)

TRE

NC

HB

AC

KFI

LLM

ATE

RIA

L

0.5 x OD

PIP

E B

ED

DIN

GP

ER

W.S

.D.O

.T.

9-03

.12(

3), 9

5%C

OM

PA

CTI

ON

PA

VE

ME

NT

BU

ILD

ING

OR

(CP

EP

, CM

P, P

VC

)

NO

TE:

1. T

RE

NC

HB

AC

KFI

LLM

ATE

RIA

L S

HA

LLN

OT

HA

VE

PA

RTI

CLE

SIZ

EG

RE

ATE

R T

HA

N 1

"W

ITH

IN 1

2" O

F TH

EP

IPE

.

PIP

E A

S S

PE

CIF

IED

ON

PLA

N O

R S

PE

CS

24" +

O.D

. OF

O.D

. O24

"36

" + O

.D. O

F O

.D. >

24"

4N

OT

TO S

CA

LEPI

PE B

EDD

ING

AN

D T

REN

CH

BA

CK

FILL

6"3"

RO

AD

WA

YS

AN

D P

ON

D A

CC

ES

S A

PR

ON

S

45

NO

TES

:1.

DIM

EN

SIO

NS

AR

E F

OR

INS

TALL

ATI

ON

ON

54"

DIA

ME

TER

CB

. FO

R D

IFFE

RE

NT

DIA

ME

TER

S C

B'S

AD

JUS

T TO

MA

INTA

IN 4

5 D

EG

RE

E A

NG

LE O

N"V

ER

TIC

AL

BA

RS

" AN

D 7

" OC

MA

XIM

UM

SP

AC

ING

OF

BA

RS

AR

OU

ND

LO

WE

R S

TEE

L B

AN

D. N

OTE

: W

HE

RE

THE

MA

XIM

UM

OP

EN

ING

BE

TWE

EN

VE

RTI

CA

L B

AR

SE

XC

EE

D 4

", A

DD

CO

NC

EN

TRIC

HO

RIZ

ON

TAL

RIN

GS

AS

NE

ED

ED

SO

TH

AT

OP

EN

ING

S D

O N

OT

EX

CE

ED

4"

IN O

NE

DIR

EC

TIO

N.

2.M

ETA

L P

AR

TS M

US

T B

E C

OR

RO

SIO

N R

ES

ISTA

NT;

STE

EL

BA

RS

MU

ST

BE

GA

LVA

NIZ

ED

.

3.TH

IS D

EB

RIS

BA

RR

IER

IS A

LSO

RE

CO

MM

EN

DE

D F

OR

US

E O

N T

HE

INLE

T TO

RO

AD

WA

Y C

RO

SS

-CU

LVE

RTS

WIT

H H

IGH

PO

TEN

TIA

L FO

R D

EB

RIS

CO

LLE

CTI

ON

(EX

CE

PT

ON

TY

PE

2 S

TRE

AM

S).

RIM

313

.00

3N

OT

TO S

CA

LEO

VER

FLO

W S

TRU

CTU

RE

- 54-

IN. D

IAM

.

3/4

DIA

. SM

OO

TH R

OU

ND

BA

RS

WE

LDE

D E

QU

ALL

Y S

PA

CE

D.

BA

RS

SH

ALL

BE

WE

LDE

D T

OU

PP

ER

& L

OW

ER

BA

ND

S (2

4B

AN

DS

EV

EN

LY S

PA

CE

D S

EE

NO

TE 1

)PR

OV

IDE

MA

INTE

NA

NC

E A

CC

ES

S B

YW

ELD

ING

4 C

RO

SS

BA

RS

TO

4V

ER

TIC

AL

BA

RS

AS

SH

OW

N. H

ING

EU

PP

ER

EN

DS

WIT

H F

LAN

GE

S/ B

OLT

SA

ND

PR

OV

IDE

LO

CK

ING

ME

CH

AN

ISM

(PA

DLO

CK

) ON

LO

WE

R E

ND

.LO

CA

TE S

TEP

S D

IRE

CTL

Y B

ELO

W

C.B

. RIS

ER

HO

OK

CLA

MP

AN

CH

OR

ED

TO

C.B

. RIS

ER

SM

OO

THV

ER

TIC

AL

BA

RS

15 (T

YP

) SE

E N

OTE

1

4 H

OO

K C

LAM

PS

EV

EN

LY P

LAC

ED

SE

E D

ETA

IL B

ELO

W

3/4

DIA

ME

TER

SM

OO

TH B

AR

SE

QU

ALL

Y S

PA

CE

D(4

O.C

. MA

X.)

LOW

ER

STE

EL

BA

ND

3/4

X 4

WID

E F

OR

ME

D T

O F

IT IN

GR

OO

VE

OF

C.B

. RIS

ER

UP

PE

R S

TEE

L B

AN

D3/

4 X

4

WID

E

24 S

EE

NO

TE 1

TYP

E 2

CB

CO

NC

EN

TRIC

HO

RIZ

ON

TAL

RIN

GS

AS

NE

ED

ED

STA

ND

AR

D G

ALV

AN

IZE

DS

TEP

S O

R L

AD

DE

R

5PO

ND

LIN

ER A

ND

BER

M G

RA

DIN

GS

CA

LE: 1

"=2'

HO

RIZ

ON

TAL

1"=

2' V

ER

TIC

AL

PE

R P

LAN

WID

TH P

ER

PLA

N

8N

OT

TO S

CA

LE

PON

D A

CC

ESS

(C.S

.B.C

.)

8"

NO

TE:

DE

PTH

S A

RE

CO

MP

AC

TED

THIC

KN

ES

S

8" C

RU

SH

ED

SU

RFA

CIN

G B

AS

EC

OU

RS

E P

ER

WS

DO

T 9-

03.9

(3).

CO

MP

AC

TED

SU

BG

RA

DE

PE

RS

PE

CIF

ICA

TIO

NS

. U

SE

NA

TIV

EM

ATE

RIA

L TO

AC

HIE

VE

SU

BG

RA

DE

ELE

VA

TIO

N W

HE

RE

NE

CE

SS

AR

Y.

PE

R P

LAN

WID

TH P

ER

PLA

N

9N

OT

TO S

CA

LE

PON

D A

CC

ESS

(QU

AR

RY

SPA

LLS)

8"

NO

TE:

DE

PTH

S A

RE

CO

MP

AC

TED

THIC

KN

ES

S

8" Q

UA

RR

Y S

PA

LLS

PE

R W

SD

OT

9-13

.6.

CO

MP

AC

TED

SU

BG

RA

DE

PE

RS

PE

CIF

ICA

TIO

NS

. U

SE

NA

TIV

EM

ATE

RIA

L TO

AC

HIE

VE

SU

BG

RA

DE

ELE

VA

TIO

N W

HE

RE

NE

CE

SS

AR

Y.

Page 73: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

280

285

290

295

300

280

285

290

295

300

0+00

294.99

0+50

292.90

289.20

1+00

287.00

287.00

1+50

287.00

287.00

2+00

287.00

287.00

2+50

290.79

292.64

2+90

STA

: 2+3

1.05

ELE

V: 2

87.0

0

STA

: 2+7

2.05

ELE

V: 2

94.1

2

STA

: 2+6

6.05

ELE

V: 2

94.0

0

STA

: 0+6

8.08

ELE

V: 2

87.0

0

E.G

.E

LEV

. 293

.0 (1

00 Y

R)

ACCE

SS R

AMP

@ 1

5%E

LEV

. 287

.0

5:15:1

275

280

285

290

295

300

275

280

285

290

295

300

0+00

292.53

0+50

284.20

283.60

1+00

283.60

283.60

1+50

283.60

283.60

2+00

289.03

285.10

2+50

285.10

285.10

3+00

285.10

285.10

3+50

285.10

285.10

4+00

285.10

285.10

4+50

285.10

285.10

5+00

285.10

285.10

5+50

285.10

290.00

6+00

STA

: 0+5

1.79

ELE

V: 2

83.6

0S

TA: 1

+75.

29E

LEV

: 283

.60

STA

: 1+9

3.29

ELE

V: 2

89.6

0S

TA: 1

+98.

29E

LEV

: 289

.60

STA

: 2+1

1.79

ELE

V: 2

85.1

0

STA

: 5+6

0.29

ELE

V: 2

85.1

0

STA

: 5+8

6.99

ELE

V: 2

94.0

0

STA

: 0+1

4.59

ELE

V: 2

94.1

2S

TA: 0

+20.

59E

LEV

: 294

.00

STA

: 5+9

2.99

ELE

V: 2

94.1

2E

.G.

ELE

V. 2

93.0

(100

YR

)

ELE

V. 2

90.6

(W.Q

.)

ELE

V. 2

84.6

(SE

DIM

EN

T S

TOR

AG

E)

3:1

3:1

3:1

3:1

275

280

285

290

295

300

275

280

285

290

295

300

0+00

294.26

0+50

294.57

290.90

1+00

287.15

283.60

1+50

283.60

283.60

2+00

283.60

288.50

2+50

294.50 2+60

STA

: 0+2

9.09

ELE

V: 2

94.1

2S

TA: 0

+35.

09E

LEV

: 294

.00

STA

: 0+6

6.30

ELE

V: 2

83.6

0

STA

: 2+1

0.30

ELE

V: 2

83.6

0

STA

: 2+4

1.50

ELE

V: 2

94.0

0

STA

: 2+4

9.50

ELE

V: 2

94.1

6

E.G

.

ELE

V. 2

93.0

(100

YR

)

ELE

V. 2

90.6

(W.Q

.)

ACCE

SS R

AMP

@ 1

5%

3:1

1.5:1

3:1

P W

Know

wha

t's

R

PO

ND

SE

CTI

ON

S

AS

NO

TED

CG

501

1S

CA

LE: H

OR

IZO

NTA

L 1"

=20'

VE

RTI

CA

L 1"

=5'

INFI

LTR

ATI

ON

SEC

TIO

N

2S

CA

LE: H

OR

IZO

NTA

L 1"

=20'

VE

RTI

CA

L 1"

=5'

TREA

TMEN

T SE

CTI

ON

3S

CA

LE: H

OR

IZO

NTA

L 1"

=20'

VE

RTI

CA

L 1"

=5'

TREA

TMEN

T SE

CTI

ON

NA

TIV

E M

ATE

RIA

L

QU

AR

RY

SP

ALL

SC

.S.B

.C.

NA

TIV

E M

ATE

RIA

L

QU

AR

RY

SP

ALL

S

C.S

.B.C

.

NA

TIV

E M

ATE

RIA

L

NA

TIV

E M

ATE

RIA

L

40 M

IL H

DP

E L

INE

R

40 M

IL H

DP

E L

INE

R

FGE

G

FGE

G

FGE

G

5'

6'

6'6'

6'8'

Page 74: SSGC - Construction Bid Site 36... · Warehouse Road Drainage Improvements SSGC Contract No. W912DW-11-D-1014 McChord - JBLM, Washington SSGC Project No. 15057 August 10, 2015

P W

Know

wha

t's

R

GR

IND

ER

PU

MP

NO

TES

AN

D D

ETA

ILS

AS

NO

TED

CG

502

1N

OT

TO S

CA

LEG

RIN

DER

PU

MP

DET

AIL

STR

AIN

RE

LIE

F C

OR

DC

ON

NE

CTO

R

PR

OTE

CTI

VE

CA

BLE

SH

RO

UD

(HD

PE

)

PO

WE

R/A

LAR

M C

AB

LE12

-6 W

/GN

D.

INTE

RN

AL

WE

LL V

EN

T2.

0" D

IA.

INLE

T, G

RO

MM

ET

TO A

CC

EP

T4.

5" O

.D. P

VC

PIP

E (S

TAN

DA

RD

).D

US

T C

OV

ER

SU

PP

LIE

D F

OR

SH

IPM

EN

T (N

OT

SU

ITA

BLE

FO

RB

UR

IAL)

.

36"

TO IN

LET

26"

47 G

AL.

18"

32 G

AL.

14"

24 G

AL.

29.5

" DIA

.2.8

8'

GA

SK

ETE

D L

ID, H

DP

E

ELE

CTR

ICA

L Q

UIC

K D

ISC

ON

NE

CT

NE

MA

6P

(EQ

D)

QU

ICK

DIS

CO

NN

EC

T A

SS

Y.

(304

S.S

.)

S.S

. CA

ST

BA

LL V

ALV

E

DIS

CH

AR

GE

1-1/

4" F

PT

1-1/

4" D

ISC

HA

RE

LIN

E(3

04 S

.S.)

AN

TI-S

IPH

ON

VA

LVE

(NO

RY

L)

CH

EC

K V

ALV

E(N

OR

YL)

HD

PE

TA

NK

DU

AL

WA

LL, C

OR

RU

GA

TED

70 G

ALL

ON

CA

PA

CIT

Y

SE

MI-P

OS

ITIV

E D

ISP

LAC

EM

EN

T TY

PE

PU

MP

.D

IRE

CTL

Y D

RIV

EN

BY

A 1

HP

MO

TOR

.

41.6

"TO

DIS

CH

AR

GE

NO

TES

:1.

PU

MP

SH

ALL

HA

VE

A M

INIM

M O

F 1

HP

.

2. P

UM

P S

HA

LL O

PE

RA

TE O

N E

ITH

ER

240

OR

120

VO

LTS

.

3. P

UM

P S

HA

LL H

AV

E A

VO

LUM

E O

F 8

GA

LLO

NS

BE

TWE

EN

ON

AN

D O

FF.

4. P

UM

P S

HA

LL H

AV

E A

VO

LUM

E O

F 15

GA

LLO

NS

BE

TWE

EN

ON

AN

D A

LAR

M.

5. P

UM

P S

HA

LL H

AV

E A

DO

WN

STR

EA

M C

HE

CK

VA

LVE

PE

R P

UM

P S

PE

CIF

ICA

TIO

NS

.

6. P

UM

P S

HA

LL B

E P

LAC

ED

ON

6 IN

CH

ES

OF

C.S

.B.C

.

7. P

UM

P S

HA

LL B

E A

NC

HO

RE

D A

T IT

S B

AS

E W

ITH

10

INC

HE

S O

F C

ON

CR

ETE

.

8. P

UM

P S

HA

LL B

E B

AC

KFI

LLE

D W

ITH

C.S

.B.C

.