Loading...
HomeMy WebLinkAbout4.432 Original Contract <I. </ &.:L PROJECT MANUAL MORSE CREEK TAILRACE BARRIER Project 03-11 SCOPE OF WORK The work under this project includes the installation of a reinforced concrete tailrace barrier and related appurtenances for the City's hydroelectric facility on Morse Creek. The new tailrace barrier shall be a minimum 4000 psi concrete, with grade 40 rebar as shown on the drawings. The work includes removing the existing concrete slab where the tailrace will be placed, and removing the temporary pipe frame tailrace barrier, including concrete post bases. The existing slab is assumed to be an average of approximately 12 inches thick and extends about 8 feet from the end of the raceway. Six to eight inch cobbles with a minimum of fines shall be placed below the tail race barrier to the creek edge. After removal of the formwork, the tailrace barrier shall be backfilled to the top of the curb on both sides and the area around the tailrace shall be graded to provide a smooth transition from the tailrace to the existing grade. Final contours adjacent to the north side of the tailrace barrier shall be graded so that a person can walk along the north side to the edge of the creek. Additional requirements for the work are described or shown on the attached drawings and/or the attached Hydraulic Project Approval (HPA) permit from the Washington State Department of Fish and Wildlife (WDFW). The Contractor shall meet all the requirements of the HPA. A copy of the HPA is attached and is considered part of this Project Manual. Note the dewatering requirements in the HPA. See the attached Location, Site and Detail drawings for more information. ADDITIONAL REQUIREMENTS 1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Bids shall be submitted no later than 1 :30 pm, Tuesday, July 8, 2003. Faxed bids will not be accepted. Questions may be directed to Terri Partch at 360-417-4811. 2. The most recently issued Washington State Prevailing Wage Rates for Clallam County shall apply to this Contract. These can be accessed on the internet at www.lni.wa.gov/prevailingwage/Default.htm. 3. The bid will be awarded to the lowest responsible bidder from the group of Small Works Roster contractors asked to bid on this work. The attached Contract will then be signed, requiring the Contractor to meet the requirements in the Contract as well as the entire Project Manual, including attachments. No bidder will be PW-407 _10 [rev. 04/14/03] Small Works Roster Project Manual Page 1 of 9 permitted to withdraw its bid between the closing time for receipt of bids and the execution of a Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. 4. Because this Contract is for an amount less than $35,000, a bid bond, performance and payment bond, and retainage will not be required for this work. However, the City shall have the right of recovery against the Contractor for any payments made on the Contractor's behalf. 5. The performance period for this work is 30 working days. Contractor is to . mobilize and start work within 10 working days of Notice To Proceed. 6. An on-site pre-bid meeting is scheduled for Tuesday, June 30 at 8:30am. Potential bidders will meet at the corner of Boyd and Glass Roads (see location map). City staff will guide them along the access roads to the site and go over the scope of work and answer any questions at this time. PW-407 _10 [rev 04/14/03] Small Works Roster Project Manual Page 2 of 9 BID FORM MORSE CREEK TAILRACE BARRIER Project 03-11 The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to install the tailrace barrier and related appurtenances, including meeting all the requirements of the HPA as required in the Scope of Work. Lump Sum $_\<1}OByQQ $ \ '=' to '-\. Eft } $ ~o) Co4B ~ Sales Tax (8.2%) Total Bid The bidder hereby acknowledges that it has received Addenda No(s). (Enter "N/A" if none were issued) to this Project Manual. ~j, ~ The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Bidder's firm name ,qL.DG~l2.ovf G1'I~:;T(l..\Jc=r\O,J J {J-.IC.. Complete address \l~";- WG6.1 1~11t~,ae€\ ~K\ f}rJ.("';LESllJ~ QggGo3 (Street address) (State) (ZIp) TelePhone~l Signed by 4-- ~ Title \/, <'-..t P126"S",O&("'\ Printed Name: \,J/k'\E.f<.. L. DA~'fMPtE PW-407 _10 [rev. 04/14/03J Small Works Roster Project Manual Page 3 of 9 Addendum No.1 Morse Creek Tailrace Barrier Project 03-11 July 1,2003 1. Excavated material not used to establish final grade or complete restoration work may be disposed of north of the parking lot, at least 120' from the creek's waterline. This material must be leveled and hand seeded, with straw matting placed on all exposed soil. . 2. Ordinary high water mark shall be considered to be at an approximate elevation of 235 feet, corresponding to that elevation shown on the drawing titled "Topographic Survey - Tailrace Design". Bid opening date and time remains unchanged. Page 1 of 1 PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this ~daY of Q' O~;' 2003 by and between the City of Port Angeles a on-charter code c' y of the S e of shington, . hereinafter referred to as "the City", and hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: MORSE CREEK TAILRACE BARRIER Project 03-11 in accordance with and as described in this Contract and the Project Manual, which include the attached plans and scope of work, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damages. a. Time is ofthe essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within 10 working days of Notice to Proceed, and said work shall be physically completed within 30 working days after commencing work, unless a different time frame is expressly provided in writing by the City. b. If said work is not completed within the time for physical completion, the Contractor PW -407_10 [rev 04/14/03] Small Works Roster Project Manual Page 4 of 9 may be required at the City's sole discretion to pay to the City liquidated damages of $100 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. a. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, at the completion of work and submission of a detailed invoice. b. Payments for any alterations in or additions to the work provided under this Contract shall be on a negotiated time and materials basis. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative ofthe City, and the employees ofthe Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurancE', workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents ofthe Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. a. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence ofthe City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. PW-407_10 [rev 04/14/03] Small Works Roster Project Manual Page 5 of 9 b. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination ofthis Contract. 7. Insurance. The Contractor shall procure and maintain for the duration ofthe Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. a. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 11. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 2503 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement PW-407_10 [rev 04/14/03] Small Works Roster Project Manual Page 6 of 9 CG 20 10 10 Oland Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 111. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. b. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$l,OOO,OOO per accident. 11. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. c. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 1. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess ofthe Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. d. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. e. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements ofthe Contractor before commencement ofthe work. 8. Compliance with Laws. a. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and PW-407_10 [rev. 04/14/03] Small Works Roster Project Manual Page 7 of 9 programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. b. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. c. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above- stated minority status. 10. Assignment. a. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent ofthe City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. b. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. Wn"l L. 'Deuz.'tMfL.6" 11. Contract Administration. This Contract shall be administered by on behalf of the Contractor and by Terri Partch on behalf oft e It. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: PW-407 _10 [rev. 04/14/03] Small Works Roster Project Manual Page 8 of9 Contractor: Aldergrove Construction, Inc. 1705 W. 12th Street Port Angeles, W A 98363 12. Interpretation and Venue. City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 This Contract shall be interpreted and construed in accordance with the laws ofthe State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: By: Title: V. Co;; 9(2€G",J)6.lJ . . , PW-407 _10 [rev. 04/14/03] CITY OF PORT ANGELES: By: ~\. ~...- ~ City Manager (Mayor if>$15K) to Form: ~A;;;;~ Attest: 6~i~~~A- Small Works Roster Project Manual Page 9 of 9 (t.... .IlIpartaMl f/ FISH .- WILDU1B HYDRAULIC PROJECT APPROVAL RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW State of Washington Department of Fish and Wildlife Habitat Program 600 Capitol Way North, MS 3155 Olympia, Washington 98501-1091 DATE OF ISSUE: April 30. 2003 LOG NUMBER: ST-F6833-01 PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Port Angeles Public Works Department ATIENTION: Scott McLain Post Office Box 1150 Port Angeles, W A 98362 1(360) 417-4703 Not Applicable PROJECT DESCRIPTION: Install Fish Tailrace Barrier at Hydro Facility PROJECT LOCATION: City of Port Angeles Morse Creek Hydro Facility. LAT N 48.0646 degrees LONG W 123.3500 degrees NE 29 30 North 05 West COUNTY Clallam t! WRIA WATER BODY 18 0185 Morse Creek TRIBUTARY TO Strait of Juan de Fuca 1/4 SEC. SEC. TOWNSHIP RANGE PROVISIONS 1. TIMING LIMIT A TIONS: The project may begin July 15, 2003 and shall be completed by September 30, 2003. 2. NOTIFICATION REQUIREMENT: The permittee or contractor shall notify the Area Habitat Biologist (AHB) listed below, by FAX or mail, of the project start date. Notification shall be received by the AHB at least three working days prior to the start of construction activities. The notification shall include the permittee's name, project location, starting date for work, and the control number for this Hydraulic Project Approval. 3. Work shall be accomplished per plans and specifications entitled, Morse Ck. Tailrace Modifications, dated October 20, 2002, and Topographic Su~ey - Tailrace Design, undated, and submitted to the Washington Department ofFish and Wildlife, except as modified by this Hydraulic Project Approval. These plans reflect design criteria per Chapter 220- 11 0 WAC. These plans reflect mitigation procedures to significantly reduce or eliminate impacts to fish resources. A copy of these plans shall be available on site during construction. 4. Equipment used for this project may operate below the ordinary high water line, provided the drive mechanisms (wheels, tracks, tires, etc.) shall not enter or operate below the ordinary high water line. 5. Equipment used for this project shall be free of external petroleum-based products while working around the stream. Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, etc.) and undercarriage of equipment prior to its working below the ordinary high water line. Equipment shall be checked daily for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream. 6. Equipment crossings of the stream are not authorized by this HP A. Page I of 4 . . {tllbMp DrpanMII r( FISH .. WILDUlB HYDRAULIC PROJECT APPROVAL RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW State of Washington Department ofFish and WUdlife Habitat Program 600 Capitol Way North, MS 3155 Olympia, Washington 98501-1091 DA TE OF ISSUE: April 30. 2003 LOG NUMBER: ST-F6833-01 7. Wooden components which will be in contact with the water shall not contain creosote or pentachlorophenol. This shall include pilings, beams, structural supports, and decking. These components shall remain free of these toxic substances for the duration of their functional lives. 8. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems develop (including equipment leaks or spills), operations shall cease and the Washington Department ofFish and Wildlife and Washington Department of Ecology shall be contacted immediately. Work shall not resume until further approval is given by the Washington Department ofFish and Wildlife. 9. Every effort shall be taken during all phases of this project to ensure that sediment-laden water is not allowed to enter the stream. 10. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to the stream. II. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be deposited above the limits of flood water in an approved upland disposal site. 12. If high flow conditions that may cause siltation are encountered during this project, work shall stop until the flow subsides. 13. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment- laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream. 14. Fresh concrete or concrete by-products shall not be allowed to enter the stream at any time during this project. All forms used for concrete shall be completely sealed to prevent the possibility of fresh concrete from getting into the stream. SEPA: Exempt, City of Port Angeles, April 30, 2003, Categorically Exempt under RCW 43.21C.0382 "Fish Enhancement Projects" APPLICA TION ACCEPTED: April 30, 2003 ENFORCEMENT OFFICER: Baker 035 [P3] Chris Byrnes (360) 417-1426 Area Habitat Biologist d;t3~ for Director WDFW GENERAL PROVISIONS This Hydraulic Project Approval (HPA) pertains only to the provisions of the Fisheries Code (RCW 77.55 - formerly RCW 75.20). Additional authorization from other public agencies may be necessary for this project. Page 2 of 4 . ... .- e~ llIparIaMI f( Fl8H .- WILDU1B HYDRAULIC PROJECT APPROVAL RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW State of Washington Department of Fish and Wildlife Habitat Program 600 Capitol Way North, MS 3155 Olympia, Washington 98501-1091 DA TE OF ISSUE: April 30. 2003 LOG NUMBER: ST -F6833-0 1 This HP A shall be available on the job site at all times and all its provisions followed by the permittee and operator(s) performing the work. This HP A does not authorize trespass. The person(s) to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HP A. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All HPAs issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions, conditions or revocation if the Department of Fish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to RCW 77 .55.110 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.170. APPEALS - GENERAL INFORMATION IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE. A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100, 77.55.110, 77.55.140, 77.55.190, 77.55.200, and 77.55.290: A person who is aggrieved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a HP A, or the conditions or provisions made part of a HP A; or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but if not, you may elevate your concerns to his/her supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department ofFish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance ofa HPA or receipt of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are occurring between the aggrieved party and the Area Habitat Biologist and/or his/her supervisor. The Habitat Protection Services Division Manager or his/her designee shall conduct a review and recommend a decision to the Director or its designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.140: A person who is aggrieved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HP A, or the conditions or provisions made part of a HP A; (B) An order imposing civil penalties; or (C) Any other "agency action" for which an adjudicative proceeding is required under the Administrative Procedure Act, Chapter 34.05 RCW. Page 3 of 4 v . ..' ~ .. . e..... ,..".., " 'ISH .- WILDlI1B HYDRAULIC PROJECT APPROVAL RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW State of Washington Department of Fish and WUdlife Habitat Program 600 Capitol Way North, MS 3155 Olympia, Washington 98501-1091 DA TE OF ISSUE: April 30. 2003 LOG NUMBER: ST-F6833-0l A request for a FORMAL APPEAL shall be in WRITING to the Deparbnent ofFish and Wildlife, 600 Capitol Way North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Deparbnent within 30-days of the Department action that is being challenged. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has heen an informal appeal, the deadline for requesting a formal appeal shall be within 30-days of the date of the Deparbnent's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110, 77.55.200, 77.55.230, or 77.55.290: A person who is aggrieved or adversely affected by the denial or issuance of a HP A, or the conditions or provisions made part ofa HPA may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth A venue SE, Building Two - Rowe Six, Lacey, Washington 98504; telephone 360/459-6327. D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. Page 4 of 4 CITY OF PORT ANGELES PUBLIC WORKS ~ Plot Du tel x I=l ~ I- Z <t: "" <t: W ...J a.. ...= x ----- TO PORT ANGELES SR 101 SCALE o , I 1500' 3000' I ~ ~ -t> t: d 111 d Qj a:: -t> t: :3 o X 1"0 ~ OUI.f( '- SR 10;- BOYD RD. PRE-BID / MEET NG SITE I=l ~ I=l ~ "" "" <t: ...J l.:J LOCATION MAP - TAILRACE BARRIER Revision Du tel x Fllelx -4- DESIGN NOTES: GENERAL: 1. ALL CONSTRUCTION SHALL CONFORM TO THE 2002 \v'SDOT STANDARD PLANS AND SPECIFICA TIONS, 2, AREA TO BE DE\v'ATERED SHALL INCLUDE ALL OF THE AREA NECESSARY TO CONSTRUCT THE TAILRACE BARRIER AS \v'ELL AS THE AREA 4' BEYOND THE LIP OF THE BARRIER TO ALLO\v' THE PLACEMENT OF THE GRAVEL FOR BANK ST ABILIZA TION, 3, \v'ATER PUMPED FROM THE CONSTRUCTION SITE SHALL BE PUMPED TO AN AREA 100 FEET FROM THE HIGH \v' A TER LINE ON A SLOPE OF NO MORE THAN 150, 4, GRAVEL PLACED FOR BANK STABILIZATION BEYOND THE TAILRACE BARRIER KEY TO BEDROCK SHALL BE APPROXIMATELY 2 FEET DEEP AT THE KEY AND TAPER TO 0 FEET DEPTH APPROXIMA TEL Y 4' BEYOND (IN THE DIRECTION OF THE CREEK) CONCRETE: 1. CONCRETE SHALL BE 4000 PSI \v'ITH A MAXIMUM AGGREGATE SIZE OF 1/1, THE MIX SHALL HAVE A MINIMUM CEMENTIOUS MATERIAL CONTENT OF 565 POUNDS PER CUBIC YARD (\v'SDOT 6-02,3(2)A') J A MAXIMUM \v' A TER TO CEMENT RA TIO OF 0,50 PER ACI 4,2,2 AND AN AIR CONTENT OF 4,5% PER ACI 4,2.1, THE CONCRETE SHALL HAVE A MAXIMUM SLUMP OF 3/1, THE CONTRACTOR SHALL SUBMIT A MIX DESIGN FOR APPROV AL, 2, CONCRETE SHALL RECIEVE A BULL FLOA T FINISH 3, CONCRETE SHALL BE CURED FOR A MINIMUM OF 7 DA YS BEFORE FORM REMOVAL, DE \v' A TERING SHALL CONTINUE UNTIL THE FORMS ARE REMOVED, 4, CONCRETE JOINTS SHALL BE SEALED PER \v'SDOT 5-05,3(8)B, STEEL: 1. ALL STEEL SHALL BE GRADE 40 DEFORMED STEEL BARS, 2, EPOXY RESIN REQUIRED TO PLACE THE DO\v'ELS INTO THE HYDROELECTRIC PLANT SHALL CONFORM TO THE \v'SDOT STANDARD 9-26 AND THE ASTM STANDARD C 881. N:\PROJECTS\03-11 Morse Cr Tailrace Barner\PROJET SPECIFlCATIONS.dw9, 06/20/2003 04:51:31 PM, \\pw1\PWLASERQ VI _ '" .. g(l)~ ~ z>< '" ~gs: v ....~ ~ 0: 0 ou~ <0 a.~~ t?. ~~~ w VI z ~ ~ ~ u '" a. '" N '" ~ ~l (/) W I- a z z () Vi w o Ct: w Ct: Ct: <( rn w u <( Ct: -1 <( I- C' " .!i! i;: o !---, 10 I I 5 " Q, .. co "" C o "iii ":; III ~ ELEVATION ASSUMED " Q, .. co '" .. o ii: (, / \ " , \ \ \ \ 1 ~ N N ru ru ru ~\ ..\> ..\> J:>. W W \J'" N.....O\DCO \ \ I l I I I I, I J I I / / I / / o l/")N ~lD ~,.., xIX> VI OOl~ UJ co .~ ~ .t5C!; "'VI~~I Zll/::o..",,.... <(0:: Zl/") o -~ ~:> J: 0:: :> VI - ou~~g o..~UJ ,.., coUJ .- La..::>o::VI Oo..t;;~w >- UJZ ~ J:"'o (J ~ZJ: l/")<(o.. .~ UJo:: ~O No.. ,.., Edge of Water - Morse Creek Approximate Flow Rate = 70 CFS Approximate Elevation = 232.8 ~ ~ - Old Temporary Pipe Frame Tailrace Sorrier UJ ...J <( U VI It) ~ c CJ'l Cf) .0) o 0) u o L. o I- >. 0) > L. :J (f) u ...c 0.. o L. CJ'l o 0.. o I- jr r------ L:) ~ ~ w u <[ 0:: -l ...... <[ t- Q/ La... X Q/ +> d ~ C o Vi "> Q/ 0:: N C) C) N "- Q) N "- C) .... ill +> d ~ +> o 0::1 SLAB PLAN PD\v'ERHDUSE fACE\v' A Yi I DOVEL AND EPOXY 18' INTO EXISTING HYDROELECTRIC PLANT VITH NO.5 REBAR HOOKS AT 174> INTERIOR ANGLE. TIE 18' INTO NEV REBAR MAT. 3 LOCATIONS, TYP. (CUT EXISTING DOVELS FLUSH VITH CONCRETE FACE> ONSTRUCTION JOINT SEE VSDOT DETAIL SHT A-1 AND STD. DETAIL 5-05.3(8)C v . . . 1 7" 1 HOOK INTO SIDE CURB, NO. 5 REBAR, TYP. DEVELOP 24' INTO SLAB AND EXTEND 13' INTO CURB 2-No. 5 REBAR, TYP. 3.5" SPACING FROM TOP OF CURB ~4' GRAVEL MAT SEE REQUIREMENTS BELOV O' 5 REBAR MAT AT 24' D.C. 3' COVER, TOP AND BOTTOM ----~ 1,50' AT PO'WERHOUSE EXIT SIDE CONTAINMENT DETAIL SLAB AND CURB SECTION ONTRACTION JOINT AT 10' SPACING SEE STD PLAN SHEET A-1 AND DETAIL 5-03-3(8)B ,I G= 1,50' 1, STREAM ENTRANCE DETAIL (SIDE VIE\J) PD\v'ERHDUSE RACE\v' A Y +. I I .--l --I -- -- ---'--- .' ~I --- ,-' - -------- " -_.~- ,--- _...-:~~ ' lj-- OOK INTO SIDE CURB, NO.5 REBAR, TYP, DEVELOP 24' INTO SLAB AND EXTEND 13' INTO CURB O. 5 REBAR MAT AT 24' O,C. 3' COVER, TOP AND BOTTOM DOVEL AND EPOXY 18' INTO EXISTING HYDROELECTRIC PLANT VITH NO. 5 REBAR HOOKS AT 1740 INTERIOR ANGLE. TIE 18' INTO INTO NEV REBAR MAT. 3 LOCATIONS, TYP. oOK INTO SLAB KEY NO. 5 REBAR, TYP. 96 0 INTERIOR ANGLE HOOK DEVELOP 24' INTO SLAB AND EXTEND 13' INTO KEY SIDE VIEV/ (SHOV/ING DROP IN ELEV A TION) ---- 2-NO. 5 REBAR, TYP. 3.5' SPACING FROM TOP OF CURB ENTRANCE OOK INTO SIDE CURB, ~.501 AT PO\v'ERHDUSE EXIT NO, 5 REBAR, TYP. DEVELOP 24' INTO SLAB 4' MINIMUM DEPTH GRAVEL AND EXTEND 13' INTO CURB BASE. GRAVEL SHALL BE GRADED LEVEL TO THE PLAN LINES AND GRADES AND SHALL CONFORM TO 'w'SDOT STD. SPEC. 9-03.12(4) CONCRETE EDGE MUST BE TOOLED AND LEVEL ACROSS STRUCTURE CI( N:\PROJEcr5\03-11 Morse Cr Tailrace Barrier\TAILRACE-DESIGN.dwg, 06/20/2003 03:55:29 PM, \\pw1\PWLASERQ ~ SLAB AND KEY SECTION '-S" DIAMETER COBBLE MATERIAL VITH LOV PERCENTAGE OF FINES FROM TAILRACE BARRIER EDGE TO BEDROCK 1 o ION ~<<> ~I"') xC:O Om~ lJ) CD .~ W zv ...J '00 ~lJ)~t-1 z~o..O"'" <[0:: ~IO o ::cv lk:3: ~o Out-3:<<> o..:J~ .C La...CDo::lJ) o=>t- W ,. o..lJ)r;:l~ ~ ::cOO - t-z::c u 10<[0.. w~ ~O No.. I"') ~ '" W ...J <[ U lJ) an tw) ~ (f) Z o .- o w (f) o Z <C Z <C ~ 0.... 0:::: W 0:::: 0:::: <C m w o <C 0:::: ~ <C .- I ___._____-.J ...d