Loading...
HomeMy WebLinkAbout000791 Original ContractCity of Port Angeles Record # 000791 City of Port Angeles Public Works and Utilities Department PROJECT MANUAL for 4t" Street Stormwater Improvements PROJECT NO. DR03 -2009 nuffla"I r" CONFORMED SET CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES Prepared by: Kenneth H. Nilsen, P.E. Project Engineer Reviewed by: William Bloor City Attorney Reviewed by: M. C. Puntenney, P.E. City Engineer 4th Street Stormwater Improvements i Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements ii Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department TABLE OF CONTENTS 4t" Street Stormwater Improvements PROJECT NO. DR03 -2009 PART I BIDDING REQUIREMENTS: Page No(s). Advertisementsfor Bids ............................................................................ ............................... 1 -1 Informationfor Bidders .............................................................................. ............................... 1 -3 Bidder's Checklist ..................................................................................... ............................... 1 -7 Non - Collusion Affidavit ............................................................................... ............................... 1 -8 Bidder's Construction Experience ............................................................. ............................... 1 -9 SubcontractorList ........................................................................................ ...........................1 -11 BidForm ...................................................................................................... ...........................I -13 Addenda Acknowledgement Form ............................................................... ...........................1 -21 BidSecurity Transmittal Form ...................................................................... ...........................1 -23 PART II CONTRACT FORMS (Submitted Following Award of Contract) PublicWorks Contract ................................................................................... ...........................11 -1 PerformanceBond ........................................................................................ ...........................11 -7 PaymentBond .............................................................................................. ...........................11 -8 Escrow Agreement for Retained Percentage ................................................ ...........................11 -9 Certificate of Insurance (provided by bidder) ................................................ ..........................II -11 PART III SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS General Instructions ....................................................... ............................... ..........................111 -1 1 -01 Definitions and Terms ......................................... ............................... ..........................III -3 1 -02 Bid Procedures and Conditions .......................... ............................... ..........................111 -4 1 -03 Award and Execution of Contract ....................... ............................... ..........................111 -8 1 -04 Scope of The Work ............................................ ............................... .........................III -10 1 -05 Control of Work ................................................. ............................... .........................III -11 1 -07 Legal Relations and Responsibilities to the Public ............................ .........................111 -17 1 -08 Prosecution and Progress ................................. ............................... .........................III -37 1 -09 Measurement and Payment ............................... ............................... .........................III -41 1 -10 Temporary Traffic Control ......................... ................................................................. III -42 1 -12 Utility Location ................................................... ............................... .........................111 -44 DIVISION 2 EARTHWORK 2 -01 Clearing, Grubbing, and Roadside Cleanup .................. 2 -02 Removal of Structures and Obstructions ....................... 2 -03 Roadway Excavation and Embankment ........................ 2 -09 Structure Excavation ..................... ............................... 41h Street Stormwater Improvements ................... .........................III -46 .................... ........................ III -47 ................... .........................III -49 ................... .........................III -49 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -00 General Requirements ...................................... ............................... .........................III -50 5 -04 Hot Mix Asphalt ................................................. ............................... .........................111 -50 5 -06 Pervious Cement Concrete Sidewalk ................ ............................... .........................III -54 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, Erosion Control and Water Pollution Control ..... ............................... .........................III -82 WATER MAINS, AND CONDUITS Roadside Restoration ........................................ ............................... .........................111 7 -01 Drains ................................................................ ............................... .........................III -70 7 -04 Storm Sewers .................................................... ............................... .........................III -71 7 -05 Manholes, Inlets, Catch Basins, and Drywells ... ............................... .........................III -72 7 -08 General Pipe Installation Requirements ............. ............................... .........................III -75 7 -09 Water Mains ...................................................... ............................... .........................III -77 7 -14 Hydrants ............................................................ ............................... .........................III -78 7 -21 Bioretention Soil ................................................ ............................... .........................III -79 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 Erosion Control and Water Pollution Control ..... ............................... .........................III -82 8 -02 Roadside Restoration ........................................ ............................... .........................111 -83 8 -04 Curbs, Gutters, and Spillways ........................... ............................... .........................III -85 8 -05 Trees and Shrubs .............................................. ............................... .........................III -85 8 -15 Riprap ................................................................ ............................... .........................III -89 8 -19 Cement Concrete Pipe Anchor .......................... ............................... .........................III -90 8 -21 Permanent Signing ............................................ ............................... .........................III -91 8 -24 Rock and Gravity Block Wall and Gabion Cribbing ........................... .........................III -91 DIVISION 9 MATERIALS 9 -03 Aggregates ........................................................ ............................... .........................III -93 9 -14 Erosion Control and Roadside Planting ............. ............................... .........................III -97 PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Request For Information (RFI) and Contract Change Order (CCO) Forms C. Contractor's Application for Payment Form and Certification of Work Completion and Acceptance Form D. Request for Approval of Material Form E. Request to Sublet and Subcontract Certification Form F. Apprenticeship Utilization Plan G. Amendments to the Standard Specifications H. USACE Permit I. Washington State Department of Ecology Stormwater Grant Programs Specifications Insert J. Project Plans 4th Street Stormwater Improvements iv Project No. DR03 -2009 City of Port Angeles BIDDING REQUIREMENTS Public Works and Utilities Department ADVERTISEMENT FOR BIDS 4T" STREET STORMWATER IMPROVEMENTS PROJECT NO. DR03 -2009 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P.O. Box 1150, Port Angeles, Washington 98362, until 1:30 p.m. on June 10, 2014, and not later, and will then and there be opened and publicly read at that time in the Jack Pittis Conference Room for the construction of the following improvements: Paving, Drainage Structures, Sidewalks, ADA Ramps, Stormwater Conveyance Pipes, and Raingarden with Landscaping. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids. The project will be bid in three separate bid schedules including one additive bid schedule. The City shall award the project to the lowest responsible bidder of the combined total for the three bid schedules. At the City's sole discretion, the City may elect to delete the additive bid if the total bid price exceeds available funds. The City Engineer's estimate for this project is between $950,000 and $1,120,000 for the total project. The time of completion (performance period) for this Project is 75 working days. An optional project walkthrough for bidders with City staff will be held on June 2, 2014, at 1:30 p.m. at the intersection of 7th and H Street in Port Angeles, WA 98362. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: / /www.bxwa.com. Click on: "Posted Projects ", Public Works ", "City of Port Angeles ". Bidders are encouraged to "Register as a Bidder ", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List ". Contact the Builders Exchange of Washington (425- 258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 - 4700). All questions regarding the plans and specifications shall be submitted in writing or electronically to Jonathan Boehme, at Jboehme @cityofpa.us The City of Port Angeles, in accordance with Title VI of the Civil Rights of 1964, 78 Stat.252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary , Part 21, Non - Discrimination in Federally Assisted Programs of the Department of Transportation, issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contact entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 4th Street Stormwater Improvements 1 -1 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department BIDDING REQUIREMENTS Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Craig Fulton, P.E. Director of Public Works & Utilities Publish: Peninsula Daily News Thursday May 22, 2014 and Sunday May 25, 2014 Daily Journal of Commerce Thursday May 22, 2014 and Tuesday May 27, 2014 4th Street Stormwater Improvements 1 -2 Project No. DR03 -2009 City of Port Angeles BIDDING REQUIREMENTS Public Works and Utilities Department INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner "), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. This project must comply with Port Angeles Municipal Code Section 3.80 Apprentice Utilization Requirement. Apprentice Utilization Requirements are included in Special Provisions Section 1 -07.1. Instructions and Forms are included in Attachment F of these Contract documents. All bidders shall comply with Section 1 -07.11 Requirements for Non - Discrimination. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. In accordance with RCW 39.04.380 effective March 30, 2012, the State of Washington is enforcing a Reciprocal Preference for Resident Contractors. Any public works bid received from a nonresident contractor from a state that provides an in -state percentage bidding preference, a comparable percentage disadvantage must be applied to the bid of that nonresident contractor. A nonresident contractor from a state that provides a percentage bid preference means a contractor that: a) is from a state that provides a percentage bid preference to its resident contractors bidding on public works contracts. 4th Street Stormwater Improvements 1 -3 Project No. DR03 -2009 City of Port Angeles BIDDING REQUIREMENTS Public Works and Utilities Department b) at the time of bidding on a public works project, does not have a physical office located in Washington. The state of residence for a nonresident contractor is the state in which the contractor was incorporated or, if not a corporation, the state where the contractor's business entity was formed. All nonresident contractors will be evaluated for out of state bidder preference. If the state of the nonresident contractor provides an in -state contractor preference, a comparable percentage disadvantage will be applied to their bid prior to contract award. This section does not apply to public works procured pursuant to RCW 39.04.155, 39.04.280, or any other procurement exempt from competitive bidding. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re- advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. 4th Street Stormwater Improvements 1-4 Project No. DR03 -2009 City of Port Angeles BIDDING REQUIREMENTS Public Works and Utilities Department The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. Reciprocal Preference for Resident Contractors: A nonresident Contractor is a Contractor who does not have a physical office located in Washington at the time of bidding and is from a state that provides a percentage bid preference to its resident contractors bidding on public works contracts per RCW 39.04.380. The state of residence for a nonresident contractor is the state in which the contractor was incorporated or, if not a corporation, the state where the contractor's business entity was formed. A. For a public works Bid received from a nonresident contractor from a state that provides an in -state percentage bidding preference, a Comparable Percentage Disadvantage (CPD) will be applied to the bid of that nonresident contractor. The CPD is the in -state contractor percentage advantage provided by the contractor's home state. http: / /www.des.wa.gov /services /facilities/ Construction /ForAgencies /Pages /EASPublicAgenci es.aspx For the purpose of determining the successful bidder, multiply the nonresident contractor's Bid amount by the CPD. The bid amount shall be the total of the Base Bid and all selected Additives, Alternates, or Deductives to be awarded. The CPD shall be added to the nonresident contractor's bid amount which equates to the nonresident disadvantaged total. The nonresident disadvantage total shall be compared to the resident contractor's bid amount. The Bidder with the lowest total shall be the successful bidder. See example below: Alaska nonresident contractor bid amount $100,000 Multiplied by the Alaska CPD (5 %) x 0.05 $ 5,000 New nonresident disadvantaged total $105,000 B. If the $105,000 makes the Alaska Bidder's Bid higher than a Washington resident contractor's Bid (if the resident contractor's Bid was $103,000), then the Washington resident contractor would be the apparent low bidder and the Contract awarded for the $103,000. C. If the $105,000 Bid is still lower than the other Bids, the Alaska Bidder would be the apparent low bidder. The Contract would be awarded for the amount of the original bid amount of $100,000. The CPD is only used for the determination of the low bidder. 4th Street Stormwater Improvements 1 -5 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. BIDDING REQUIREMENTS 4th Street Stormwater Improvements 1 -6 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department BIDDER'S CHECKLIST BIDDING REQUIREMENTS 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond "? 2. Is the amount of the bid deposit at least five percent (5 %) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Does the amounts column of the bid form agree with the numbers for unit price times the number shown in the quantity column? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non - collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you filled out the Subcontractors List form on page 1 -11? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance and Payment Bond - To be executed on the forms provided by Owner, by the successful bidder and its surety company. To include name, contact and phone number, and address of surety and power of attorney of signatory. C. Insurance certificate(s). D. Apprenticeship Utilization Plan 41h Street Stormwater Improvements 1 -7 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department STATE OF WASHINGTON COUNTY OF The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)hefurthar says that the said bidder has not directly or indirectly induced or solicited any bidder onthe above work or supplies to put in a sham hid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Si nature of Bidder/Contractor � ."� ��ubeorbedand svvonntu before nlethis cdaynf��__,�.�v U�� y P=uli i n 7,4nd for the Residing at My Comm. Exp.: 4m Street StonnwaterImprovements 1-8 PmjecNo.DR0-2OOQ Page 16 Non-Collusion Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com - Always Verifv Scale Cityof Port Anae|ee 1 2 o 4 5 8 B|[)DER'S CONSTRUCTION EXPERIENCE Answer all questiono and provide clear and comprehensive information. Name Of Bidder: Registration NUnlboc - Permanent main office addxess� t' 2, Q- F<- A When organized: Where incorporatedi Ho\,,v many years haVe YOU been engajed in the contracting business under your present firn-) name? ^Contracts on hand. (Sohedu|s these. shovving gross amount nf each contract and the approximate anticipated dates of completion), contact nanle, and phone nurnbor. 7. -General character of viork- performed by your � 8. °Have YOU ever failed hz complete any vvork awarded toyou? |f so, where and v;hy? S. Have you everdefou|ted on contract? 1O.°List the m,ore(niportan1 projects reoerd\yoomp|ehadbvyouroonipuny.obatmg approxii-nately cost floi each. the n-ionth, -and year complet_eai, and contact name and phone number . 11 11 ^Liatyuur 'nrequipnoent oxoi|ob|e for this contract: 12 List experience of bidder in construction similar to this project in v.,,ork and importance. 13. WiUYOU, Upon request. fill outa detailed financial statement andfUrDiSh any OUlnr information that may he required by the City? e El No - Add separate sheets |fnecessary. 4" Street EDo/nnwater |roprowanxants Project No. DR03'2OO� City of Port Angeles Public. \/Vorks and Utilities Depaitn-,-er,', The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Port Angeles. Bidder's Date Signak'jrG-. Print Name- Title: - 4' Street Storm;r.,ater Irnproverrients Project kjo. DRO3----,,CDO, V C i� m m U x LLI c m M I- i r V N i i O C, m L- 0 LA 4- .,r ca c ® C } ®C L U CL CL a i W_ t c: t i Q C G 0 r. m d fl E D V m a c O c E 04 V t��1t r 4- O a) d C) et d CL a) = -, U O U) L L L CN U � U Q c U co 0 0) -0 0) 0 L M �rn� M 'Sw� �wLo co co >, >, — N � >, � u1 M C co to M r c (n to M r m Q LO 0 0- L 1 U � N I,- O U L O N N 0)- O U =� N X q (M- O Q O� W E p> N 2> � O �'rcfl M Edi m �Q_ O c CD > Q •^ M ELy a) �v(0 Q M Lo (n ( +--� M CU -t � X a) > M� 0 X fa U C) -t C) X U IL N 6 ALL U® N d CLL U 2 N d ALL C C U_ LL LL O N C i O C [- L U W -C Y w U = c O (D Q) O U O CL N r N O E® CN 0 oao ca a) ® -0 -� co O it O w U a) E a� E U) d d v a) a> a) a) (D m CL E CL E E a U U U 0 0 0 0 o U rn co rn LO C) c`no o o LO o M `l N L o co V91 0 EA H} 4- O a) d J V X W Iq le- CD N ie- N A� W E U ^V W r O r N > % v C CY) W N > N M C 0) W Q a) CV Q N N N U N t�0 r 0O) N N U r (n 00 r () 00 N O > �N) 'U Qj Q v N .> Q O O �CL 0 «+ O > 3 L Q— C: CL O 0 ;� Q> V r Q d r Uj Q °� O Q I� > x f(6 C O x N C O O rl_ d �� E . �v�0 �� O I� V mgr N O O- =''C1, ` N O N = C� o�o� ouiQ� o�o� mo Eo m Eo `—' E M U� O N O O� Nco0Y '= M Cc U� E >(0 2 m mean >� N M mrtm O > Y_ U) C' O O CY) m C Fn L a > Cm U -2 > W c O 3 O L N `� i > N a >> E ^ N Q E E E E VJ LL LL LL LL N N O N N O N O N UU N >+ L a) + N > > p Q O O O O O O O O O O O�! 00 0 0 O CO O O O O N O 00 fl- co Lo N O N Qfl ICt 4f3 M Ef} �- r O r N > JORDAN EXCAVATING, INC. Equipment List TRUCKS: Kenwork Dump Truck (2000 and newer) 4 Sturdyweld 3 -axle Trailer 4 Water Truck w/ 4000 gallon tank 2 F450 Ford Shop Truck 1 F550 Ford Shop Truck 4 Komatsu 300, 225 hp c/w 2 yd bucket 1 Linkbelt 3400Q 180 hp, c/w 1.5 c.y bucket 1 Kobelco 200, 140 hp diesel w/1 c.y bucket & thumb 1 CAT 320, 140 hp diesel w/1 c.y. bucket thumb CAT 315, 110 hp diesel w/.75 c.y. bucket thumb 1 CAT 308, mini 1 BACKHOES: CAT 416 -420 4 wheel drive 3 LOADERS: 980 Cat Front end loader, 5 yd bucket 2 DOZERS: JOHN DEERE 550, 85 hp, 6 -way blade 1 GRADER: John Deere 770, 190 hp, 14' blade 1 ROLLERS: 2005 Vibromax 84" Drum Roller 1 City of Port Angeles BIDDING REQUIREMENTS PLIblic Works and Utilities De[Darti-rient Subcontractor List Prepared /n compliance vvithf7C@/3{l3D.00Daoamended To Be Submitted with the Bid Proposal Project Name: ` Failure to list subcontractors who are Proposed to perform the work of heating, ventilation and air conditioning, Plumbing, as described im Chapter 1D.10SRCVV.and electrical ao described in Chapter 1!928RCVV will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed tn perform-the mmrk of heating. ventilation and air conditioning, p|urnb|ng.aa described in Chapter 18.10GRCVV and electrical aa described in Chapter 19.28 RCVVnnust be listed be|ovv. The work to be performed is to be listed be|ovvthe subcontractor(s) name. If no si-ibcontractor 'is listed beloNiv, the bidder acknov,11edges that if. does not intend to Lise any subcontractor to pefforrothuse items of work. SuboontraobzrNarna Work to be Performed Y61 0 Cy Subcontractor Work to be Perfori-ned Coo Subcontractor Name K ' \ \ 'l p-pL*— | o,,(\,\ —s[~{l.y] / . ^� SUbcontractor Name Work to be Performed SUbcontractor Name Work to be Performed City of Port Angek=-s This page is intentionally left blank. Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER:. DATE: j BID •,« f EGISTRATION NO.:� UBI NUMBER: � (Q I -� ''I � - `5 6', A_ STATE EXCISE TAX NO.: o - - � , °' EMPLOYMENT SECURITY NO.:j The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Surety t ,1 rety address ,A,1 . 1;,'± fl1Ski 'k, 'tic) 14 Surety ontact and Phone Number 411' Street Stormwater Improvements Page 21 Bid Form Drn AA oA +, D� iI.J— C,...b....... 4:1n In ice., 1 -13 Agent T6 �101 Aiment,Address Agent Contact and Phone Number Project No. DR03 -2009 BID FORM 4th Street Storm water Improvements — Proiect DR03-2009 This page is Intentionally lc-f( blank. 4" Street -Storm,/vater In-ipiciven-ient,5 1-14 Roiect 11c). DRO'� -2tUH, 4 th Street Stormwate BID FORM :)ro' ilect DR03-2009 No. Description wly Unit unit cost Total '1 -04 Minor Chances FA 000 00 1 -0-D Contractor _:,urve,,jnq LS - ,Ou0,00 7, )ODD, Z 1-07 SPCC Plan L S 500 OD 0 J Mo bi I cation LS 60 �o,00) I- Proiect Temporary Traffic Control LS 5515, 0 ozz - 1-10 Construction -,:;icjns, class 4 SF L-13-C –,I, 5o 6,z ��O- Excavation for Utility Locate 18 EA 2 _01 Landscaping Removal and Disposal LS Cj '-02 Tree Removal and Disposal Removal 1 Utz DO and Disposal of Exi-stinci Faverne, it Removal -500 ­750 - OG" and Disposal of Existing Side ac, - I j�, C�v It) - Removal and Disposal of Existinq Concrete Curb and GLIttef -17510 LF 3 Removal and Disposal of Existing Dfainag _e Structure EA 21 OD Removal an,-,I Disposal of Existincl �torm Se,.,,.,et- Pipe 81 LF 5 Roadv,/a� Excavation incl. HaUl 2 5300 1,10 Controlled Density,' Fill 4-04 Crushed Surfacinq To[ Course (00 5� _- Z -,dQ� VoD HMA CI 1/2" PG-6,4-12- — 2 Depa) HI -1 JACI -1 OCL TON PG-64-22 — 4' Depth '-Pr­,'1ous -06 Concrete Curb Ramp 28 -7 J-:� I Pel-ViCOLIS Concrete Sidev%ialk Gravel Backfill for Drains Sand BaCkfill for 77,7 TO[A Drains 1. if 00 TC)H _0 -1 7 6­ PVC Drain Pi -1 -c, C, C, L F T 0 – 4 w _jjj 6' Perfoiated PVC Dian Filpe 6, 0 LF ___ --1 -04 -10 Ove"10','/ -VYith Internal Riser 0iei*flc),,,,,, V1,1ithout L EA 2c -04 - Internal Riser Stornidiain -0 EA 060- CleanOUt Elbo ev EA J0, _04 -04 Storm Sev%/er Pipe. LC. PE, 1n inch Storm Se,,,ver Pipe, LCPE, 1 3 .5 0 1 LF - ------ --inch LF -[D4 43 CIVIP i-Lilvert Catch Basin Tv -1 LF 5 0 T� e Connection to Existincl Drainage E A, 2 W, Stl Licture/Pipe 19 FA 16 g,'76D 05 ------ AdiUst Existincl Valve Box to Finish Grade ----- ----- L 30 _D 'D I S -Peet Stormwater Improvements Project No. DR03-2009 Oil This project falls under State Sales Tax RLIle '171. See Special Provisions Section A 15, C) 4`r' Stre-etStounwater Ini,provenients F"folect I'do- DR03 z20rj0? 11 9 Spec Unit—, Unit Cost Total Item No, Description A-35 7-OLz Catc,h_Basin, Ty'pe 2 48-inch C.ianieter 4 3'C 60 -2 i 1 000 A-36 i -08 PI Existing Pipe ------------ 'V rrp A-37 _08 -lass F A-38 1-08 - Bank Run Gr vel for Pi; De c)ne a ne jj$ A/ /_09 V�Jater kilain Relocation, '2 ------ - ------ 200 LF 2-006) ; "I A-40 -109 \/Vater fdain Relocati(on tef LF A -41 7-14 kJoyin.- -ant g Existinig Hyrdi EA S IDoo `2 CD_ A-42 -1 Bioi -etention Soil 1 300 Cy AS IL 00 50 6�z CV ____ - Erosion C,-Mtrol and water Pr _�IlLjtion Control L.-S —_ 0 T A 4114 8 Raingarden Plantings 22), 000 S F 0 2 50 cu 5 -02 Property Restoration -1 LS A 0- '�A/ood Chips CYnaP _41 Coarse Compost uO A-4'- '_49 8-04 Concrete CUIL, anJ "Ol'-P-Aete CILHI) Stree� Tr d, hnji�s an, 00 LF LF LS 16 Z10 2 Z3 t5 -71) (0,go ts'O A-51 8-05 Plant Estab lishent ; ni LS QUami Spalls TC4,,l /-'-5 8-1 1,J] i I b x Support T,,p- E LS -0,0 _­_ 566 0 A-54 0 �1 r­ernlanent- 8-2-1 Infoirnational Sion a 2Z)OO A 8- Plastic Line Stoll- 6 (30 LF US - 24 Gravity Block /hall 1 Lo 1- This project falls under State Sales Tax RLIle '171. See Special Provisions Section A 15, C) 4`r' Stre-etStounwater Ini,provenients F"folect I'do- DR03 z20rj0? 11 9 BID FORM 4 thStreet Stormwatel_Lm + .provements — Project R03-2009 This project falls under State Sales Tax Rule '171 SUBTOTAL SCHEDULES I -7q See Special Provisions Section 1- 07.2(1). 4-oject [,,Io. DRO1-2009 —Street Stormwater Improvements 1-1 f Project _1 - Spec I Description ___Unit Unit n Cost B-1 1-0 4 M irorGhancjes__,________ EST x5.000 00 111.000.00 SPCC Plan LS B -07 1 -09 Mobilization L ' B-4 2-02 Remove and Dispose of Ellistinr_i -nent 2'3 0 SY n,,- -i acie 1 Pernc),val anr-I C.isj -osal of Exiist j Draii _ A 100 2-CO G-5 2 0 2 Structure E Remcwal and Disposal of Existing Ston'll Sewei Pipe Removal and Dispr-)-sal of Existin-ca •Surface LF 7 B Stake. -1 Storm, Sev,,ei Pipe B-8 4-04 CrUshed SUrlacinq Top Course 2 F: 0 TOH B-9 5 - 10 4 Diepth T C-) I I OD I $ ---- - 7_ 'A -- - B-10 7 - nu! Storm Sevvef Pjf-,,-,. L,,-_'PE I :aj LF - -0 . Storm sewer Pipe. L,-'-"PE, 1; LF it P, 12) LF St pil Se-�,ver Pipe. Fuse HDPE. 12' -70 21,000 - - v (in rdurdes piLe.anchofs) LF . B-14 .. . ...... . . 7 - 0 „ 18 H D, P E S I e e,,,,,-= 2D 30D T I e Cat&j 2,;aSjf-j_7-, -7 0 ZJ -75DDO- B- 15 7 _ 0 7, Dissipater 60'�v __d� 6 I— B-1 (3 7 I -.ecial Catch Basin tv*pe 2 4,'-3-inch, Dian-ieiei S, EA L 13-17 Catch Basin T,,/IDe -I E A 13 60 (0co B- 18 C, Catch Basin Type-2. _15--inch Diariietet 4 EA 10 ZOC- Comertion to ',_.xi�ting Crainao i B7 B-19 051 Sti uctu EP e -00 7-08 Shorn, t-cl or Extra. Ex-cavation (_lass 2 1 00 S F do 1b B_ 2) 1 71 - ID 8 BeFflIk RL11-1 Giave-I for Pjjpe one Ea AJHI 'IOU � 2-0, C, Dosion i'_c ntroi anrl,,Aiatei PCHLAK-4-i L S, _el) =uf) Cement Concert P 4nChor LS t 61 This project falls under State Sales Tax Rule '171 SUBTOTAL SCHEDULES I -7q See Special Provisions Section 1- 07.2(1). 4-oject [,,Io. DRO1-2009 —Street Stormwater Improvements 1-1 f Project _1 - BID FORM 4th Street Storm ter Improvements — Protect DR03-2009 4 -'Street Stoi rnwatei ln-iprovem&nts. Pioject 11a. DRc,,-�-2C),O�, I Sp -No.- Description I Oty Unit Unit Cost Total 1-05 1 Contractor , urve',,,ii-jq LS 1-C)7 SPCC Plan 1 LS Gp S--t LS C-d— T T r - ol ect e mpora, r,- raf fic Co ntFOI i LS Constiuction Signs. Class C-C' 1-1 ExcElvatiOn ]or Utility Locate EA 00 2-00 9 6 1 Landscaping Removal and Disposal 1 LS 5 00 OR 16 OCO) 2-07' ,Ferns al and Disposal of Fxistij,ra Pavement 0 -S"' 5 - (JV 0 1 PeMoval and Disposal of Exis0111-1 Sidewalk Remoral and Disposal of Existina Concrete C-I ID Curb and GLittei 15� and Disposal tfE .mPernoval - '0L) 1 StFLICALlie E I poar-hva',/ Excavalion incl C o I Derisit , Fill y i -rusherl SLII fcici",--! Top �'--�oui se 41 TOI A a t5 IOoo 5 -0 4 Ll I'VI A, I 1?_' PG-64-222 — -4' [)�t UU PerviOLIS Concrete CUIb �?F.jj-jp 5 03 Pel VIOLIS, COtIr fetec' z U -,Icir ;alk -7 �31 7�0 J gravel Backfill for Drains '�O Sand dd Ba for Drains C, C. T-C4 1 4v 6 P�/C Drain Pip- ------------ LF 2� (3 F----rloiated P\/C Diair, Pipe LF E A i qinfi-ndrain Cleanout Elhov E" 60 OD -- 3 C5 0 OD- co- 7 Catch Basin Ty'Le '1 F-Y EA canne,--fion to Existir-lo Dralna�:I�- EA C-25 F i ACOLIst Existincl valve Bc Lo Finish Glade 7 P luQgin!,i Exisfinq Pipe ----- - VVater Main Peloc-,:itj�q-) F� i a - ------ - F LF 0z) 30 '3'l -09 VVatet V R 1 c 2'i 11 2-ioretention Soil LF C), U- Erosion -,ion (7-ontfol an d ,Aiater oilut R-1 painclarcen J Plantings LS CID SF 2-� "Nood Chips C-34 8-02 j Coarse Compost 4 -'Street Stoi rnwatei ln-iprovem&nts. Pioject 11a. DRc,,-�-2C),O�, I BID FORM 4th Street Stormwater Irnp -_ Egyements — Project DR03-2009 Item Spec i No. Description 0 prop Qtv Unit IiUnit LS Cost AL,�D Total 06 Q C -3�- C-36 8-04 _71fl-b and GLref -7-2 8-04 j Concrete Curb; LF 8 -05 Street Trees and ShvuLs LS -Oq C 9 8-05 J- Plant Establishment LS T ID i,, I Quarry Spalls ',3_ EA D C-41 -S-1 8 Support Type -1 LS 1 ()0() 0 000 C- 42 Permanent Sig 10,00 15 -2 C-41-3 8 -2Z Plastic Stop SLine LF 0 -OL SUBTOTAL ADDITIVE BID SCHEDULE C � 1 $ 1345 (0-7, S6 J'1� This project falls Linder State Sales Tax Rule 171. See Special Provisions Section 1-07.20). 1610111 --kllvt 11 � 1,1..5, SO -7•(,5 '4'1 �11 4'� Street Stam-riwater lmprnvernents I -1 Project flo. DR03-22009 BID FORM 41" Street Stormwater Improvements — Project DR03 -2009 This page is intentionally left blank. 4'" Street Stormwater Improvements 1 -20 Project No. DR03 -2009 BID FORIT1 ADDENDA ACKNOWLEDGMENT AND RESPONSIBLE BIDDER CRITERIA The bidder hereby acknowledges that has received Addenda No(s\� is Project W18DQai 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 bo sent, are listed below. Bidder's firm name �I Complete address Telephone No. Current Contractor's Registration No. Current UB| No. i~0 '2,,,-- \ 1 - x��_ 0�� Cunerd Industrial |nuunsnoaAcct. No T­� By signing below the bidder acknowledges it has received any and all Addenda and represents it is not disqualified hnrn bidding on this Controot Signed b Title: Printed ����ve: Notes: (1) If the bidder is a pailnorshi . so state. giving firm nonle Linder which business is transacted,. (2) If the bidder is a corporation, this bid rnust be execut*d by its duk/ authoriZed officials � 4"! Street Shzmwater|nopnoven*e�s |-21 Project No. DRO3-2OUQ BID FORM This page is intentionally left blank. ofRor(Angleles Pubic V1or�s and Uti|i,,iesDI-partrnent � B|D SECURITY TRANSIVI|TTALFORM Herewith find on executed Bid Bond or a deposit in the form ofe cashier's check, postal money order nrother security in lieu of u bid bond in 'the amount of � vvhiuh amount is not less than five (5%) percent of the total bid, SIGN HER KNOW ALL MEN BY THESE PRESENTS: Th�we, ������ Principal and as Uro ty. are held andfirmly bound unto the CITY DF PORT ANGELES as Obligee, in the penal aumo/ Five Percent m Bid mmwBid) . for the payment of Which tie Principal and the Surety bind themselves, their heirs. executors, administrators, successors and assigns, jointly and severally, bv these presents, The condition of this obligation is such that if the Obligee shall make any award tn the Principal nor: 411 Street Stormwater Improvements PROJECT NO. DR03-2009 according to the terrns of the bid made by the Principal, and the Principal shall duly make and enter into a contract Wth the Obligee in accordanco with the terms of said bid and award and shall give bond for the faithful performance thereof, ovith Surety or Sureties approved by the Obfigee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void: otherv,,ise it shall be and remain in full force and effect and the Surety Shall forthWth pay and forfeit to the Obligee. as penalty and liquidated damages, the amount of his bond. SIGNED ED AND DATED THIS 5 a""of June 14, _a.s ally & Surety Co of America Surety address Surety Contact and Phone Number Dated: Received return of deposit in the aumof$ M M Fryer & Sons Insurance, Inc. Agent PC Box 1347, Port Angeles, WA Agent Address Cathy LWahlsten/(300)457-1144 Agent Contact and Phone NLIM.b0F Stormw ��O�Vemenvs |-23 No����9 �dSeou�yTanmm�siFcnn , I - sk� ic '1� Chance of Wp\ inic. �or L�sage Condjtio� - -�errient seevvwwJ om - Always Verily Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF A'TT'ORNEY TRAVELERSFarmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227474 Certificate No. 005741342 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States ' Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Daniel J. Fryer, Cathy L. Wahlsten, and Paul M. Reed of the City of Port Angeles State of Washington their true and lawful Attomey(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of December 2013 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 20th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company CASU,y� �p��T�'rTY �J. "4F \FEE E4 �,N. 3�5491jy�� PZ 4 0 ,0 ui -to _\ ill". ..• ¢ S : _�_ f ° : w HARTFORD. < g � y F1iRT Ork7,� �a < \NCCfctAt�q . '`�J �i 'o; CONIC` CCt7N. �g Nr 9896 -+ �.5E AGio. :a••.$EA'S::: s,: �y " "+ECG' as � a '�; s c °cs �ti y`�......... "aA: a `. , : 'an , d at a� w., • a� �,yJ� Yy NN O/d �� `S ,.z�xANGE;v'�'' , 1 Y .... • � b 1 Y'J /��,, P` State of Connecticut City of Hartford ss. By: _ /� ._.• Robert L. Raney, enior Vice President On this the 20th day of December 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty hTsurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Maria C. Tetreault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted tinder and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOEVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this J day of Jule 2014. Kevin E. Hughes, Assistant Sec tary / ... P��� Nns ti c \� yyiiyd �ORPOR,�T'cl '�`�Y' C.ms y� �pP70f1RrF. c^': W <JyrQ C 1 �"f � t HP,R"frORD, 3+r(RiFO � x. r�t0 r ALA' .r'` e °t r� Jn tiPN To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER City of Pont Anc.Jeles - Public 'v%lot ks an-r-I Utilities Department This page is intentionally left bunk., 4'� Street Storn-iwatef lmpfovernNnts 1 -24 RoJect klo. City of Port Angeles CONTRACT FORMS Public Works and Utilities Department PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this —day of Ls ctL 2014, by and between the City of Port Angeles, a non - charter code city of the State of Washington, hereinafter referred to as "the City," and Jordan Excavating, Inc, a Washington Company, 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: Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: 4th Street Stormwater Improvements in accordance with and as described in A. this Contract, and B. the Project Manual, which includes the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and bid requirements, and C. the 2012 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and /or Special Provisions, hereinafter referred to as "the standard specifications," and D. the 2012 Standard Plans for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, and E. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, 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. 4th Street Stormwater Improvements 11 -1 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 2. Time for Performance CONTRACT FORMS Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within seventy -five (75) working days for all schedules after said notice to proceed, unless a different time frame is expressly provided in writing by the City. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, and as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and /or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and /or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for Payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a complete Application For Payment and shall make payment to the Contractor within approximately thirty (30) days thereafter. 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 of the City, and the employees of the 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. 4th Street Stormwater Improvements II -2 Project No. DR03 -2009 City of Port Angeles CONTRACT FORMS Public Works and Utilities Department 5. Prevailing Wage Requirements. The Contractor shall document compliance 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 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 of the 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, design consultants (PACE Engineers) 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 of the 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. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability 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 of this Contract. 7. Insurance. The insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications Division 1- 07.18. A. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. B. Subcontractors The Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All 4th Street Stormwater Improvements II -3 Project No. DR03 -2009 City of Port Angeles CONTRACT FORMS Public Works and Utilities Department coverage's for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 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 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. Non - discrimination shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications and the Special Provisions Division 1- 07.11. 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 of the 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. 11. Third Party Beneficiary. All parties agree that the State of Washington shall be, and is hereby, named as an express third -party beneficiary of this Contract, with full rights as such. 12. Contract Administration. This Contract shall be administered by on behalf of the Contractor and by Jonathan Boehme, Project Manager , on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: 4th Street Stormwater Improvements II-4 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Jordan Excavating, In 1826 S. Golf Course Rd. Port Angeles, WA 98362 12. Interpretation and Venue. CONTRACT FORMS Cam: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 This Contract shall be interpreted and construed in accordance with the laws of the 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. JORDAN EXCAVATING, INC: CITY OF PORT ANGELES: By- me of Contractor By: `j_fTre Title: Ta LC Y A- 4th Street Stormwater Improvements City Manager Appr ved as to Form- a � ity Attorney Attest: City Clerk II -5 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. CONTRACTFORMS 2012 Water Main Replacements Project II -6 Project No. DR03 -2009 CAW of PonAnge&s PERI'ORMANCE, BOND m[n?o[Pmt A ��,V�,-�� jmdN�' 106028602 CONTRACT FORtAIS lh^[kyvMuAy^ks. Mdonpwmbox awarded m Man Excavating, Inc. (Prmcipm|,xm,mw�A.�u ^i M. D - __.-__—=-_, W-s~g..n and ~sad ^^.c`~.~^Nw="'""=""=^"/" pWo'amwc Wd}ohbSudon;uudcx the (Axcn^t Tb�Puov;xLnoj��retzC,,f America _(Som(y,-ums�ama000r�omzzduod`rdw laws Ate 8moo' Connecticut oudbccns��/ndobu���b,�u�rv{��,hio9�.�ux,ur*yuudn^owJwQccuu,,ua|uov[ C^mpan,uvAo:eyuxbl"mMen! Bonds- xxpubhAwUK rhoAJcm/Rol':urQ&cAudit SmK Bmea:o��cmuo/x�j l�rouuryDept, xsln~``craUy held and br,n|yhnooJm�h', [Ci'/]mthe x'mw .SDu�|xo(�1`12�3O7�� _ }Tu�iCw`ouu���ouocx��*mm|b� p,vr won hoar) Tb=xtamwr!ycciounce bond All hnowuuD mid ,u/ci,u'^ud,Ohrobe9rmcipmi its heirs. exuuus`. au,umm�amz,xucoe#ors.^, assigns xba!liv6|md 1i/b5VVpMbrpvUuithe fonwpxruoh!"atmoyundxr OnC "MOM |amdfuMUuU the tnux and unJd'ouscfui|doiyx:douzedInodi8nnLim*'adJu/ncx and c.I^oges uoxmd(\nuvot tomoy6rmuC"honaixdc.ot the duzunj in the onnocdzrcuy�rwh&uud/� ,u,bycrCormaamc barvuubeen |udl[;od,Ubw6mi1shmU z'u^'u m [u]\ force a,de8ec'. Tiu3cctyilov value receirudzg,uv�Uztonchange, ex'oudvou{umnAdaruuvoaoddibocWdbe Wmmof the COMM the xpecAoauMmnccmu?oo7mg the Paw= orco tile, nmkmbc rbcCumcm�, ,|`oU in ouv`ruy io^bhgouoo unthixbond, mid wales uoumn[^cydaugc,rmaeaof tunr. u{m,auoncr^ddiuoum&e terms o[8u (Moan urd`,i"okp^nhmwJ IleSoruyu�,cox�h�ocw]ibxzuous and dhaupso) the lamxaudCoudirmoxof OmCunu^oo tat iuccaxcUbnM nos`um,ehanxid diejju`cqpu} sb^D^ummabuaIly increase the uh!Uad000[the Smeqoud`nbondaud,odmmSuroyu not mpruJof `ocb un:ruxxeJob;i--ahoo. lKsbxnd may he,xuoM|o two Qurymmlcouutrpuas, and sk^Ubcmgsnhydhep,ui^x`dukMonw.1 n;u,x/ ilk booJnoO only 6eauc4nod&Aioocco/np^ocdbyxtuUy and pnSLm|po�'zoz, amnUIV Rgduoollc.zczocomg thu,urmT MOM!. = u.x - ----- 06Q410 14 '^" osm4uo14 *Jeffrey Konopaski _ h|n0an Owner _ _ /\tto[D8V ID FGCf -�M. rryer ^�»�"/="="�,��c*^ !p*w�^n_� rnm"`m� Pon ^ngm=wmoM - /,�,Street sto,n-,�ia�.er y-7 -: `croinaxne2onu �enmB:'/ueoEoxmogaoiVVA.mo For usmyeConc��-, ors Agreement see *^*°�xmsu�m A|waysVen-ySco/e Cly of Pon Angeies CONTRACT FORMS PUU, 'hats and Hikes DepaMpent PAYINIENTBOND to i'a�,-of BAW No 106028602 Me I Aty of 1% Angelm, Wa shhVcon, 05 any Wed to Jordan Excavating Inc , 1,1 jn ] -1 con, ac � comn- tacit n of me 4"' Street Stormwater Improvements Eroitect, 111roic.-t \,o DR03-2009, ii-il"ort Angelo, Washingtom and said WwIM is rcqwred under the Lemis athat Commot to Qmd a pyinem Kmd m a"W whin Ti0c -39 t-� Rc-")sed of and (1\hele apph"W i 60 28 RCIV. TI-1— 1=%t , , ,, , Th,' ;,rinc pnd, n-nd commown ,,,.,d ,p, 0, N,, ad, Sq, or Connecticut and k", do an smew and mmwd m Te am-t-unt hat "-m" It ind,2 nild —al k h W N m1y Smind w the UHy 4 Poo AnWhs 1ii the K. -)'1'0,ta1 COnUaC' ,Ak�jCc�t io it-it paynion, 1%sma shakbei:ornc null inll its succk�,�sors, X awpB sha piy W persys in accmdance wah inks 0, :_2 39 01 and 39 12 R? AV nwho"! W WWAUC shvery oxch"W" subconuacv4s, and 1naWrnOi-n,,,,n ,111dfll pc scav who Aail or suboultraoug 1W PnAUKIN artj oup-plics tnc 0,1 of Suet? I >d al, e,] on s.=id (nnVac, umbr Wo 50 and 51 RCAV am! '-di t,l.xc5 irnp-,cd .)n the Pnn�,:ipal under Talc 52 WW md Towla pqmou oWgnuons hive not Won tlh.S L-)rmd SAnil in tforc -,. , 161 5; 11,.x. ed �p-,',eS mia n, c-xten Ion of -L.tnc:, nllt�tat],Ali 0S ad , illw;n to th,,� tc,l ft,,,3 o!, OW Comm! to WwWomms mcmwwymg dw fAnown of to th�:, to 1)e pei i , ,. med, "he Shall iii , n1 %e <JTcc`, it—Obhg,lUol o;, this bond. arid wAves uorice& any uhngo ext,owmi o0um ahnaby or addahm to the leans YmeWmael, o,'- and changes 0, the tornis and conditions of On Timmad tat mQyase the owl anymuo to to pwid dw 1`1 Mop! Ibis bond inav be cxecmcd in t-,,vo lbesl.-,ried b-v tin jim,"ots, duly onhers Thi':bond v;ffl ond-, lb,v accc�liptcd If it is accomipained bly Adl.; 1-:,XCUW'd 111d orl�;IV`13[ 1IOVVer )I' aLooi nlv for thc SUI C'� YAW 14\1 416 0 06152014 6Q4/201 4, !!!!::nopaski C -L-,Wahlsten Owner Attorney In Fact !vunw the anj teKpWncA ti, KWonyon k4 Asm (t mpmq LS M.M. Fryer & Sons Insurance, Inc./Cathy L Wahisten PO Box "U"A"Port Welex.-WA 98.10 (360)457-1144 Anv, � cd as 0, Wal -,��-'Street stoi wA ate r if-, p overnerits It —5 =roe... Na ENO .C,. 42 Ppment Bwd dad to DwHers Exchange of VVA. Kc. For usage Condir.ors Agieement see vv�iv,Fv. cxv.,a,mormn - Always Venfy Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSS Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227474 Certificate No. 005741343 KNOW ALL MIEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations drily organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duty organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duty organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Daniel J. Fryer, Cathy L. Wahlsten, and Pant M. Reed of the City of Port Angeles , State of Washington , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, reeognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this clay of December 2013 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 20th St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company T _'W/ J� e�"LC Q \.. ...... .G i' P /79 JP�• S FFyNO•„ -Fry i '•vJ �(,ppo0/y� t, poA°�o G •� /j @: e 4J ::............ O5 �(1 �S PORAtEO P35 1 <CORPMR�Fi� rW"GO -.�.. F•C �. 4 INCOR z F. RFONAT m i IWRfFO` :` . n a HARTFORD, < � �' W71 SEA ' o? SEAL•,rD yAv '.• . L �''r •a'tI �y r i r 'D Zc'sn NCt,�- �.IS.:wN� ±.. .....• *''.}' d a� �.• ��. dT`- State of Connecticut City of Hartford ss. By: re�4 - Robert L. Raney, enior Vice President On this the 20th day of December 2013 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. �as�vi � a My Commission expires the 30th clay of June, 2016. (Ro at. lG/ * Marie C. Teneault, Notary Public 58440 -8 -12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signatuure and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 4 day of June _'201 4 . e�� (5-r Kevin E. Hughes, Assistant Sec tart' GAS U.�� ivu(�.. o..:::FIFE 4� %y s���,N � .•`Y IN5Uq •... T tV Ary0 OF_)"'z � `' �n : n : S[: Ill. of �, .1 e., .: D O R'fs......... b D To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above- nanned individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED City of Port Angeles Public Works and Utilities Department OF PORT q,0 SAHON�� ESCROW AGREEMENT for RETAINED PERCENTAGE 4t" Street Stormwater Improvements Project Escrow No.: City of Port Angeles Contract No. Completion Date: TO: CONTRACT FORMS THIS ESCROW AGREEMENT is for the investment of the retained percentage of the above contract, in accordance with chapter 60.28 of the Revised Code of Washington. It is limited to FDIC insured Washington State Chartered Banks who are covered by the State of Washington Public Deposit Protection Act. The undersigned, (as "Contractor "), has directed the CITY OF PORT ANGELES (as "City "), to deliver to you its warrants which shall be payable to you and /or the contractor. The warrants are to be held and disposed of by you in accordance with the following instruction: INSTRUCTIONS 1. Upon delivery the warrants shall be endorsed by you and forwarded to the City for collection. You shall use the monies to purchase investments selected by the Contractor and approved by the City. You may follow the last written direction received by you from the Contractor, for each purchase, provided the direction otherwise conforms with this agreement. Acceptable investments are: A. Bills, certificates, notes or bonds of the United States; B. Other obligations of the United States or its agencies; C. Obligations of any corporation wholly owned by the Government of the United States; D. Indebtedness of the Federal National Mortgage Association; E. Time deposits in commercial banks; F. Other investments, except stocks, selected by the Contractor, subject to express prior written consent of the City. 2. The investments shall be in a form which allows you alone to reconvert them into money if you are required to do so by the City. 3. The investments must mature on or prior to the date set for the completion of the contract, including extension there of or thirty (30) days following the final acceptance of the work. 4. When interest on the investments accrues and is paid, you shall collect the interest and forward it to the Contractor unless otherwise directed by the Contractor. 5. You are not authorized to deliver to the Contractor all or any part of the investments held by you pursuant to this agreement (or any monies derived from the sale of such investments, or the negotiation of the City's warrants) except in accordance with the written instructions from the City. Compliance with such instructions shall relieve you of any further liability related thereto. 4t" Street Stormwater Improvements II -9 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department CONTRACTFORMS 6. In the event the City orders you, in writing, to reconvert the investments and return all monies, you shall do so within thirty (30) days of receipt of the order. 7. The Contractor agrees to compensate you for your services in accordance with your current published schedule of applicable escrow fees. Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any monies placed with you pursuant to this agreement until and unless the City directs the release to the Contractor of the investments and monies held hereunder, whereupon you shall be entitled to reimburse yourself from such monies for the entire amount of your fee. 8. This agreement shall not be binding until signed by both parties and accepted by you. 9. This document contains the entire agreement between you, the Contractor, and the City, with respect to this Escrow, and you are not a party to, nor bound by any instrument or agreement other than this. You shall not be required to take notice of any default or any other matter, nor be bound by nor required to give notice or demand, nor required to take any action whatever except as herein expressly provided. You shall not be liable for any loss or damage not caused by your own negligence or willful misconduct. CONTRACTOR Federal Tax I.D. No._ By: Title: Address: DATE: CITY OF PORT ANGELES By: Title: DATE: THE ABOVE ESCROW AGREEMENT RECEIVED AND ACCEPTED on the day of 20_. BANK By: Title: Address: DISTRIBUTION: City Clerk Financial Institution Contractor 41" Street Stormwater Improvements II -10 Project No. DR03 -2009 OP ID: CW CERTIFICATE OF LIABILITY INSURANCE DATE (MM / 06/23/22014 014 Y) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER M.M. Fryer & Sons Ins. Inc. P.O. Box 1347 Port Angeles, WA 98362 CONTACT NAME: PHONE 360- 457 -1144 FAX A/C No EXt: (vC, No): 360- 457 -9440 E -MAIL ADDRESS: fryerandsons.pa ffryersinsurance.com _ PRODUCER JORDA -1 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # EACH OCCURRENCE INSURED Jordan Excavating, Inc 1826 South Golf Course Road Port Angels, WA 98362 INSURER A:The Ohio Casualty Ins Co 124074 INSURER B: - -- -- '54726629 --- INSURER C: -- DAMAGE TO RENTED ES POISES LEa occurrence) _ INSURER D: — - -- CLAIMS -MADE X OCCUR INSURER E : -- ___ -- - - -i - -- INSURER F: MED EXP (Any one person) COVERAGES CERTIFICATE NItMRFR- RFVISIr)N NI IMRFP- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - INSR TYPE OF INSURANCE LTR ADDL SUBR I POLICY NUMBER POLICY EFF MM /DD /YYYY P LILY EX� MMIDD/YYYY -- LIMITS GENERAL LIABILITY j EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X 1 '54726629 03119/2014 03/19/2015 DAMAGE TO RENTED ES POISES LEa occurrence) _ 1 $ 100,000 — - -- CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 X_ -� XCU Included - -- PERSONAL & ADV INJ URY $ 1,000,000 — -- - GENERAL AGGREGATE $ 2,000,000 I PRODUCTS - COMP /OP AGG $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER l X } POLICY i PRO LOC $ AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS _ HIRED AUTOS X i 54726629 03/19/2014 03/19/2015 COMBINED SINGLE LIMIT (Ea accident) $ 1,000 000 BODILY INJURY (Per person) — — BODILY INJURY (Per accident) - $ $ rPROPERTY DAMAGE (PER ACCIDENT) $ I NON -OWNED AUTOS -- $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 — AGGREGATE 1— - -- -- $ 2,000,000 - - -- EXCESS LIAB CLAIMS -MADE X 154726629 03/19/2014 03/19/2015 A -- — - - -- —� DEDUCTIBLE $ $ RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A ANY PROPRIETOR /PARTNER /EXECUTIVE Y / N OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A i 54726629 WA STOP GAP 03/19/2014 03/19/2015. WC STATU- 1 X OTH- TORY LIMITS - __ER E.L. EACH ACCIDENT_ $ - -- E.L. DISEASE - EA EMPLOYEEI 1,000,000 -._ —_— $ 1,000,000 E.L. DISEASE - POLICY LIMIT$ 2,000,000 i I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: 4th Street Stormwater Improvements, Project No: DR03 -2009. City of Port Angeles Public Works & Utilities, its officers, elected officials, employees, agents, design consultants (PACE Engineers) and volunteers are liste as additional insured's per blanket form CG8810 which includes waiver of subrogation and primary non - contributory language. CERTIFICATE HOLDER CANCELLATION CITYOFP City of Port Angeles Public Works & Utilities PO Box 1150 Port Angeles, WA 98362 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE ROttCY P..ROVISIONS. © '988 -2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009109) The ACORD name and logo are egistered mlark of ACORD City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department PART III - SPECIAL PROVISIONS TABLE OF CONTENTS GENERAL INSTRUCTIONS INTRODUCTION TO THE SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS GENERAL INSTRUCTIONS ......................................... ............................... ..........................III -1 1 -01 DEFINITIONS AND TERMS .............................. ............................... ..........................III -3 1 -01.3 Definitions .............................................. ............................... ..........................III -3 1 -02 BID PROCEDURES AND CONDITIONS ........... ............................... ..........................III -4 1 -02.1 Prequalification of Bidders ..................... ............................... ..........................III -4 1 -02.2 Plans and Specifications ........................ ............................... ..........................III -5 1 -02.5 Proposal Forms ..................................... ............................... ..........................111 -5 1 -02.6 Preparation of Proposal ......................... ............................... ..........................111 -5 1 -02.7 Bid Deposit ............................................ ............................... ..........................111 -6 1 -02.9 Delivery of Proposal ............................... ............................... ..........................111 -7 1 -02.13 Irregular Proposals ................................. ............................... ..........................III -7 1 -02.15 Pre -Award Information ........................... ............................... ..........................III -7 1 -03 AWARD AND EXECUTION OF CONTRACT .... ............................... ..........................III -8 1 -03.1 Consideration of Bids ............................. ............................... ..........................III -8 1 -03.2 Award of Contract .................................. ............................... ..........................111 -8 1 -03.3 Execution of Contract ....................................... ............................................... 111 -8 1 -03.4 Contract Bond ........................................ ............................... ..........................111 -9 1 -04 SCOPE OF THE WORK ................................... ............................... .........................III -10 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda ................. ............................... .........................III -10 1 -04.4 Changes in Work .................................. ............................... .........................III -10 1- 04.4(1) Minor Changes ................................ ............................... .........................III -10 1 -05 CONTROL OF WORK ...................................... ............................... .........................III -11 1 -05.4 Conformity With and Deviations From Plans and Stakes ..... .........................111 -11 1 -05.5 As -Built Drawings .................................. ............................... .........................III -14 1 -05.7 Removal of Defective and Unauthorized Work ..................... .........................III -15 1 -05.10 Guarantees ........................................... ............................... .........................111 -15 1 -05.11 Final Inspections and Operational Testing ........................... .........................III -16 1- 05.11(1) Substantial Completion Date ........... ............................... .........................III -16 1- 05.11(2) Final Inspection and Physical Completion Date .............. .........................III -16 1 -05.13 Superintendents, Labor, and Equipment of Contractor ......... .........................III -17 1 -05.15 Method of Serving Notices .................... ............................... .........................111 -17 1 -05.16 Water and Power .................................. ............................... .........................111 -17 1 -05.17 Oral Agreements ................................... ............................... .........................III -17 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .. .........................III -17 1 -07.1 Laws to be Observed ............................ ............................... .........................III -17 1 -07.2 State Taxes ........................................... ............................... .........................111 -21 1- 07.2(1) State Sales Tax - Rule 171 ............. ............................... .........................III -21 1- 07.2(2) State Sales Tax - Rule 170 ............. ............................... .........................III -22 4th Street Stormwater Improvements III -i Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 1 -07.6 Permits and Licenses ............................ ............................... .........................III -22 1 -07.9 Wages .................................................. ............................... .........................111 -22 1 -07.11 Requirements for Nondiscrimination ..... ............................... .........................III -23 1 -07.16 Protection and Restoration of Property ........................................................ .III -30 1- 07.16(4) Archaeological and Historical Objects ............................ .........................III -30 1 -07.17 Utilities and Similar Facilities ................. ............................... .........................III -30 1 -07.18 Insurance ........................................................................ ..............................111-31 1- 07.18(1) General Requirements ............................................. ............................... III -31 1- 07.18(2) Additional Insured ........................... ............................... .........................III -32 1- 07.18(3) Subcontractors ................................ ............................... .........................III -32 1- 07.18(4) Evidence of Insurance ..................... ............................... .........................III -32 1- 07.18(5) Coverages and Limits ..................... ............................... .........................III -33 1- 07.18(5)A Commercial General Liability ..... ............................... .........................III -33 1- 07.18(5)B Automobile Liability ................... ............................... .........................III -34 1- 07.18(5)C Workers' Compensation ............ ............................... .........................III -34 1 -07.23 Public Convenience and Safety ............ ............................... .........................III -34 1- 07.23(1) Construction Under Traffic .............. ............................... .........................III -34 1 -07.24 Rights of Way ....................................... ............................... .........................III -36 1 -08 PROSECUTION AND PROGRESS .................. ............................... .........................III -37 1 -08.0 Preliminary Matters ............................... ............................... .........................III -37 1- 08.0(1) Preconstruction Conference ............ ............................... .........................III -37 1- 08.0(2) Hours of Work ................................. ............................... .........................111 -38 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employee..... 111 -38 1 -08.3 Progress Schedule ................................ ............................... .........................III -39 1- 08.3(2)A Type A Progress Schedule ........ ............................... .........................III -39 1 -08.4 Prosecution of Work .............................. ............................... .........................III -39 1 -08.5 Time for Completion .............................. ............................... .........................III -39 1 -08.7 Maintenance During Suspension .......... ............................... .........................III -40 1 -09 MEASUREMENT AND PAYMENT ................... ............................... .........................III -41 1 -09.6 Force Account ....................................... ............................... .........................III -41 1 -09.7 Mobilization ........................................... ............................... .........................III -41 1 -09.9 Payments ............................................... ............................... ........................111 -41 1 -10 TEMPORARY TRAFFIC CONTROL ................ ............................... .........................III -42 1 -10.2 Traffic Control Management .................. ............................... .........................111 -42 1- 10.2(1) General ........................................... ............................... .........................III -42 1- 10.2(2) Traffic Control Plans ........................ ............................... .........................III -43 1 -10.3 Traffic Control Labor, Procedures, and Devices ................... .........................III -43 1- 10.3(3) Traffic Control Devices .................... ............................... ......................... 111-43 1- 10.3(3)A Construction Signs .................... ............................... .........................111 -43 1 -10.5 Payment ............................................... ............................... .........................III -44 1- 10.5(1) Lump sum Bid for Project (No Unit Items) ...................... .........................111 -44 1 -12 UTILITY LOCATION ......................................... ............................... .........................III -44 1 -12.1 Description ............................................ ............................... .........................III -44 1 -12.4 Measurement ........................................ ............................... .........................III -45 1 -12.5 Payment ............................................... ............................... .........................111 -45 4th Street Stormwater Improvements III -ii Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS DIVISION 2 EARTHWORK -50 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ................... .........................III -46 2 -01.1 Description ............................................ ............................... .........................III -46 2 -01.3 Construction Requirements ................... ............................... .........................III -46 2- 01.3(3) Removal and Disposal of Tree /Removal and Disposal of Landscaping ...111 -46 2 -01.4 Measurement ........................................ ............................... .........................III -46 2 -01.5 Payment ............................................... ............................... .........................III -46 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............ ............................... 111-47 2 -02.1 Description .......................................... ............................... ...........................11"7 -51 2 -02.3 Construction Requirements .................................................. .........................III -47 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs ................ .........................III -47 2- 02.3(4) Removal of Culverts, Manholes, Observation Wells, -53 and Other Structures ............................................. .................................. III -47 2- 02.3(5) Saw Cutting ..................................... ............................... .........................III -48 2 -02.4 Measurement ........................................ ............................... .........................III -48 2 -02.5 Payment ............................................... ............................... .........................III -48 2 -03 ROADWAY EXCAVATION AND EMBANKMENT ............................ .........................III -49 2 -03.1 Description ............................................ ............................... .........................III -49 2 -09 STRUCTURE EXCAVATION ........................... ............................... .........................III -49 2 -09.5 Payment ............................................. .......................................................... 111 -49 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -00 GENERAL REQUIREMENTS ........................... ............................... .........................III -50 5 -00.1 Permanent Surface Restoration ..................................... ............................... III -50 5 -00.2 Street Classification ....................................................... ............................... III -50 5 -04 HOT MIX ASPHALT ......................................... ............................... .........................III -50 5 -04.2 Materials ............................................... ............................... .........................111 -50 5 -04.3 Construction Requirements ................... ............................... .........................III -50 5- 04.3(7)A Mix Design ................................ ............................... .........................III -50 5- 04.3(8)A Acceptance Sampling and Testing - HMA Mixture ... .........................III -51 5- 04.3(10) Compaction ..................................... ............................... .........................III -51 5- 04.3(10)B Control ...................................... ............................... .........................III -51 5- 04.3(13) Surface Smoothness ....................... ............................... .........................III -52 5- 04.3(22) Hot Mix Asphalt Pavement Overlay . ............................... .........................III -53 5- 04.3(23) Saw Cut for Existing Pavement ....... ............................... .........................III -53 5 -04.5 Payment ............................................... ............................... .........................III -53 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture .......... .........................III -53 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction ... .........................III -54 5 -06 PERVIOUS CEMENT CONCRETE SIDEWALK .............................. .........................III -54 5 -06.1 Description .............. ...................................................................................... III -54 5 -06.2 Materials ............................................... ............................... .........................111 -54 5 -06.3 Construction Requirements ................... ............................... .........................III -55 5- 06.3(1) Pervious Concrete Mix Design ........ ............................... .........................III -55 5- 06.3(1)A Mix Design Criteria ............................................. ............................... III -55 5- 06.3(1)B Job Mix Formula ( JMF) .............. ............................... .........................III -56 5- 06.3(2) Submittals ....................................... ............................... .........................III -56 5- 06.3(3) Equipment ....................................... ............................... .........................III -57 5- 06.3(3)A Batching Plant ........................... ............................... .........................III -57 4th Street Stormwater Improvements III -iii Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 5- 06.3(3)B Mixer Trucks .............................. ............................... .........................III -57 5- 06.3(3)C Side Forms ................................ ............................... .........................III -58 5- 06.3(3)D Finishing Equipment .................. ............................... .........................III -58 5- 06.3(3)E Joint Sawing Equipment ............ ............................... .........................III -58 5- 06.3(3)F Smoothness Testing Equipment ........ ................................................ III -58 5- 06.3(4) Measuring and Batching Materials .. ............................... .........................III -59 5- 06.3(4)A Acceptance ............................... ............................... .........................III -59 5- 06.3(4)A1 Void Content of the Mix - Lab Test ..................... ............................... III -60 5- 06.3(4)A2 Infiltration Rate of the Mix - Field Test ............... ............................... III -61 5- 06.3(4)B Rejection ................................... ............................... .........................III -62 5- 06.3(5) Mixing Pervious Concrete ............... ............................... .........................III -62 5- 06.3(5)A Limitations of Mixing Pervious Concrete ................... .........................III -62 5- 06.3(6) Aggregate Discharge Subbase ........ ............................... .........................III -63 5- 06.3(6)A Subgrade Preparation ............... ............................... .........................III -63 5- 06.3(7) Placing, Spreading, and Compacting Pervious Concrete ........................ III -63 5- 06.3(7)A Contractor's Qualifications ......... ............................... .........................III -64 5- 06.3(7)B Test Panels ............................... ............................... .........................111 -64 5- 06.3(7)C Placing, Spreading, and Compacting ........................ .........................III -65 5- 06.3(8) Joints .............................................. ............................... .........................III -66 5- 06.3(8)A Construction Joints .................... ............................... .........................III -66 5- 06.3(8)B Contraction Joints ...................... ............................... .........................III -66 5- 06.3(8)C Isolation Joints ...................................................... ............................. III -66 5- 06.3(12) Surface Smoothness ....................... ............................... .........................III -67 5- 06.3(13) Curing ............................................. ............................... .........................III -67 5- 06.3(14) Cold Weather Work ......................... ............................... .........................III -68 5- 06.3(16) Protection of Pervious Concrete Sidewalk ...................... .........................III -68 5 -06.4 Measurement ........................................ ............................... .........................III -68 5 -06.5 Payment ............................................... ............................... .........................III -69 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -01 DRAINS ............................................................ ............................... .........................III -70 7 -01.2 Materials ............................................... ............................... .........................111 -70 7 -01.4 Measurement ........................................ ............................... .........................III -70 7 -01.5 Payment ............................................... ............................... .........................III -70 7 -04 STORM SEWERS ............................................ ............................... .........................III -71 7 -04.2 Materials ............................................... ............................... ......................... III -71 7 -04.4 Measurement ........................................ ............................... .........................III -71 7 -04.5 Payment ............................................... ............................... .........................III -71 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ............ .........................III -72 7 -05.1 Description ............................................ ............................... .........................III -72 7 -05.2 Materials ............................................... ............................... .........................111 -72 7 -05.3 Construction Requirements ................... ............................... .........................III -72 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade ............. .........................III -72 7 -05.4 Measurement ........................................ ............................... .........................III -73 7 -05.5 Payment ............................................... ............................... .........................III -73 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS ....................... .........................III -75 7 -08.2 Materials ............................................... ............................... .........................111 -75 4th Street Stormwater Improvements III -iv Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 7 -08.3 Construction Requirements ................... ............................... .........................III -75 'i 7- 08.3(1)A Trenches ................................... ............................... .........................111 -75 7- 08.3(2) Laying Pipe .............................................................. ............................... III -76 7- 08.3(2)A Survey Line and Grade .............. ............................... .........................III -76 7- 08.3(2)B Pipe Laying - General ........................................ ............................... III -76 7- 08.3(2)G Joint of Dissimilar Pipe ....................................... ............................... III -76 7- 08.3(3) Backfilling ........................................ ............................... .........................III -76 7- 08.3(4) Plugging Existing Pipe ..................... ............................... .........................III -76 7 -08.4 Measurement ........................................ ............................... .........................III -77 7 -08.5 Payment ............................................... ............................... .........................III -77 7 -09 WATER MAINS ................................................ ............................... .........................III -77 7 -09.3 Construction Requirements ................... ............................... .........................III -77 7 -09.4 Measurement ........................................ ............................... .........................III -78 7 -09.5 Payment ........................................... ............................................................ III -78 7 -14 HYDRANTS ...................................................... ............................... .........................III -78 7 -14.5 Payment ............................................... ............................... .........................III -79 7 -21 BIORETENTION SOIL ..................................... ............................... .........................III -79 7 -21.1 Description ............................................ ............................... .........................III -79 7 -21.2 Materials ............................................... ............................... .........................111 -79 7 -21.3 Construction Requirements ................... ............................... .........................III -79 7- 21.3(1) General ........................................... ............................... .........................111 -79 7- 21.3(1)A Submittals ... ...................................................................................... 111 -79 7- 21.3(2) Bioretention Soil Construction .................................. ............................... III -80 7- 21.3(3) Bioretention Soil for Turf and Landscape Areas ....... ............................... III -80 7 -21.4 Measurement ........................................ ............................... .........................III -81 7 -21.5 Payment ............................................... ............................... .........................111 -81 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL ........ .........................III -82 8- 01.3(1) General ....................... ............................................................................ III -82 8 -01.4 Measurement. ............................................................................................... 111-83 8 -01.5 Payment ............................................... ............................... .........................III -83 8 -02 ROADSIDE RESTORATION ............................ ............................... .........................III -83 8 -02.1 Description ............................................ ............................... .........................III -83 8 -02.2 Materials ............................................... ............................... .........................111 -83 8 -02.3 Construction Requirements ................... ............................... .........................III -83 8- 02.3(13) Plant Establishment ........................ ............................... .........................III -84 8- 02.3(14) Plant Replacement ............... ................................................................... III -84 8 -02.4 Measurement ........................................ ............................... .........................III -85 8 -02.5 Payment ............................................... ............................... .........................III -85 8 -04 CURBS, GUTTERS, AND SPILLWAYS ........... ............................... .........................III -85 8 -04.5 Payment ............................................... ............................... .........................III -85 8 -05 TREES AND SHRUBS ..................................... ............................... .........................III -85 8 -05.1 Description ............................................ ............................... .........................III -85 8 -05.2 Materials ............................................... ............................... .........................III -86 8 -05.3 Construction Requirements ................... ............................... .........................III -88 8- 05.3(1) Plant Establishment ........................ ............................... .........................III -88 4th Street Stormwater Improvements III -v Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 8- 05.3(2) Plant Replacement .......................... ............................... .........................III -89 8 -05.4 Measurement ........................................ ............................... .........................III -89 8 -05.5 Payment ............................................... ............................... .........................III -89 8 -15 RIPRAP ............................................................ ............................... .........................III -89 8 -15.1 Description ............................................ ............................... .........................III -89 8 -15.2 Materials ............................................... ............................... .........................111 -90 8 -15.4 Measurement ......................................... ............................... .........................III -90 8 -15.5 Payment ............................................... ............................... .........................III -90 8 -19 CEMENT PIPE ANCHOR ................................. ............................... .........................III -90 8 -19.1 Description .... ................................................................................................ III -90 8 -19.2 Materials ............................................... ............................... .........................111 -90 8 -19.4 Measurement ........................................ ............................... .........................III -90 8 -19.5 Payment ........................................................................ ............................... III -90 8 -21 PERMANENT SIGNING ................................... ............................... .........................III -91 8 -21.3 Sign Relocation ..................................... ............................... .........................111 -91 8 -21.4 Measurement ........................................ ............................... .........................III -91 8 -21.5 Payment ............................................... ............................... .........................III -91 8 -24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING .... .........................III -91 8 -24.4 Measurement ........................................ ............................... .........................III -91 8 -24.5 Payment ............................................... ............................... ......................... III -92 DIVISION 9 MATERIALS 9 -03 AGGREGATES ................................................ ............................... .........................III -93 9 -03.1 Aggregates for Portland Cement Concrete ..................... ............................... III -93 9- 03.1(3) Coarse Aggregate for Pervious Pavement ..................... .........................111 -93 9- 03.1(3)A General ..................................... ............................... .........................111 -93 9- 03.1(3)B Grading ..................................... ............................... .........................III -93 9- 03.1(3)C Durability ................................... ............................... ......................... III -94 9 -03.5 Mineral Aggregates for Bioretention Soil .............................. .........................III -94 9- 03.5(1) General .................................................................... ............................... III -94 9- 03.5(2) Mineral Aggregate for Turf and Landscape Bioretention Soil ................... III -94 9 -03.10 Aggregate for Gravel Base .................... ............................... .........................III -94 9 -03.12 Gravel Backfill ....................................... ............................... .........................III -95 9- 03.12(3) Gravel Backfill for Pipe Zone Bedding ...................... ............................... III -95 9 -03.16 Mineral Aggregate Chart ....................... ............................... .........................III -95 9 -14 EROSION CONTROL AND ROADSIDE PLANTING ....................... .........................III -97 9 -14.1 Soil ............................................................. ............................... .........................III -97 9- 14.1(4) Bioretention Soil ....................................................... ............................... III -97 9- 14.1(4)A General ..................................... ............................... .........................111 -97 9- 14.1(4)B Landscape Bioretention Soil ...... ............................... .........................111 -97 9 -14.4 Mulch and Amendments ...................................................... ............................... III -97 9- 14.4(9) Composted Material . ............................................................................... III -97 4th Street Stormwater Improvements III -vi Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department GENERAL INSTRUCTIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (Regions date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". Project Specific Special Provisions normally appear only in the contract for which they were developed. INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications (Appendix F) and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of 41" Street Stormwater Improvements III -1 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: "(May 18, 2007 APWA GSP)" "(August 7, 2006 WSDOT GSP)" Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Port Angeles' Urban Services Standards and Guidelines, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. All parties agree that the State of Washington shall be, and is hereby, named as an express third -party beneficiary of this contract, with full rights as such. No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. The contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Ecology personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner's audit requirements and shall ensure that all subcontractors maintain auditable records. These Project records shall be separate and distinct from the Contractor's other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. 4th Street Stormwater Improvements 111 -2 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department DIVISION 1 GENERAL REQUIREMENTS 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following; SPECIAL PROVISIONS Supplement All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. 4th Street Stormwater Improvements III -3 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Notice to Proceed Date SPECIAL PROVISIONS The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, and wheelchair traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Replacement Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 41h Street Stormwater Improvements III-4 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: SPECIAL PROVISIONS Replacement Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans 11" x 17" 2 Furnished automatically upon award. Contract Provisions 2 Furnished automatically upon award. Large plans (e.g., 22" x 34" 2 1 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Replacement The Proposal Form will identify the project and its location and describe the work. It will alsc list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such are to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal Supplement Section 1 -02.6 is supplemented with the following: Bid Proposal The bid proposal is composed of the following part: Base Bid. Bidding Procedures The bidder shall submit a price on each and every item of work included in the base bid. The successful bidder will be determined by the lowest base bid total of Schedules A, B, and C. Award will be based on the lowest total subject to the requirements of Section 1 -03. The City at its sole discretion may delete Additive Schedule C. 4t" Street Stormwater Improvements III -5 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Minimum Bids of $5,000 lump sum and $1,000 lump sum has been established for the bid items item A -51 "Plant Establishment" and C -39 "Plant Establishment ". The Contractor's Bid shall equal or exceed those amounts. If the Contractor's Bid is less than the minimum specified amounts, the Contracting Agency will unilaterally revise the Bid amounts to the minimum specified amounts and recalculate the Contractor's total Bid amount. The corrected total bid amount will be used by the Contracting Agency for Award purposes and to fix the amount of the Contract bond. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: Supplement 5. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 6. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/VV /MBE requirements are to be satisfied through such an agreement. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: Supplement 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. 4th Street Stormwater Improvements III -6 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Replacement Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1 -02.13 Irregular Proposals Modification (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same proiect from a Bidder under the same or different names. 1 -02.15 Pre -Award Information Modification (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 41h Street Stormwater Improvements III -7 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: Modification After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.2 Award of Contract This section is supplemented with the following: Supplement The Contracting Agency shall award the contract to the lowest responsible bidder based on the lowest Total Bid Price (Total of both subtotals of Schedule A and Schedule B). See page 1 -3 of INFORMATION FOR BIDDERS for criteria that must be met to be considered a responsible bidder, along with the Contractor's responsibility to verify bidder responsibility criteria required of first tier subcontractors. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Modification Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. 4th Street Stormwater Improvements 111 -8 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department Within 14 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond Modification (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 4th Street Stormwater Improvements 111 -9 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 1 -04 SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Modification Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Current edition of the City of Port Angeles Urban Services Standards and Guidelines, 6. Amendments to the Standard Specifications, 7. 2012 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. 1 -04.4 Changes in Work Supplement Section 1 -04.4, Changes, of the Standard Specifications shall be supplemented with the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION (RFI)" form. A construction contract change order may be initiated by the Contractor, City Inspector, or Engineer by using the RFI form contained in Part IV, Attachment B. 1- 04.4(1) Minor Changes Section 1- 04.4(1) shall be supplemented with the following: Supplement Payments and credits will be determined in accordance with Section 1 -09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. Minor Change Force Account 4th Street Stormwater Improvements 111 -10 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1 -05 CONTROL OF WORK SPECIAL PROVISIONS 1 -05.4 Conformity With and Deviations From Plans and Stakes Supplement Section 1 -05.4 is supplemented with the following: Contractor Surveying Copies of the Contracting Agency - provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. After award of contract, the Contractor shall be supplied with a digital CAD file of the project to be used for construction staking. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 4t" Street Stormwater Improvements 111 -11 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: 4th Street Stormwater Improvements III -12 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Slope stakes Subgrade grade stakes set 0.04 feet below grade Stationing on roadway Alignment on roadway Surfacing grade stakes Roadway paving pins for surfacing or paving Vertical ±0.10 feet Horizontal ±0.10 feet SPECIAL PROVISIONS ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) N/A ±0.1 feet N/A ±0.04 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Protection and Restoration of Existing Markers and Monuments All existing markers and /or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by Contractor. Perpetuating and documenting existing monuments must be done by a Professional Land Surveyor in compliance with the Application for Permit to Destroy a Survey Monument (WAC 332 -120). Following approval by the Public Land Survey Offices, copies of the Application for Permit shall be forwarded to the City of Port Angeles. After receiving approval from Public Land Survey Office (PLSO) and the City to destroy the survey monuments the Contractor shall completely dig up the monuments identified on the Plans for removal and backfill the 41h Street Stormwater Improvements III -13 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS void per the typical sections. The exposed area shall be temporary patched with HMA or cold mix asphalt as approved by the Engineer. All existing property corner markers and /or monuments disturbed or removed by Contractor's operations that, in the opinion of Engineer, were not required to be removed for construction purposes shall be replaced, at Contractor's own expense, by a Professional Land Surveyor registered in the State of Washington. Measurement Contractor Surveying Per Lump Sum Contractor Surveying shall be measured per lump sum for all surveying efforts as specified in this section. Payment The lump sum contract price for "Contractor Surveying" shall be full pay to perform the Work specified, including establishing grade stakes and hubs, any resurveying, checking, correction of errors; replacement of missing, moved, or damaged stakes, property corners, or monuments; coordination; and preparation of record drawings. Measurement and payment for hot mix asphalt to fill voids left by removed monuments shall be per 5 -04 herein. 1 -05.5 As -Built Drawings Section 1 -05.5 is supplemented with the following: Supplement As -built drawings are required to be maintained by the Contractor. The as -built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as -built conditions. These as -built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including valves. 41" Street Stormwater Improvements III -14 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1 -05.7 Removal of Defective and Unauthorized Work Supplement (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.10 Guarantees Delete this section and replace it with the following: Replacement The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, 4th Street Stormwater Improvements III -15 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. All costs associated with this item shall be incidental to the contract prices for the various bid items. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing Replacement (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. 4t" Street Stormwater Improvements III -16 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1 -05.13 Superintendents, Labor and Equipment of Contractor Modification (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: Modification All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Proiect Engineer's office. Electronic copies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) New The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 APWA GSP) New No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed Supplement (October 1, 2005 APWA GSP) Supplement this section with the following: 4th Street Stormwater Improvements III -17 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well -known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Apprenticeship Utilization Plan Apprentice Utilization Requirement. Pursuant to Chapter 3.80 PAMC, the City has established for all construction contracts totaling $1,000,000 or greater a minimum Apprentice Utilization Requirement of 15% of contract labor hours for all contracts. The 15% contract labor hours may be an aggregate of both contractor and subcontractor apprentice labor hours. The Contractor shall ensure compliance with the apprenticeship training standards for each trade or craft that is utilized, as set forth by the Washington State Apprenticeship and Training Council (SAC). 2. Apprenticeship Utilization Plan. a. The top ranked bidder shall submit an Apprenticeship Utilization Plan to the City for approval on the attached form, but no later than 7 calendar days following notice of selection for prospective award based on the bid results. The Plan submitted shall demonstrate the distribution of Apprentices across the trades and crafts wherever feasible. The Plan shall include the following elements: (1) An estimate of the Total Labor Hours by trade and craft to be worked by the Contractor and all subcontractors. (2) An estimate of the Total Labor Hours in each trade or craft to be worked by Apprentices and journey workers and an overall rate of apprentice participation that is not less than the Apprentice Utilization Requirement. (3) A list that contains the names of all proposed subcontractors who will perform work on this Contract. 41h Street Stormwater Improvements III -18 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS (4) Specific efforts proposed by the Contractor and all subcontractors to achieve the Apprentice Utilization Requirement. b. Upon request, the Contractor shall submit written verification from each of its proposed subcontractors that the proposed subcontractor has been notified of the Apprenticeship Program requirements. If the contractor cannot show its 15% minimum apprentice hours proposal, the bid may be deemed non - responsive by the City. The City reserves the right to reject any bid that does not comply with the requirements of the Apprenticeship Utilization Plan, to request revisions to the Contractor's Apprenticeship Utilization Plan, or to withhold final approval of the plan until such time as the information contained in the plan meets the requirements of this section. c.The Contractor shall require each of its subcontractors identified in the plan to comply with their identified apprenticeship utilization amounts. 3. Apprenticeship Utilization Report. a. The Contractor shall submit with each monthly progress payment request an Apprenticeship Utilization Report. The Report will be submitted on a form and format acceptable to the City. Each Report shall show the utilization by trade of actual work performed by apprentices for the Contractor, subcontractors and all sub tier contractors; the identification of individual apprentices by name and Washington State apprenticeship registration number; and the total apprentice labor hours worked on a monthly basis from the beginning of the Contract to the end the last month covered within the period covered by the payment request. The City may withhold progress payments to the Contractor for failure to provide a complete Report as specified in this section. b. The City may visit at any time the work site {s) to determine the actual employment levels of apprentices. The Contractor and the subcontractors shall provide any assistance requested by the City during such visits. 4. Changes in the Apprenticeship Utilization Plan or Apprentice Utilization Requirement. If, during the term of the Contract, the Contractor determines that it will be unable to comply with the Apprenticeship Utilization Plan or the Apprentice Utilization Requirement, the Contractor may make a written request for a reduction or modification of the Requirement to the City consistent with PAMC Section 3.80.040(5). To the extent that the request is based upon PAMC Section 3.80.040(5), the request shall include written documentation of the Contractor's good faith efforts and inability to utilize Apprentices registered with SAC. Documentation provided by the Contractor must clearly demonstrate that the requested numbers of Apprentices or candidates for apprenticeship are not available to meet the Apprentice utilization percentage. 5. Good Faith Efforts. a. The Contractor shall ensure that good faith efforts are made to meet the Apprentice Utilization Requirement. In fulfilling the good faith efforts requirement, the Contractor 4th Street Stormwater Improvements III -19 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department shall, at a minimum, take (or, where appropriate, require its subcontractors to take) the following steps: (1) Contact SAC approved program sponsors to request Apprentices and notify the sponsor that this effort is in regard to the City's Apprenticeship Program. (2) If Apprentices are available, proceed with the hiring process. (3) If Apprentices are not available through SAC approved program sponsors, contact other recruitment/referral agencies, including, but not limited to Peninsula College and the Port Angeles Business Association, and request such candidates for the SAC apprenticeship program. If Apprentice candidates are available through these agencies, request direct entry into the SAC approved apprentice program and, proceed with the hiring process, and provide appropriate documentation to the City. (4) If direct entry of the candidate(s) into the SAC approved apprentice program is denied, request documentation of the denial from the SAC approved program. Forward this documentation to the City. (5) If Apprentice candidates are not available through recruitment/referral agencies, request documentation of the unavailability from the recruitment/referral agencies and pursue any other reasonable recruitment methods including, but not limited to advertising in appropriate Port Angeles news media. Forward documentation of contacts with recruitment/referral agencies and other efforts to recruit targeted Apprentices to Port Angeles. (6) If Apprentices are not available, document the request and obtain documentation from the SAC approved program sponsor of the fact that such persons are unavailable. Forward this documentation with the next Report submittal, but no later than 30 calendar day from the last Report submission. b. The Director of Public Works and Utilities will evaluate the request for a reduction or modification in accordance with the provisions of PAMC Section 3.08.040(5). If appropriate, the Director shall direct that a change order be prepared by the City reducing the Apprentice Utilization Requirement. If the Director determines that a reduction in the Apprentice Utilization Requirement is not justified, the Director shall provide a written response of its denial to the Contractor within ten (10) working days from the date of receipt of the Contractor's written request. 6. Failure to Comply With the Apprenticeship Requirements. a. If the Contractor does not comply with the Plan, the City may withhold progress payments. b. Unless otherwise determined by the Director, in accordance with the standards established in PAMC Section 3.08.040(5), failure by a Contractor to comply with the Apprenticeship Program requirements shall be deemed a breach of Contract for which the City shall be entitled to all remedies allowed by law and under this contract. In the event the Contractor and /or its subcontractors fail to comply with the Apprenticeship Program requirements, the City may withhold progress payments, assess liquidated damages, and seek any other remedy allowed by law. Failure to 4th Street Stormwater Improvements III -20 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS comply with the apprenticeship utilization requirements may be considered evidence bearing on a contractor's qualification for award of future Contracts. 7. Liquidated Damages. This Contract hereby incorporates by reference Chapter 3.80 PAMC (Apprenticeship- Program). The unexcused failure of the Contractor or any subcontractor to comply with any of the requirements of Chapter 3.80 PAMC shall be a breach of contract. The purpose of Port Angeles's Apprenticeship Program is to provide the region with a well- trained work force. Port Angeles in general, and its Apprenticeship Program in particular, are damaged when Apprentice participation and training does not occur at the required levels. Because the actual amount of such damage is not reasonably calculable, the parties agree and stipulate that Liquidated Damages will be the current Washington State Labor and Industry Prevailing Hourly Wage Rate for Clallam County, at time of Contract Execution, for the classification of General Laborer Apprentice for every short fall hour of Apprentice participation, will fairly compensate the City's resulting delays in carrying out the purpose of the Apprenticeship Program, the costs of meeting utilization requirements through additional contracts, the administrative costs of investigation and enforcement, and other damages and costs caused by the violation. The following example is for informational purposes only. • Assume Prevailing Hourly Wage Rate for General Laborer Apprentice is: $20.98 • Total labor hours subject to the apprenticeship requirement: 10,000 • Total labor hours to meet the apprenticeship requirement: 1,500 (10,000 X 15% = 1,500) • Actual Apprentice hours reported: 1,000. • Shortfall in Apprentice hours: 500 • Liquidated damages: $10,490.00 (500 hours X $20.98 = $10,490.00) 8. For additional information about the Apprentice Utilization Requirement refer to Chapter 3.80 PAMC. 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) Replacement The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 4'h Street Stormwater Improvements III -21 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1- 07.2(1) State Sales Tax — Rule 171 SPECIAL PROVISIONS WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1 -07.6 Permits and Licenses Supplement (March 13, 1995) Section 1 -07.6 is supplemented with the following: No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The City has secured a permit from the U.S. Army Corps of Engineers (see Attachment H). All terms and conditions of the permit must be followed. 1 -07.9 Wages Supplement (April 2, 2007) Section 1 -07.9 is supplemented with the following: Application of Wage Rates for the Occupation of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: 4th Street Stormwater Improvements 111 -22 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444 Request for Authorization of Additional Classification and Wage Rate available at http: / /www.wdol..qov /docs /sfl444.pdf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1 -07.11 Requirements for Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Supplement Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women — Statewide Timetable Goal Until further notice 6.9% Minorities — by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 4th Street Stormwater Improvements III -23 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of 4th Street Stormwater Improvements III -24 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; C. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 41h Street Stormwater Improvements III -25 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, nor the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative action's to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the 4'h Street Stormwater Improvements III -26 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of 4th Street Stormwater Improvements III -27 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS these meetings, persons attending, subject matter discussed, and disposition of the subject matter. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. 1. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. M. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. P. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, 4th Street Stormwater Improvements 111 -28 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs, Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), 4th Street Stormwater Improvements III -29 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 1 -07.16 Protection and Restoration of Property Supplement Supplement this section with the following: Prior to the start of any construction activities, the contractor shall submit to the City Engineer, a copy of the written agreement between the Contractor and Owner of the property the Contractor plans to use as a staging area and /or stockpile site. The Contractor is fully responsible for protection, cleanup and restoration of the property. No material shall be stockpiled in the right -of -way and all materials that are not to be salvaged shall be hauled and disposed of legally off -site to an approved disposal site in accordance with local, state and federal requirements and section 2- 03.3(7)C. 1- 07.16(4) Archaeological and Historical Objects Supplement This section is supplemented by the following: A City contracted Archaeologist is required to be onsite during all ground disturbing activities at the base of the bluff in the area shown in the Project Plans on Sheet C3.5 and as stipulated in the ACOE permit conditions. The contractor shall give at least seven (7) days' notice prior to performing any ground disturbance. The Contractor must complete this work within five (5) working days. The City Archaeologist has reviewed the construction plans for the remainder of the project area and determined that the permitted ground disturbing project is located in locations unlikely to contain intact archaeological or significant historical resources. Since this is replacement of existing City infrastructure it will have no impact on any historic structures in the vicinity of the work area. The project components on top of the bluff are unlikely to encounter archaeological resources given its separation from areas designated with medium or high archaeological probability. As such, the work may proceed without an on -site archaeological monitor or additional archaeological or historical investigations. 2. If any items suspected to be historical or archaeological in nature are observed; the ground disturbance must stop and the City Archaeologist must be contacted for further direction before ground disturbing work resumes. 3. The City Archaeologist may conduct a site visit to inspect the ground disturbing actions. 41h Street Stormwater Improvements 111 -30 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 1 -07.17 Utilities and Similar Facilities Supplement Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1- 800 - 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements Replacement A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy Shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall 4th Street Stormwater Improvements III -31 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and noncontributory insurance as respects the Contracting Agency's insurance, self - insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): The Contracting Agency and its officers, elected officials, employees, agents, design consultants (PACE Engineers) and volunteers The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)6. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein 41h Street Stormwater Improvements III -32 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1 -07.18 (2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. All insurance policies shall contain a waiver of subrogation against the Contracting Agency, the State, and any Additional Insured(s), and their respective departments, agencies, boards, and commissions, and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease — Policy Limit $1,000,000 Disease — Each Employee 41h Street Stormwater Improvements III -33 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1- 07.18(5)B Automobile Liability SPECIAL PROVISIONS Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.23 Public Convenience and Safety Supplement Section 1 -07.23 is supplemented with the following: The construction safety zone for this project is 10 feet from the outside edge of the traveled way. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time. Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling public. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. In addition to the requirements of Section 1- 07.23(1) of the Standard Specifications, the following provisions shall apply: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer at least one work day in advance of the need to restrict parking within the project limits. The Engineer will notify the Police Department of the required restricted parking. 3. Prior to cutting across driveways and business or parking accesses, the Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE. 4. Every effort shall be made to limit restrictions to access of businesses to short periods of time. The Contractor may be required to address business access concerns on short notice. Modification(s) to the contract to compensate the Contractor for changes due to access concerns shall only be made if such change results in an impact on the delivery schedule of more than one day and /or a significant change in labor or equipment requirements. 4th Street Stormwater Improvements III -34 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 1- 07.23(1) Construction Under Traffic Modification Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the routine maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. 41h Street Stormwater Improvements III -35 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (August 7, 2006) Lane closures are subject to the following restrictions: If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. 1 -07.24 Rights of Way Replacement (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on 4th Street Stormwater Improvements III -36 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours' notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters New (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference New (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 41' Street Stormwater Improvements III -37 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Add the following new section: 1- 08.0(2) Hours of Work (June 27, 2011 APWA GSP) SPECIAL PROVISIONS New Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24 -hour period. Add the following new section: 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees New (May 25, 2006 APWA GSP; may not be used on FHWA- funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8- hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be 4th Street Stormwater Improvements III -38 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.3 Progress Schedule 1- 08.3(2)A Type A Progress Schedule Modification (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) Revise this section to read: The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Replacement Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) Section 1 -08.5 is supplemented with the following: Supplement This project shall be physically completed within 75 working days. Ground disturbance along Marine Drive and Hill Street as shown on Sheet C3.5 must be completed within five (5) working days and is subject to the Liquidated Damages clause. 4th Street Stormwater Improvements III -39 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Revise the third and fourth paragraphs to read: SPECIAL PROVISIONS Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 f. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: Modification At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and pedestrian 4th Street Stormwater Improvements III-40 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS access routes for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road, alternative pedestrian access route or detour. 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: Supplement The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.7 Mobilization Supplement this section with the following: Supplement The contractor shall include in lump sum price for Mobilization, the cost to provide a photo record of the alignment including any improvements, traffic markings, pavement cracks, sidewalk cracks etc. The photo record shall be taken prior to the start of any construction activity. The Contractor shall submit the digital photo file and a color copy of each of the photographs to the Engineer on 8 1/2 x 11 inch paper. Each photograph shall be marked with the pipeline station and the direction the photographer is facing. Provide additional photos if requested by the Engineer. Maintain the digital photos on file for the duration of the project. 1 -09.9 Payments (June 27, 2011 APWA GSP, Option A and B) Supplement this section with the following: Supplement Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification that shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The 4th Street Stormwater Improvements III-41 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management (December 1, 2008) 1- 10.2(1) General Section 1- 10.2(1) is supplemented with the following: Supplement Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 41h Street Stormwater Improvements III-42 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1- 10.2(2) Traffic Control Plans Modification Delete the first two sentences of the first paragraph and replace with the following: The contractor shall be fully responsible for temporary traffic control. The contractor shall, by letter to the City engineer, indicate that WSDOT standard "K" plans shall be utilized for temporary traffic control. If the current WSDOT standard "K" plans are not utilized, the contractor shall provide a traffic control plan(s) for review and approval by the City Engineer in accordance with the Manual on Uniform Traffic Control Devices. Delete the first sentence of the second paragraph and replace with the following: The Contractor's submittal, whether adopting the standard WSDOT "K" plans or proposing a Contractor - developed plan, shall include the project specific detour routes, including locations, duration, and schedule for each proposed detour route. The Contractor's submittal shall indicate the proposed number and location of flaggers and spotters. 1 -10.3 Traffic Control Labor, Procedures, and Devices 1- 10.3(3) Traffic Control Devices 1- 10.3(3)A Construction Signs Section 1- 10.3(3)A is revised to read: Modification All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor, except for the project sign. All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials and be fabricated in accordance with Section 9 -28. All signs shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the Plans. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. Class A signs shall be used at each raingarden intersection as specified by the Engineer for Construction Ahead, and End Construction signs. Payment for Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. 4th Street Stormwater Improvements III-43 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Furnishing Class B signs will be in accordance with Section 1- 10.3(3)A. Payment for setup and take down of Class B signs will be paid for under the lump sum bid item "Project Temporary Traffic Control ", Section 1 -10.4. The condition of the signs shall be new or "Acceptable" as defined in the book, Quality Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition of a sign shall be final. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898 -5400, FAX: (703) 898 -5510. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. 1 -10.5 Payment 1- 10.5(1) Lump Sum Bid for Project (No Unit Items) Supplement Section 1- 10.5(1) is supplemented with the following: Payment for "Project Temporary Traffic Control," lump sum, shall include installation and removal of two City provided project signs. The contractor shall provide posts, appropriate fasteners, labor, equipment, and tools necessary for installation of the project sign at a location designated by the Project Engineer and all costs thereof shall be included in the contract bid amount for "Project Temporary Traffic Control," lump sum. Insert the following New Section 1 -12 UTILITY LOCATION New 1 -12.1 Description The contractor shall locate and protect all utilities in accordance with section 1 -07.17 Prior to installation of pipe, locate all sanitary sewers, storm sewers, water mains, and water services that cross the proposed stormwater main alignment or are located below the proposed bioretention cells as specified in the construction plans. If the depth of these utilities cannot be determined by measure downs at manholes or catch basins, contractor shall excavate at the location of the crossing to verify the depth. If the utility is not exposed by excavating to a depth of 1 foot below the elevation of the proposed stormwater main or bottom elevation of the raingarden fill material, no additional excavation is necessary. Backfill excavations in accordance with the Typical Trench Section shown on the Drawings, except an Engineer - approved cold mix asphalt material may be used in lieu of hot mix asphalt. 1 -12.2 Not Used 1 -12.3 Not Used 4th Street Stormwater Improvements 111-44 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1 -12.4 Measurement SPECIAL PROVISIONS Insert this the following section: Excavations for Utility Locate Per Each Excavations for Utility Locate shall be measured per each for all work described in this section and as shown on the construction plan set. 1 -12.5 Payment Payment shall be made in accordance with Section 1 -04.1 for the following bid item: "Excavations for Utility Locate ", per each shall be full pay for the work described in this section. 4th Street Stormwater Improvements III-45 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description Supplemented with the following: SPECIAL PROVISIONS Supplement Removal and disposal of tree and removal and disposal of landscaping on this project shall be performed within the following limits: As necessary for workspace, to allow for installation of planned work, where indicated on the plans or directed by the Engineer. 2 -01.3 Construction Requirement Supplement 2- 01.3(3) Removal and Disposal of Tree and Removal and Disposal of Landscaping Supplemented with the following: 1. Haul pieces of existing trees and vegetative landscaping elements to an off- project lawful disposal site immediately following removal. 2. All salvageable landscaping materials including but not limited to concrete block wall shall be stored on site until final property restoration. Storage of these materials to be determined jointly between the contractor and the respective property owner. 3. Replace at no expense to the Contracting Agency any existing pavement, sidewalks, or curbs designated to remain that are damaged during the removal and disposal of trees and removal and disposal of landscaping. 2 -01.4 Measurement Supplemented with the following: Tree Removal and Disposal Per Each Landscaping Removal and Disposal Per Lump Sum Supplement Tree removal and disposal shall be measured by each tree removed. Landscaping removal and disposal shall be measured per lump sum for all landscaping removed as shown on the construction plan set. 2 -01.5 Payment Supplement Supplemented with the following: Payment will be made in accordance with Section 2 -04.1 for the following bid items: All costs for tree removal and disposal on this project shall be included in the unit bid price for "Tree Removal and Disposal', per each tree. All costs for landscaping removal and disposal on this project shall be included in the unit bid price for "Landscaping Removal and Disposal ", per Lump Sum. 41h Street Stormwater Improvements III-46 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description Supplement (March 13, 1995) Supplemented with the following: This work includes removing existing pavement, cement concrete sidewalk, concrete curb /gutter, catch basins, manholes, storm sewer pipe, surface staked stormwater pipe and any other items to be removed as noted on the Plans. The Contractor is responsible to remove and replace all items damaged by construction activities. 2 -02.3 Construction Requirements 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs Supplement Supplemented with the following: 1. Haul broken -up pieces of existing pavement, sidewalks, and curbs to an off- project disposal site immediately following removal. 2. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. 3. Replace at no expense to the Contracting Agency any existing pavement, sidewalks, or curbs designated to remain that are damaged during the removal of other pavement. Limit construction activities to the extent of controlling any vibrations transmitted through the soil to any nearby houses, buildings, structures, or adjacent utilities. The maximum allowable particle velocity at the nearest structure shall be limited to 0.5 -inch per second. Measurements shall be taken with a recording device located at the house, building, structure, or over asbestos cement and cast iron water mains. Demonstrate that vibration levels are not being exceeded for each construction activity, including pavement breaking and removal, shoring installation and removal, excavation, placement and removal of sheet piling, and all compaction. 2- 02.3(4) Removal of Culverts, Manholes, Observation Wells, and Other Structures Remove and dispose of structures, pipe, wells, and any other items as necessary to complete the work shown on the Plans. Any material deemed by the Engineer to be salvageable shall be the property of the Owner and shall, upon removal, be immediately loaded and hauled to a location designated by the Engineer, and shall be carefully unloaded and neatly stacked or stored. All other material will become the property of the Contractor and shall be removed from the project and disposed of properly at a Contractor - obtained site. Disposal of all materials shall be in accordance with applicable state and local regulations. All work associated with the removal of catch basins and other structures shall be included with and incidental to "Removal and Disposal of Existing Catch Basin." All work associated with the removal of storm sewer pipe shall be included with the "Removal and Disposal of Existing Storm Sewer Pipe." 4th Street Stormwater Improvements 111-47 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 2- 02.3(5) Saw Cutting SPECIAL PROVISIONS The Contractor shall be responsible for ensuring that special precautions are undertaken so that, in accordance with Department of Ecology guidelines, no concrete (asphalt or cement) or concrete by- products are discharged into any storm drain or surface water. Cutting operations will increase the pH of water, therefore filtering is not acceptable. Thoroughly clean saw cuts where necessary by the use of high pressure water (1,00 psi or greater). All wastewater shall be collected using vacuuming and /or pumped into containers for disposal. Disposal shall be away from storm drains in compliance with all permits and regulations. Impervious surfaces contaminated from cutting operations shall be cleaned by sweepers to prevent contaminants from entering storm systems. All sawcutting of existing HMA, concrete sidewalks, and concrete curb and gutter shall be incidental to the bid items "Removal and Disposal of Existing Pavement ", "Removal and Disposal of Existing Sidewalk ", and "Removal and Disposal of Existing Concrete Curb and Gutter ". 2 -02.4 Measurement Supplemented with the following: Supplement "Removal and Disposal of Existing Pavement" Per Square Yard "Removal and Disposal of Existing Sidewalk" Per Square Yard "Removal and Disposal of Existing Curb and Gutter" Per Linear Foot "Removal and Disposal of Existing Drainage Structure" Per Each "Removal and Disposal of Existing Storm Sewer Pipe" Per Linear Foot "Removal and Disposal of Surface Staked Storm Sewer Pipe" Per Linear Foot 2 -02.5 Payment Supplemented with the following: Supplement Removal and disposal of existing pavement shall be paid by square yardage removed. Removal and disposal of existing sidewalk shall be paid by square yardage removed Removal and disposal of existing curb and gutter shall be paid by linear footage removed. Removal and disposal of existing drainage structure shall be paid by each structure removed. Removal and disposal of existing storm sewer pipe shall be paid by linear footage removed. Removal and disposal of surface staked pipe shall be paid by linear footage removed Haul and disposal of as well as any necessary equipment, labor, materials, sawing, breaking, planning, and /or grinding shall be made and shall be included in the unit contract bid price for removing any item identified for removal in this section and in the plans. 4th Street Stormwater Improvements III-48 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department Removal of pavements shall include all costs associated with removing and either disposing of, and /or salvaging, appurtenant facilities such as manhole lid and frames, handholds, access portals, valve boxes and covers, conduit, etc., as indicated on the drawings or directed by the Engineer. All debris, saw slurry, and grindings shall be prevented from entering any drainage system and shall be removed from the project area and shall be included in the unit bid contract price for removing any item identified for removal in this section. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.1 Description Modification The first paragraph is revised as follows: The Work described in this Section, regardless of the nature or type of the materials encountered, shall include the excavating, hauling, and disposal of the existing roadways, channels and ditches. Roadway Excavation shall include removal of subgrade of the existing roadway and roadway shoulders within the right -of -way to the grades as shown in the construction plans. The boundaries of the areas shall not be changed regardless of how similar or dissimilar the materials are from one area to another. All work must conform to the alignment, grade, and cross sections shown in the Plans or established by the Engineer. 2 -09 STRUCTURE EXCAVATION 2 -09.5 Payment Supplement Supplemented with the following: "Controlled Density Fill" shall be paid by the cubic yard placed. The quantity of Controlled Density Fill shown in the bid schedule is an estimate that is provided to establish a contract bid price. The quantity of Controlled Density Fill placed in the field may vary from the quantity shown in the bid schedule and the bid item "Controlled Density Fill" shall not be subject to renegotiation of the contract cost as outlined in section 1 -04.6 of the standard specifications. 4t" Street Stormwater Improvements III --49 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS Add the following New Section: 5 -00 GENERAL REQUIREMENTS 5 -00.1 Permanent Surface Restoration SPECIAL PROVISIONS New Roadway restoration shall be provided as required in the plans. Curb and gutter that is to be removed or is damaged during construction shall be replaced in kind and in accordance with Section 8 -04. Surface restoration inside the roadway and sidewalks /driveway entrances shall be in accordance with the following table and applicable sections of the standard specifications. TYPE OF FACILITY SURFACING TOP COURSE BASE SIDEWALKS 4" Pervious Concrete (6" 6" Discharge N/A Concrete at driveways) Aggregate COLLECTOR ARTERIAL 4" HMA 2" CSTC N/A ROADWAY ACCESS STREETS 2" HMA 2" CSTC N/A ROADWAY 5 -00.2 Street Classification The following streets and parts of streets within the City are hereby designated as collector arterial streets: "M" Street from 4th Street to 18th Street. 5th Street from Tumwater Street to "L" Street. All other streets within project site are classified as Access Streets. 5 -04 HOT MIX ASPHALT 5 -04.2 Materials The section is supplemented with the following: Crushed Surfacing Top Course 5 -04.3 Construction Requirements 5- 04.3(7)A Mix Design 9- 03.9(3) Delete the section in its entirety and replace with the following: Supplement Replacement 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti -strip requirements for the HMA. 41h Street Stormwater Improvements III -50 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS The mix design will be the initial Job Mix Formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). 2. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents. Non statistical acceptance testing will be conducted as outlined in 5- 04.3(8)A. 3. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract Special Provisions. Where HMA Commercial is used for the traveled way, a minimum of one acceptance test to verify gradation, sand equivalent, and oil content is required in addition to the Manufacturer's Certificate of Compliance. 5- 04.3(8)A Acceptance Sampling and Testing — HMA Mixture Modification Delete and replace Items 1 and 2 with: General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2006 edition, section 5- 04.3(8)A, sections 3 through 6. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMA less than 2500 tons in any application. Testing beyond that specified in 5- 04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti -strip additive, where required, will be verified and documented by the engineer. 2. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, voids in mineral aggregate (VMA), fracture and gradation will be their conformance to the requirements of Section 9- 03.8(2) the Standard Specification, 2006 edition. Delete second paragraph, Item 4 Delete Item 7. 5- 04.3(10) Compaction 5- 04.3(10)B Control Replacement Delete the section in its entirety and replace with the following: For HMA paving with a compacted course thickness greater than 0.10 foot, the acceptable level of compaction shall be a minimum of 91 percent of the maximum density as determined by WSDOT FOP for AASHTO T209. The level of compaction will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. 4th Street Stormwater Improvements III -51 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Testing shall be the City's responsibility. Compaction testing shall be performed by a qualified, independent commercial testing laboratory or certified technician approved by the Engineer. Test results shall be made available to the Engineer as tests are completed, with certified written results provided within 2 working days. Cores may be used as an alternate to the nuclear density gauge tests. The Contractor shall submit the name of the proposed testing lab to the Engineer for approval along with the mix design submittal. The Engineer may elect to collect core samples for verification of densities determined by the Contractor's nuclear density gage tests. Where there is a discrepancy between the density determined by cores and the density determined by nuclear density gage tests, the cores shall be considered correct. When the cores indicate the acceptable level of compaction within the lot has not been achieved, the cost for coring will be deducted from any monies due or that may become due the Contractor under the contract at the rate of $125 per core. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non - complying material may be accepted at a reduced price. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compaction characteristics of the mix design. Compaction characteristics shall be based on the ability of the mix to attain the specified minimum density (91 percent of the maximum density determined by WSDOT FOP for AASHTO T209). Following determination of compaction characteristics, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compactible. HMA constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. All testing of HMA paving shall be incidental to the contract price per ton of "HMA, Cl. 1/2" PG 64 -22— 2" Depth" and "HMA, Cl. 1/2" PG 64 -22— 4" Depth." 5- 04.3(13) Surface Smoothness The section is supplemented with the following: Supplement All joints shall be butt joints unless otherwise directed by the Engineer. Where directed by the Engineer, the Contractor shall feather the hot mix asphalt pavement overlay in a manner to produce a smooth riding connection to the existing pavement. 41h Street Stormwater Improvements III -52 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 5- 04.3(22) Hot Mix Asphalt Pavement Overlay New Add the following new section: Asphalt for Hot Mix Asphalt Pavement Overlay shall be Hot Mix Asphalt, Cl 1/2', PG 64 -22 per the materials sections as indicated in 5 -04.2. The Contractor shall place the hot mix asphalt pavement overlay in accordance with these Specifications and to the limits indicated on the Plans. 5- 04.3(23) Saw Cut for Existing Pavement New Add the following new section: Saw cuts for existing pavement, driveways, sidewalks, curbs and other hard surfaces shall be full depth. Saw cutting is incidental to the other bid items included in the Work. 5 -04.5 Payment Supplement The section is supplemented with the following: All costs for furnishing and applying tack coat and installing permanent pavement shall be included in the unit Contract price for "HMA, Cl. 1/2" PG 64 -22— 2" Depth" and "HMA, Cl. 1/2" PG 64 -22— 4" Depth." Payment will be made for the following bid items: The unit contract price for the above items will be full pay for all materials, labor, equipment, and other incidental costs for completing the work as described in the Specifications and shown on the Plans. 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture Replacement Delete the section in its entirety and replace with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1'/2 ", 1 '/2" %" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance 4t" Street Stormwater Improvements III -53 Project No. DR03 -2009 HMA Cl. 1/2" PG 64 -22 — 2" Depth Per Ton HMA Cl. 1/2 ", PG 64 -22 — 4" Depth Per Ton The unit contract price for the above items will be full pay for all materials, labor, equipment, and other incidental costs for completing the work as described in the Specifications and shown on the Plans. 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture Replacement Delete the section in its entirety and replace with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1'/2 ", 1 '/2" %" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance 4t" Street Stormwater Improvements III -53 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCFM) will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction Replacement Delete the section in its entirety and replace with the following: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. Add the following New Section: 5 -06 PERVIOUS CEMENT CONCRETE SIDEWALK 5 -06.1 Description New Section 5 -06 describes work consisting of constructing pervious cementitious sidewalk and walkway applications including excavation, subgrade preparation, geotextile, and aggregate discharge subbase, that shall allow surface water to permeate through the pervious surface into the supporting materials to allow infiltration or detention of surface waters. 5 -06.2 Materials Materials shall meet the requirements of the following Sections: Portland Cement and Blended Hydraulic Cement 9 -01 Fine Aggregate for Portland Cement Concrete 9- 03.1(2) Aggregates for Pervious Pavements 9- 03.1(3) 4t" Street Stormwater Improvements III -54 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Crushed Gravel (Mineral Aggregate) 9 -03.11 Premolded Joint Filler for Through, 9- 04.1(2) Construction, and Expansion Joints Curing Materials and Admixtures 9 -23 Water 9 -25 Construction Geotextiles 9 -37 Portland cement shall be Type II, Type IP, or Type IS.. Blended hydraulic cement shall conform to the requirements of Section 9- 01.2(4). Allowable Pozzolans: 1. Fly ash, if used, shall be Class F as specified in Section 9 -23.9. 2. Ground granulated blast furnace slag, if used, shall be as specified in Section 9- 23.10. 3. Microsilica fume shall not be allowed. See Sections 9 -01 and 9 -23 for additional constraints. Fine aggregate for pervious concrete shall be Class 1 as specified in Section 9- 03.1(2). Coarse aggregates for pervious concrete shall conform to the requirements of Section 9- 03.1(3). Unless otherwise specified or shown on the Drawings, aggregates for the discharge subbase gravel shall meet the requirements of Mineral Aggregate Type 24 per 9 -03 or substitute material approved by the Engineer. Aggregates for the discharge subbase gravel shall meet the requirements of Mineral Aggregate Type 24 per 9 -03 or substitute material approved by the Engineer. Premolded joint filler for isolation joints shall conform to the requirements of Section 9- 04.1(2). Curing materials shall be sheet materials as specified in Section 9 -23.1. Hydration stabilizing admixtures shall meet the requirements of ASTM C494, Type B or Type D. Microfibers shall conform to the requirements of ASTM C 1116, Type III and shall be 1/2 inch in length. Unless otherwise specified or shown on the Drawings, geotextile shall be nonwoven and shall meet the requirements of Tables 1 and 2 of Section 9 -37.2 for Moderate Survivability and Class C. 5 -06.3 Construction Requirements 5- 06.3(1) Pervious Concrete Mix Design The Contractor shall propose a mix design for pervious concrete and shall submit the mix design to the Engineer for acceptance prior to constructing the test panels. Pervious concrete shall not be placed in the test panels without a mix design that has been reviewed and accepted by the Engineer. 5- 06.3(1)A Mix Design Criteria The Contractor shall include the following elements and results of the described procedures in the proposed mix design: 1. The cementitious content, including pozzolans if used, shall be a minimum of 500 pounds per cubic yard. 2. The mix shall incorporate a hydration stabilizing admixture. 4th Street Stormwater Improvements III -55 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 3. The mix shall incorporate 1/2 inch microfibers at a rate of 1.5 pounds per cubic yard. 4. The mix shall be designed to have a total void content greater than 15 percent and less than 30 percent, in place, as constructed. (Void content of the mix will be determined from a minimum three (3) samples of four (4) inch diameter core samples from a finished test panels of the proposed mix design using the following method; see Section 5 -06 .3(4) Al.) 5. The water / cement ratio shall be between 0.27 and 0.35. 6. Fine aggregate may be added to the mix, but shall not exceed three (3) cubic feet per cubic yard. 7. No more than 25 percent of portland cement in the mix, by weight, may be replaced by fly ash, ground granulated blast furnace slag, or a combination of both. 5- 06.3(1)B Job Mix Formula (JMF) Once accepted by the Engineer, the mix design shall become the Job Mix Formula (JMF) and shall not be modified in any way. The JMF shall be determined from information submitted under Section 5- 06.3(2) and from results of test panels testing as described in Section 5- 06.3(7)B. The JMF shall include the following: 1. Batch weights of all constituents. 2. Portland cement type and brand. 3. Pozzolan type and source. 4. Microfiber brand. 5. Admixture type and brand. 6. Aggregate source(s) and gradation(s). 7. Fresh density of the pervious concrete. 8. Unit weight of the hardened pervious concrete. Modifications to the JMF will not be allowed and any modified mix placed in the Work will be rejected. Proposed modifications to the JMF shall be submitted as a new mix design and shall require a new test panels to validate the proposed mix design and determine the new JMF. If accepted by the Engineer, the new mix design shall become the JMF. Only one (1) JMF shall be valid at any time. Admixture dosages may be modified as needed to maintain mix properties. 5- 06.3(2) Submittals In accordance to Section 1 -05.3, the Contractor shall submit the following items to the Engineer for acceptance prior to placing any pervious concrete pavement or test panels: 1. The source of all materials proposed for use in constructing pervious concrete sidewalks. 2. Batch weights for all constituents of one (1) cubic yard of the proposed pervious concrete mix. 4th Street Stormwater Improvements III -56 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 3. The specific gravity (SSD) of all aggregates to be used in the proposed pervious concrete mix. 4. The proposed gradation of coarse and fine (if used) aggregates used in pervious concrete. 5. The designed volume in cubic feet of 1(one) cubic yard of the proposed pervious concrete mix. 6. The target voids content of the cured proposed cured pervious concrete mix. 7. The design water / cement ratio of the proposed mix design. 8. The fresh density of the proposed pervious concrete mixture as determined using the jigging procedure outlined in ASTM C29. 9. The proposed gradation of aggregates to be used in the discharge subbase gravel. 10. Catalogue cuts for all proposed admixtures and geotextiles. 11. Chemical analyses of the portland cement and pozzolans, if used, for the current lot to be used in the production of the proposed pervious concrete mix. The Contractor shall maintain this submittal throughout the duration of the project as lots change. 12. Manufacturer certification(s) that the current lot of portland cement and pozzolans, if used, conform to the requirements of Section 5 -06.2. The Contractor shall maintain this submittal throughout the duration of the project as lots change. 13. Current certification by the National Ready Mix Concrete Association (NRMCA) for the batch plant to be used in the production of pervious concrete. 14. Current certifications by the NRMCA for the trucks to be used in transporting pervious concrete from the batch plant to the point of placement. 15. Current certifications by the NRMCA for the Contractor's personnel who will be installing sidewalk for "Pervious Concrete Installer" and "Pervious Concrete Technician ", as applicable. 5- 06.3(3) Equipment The Contractor shall provide all equipment necessary for handling materials and performing all parts of the Work. Vibrators shall not be used for placement of pervious concrete. 5- 06.3(3)A Batching Plant Pervious concrete shall be mixed in a batch plant meeting the provisions of Section 6- 02.3(3)A. 5- 06.3(3)B Mixer Trucks Pervious concrete shall be transported to the location of placement by a rolling drum mixer truck with current (within 12 months) certification by the NRMCA. Non - agitating trucks shall not be used for the transport of pervious concrete. 41h Street Stormwater Improvements III -57 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 5- 06.3(3)C Side Forms SPECIAL PROVISIONS Pervious concrete sidewalks shall be constructed using side forms. Slip form paving will not be allowed. Forms for pervious concrete sidewalks shall be made of steel or wood and shall be in good condition, clean and be capable of being anchored in place so that they will be to true to grade, line and slope. Forms that are bent, warped, unclean or otherwise deemed inadequate by the Engineer, shall not be used. If pervious concrete is to be placed against a curb or other existing structure, the curb or structure shall be used as a side form for the pervious concrete sidewalk paving. Prior to inspection by the Engineer, the Contractor shall inspect all forms for line, grade and slope. No pervious concrete shall be placed until the forms are inspected and accepted by the Engineer. 5- 06.3(3)D Finishing Equipment Finishing equipment for pervious concrete sidewalk paving shall be designed for the intended work, shall be clean and in good operating condition. Vibrating screeds shall not be used for striking off the pervious concrete. Equipment used for striking off the pervious concrete shall leave a smooth surface at the planned grades and shall not cause excess paste to be left on, or drawn to, the surface. The strike off apparatus shall be set up to allow the forms to be overfilled by 1/2 to 3/4 inch, or as necessary, to allow for compaction of the pervious concrete to grade. If rollers are used to compact, the rollers shall be of sufficient weight and width to compact the pervious concrete to grade without marring the surface. Rollers used for compacting pervious concrete shall not cause the surface to close or otherwise clog and shall produce a surface that is free of ridges or other imperfections. Rollers used for producing contraction joints shall be designed and manufactured for the purpose, shall have sufficient weight to produce the joint and shall not otherwise damage or mar the surface. Tamps, hand finishing equipment, and tools for joints shall be in good repair and adequate for the intended use. 5- 06.3(3)E Joint Sawing Equipment Equipment for sawing joints in pervious concrete sidewalks shall be power driven concrete saws. Concrete saws shall not tear, spall or otherwise damage the pervious concrete. The Contractor shall maintain concrete saws in good operating condition and shall keep an adequate supply of blades on hand. Measures to collect dust and slurry during sawcutting operations shall be implemented by the Contractor. There shall be an adequate number of concrete saws and equipment on the project so that sawing may occur at a rate to prevent random cracking of the pervious concrete sidewalk; including contingency in the event of a breakdown. 5- 06.3(3)F Smoothness Testing Equipment The Contractor shall provide a 10 foot straight edge to be used for measuring the profile of the pervious concrete sidewalk. The straight edge device shall be designed so that it may be easily moved from location to location without marring the surface of the freshly compacted pervious concrete. The 10 foot straight edge shall be accepted by the Engineer prior to placing pervious concrete. 4t" Street Stormwater Improvements III -58 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 5- 06.3(4) Measuring And Batching Materials Measuring and batching materials for pervious concrete sidewalks shall conform to the requirements of Section 5- 05.3(4)A. 5- 06.3(4)A Acceptance For acceptance, pervious concrete sidewalk will be divided into lots as determined by the Engineer. A single lot will typically be represented by the lesser of: one (1) day's production or 360 square yards of pervious concrete in place. Where the Contractor has more than one crew placing pervious concrete, lots may be associated with each crew. Representative lot size will be determined to the nearest square yards. If no sample is taken on a Day that Day's quantities may be included in the next or previous Day's lot(s). Acceptance of a lot of pervious concrete sidewalk will be based on the following criteria: 1. Grade: Pervious concrete sidewalk shall be true to planned grades plus or minus 1/2 inch and shall not deviate from grade more than 1/4 inch in ten (10) feet. Where abutting existing facilities such as sidewalks, walkway, curbs, driveways or other pavements, the pervious concrete sidewalk will be flush and provide a transition that will not deviate in more than 1/4 inch in ten (10) feet. 2. Line: Pervious concrete sidewalk margins shall be true to planned lines plus or minus 1/2 inch at any point. 3. Slope: Pervious concrete sidewalk shall be sloped as shown on the Drawings. Slope shall be consistent to within 1/4 inch in ten (10) feet. 4. Conformance to JMF: The pervious concrete used shall conform to the JMF within the limits as set forth in Section 6- 02.3(5)C and as determined from the accepted test panel. 5. Thickness (test panel only or when determined by the engineer): Three (3) core samples of four (4) inches in diameter may be taken from each test panel or lot for acceptance in accordance with ASTM C42. The Contractor shall provide measures to collect slurry and debris during coring operation in order to avoid sealing adjacent pavement. Each Core Sample shall be equal to the minimum section depth or more as specified in the Drawings (minimum 5 inches). After core's length and diameter is measured, trim cores to uniform depth as specified in Section 5- 06.3(4) Al for determining the weight. Core holes shall be filled by the Contractor with concrete meeting the JMF and shall match adjacent pavement texture and grade. 6. Unit Weight (test panel only or when determined by the engineer): The unit weight of each core sample taken for acceptance will be determined using the method described in Section 5- 06.3(4)A1. The unit weight of the core sample for each lot shall be within eight (8) pounds per cubic foot of the unit weight as accepted in the JMF. 7. Infiltration Rate: The infiltration rate of each lot will be tested at four (4) random locations within the lot as described in Section 5- 06.3(4)A2. The average of all four (4) tests shall be greater than 100 inches per hour. 8. Fresh Density: The fresh density will be measured using the jigging procedure outlined in ASTM C29 at the point of placement shall be within or equal to five (5) pounds per cubic foot of the fresh density indicated by the JMF. 4th Street Stormwater Improvements III -59 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 9. Manufacturer's Certificate of Compliance: Each load of pervious concrete transported to the location of placement shall have an original Manufacturer's Certificate of Compliance as specified in Section 6- 02.3(5)B delivered with the load. Photo copies, carbon copies or facsimiles are not acceptable. 10. Appearance: Each lot of finished pervious concrete sidewalk will be inspected for appearance by the Engineer. The pervious concrete sidewalk shall have a consistent surface texture, shall have no more than five (5) percent of the surface area within each panel (joint to joint) filled with paste, shall not be raveled, shall be free of ridges or other surface imperfections, shall have joints that are in the specified location and are constructed per specification, and shall be free of cracks. Quality Assurance Testing: Before final acceptance by the Engineer, the Contractor shall pressure wash the pervious concrete sidewalk. Pressure washing shall be provided and completed by using portable washer equipment working at a minimum of 3000 psi at 1.0 gpm. The nozzle shall be held a maximum of three (3) inches off the concrete surface. The Contractor shall pressure test three (3) locations per lot or as determined by the Engineer. Any sections of pervious concrete that breaks up, ravels, or does not infiltrate shall be removed and replaced with acceptable pervious concrete to the nearest joints. The Engineer will determine the acceptability of the concrete after pressure washing. The Contractor shall decide, after placing the pervious concrete, when to perform the quality assurance pressure wash testing for the acceptance. 5- 06.3(4)A1 Void Content Of The Mix — Lab Test The test panels will not be accepted unless each of the cores has a void content between 15 and 30 percent. Determine the bulk specific gravity (GB) of the core using the method described in ASTM D1188. Core samples shall be trimmed to 4 -1/2 inches in depth to provide increased uniformity of test results. Trimming shall be squared and from the bottom of each pavement core samples. Dry the core samples at a temperature not to exceed 65 C (150° F) until a constant mass (±0.1%) is obtained and allow to cool to ambient temperature. Remove paraffin coating from core samples. Weigh the core and record weight to the nearest 0.1 g. Use the pycnometer apparatus as described in ASTM D2041. Place core samples in calibrated pycnometer and cover completely with water. If the core sample is too large to be placed into the pycnometer, it may be broken into pieces and placed into the pycnometer together or the pieces may be evaluated separately. Place the lid on pycnometer and fasten it on a mechanical agitation device. Turn on the agitation device and slowly apply a vacuum to the pycnometer until the vacuum reaches 3.7 ± 0.3 kPa (27.5 ± 2.5 mm Hg). The vacuum should be reached in less than 2 minutes. After the vacuum is achieved, maintain vacuum and agitation for a period of 15 ± 2 minutes. 4th Street Stormwater Improvements III -60 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Slowly release the vacuum and determine the weight of the sample and pycnometer as described in paragraph 9.5.1 or paragraph 9.5.2 in ASTM 2041. Calculate specific gravity (Gmm) as described in paragraph 10.1.1 or paragraph 10.1.2 in ASTM 2041, as appropriate. If multiple procedures are run for separate pieces of the core, the weighted average of all of the runs will be the specific gravity (Gmm) of the core as a whole. Gmm = sum(Gmm1 X Wt1 + Gmm2 X Wt2 + .... + Gmmi X Wti) / Wttotai The percentage of air voids will be calculated as: Where Voids = GG?117z - GB x 100% Gmm V = Voids in the Sample ( %) Gmm = Specific Gravity of the Core Material Less Air Voids GB = Bulk Specific Gravity of the Core as determined by ASTM D1188 This Void Content lab test information shall be part of the Mix Design submittal. 5- 06.3(4)A2 Infiltration Rate Of The Mix - Field Test Pervious concrete mix shall also have an infiltration rate equal to or greater than 100 inches per hour, in place, as constructed. The locations for conducting the infiltration tests shall be determined by the Engineer. The Contractor shall coordinate and schedule inspections with the Engineer a minimum of five (5) Working Days in advance. The infiltration rate will be measured in the following manner: The testing procedure shall be as follows: 1. Place a pre- measured amount of water into the container. Water shall be free of suspended solids. The volume of water shall be determined to 2 significant figures. 2. Pour the water onto the surface in one spot. Control the discharge rate by manually adjusting the angle of the spout so that the diameter of the pool of water is between 10 to 30 inches is maintained. Empty the container holding the spout over the spot until the pool of water vanishes. A 16 -inch to 24 -inch inch diameter tube (typically PVC 3 -inch to 6 -inch in height) and plumber's putty may be used to control the diameter of the pool ( "controlled method ") as desired by the Engineer. When using the controlled method, the height of the water in the tube should be maintained at approximately 1/4 inch. 3. Start the stopwatch when the water initially touches the concrete surface and stop it when the pool disappears from the surface. 4. Measure the longest dimension (d1) of the dampened area. Measure the width (d2) of the pool perpendicular to d1. (use inside diameter of tube for controlled method) 4th Street Stormwater Improvements III -61 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 5. Repeat this procedure at a minimum of 4 separate locations. Infiltration Rate (IR) shall be calculated as follows: IR = (V x 3,326,400)/(p x d1 x d2 x t) inches per hour. • IR is Infiltration Rate • V is the volume of water in gallons (typically 1 gallon or more) • dl and d2 are the dimensions that were measured in inches. • p is approximately 3.14159 • t is the time in seconds 5- 06.3(4)B Rejection Pervious concrete sidewalk that does not meet the acceptance criteria put forth in Section 5- 06.3(4)A will be rejected by the Engineer on a lot by lot basis. At the discretion of the Engineer, a localized area of pervious concrete sidewalk not meeting the requirements of items 1, 2, 3, and 8 of Section 5- 06.3(4)A may be broken into a sublot bounded by planned joints. Pervious concrete sidewalk that has been rejected by the Engineer, or the Contractor, shall be removed and replaced at no additional cost to the Owner. 5- 06.3(5) Mixing Pervious Concrete Pervious concrete shall be batched and centrally mixed at a semi - automatic or automatic batching plant with a current (within 2 years) certification from the NRMCA. Pervious concrete shall not be shrink mixed or transit mixed. The mixing time, after all materials have been delivered to the drum, shall not be less than 50 seconds or more than 90 seconds. The pervious concrete aggregates shall be uniformly coated with paste and shall be of the required consistency. After mixing, the pervious concrete shall be delivered to a truck meeting the requirements of Section 5- 06.3(3)B for transport to the job site. Pervious concrete shall be placed no more than 90 minutes from the time water is added to the cement. Pervious concrete shall not be retempered. 5- 06.3(5)A Limitations Of Mixing Pervious Concrete Pervious concrete shall not be mixed, placed, compacted or finished when the natural light is inadequate, as determined by the Engineer, unless an adequate and accepted lighting system is in operation. Mixing and placing concrete shall be discontinued when a descending air temperature in the shade away from artificial heat reaches 50 °F and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 45 °F. Mixing and placing pervious concrete shall only occur when the ambient air temperature, as measured at the placement location away from the shade and away from artificial cooling sources, is less than 80 °F. The temperature of pervious concrete shall not be less than 60 °F when placed and shall at no time be greater than 90 °F. Pervious concrete shall not be mixed with aggregates less than 32 °F. 4th Street Stormwater Improvements III -62 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 5- 06.3(6) Aggregate Discharge Subbase Pervious concrete sidewalk shall be constructed on an aggregate discharge subbase over the prepared subgrade. The aggregate discharge subbase shall be constructed to the lines, grades and thickness shown on the Drawings. Aggregate discharge subbase shall be as specified in Section 5 -06.2 Aggregate discharge subbase material shall be a minimum of 6- inches placed over the preplaced geotextile as specified. Geotextile shall be shall be as specified in Section 5- 06.2. Aggregate discharge subbase shall be placed in lifts not to exceed 12 inches non - compacted. The aggregate discharge subbase shall be compacted to the satisfaction of the Engineer. The compaction equipment shall be of sufficient weight and dimensions so as not to break or degrade the aggregate. In areas that are not accessible to equipment, other mechanical means may be used to compact the aggregate discharge subbase. Equipment used for compaction of the aggregate discharge subbase shall be accepted by the Engineer prior to use. The aggregate discharge subbase shall be true to grade and slope plus or minus 0.5 inches after compaction. Where the grade is low, the surface of the aggregate discharge subbase shall be scarified to a depth of two (2) inches, additional material added and recompacted. If there are high areas, the material shall be removed and the area recompacted. The Contractor shall take care to protect the aggregate discharge subbase from damage and contamination. Damage to the aggregate discharge subbase shall be repaired to the satisfaction of the Engineer at no additional cost. Contaminated aggregate discharge subbase shall be removed and replaced to limits as determined by the Engineer. The aggregate discharge subbase shall be inspected and accepted by the Engineer prior to placing any pervious concrete sidewalk. 5- 06.3(6)A Subgrade Preparation Subgrade for pervious concrete sidewalk shall be excavated, graded and compacted as specified in Section 8- 14.3(2) except that the subgrade shall be compacted to a relative density of 92 percent of optimum density of the subgrade soil as determined by ASTM D 698. Prior to placing the geotextile fabric, the surface of the subgrade shall be scarified to a depth of 1/4 to 1/2 inch. Once scarified, materials or equipment shall not be stored or permitted within the prepared subgrade area so as to avoid re- compaction of the scarified areas and diminishing the infiltration rate of the subgrade. Geotextile shall be placed on the prepared subgrade prior to placing aggregate discharge subbase as shown in the Drawings. Care shall be taken to provide full coverage and to prevent the geotextile from being torn. Damaged geotextile shall be repaired as indicated by the manufacturer and to the satisfaction of the Engineer. Overlaps of the geotextile shall be a minimum 1 foot or to the manufactures recommendation, whichever is greater. 5- 06.3(7) Placing, Spreading, And Compacting Pervious Concrete Standard methods of placing, spreading, and compacting shall be as described herein. However, the contractor may submit for review and approval by the Engineer, alternative methods of work that deviate from the standard methods described in this specification. Such methods shall be demonstrated through the test panels trial and will require final acceptance by the Engineer. Alternate methods that are rejected through the test panels will be discontinued. Methods described in this specification shall be used. 4th Street Stormwater Improvements III -63 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 5- 06.3(7)A Contractor's Qualifications SPECIAL PROVISIONS The Contractor shall employ no less than one (1) NRMCA certified Pervious Concrete Craftsman who shall be on site, overseeing each placement crew during all pervious concrete placement, or the Contractor shall employ no less than three (3) NRMCA certified Pervious Concrete Installers, who shall be on site working as members of each placement crew during all pervious concrete placement, or the Contractor shall employ no less than three (3) NRMCA certified Pervious Concrete Technicians and one (1) Pervious Concrete Installer, who shall be on site working as members of each placement crew during all concrete placement unless otherwise specified. For those crews having personnel with NRMCA certified Pervious Concrete Technician certifications, the placement crew shall also successfully pass a Performance Evaluation required under NRMCA Pervious Concrete Installer certification. The pervious cement concrete sidewalk test panels installed at the project site may be utilized as the "mock -up" placement required for the NRMCA "mock -up" Performance Evaluation exam for Pervious Concrete Installer certification. If the "mock up" placement installed for NRMCA certification does not meet the project specifications, the "mock up" placement shall be removed at the Contractor's expense and a new pervious concrete sidewalk test panels shall be installed, tested and submitted for acceptance. Documentation of NRMCA certifications for the Contractor's personnel shall be submitted per Section 5- 06.3(2) prior to proceeding with production placement of the pervious concrete sidewalks. If, in the opinion of the Engineer, personnel used for installing pervious concrete sidewalk are unqualified, inattentive to quality, or unsafe, they shall be removed or reassigned from installation of pervious concrete sidewalk at the written request of the Engineer. 5- 06.3(7)6 Test Panels Production placement of pervious concrete shall not occur until the Contractor has completed a test panels of pervious concrete sidewalk that meets all of the acceptance criteria herein and is accepted by the Engineer. The Contractor should allow time in his schedule for the construction and acceptance of the test panels. The Contractor shall construct test panels of pervious concrete sidewalk with a minimum area of 225 square feet. Test panels may be placed non - contiguously. The width of the test panels shall be equal to the nominal width of the sidewalk to be placed. The test panels shall be equivalent and representative of the production pervious concrete sidewalk in all aspects including subbase depth and preparation. The Engineer shall observe and accept each element of pervious concrete sidewalk construction after each panel has cured and the infiltration rates can be quantified. Construction and evaluation of the test panels will occur as follows: • Notify the Engineer at least ten (10) Working Days before installing pervious concrete sidewalk test panels Coordinate the location of the test panels with the Engineer. • Install the test panels in accordance with the Specifications and Drawings. • Notify the Engineer when each element of the test panels is ready for inspection. 4th Street Stormwater Improvements III -64 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS • Remove, replace, and dispose of any unsatisfactory portions of test panels as determined by the Engineer and at no additional cost. • Failure to install acceptable test panels of pervious concrete will indicate an unqualified installer. • Production sections of this Work shall not be placed until achieving a complete test panels that fully complies with the Drawings and Specifications and has written acceptance issued by the Engineer. The completed test panels shall be used to validate the pervious concrete mix design and establish the JMF. Unless others determined by the Engineer, three (3), four (4) inch, cores will be cut in accordance with ASTM C42 and these cores will be used to validate the mix design under the design criteria set forth in Section 5- 06.3(1)A and the acceptance criteria of 5- 06.3(4)A. The average unit weight of the cores as determined by ASTM D1188 shall be within eight (8) pounds per cubic foot of the average of the three (3) cores. The average unit weight of the cores shall be the unit weight used for the JMF. Core holes shall be filled by the Contractor with concrete meeting the proposed JMF and shall match adjacent pavement color, texture and grade. Three (3) infiltration tests will be conducted in the test panels for acceptance. Each of the infiltration tests shall meet the minimum infiltration rate requirement noted in Section 5- 06.3(1)A. The completed and accepted test panels shall be maintained and protected throughout the duration of the Work and may not be demolished and disposed of without written permission from the Engineer. If the test panels are incorporated into the Work, it shall remain in place accepted as a single lot. 5- 06.3(7)C Placing, Spreading, And Compacting Prior to placing pervious concrete, the Engineer will inspect and accept all formwork and subbase /subgrade. All surfaces that will contact the finished pervious concrete shall be damp with no standing water. Pervious concrete shall not be placed on standing water or frozen materials. Pervious concrete sidewalk shall be placed on the prepared subbase as close to its final position as possible in a continuous operation so as to minimize evaporation. Where necessary, the pervious concrete may be spread with square edged shovels or rakes prior to strike off. The pervious concrete shall be struck off or screeded to a depth sufficient to allow for compaction to grade. Pervious concrete shall be placed in a single lift. Contractor's personnel shall take care to avoid foot traffic in the pervious concrete to prevent non - uniform compaction and to keep contaminating material from the mix. Foot traffic on fresh concrete shall not be allowed after it has been struck off. Within 20 minutes of discharge from the truck, the concrete shall be compacted, finished and covered for curing. The compacted effort shall be sufficient to compact the fresh pervious concrete to grade, not draw excessive paste to the surface and to leave a smooth finish. In areas where the roller cannot be brought to bear, hand tamping, or other methods accepted by the Engineer, may be used to compact the pervious concrete. Edges and plastic formed joints shall be finished by hand tooling with a 1/2 inch radius edging tool. Defects shall be repaired immediately. 4th Street Stormwater Improvements III -65 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Pervious concrete shall be placed continuously. Where placement has been halted for a period of 15 minutes, a header shall be placed between the forms and a construction joint formed. Construction Joint shall be located at the same spacing of where a contraction joint would be. The pervious concrete shall be compacted and finished to the header before placement may continue. Upon resuming placement, the header may be carefully removed and a construction joint formed at that location. Any sloughing or sagging of the previously placed pervious concrete at the header location shall be corrected prior to placing new pervious concrete against the joint. 5- 063(8) Joints Joints shall be of three (3) types: construction, contraction, isolation. Construction joints shall be formed at the end of a day's work or when necessary to stop production for any reason. Contraction joints shall be used to control random cracking. And, isolation joints shall be used where the pervious concrete abuts existing facilities or where shown on the Drawings. Wherever possible, the angle between intersecting joint shall be between 80 and 100 degrees. 5- 06.3(8)A Construction Joints Construction joints shall be located as near as possible to the location of a planned contraction or isolation joint. Construction joints are to be formed by placing a header between the forms, at right angles, to the full depth of the finished pervious concrete, and set to the height of the forms. Pervious concrete shall be placed against the header and compacted and finished as normal, including edging. Upon resuming paving, the header shall be carefully removed and new pervious concrete placed directly against the existing pervious concrete. The new pervious concrete shall be compacted and finished against the hardened pervious concrete as if it were a form. If an isolation joint is planned at this location, then the premolded joint filler shall be placed against the existing pervious concrete and the new pervious concrete shall be placed against the premolded joint filler. The joint shall be tooled on both sides of the premolded joint filler. 5- 06.3(8)6 Contraction Joints Contraction joints shall be placed every 20 feet unless otherwise shown on the Drawings. Contraction joints shall be have a depth of 1/3 the thickness of the pervious concrete and have a width of no more than 1/8 inch. Contraction joints may be formed in the plastic concrete using a roller designed for this purpose or by other methods accepted by the Engineer. Plastic formed contraction joints shall be tooled on both sides of the joint with a radius of 1/2 inch. At the option of the Contractor, contraction joints may be saw cut after the pervious concrete has hardened. If saw cutting the contraction joints, saw cutting shall occur as soon as the concrete is sufficiently cured so that it may be cut without raveling or dislodging aggregate from the finished surface. Measures to collect dust and slurry during sawcutting operations shall be implemented by the Contractor. To minimize drying, curing materials shall be removed only as needed to make cuts and shall be replaced immediately after cutting. 5- 06.3(8)C Isolation Joints Isolation joints shall be placed where the pervious concrete abuts existing structures or where shown on the Drawings. Isolation joints shall continue through the depth of the pervious concrete using a 3/8 inch premolded joint filler. Isolation joints may be formed by inserting the premolded joint filler into the plastic concrete or by forming a construction joint 4th Street Stormwater Improvements 111 -66 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS and affixing the premolded joint filler against one side of the joint and placing fresh pervious concrete against it. Isolation joints and filler shall be flush with the surrounding pervious concrete and shall not deviate from the acceptance criteria for smoothness as shown in Section 5- 06.3(4)A. The edges of the pervious concrete on either side of the premolded joint filler shall be hand tooled with a 1/2 inch radius. 5- 06.3(9) Reserved 5- 06.3(10) Reserved 5- 06.3(11) Reserved 5- 06.3(12) Surface Smoothness The surface of the pervious concrete sidewalk will be checked immediately after compaction for grade and slope using the 10 foot straightedge specified in Section 5- 06.3(3)F. Where the surface is found to be out of specification as determined by the criteria specified in Section 5- 06.3(4)A, it shall be immediately corrected by recompacting, removing excess pervious concrete, or by adding pervious concrete; as necessary. If it is necessary to correct grade or slope by removing excess pervious concrete, the surface shall be recompacted and the edges retooled. If the grade or slope is to be corrected by the addition of pervious concrete, the surface shall be lightly scarified and the new material added. The surface shall be recompacted to grade and the edges retooled. Any corrections to the surface shall occur before the pervious concrete has set or has dried. Pervious concrete sidewalk that is out of specification with regard to grade or slope will be rejected to the nearest joints. Pervious concrete sidewalk that has been corrected shall not be distinguishable from the adjacent, undisturbed pervious concrete sidewalk. If in the opinion of the Engineer, the corrected pervious concrete sidewalk is distinguishable from the adjacent Work, the repaired area will be rejected to the nearest joints. 5- 06.3(13) Curing Immediately after the pervious concrete sidewalk has been compacted and checked for grade and slope, the sheet curing material as specified in Section 9 -23.1 shall be applied. If the surface appears dry, lightly mist the surface with water prior to applying the sheet curing material. The sheet curing materials shall be fixed in place by method(s) that shall not damage the pervious concrete sidewalk and is accepted by the Engineer. The pervious concrete shall be placed, struck off, finished and the curing materials in place within twenty (20) minutes of the time the pervious concrete is discharged from the truck. This time may be shortened if conditions exist that promote excessive drying. Forms and sheet curing material(s) shall remain in place for a minimum of ten (10) Days. With the exception of saw cutting equipment, all traffic shall be kept off of the pervious concrete sidewalk during the curing period. For saw cutting contraction joints, only the amount of sheet curing material necessary to accomplish the saw cutting shall be removed and the surface of the exposed pervious concrete sidewalk shall be kept moist for the entire duration of the exposure. Any testing for acceptance shall not occur until the end of the curing period. 4th Street Stormwater Improvements 111 -67 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 5- 06.3(14) Cold Weather Work SPECIAL PROVISIONS When concrete is being placed and the ambient air temperature is expected to drop below 50 °F during the day or night, the Contractor shall, at no expense to the Owner, protect the concrete from freezing. The Contractor shall provide a Cold Weather Plan prior to placing concrete when ambient air temperature below 50 °F may occur or when requested by the Engineer. Under the Cold Weather Plan, the Contractor shall, at no expense to the Owner, provide a sufficient supply of straw, hay, blankets, or other suitable blanketing material and spread it over the pavement to a sufficient depth to prevent freezing of the concrete. Straw, hay, blankets, or other suitable blanketing material shall be spread over the pavement to a sufficient depth to keep the concrete from freezing. The blanket material shall be covered with a layer of burlap or plastic sheeting, weighted or anchored to prevent the wind from displacing the insulation. The Engineer may require recording thermometers if daytime temperature is below 50 °F. The protection shall be maintained for ten (10) days. The Contractor shall replace any concrete damaged by freezing at no additional cost to the Owner. The Contractor shall be responsible for the quality of the concrete thus cured. Any concrete injured by frost action or freezing shall be removed and replaced at the Contractor's expense in accordance with this Section. 5- 06.3(15) Reserved 5- 06.3(16) Protection of Pervious Concrete Sidewalk As part of the construction stormwater erosion control plan (CSECP), rain runoff, surface water of any kind and sediment shall be prevented from entering the area of pervious pavement construction, including excavation, until the pervious concrete application has cured and the adjacent areas that sheet flow /drain onto the pervious pavement are permanently stabilized from erosion and plantings are established. Once pavement is placed, protective covers shall continually be maintained until adjacent areas are permanently stabilized and pavement has been accepted. The Contractor shall take every precaution to protect the pervious concrete sidewalk from damage, including the introduction of foreign materials to the surface, throughout the course of the work. Pervious concrete sidewalk that is damaged or has been adversely impacted by the introduction of foreign materials shall be rejected and replaced to the nearest joint. 5- 06.3(17) Reserved 5 -06.4 Measurement Bid items of Work completed pursuant to the Contract will be measured as provided in Section 1 -09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs herein this Section. "Pervious Concrete Sidewalk" Per Square Yard "Pervious Concrete Curb Ramp" Per Each 4t" Street Stormwater Improvements III -68 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 5 -06.5 Payment SPECIAL PROVISIONS Compensation for the cost necessary to complete the work described in Section 5 -06 will be made at the bid item prices Bid only for the Bid items listed or referenced as follows: The Bid Item price for "Pervious Concrete Sidewalk" shall include all costs for the work required to construct the pervious concrete sidewalk as specified in this Section, including but not limited to; performing mix designs, testing including furnishing test panels, excavation, and subgrade preparation; and, furnishing and installing geotextile, aggregate discharge subbase, and pervious concrete. "Pervious Concrete Sidewalk" will be paid per square yard of pervious concrete sidewalk installed. The Bid Item price for "Pervious Concrete Curb Ramp" shall include all costs for the work required to construct the pervious concrete curb ramps as specified in this Section, including but not limited to; performing mix designs, testing, excavation, and subgrade preparation; and, furnishing and installing geotextile, aggregate discharge subbase, pervious concrete, and tactile warning surface. "Pervious Concrete Curb Ramp" will be paid per each pervious concrete curb ramp installed regardless of the type of ramp that is installed. 4th Street Stormwater Improvements III -69 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -01 DRAINS 7 -01.2 Materials Supplement Section 7 -01.2 is supplemented with the following: Materials shall meet the requirements of the following sections: Gravel Backfill for Drains 9- 03.12(4) Backfill for Sand Drains 9 -03.13 Other materials required, including materials for shotcrete, shall be as specified. 7 -01.4 Measurement Supplement The section is supplemented with the following: Gravel Backfill for Drains Per Ton Sand Backfill for Drains Per Ton 6" PVC Drain Pipe Per Linear Foot 6" Perforated PVC Drain Pipe Per Linear Foot Bank Run Gravel for Pipe Zone Backfill and Crushed surfacing top course shall be measured to the neat lines shown on the Plans. Length of trench shall be measured along center line of pipe. The length of drain or underdrain pipe will be the number of linear feet of completed installation measured along the invert. Pipe placed in excess of the length designated by the Engineer will not be measured or paid for. 7 -01.5 Payment Supplement The section is supplemented with the following: Payment will be made for the following bid items: Gravel Backfill for Drains Per Ton Sand Backfill for Drains Per Ton 6" PVC Drain Pipe Per Linear Foot 6" Perforated PVC Drain Pipe Per Linear Foot The unit contract price for " Gravel Backfill for Drains " and "Sand Backfill for Drains" shall be full pay for all materials, labor, equipment, and other incidental costs for providing and placing drain backfill as shown on the Plans and as described in the Specifications. 4th Street Stormwater Improvements III -70 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS The unit contract price for "6" PVC Drain Pipe " and "6" Perforated PVC Drain Pipe" shall be full pay for all materials, labor, equipment, and other incidental costs for providing and placing Drain Pipe on the Plans and as described in the Specifications. 7 -04 STORM SEWERS 7 -04.2 Materials Supplement with the following: Supplement LCPE pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 3, 4, or 5, Grade P23, P33, or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. Corrugated Metal Pipe (CMP) shall be aluminum- coated (aluminized Type 2) corrugated iron or steel drain pipe shall meet the requirements of AASHTO M 36. The steel sheet thickness shall be 0.064 inch for 6 -inch diameter and larger drain pipe. Aluminum coated steel shall meet the material requirements of AASHTO M 274 (ASTM A 929). 7 -04.4 Measurement Supplement with the following: Stormdrain Cleanout Elbow Per Each 7 -04.5 Payment Supplement with the following: Supplement Supplement The unit contract price per linear foot for storm sewer pipe and culverts of the kind and size specified shall be full payment for pavement sawing, excavation and disposal of excavated material, gravel backfill for pipe zone bedding, galvanized pipe anchors for surface staked pipe, and restoration of any other existing facilities damaged or destroyed during construction. The unit contract price per each stormdrain cleanout elbow shall be full payment for furnishing and installation of stormdrain cleanout elbows as shown in the contract plans, Payment will be made for the following bid items: Storm Sewer Pipe, LCPE, 18 -inch Per Linear Foot Storm Sewer Pipe, LCPE, 12 -inch Per Linear Foot 12" CMP Culvert Per Linear Foot 6" CMP Culvert Per Linear Foot Storm Sewer Pipe, Fused HDPE 12" (includes pipe anchors) Per Linear Foot 18" HDPE Sleeve Per Linear Foot Stormdrain Cleanout Elbow Per Each 4th Street Stormwater Improvements III -71 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description Supplement Supplement Section 7 -05.1 with the following: The work also consists of installing controlled density fill around all structures installed in paved areas to the lower limits of the adjoining pavement. 7 -05.2 Materials Supplement Supplement Section 7 -05.2 with the following: 1. Grates and covers shall be standard bolt down type and have a bituminous coating 2. Manhole covers shall be ductile iron marked "Stormwater" 3. Adjusting inlets shall be cement concrete. 4. Backfill around catch basins shall be controlled density fill (CDF). 5. Castings shall have bituminous coating. Inlets and grates shall have stamped on them the words "Drains to Streams ". 7 -05.3 Construction Requirements Supplement Section 7 -05.3 is supplemented with the following: All Combination inlet hoods and catch basin grates shall have stamped on them the words "Drains to Streams ". Connections to existing drainage structures shall be made utilizing a grout collar with rubber gasket appropriate to the size and material of the connecting pipe. Oil/Water separator tees shall be installed in only those structures that are the first upstream structure from a main or manhole. Backfill around structures in roadway shall be Controlled Density Fill (CDF) Connections to new and existing drainage structures shall be made utilizing a grout collar with rubber gasket appropriate to the size and material of the connecting pipe. 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7- 05.3(1) is supplemented with the following: Supplement Where shown on the Plans, or directed by the Engineer, the Contract shall install and /or adjust to finish grade all catch basins, manholes, gas valves, and water valve boxes, or solid covers as indicated on the plans or directed by the Engineer. All adjusting of utility lids in the roadway shall be completed prior to asphalt paving. Tabs water valve can lid to be aligned with waterline. The existing cast iron ring and cover shall be removed and remain the property of the City. The contractor shall transport all cast iron rings and covers to the City Corp. Yard at 1703 South "B" Street. 41h Street Stormwater Improvements III -72 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 7 -05.4 Measurement Section 7 -05.4 is supplemented with the following: Measurement the following bid items shown are shown below: SPECIAL PROVISIONS Supplement "Catch Basin Type 1" Per Each "Catch Basin Type 2 — 48 -inch Diameter" Per Each. "Type 2 Catch Basin -72" w/ Energy Dissipater" Per Each. "Overflow -With Internal Riser" Per Each "Overflow- Without Internal Riser" Per Each "Adjust Existing Valve Box to Finish Grade" Per Each "Connection to Existing Drainage Structure/Pipe" Per Each 7 -05.5 Payment Supplement Section 7 -05.5 is supplemented with the following: "Catch Basin Type 1" Per Each All costs associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Structure Excavation, Class B 2. Gravel Bedding 3. CDF Backfill 4. Installation of Oil/Water separator tee's where required. 5. Installation and grouting of all inlet and outlet pipes. 6. Restoration of any other existing facilities damaged or destroyed during construction, is considered incidental and shall be included in the unit contract price. "Catch Basin Type 2 — 48 -inch Diameter" Per Each. All costs associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Structure Excavation, Class B 2. Gravel Bedding 3. CDF Backfill 4. Installation of Oil/Water separator tee's where required. 5. Installation and grouting of all inlet and outlet pipes. 6. Restoration of any other existing facilities damaged or destroyed during construction, is considered incidental and shall be included in the unit contract price 4th Street Stormwater Improvements 111 -73 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS "Type 2 Catch Basin- 72" Diameter W/ Energy per Each. Dissipater" All costs associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Structure Excavation, Class B 2. Gravel Bedding 3. CDF Backfill 4. Installation and grouting of all inlet and outlet pipes. 5. Restoration of any other existing facilities damaged or destroyed during construction, is considered incidental and shall be included in the unit contract price 6. Locking Manhole Cover "Overflow -With Internal Riser" Per Each All associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Structure Excavation, Class B 2. Gravel Bedding 3. Installation of steel bird cage covers, and risers with orifices per manufacture's installation instructions. 4. Installation and grouting of all inlet and outlet pipes. "Overflow- Without Internal Riser" Per Each All associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Structure Excavation, Class B 2. Gravel Bedding. 3. Installation of new rings, steel birdcage covers and risers per manufacture's installation instructions. 4. Installation and grouting of all inlet and outlet pipes. 5. Pavement sawing, pavement removal, excavation and disposal of excavated material, pavement restoration, and restoration of any other existing facilities damaged or destroyed during construction, is considered incidental and shall be included in the unit contract price. "Adjust Existing Valve Box to Finish Grade" I Per Each 41h Street Stormwater Improvements III -74 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS All associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Removal of the existing rings and cover. 2. Installation of new rings, covers and risers per manufacture's installation instructions. 3. Pavement sawing, pavement removal, excavation and disposal of excavated material, pavement restoration, and restoration of any other existing facilities damaged or destroyed during construction, is considered incidental and shall be included in the unit contract price. "Connection to Existing Drainage Structure /Pipe" Per Each All associated cost shall be included in the unit contract price. This shall include, but not be limited to: 1. Structure Excavation, Class B 2. Removal of pipe connection in existing drainage structure 3. Grouting of all new connections within drainage structure. 4. Any additional pipe segments or transition couplings that may be required to make the new connection 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials Supplement The section is supplemented with the following: Bank Run Gravel for Trench Backfill 9 -03.19 Bedding Material shall be Crushed Surfacing Top Course in accordance with Section 9- 03.9(3). The Contractor shall deliver representative samples of materials to be incorporated into the work in accordance with Section 1 -06.2. 7 -08.3 Construction Requirements 7- 08.3(1)A Trenches Supplement Section 7- 08.3(1)A is supplemented with the following: Remove completely all existing pavement, curb, sidewalk, catch basins, manholes, pipes, structures, and other improvements and facilities as shown on the Plans and as required for construction of the new facilities. Also remove obstructions encountered including, but not limited to, tree roots, stumps, abandoned piling, buildings and structures, thrust blocks, and debris of all types. Except as specified elsewhere or as shown on the Plans, upon their removal, the structures and obstructions shall become the property of the Contractor, shall be removed from the site, and shall be disposed of in a manner meeting all federal, state, county, and local requirements, laws and regulations. 4th Street Stormwater Improvements III -75 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 7- 08.3(2) Laying Pipe 7- 08.3(2)A Survey Line and Grade Modification Delete the first subparagraph and substitute the following: Survey line and grade control hubs shall be provided by a survey crew working under the direction of a licensed land surveyor or licensed Engineer and shall be provided by the contractor. Delete the second subparagraph and substitute the following: The grade shall be maintained by use of a laser. Grades shall be constantly checked and, in the event the grade is not maintained, work shall be immediately stopped until the grade is corrected. Any other procedure shall be approved by the Engineer. 7- 08.3(2)B Pipe Laying - General Supplement The section is supplemented with the following: Contractor shall maintain existing storm drainage flow paths during construction. 7- 08.3(2)G Jointing of Dissimilar Pipe Replacement Delete the paragraph and substitute the following: There shall be no jointing of dissimilar pipe materials on City mains. If any section of a manhole -to- manhole run is to be PVC, the entire pipe run shall be PVC. 7- 08.3(3) Backfilling Modification Delete the first sentence of the first paragraph and substitute the following: Placement of pipe zone backfill shall be performed in accordance with the requirements of these Contract Documents. Add the following at the end of the third sentence of the fourth paragraph: . . . as determined by Modified Proctor (ASTM D1557) and moisture shall not exceed optimum content. Delete the fourth paragraph and substitute the following; The Contractor shall collect samples and pay for compaction testing (5 separate tests) in conformance with Section 2- 03.3(14)D at 5 locations to be determined by Contracting Agency. Two of the five tests shall be completed on the first two days of pipeline installation to confirm the effectiveness of the Contractor's compaction method. The Contractor shall use a City approved laboratory to complete the compaction testing. Replace the seventh sentence of the fourth paragraph with the following: All material excavated from the trench shall be removed from the site at the time of excavation and replaced with imported Bank Run Gravel for Trench Backfill. 7- 08.3(4) Plugging Existing Pipe Modification Replace the words "on the inlet end" with "at the end(s) of the pipe indicated on the Plans ". 4th Street Stormwater Improvements III -76 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 7 -08.4 Measurement The section is supplemented with the following: Crushed Surfacing Top Course Per Ton Bank Run Gravel for Pipe Zone Backfill Per Ton SPECIAL PROVISIONS Supplement Bank Run Gravel for Pipe Zone Backfill and Crushed surfacing top course shall be measured to the neat lines shown on the Plans. Length of trench shall be measured along center line of pipe. 7 -08.5 Payment The section is supplemented with the following: Payment will be made for the following bid items: Crushed Surfacing Top Course Per Ton Bank Run Gravel for Pipe Zone Backfill Per Ton Supplement The unit contract price for "Bank Run Gravel for Trench Backfill" and "Crushed Surfacing Top Course" shall be full pay for all materials, labor, equipment, compaction testing and other incidental costs for providing and placing trench backfill as shown on the Plans and as described in the Specifications. 7 -09 WATER MAINS 7 -09.3 Construction Requirements Section 7 -09.3 is supplemented as follows: It is anticipated that the "Watermain Relocation, 6" Diameter will involve cutting and removing a section of asbestos cement pipe. Handling, sawcutting, and repair of asbestos cement watermains shall be in accordance with the practices and procedures in the American Water Works Association Manual. The contractor shall provide protective clothing and equipment (coveralls, gloves, boots, head covering, goggles, respirators) to crews working with asbestos cement pipe in order to ensure the workers' exposure to asbestos material is at or below the limit prescribed in WAC 296 -62- 07705. Asbestos cement pipe shall be cut with a cutting device and procedures approved for AC pipe including the use of flowing water. Contaminated clothing shall be transported in sealed, impermeable bags, and labeled. Asbestos cement pipe shall be left and buried in trench. All connections to an existing AC shall be made on the rough barrel portion of the pipe and not on a machined end. The contractor shall follow applicable local, state, and federal regulations in the handling and lawful disposal of existing asbestos cement watermain. The City shall be notified in advance of the disposal site. 4th Street Stormwater Improvements III -77 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 7 -09.4 Measurement The section is supplemented with the following: SPECIAL PROVISIONS Supplement Water Main Relocation, 2" Diameter Per Linear Foot Water Main Relocation, 6" Diameter Per Linear Foot Water main relocation shall be measured by the quanity installed as verified in the field by the Contracting Agency. 7 -09.5 Payment The section is supplemented with the following: Payment will be made for the following bid items: Water Main Relocation, 2" Diameter Per Linear Foot Water Main Relocation, 6" Diameter Per Linear Foot Supplement The unit contract price for " Water Main Relocation, 2" Diameter " and "Water Main Relocation, 6" Diameter" shall be full pay for all materials, labor, equipment, compaction testing and other incidental costs for removal and relocating of the existing water main including legal disposal of the existing water main to be relocated. Such items include but are not limited to pipe spools, pipe bedding and backfill, any and all pipe appurtenances including bends, valves, couplings and thrust blocking, flushing and testing of the main and surface restoration as directed by the Contracting Agency. Removal and disposal of any asbestos cement pipe shall be in accordance with the modified Section 7 -09.3 All water main relocation work must comply with section 7 -09.3 of the 2012 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. Quantities for both "Water Main Relocation, 2" Diameter " and "Water Main Relocation, 6 Diameter" are provided for bidding purposes only. Only the quantity installed and verified shall be paid for by the contracting agency. These bid items shall not be subject to unit price negotiations per section 1 -04.6 Variation in Estimated Quantities and the contract unit price shall prevail. 7 -14 HYDRANTS 7 -14.5 Payment The section is revised with the following: Moving Existing Hydrant Per Each Modification The unit Contract price per each for "Moving Existing Hydrant" shall be full pay for all costs for furnishing all labor, equipment, tools, and materials to move the existing hydrant, including but not limited removal of the existing hydrant lateral tee, repair of existing main, installation of a new hydrant lateral tee or hot - tapping the existing main, shackling, painting, new pipe for the hydrant connection, pavement sawing, excavation, new auxiliary gate valve, new valve box, shackles, tie rods, concrete blocks, gravel, thrust blocking, painting, and roadway and sidewalk patch in kind required for the complete installation of the hydrant assembly as specified. 4th Street Stormwater Improvements 111 -78 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Replacement of any elements of the existing hydrant and appurtenances due to damage incurred during moving the existing hydrant shall be borne by the contractor. Add the following New Section: 7 -21 BIORETENTION SOIL New 7 -21.1 Description Section 7 -21 describes work consisting of the installation of Bioretention Soil in turf and landscape areas intended to receive surface runoff for infiltration. 7 -21.2 Materials Materials for Bioretention Soil will be specified in the Contract and consist of one or more of the following: Landscape Bioretention Soil 9- 14.1(4)B 7 -21.3 Construction Requirements 7- 21.3(1) General Bioretention soil shall be protected from all sources of additional moisture at the Supplier, in covered conveyance, and at the Project Site until incorporated into the Work. Soil placement and compaction will not be allowed when the ground is frozen or excessively wet, or when the weather is too wet as determined by the Engineer. When the Contract specifies testing by a Contractor provided testing laboratory, the laboratory must be an STA, AASHTO or ASTM or other designated recognized standards organization accredited laboratory with certification maintained current. The laboratory must be capable of performing all tests to the designated recognized standards specified, and will provide test results with an accompanying Manufacturer's Certificate of Compliance. 7- 21.3(1)A Submittals At least 10 Working Days in advance of construction, the Contractor must submit to the Engineer for approval: 1. A 10 -pound minimum sample of mineral aggregate (Sections 9- 03.2(2) and 9- 03.2(3), as applicable); 2. A 100 pound sample of mixed Bioretention Soil (Sections 9- 14.1(3)B and 9- 14.1(3)C, as applicable); 3. A 10 pound minimum sample of compost (Section 9- 14.4(9)); 4. Grain size analysis results of mineral aggregate performed in accordance with ASTM D 422, Standard Test Method for Particle Size Analysis of Soils; 5. Quality analysis results for compost performed in accordance with Seal of Testing Assurance (STA) standards, as specified in Section 9- 14.4(9); SECTION 7 -21 BIORETENTION SOIL FOR TURF AND LANDSCAPE AREAS 6 6. Organic content test results of mixed Bioretention Soil. Organic content test shall be performed in accordance with Testing Methods for the Examination of Compost and Composting (TMECC) 05.07A, "Loss -On- Ignition Organic Matter Method ". 4th Street Stormwater Improvements III -79 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 7. Modified Proctor compaction testing of mixed Bioretention Soil, performed in accordance with ASTM D 1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort; 8. A description of the equipment and methods proposed to mix the mineral aggregate and compost to produce Bioretention Soil; 9. Permeability or hydraulic conductivity testing of the Bioretention Soil, performed in accordance with ASTM D2434, Standard Test Method for Permeability of Granular Soils. For the Landscape Bioretention Soil assume a relative compaction of 85 percent of Modified maximum dry density (ASTM D 1557); 10. Provide the following information about the testing laboratory(ies): a. name of laboratory(ies) including contact person(s), b. address(es), c. phone contact(s), d. email address(es); e. qualifications of laboratory and personnel including date of current certification by STA, ASTM, AASHTO, or approved equal. 7- 21.3(2) Bioretention Soil Construction Contractor shall not start bioretention construction until the site draining to bioretention area has been stabilized and authorization is given by Engineer. At the locations shown on the Drawings, excavate, grade, and shape to the contours indicated to accommodate placing of Bioretention Soil to the thicknesses required. Dispose of excavated soil or reuse elsewhere as the Contract or Engineer will allow. Scarify the subgrade soil a minimum of 2 inches deep where slopes allow, as determined by the Engineer prior to placing Bioretention Soil. Mixing or placing Bioretention Soil will not be allowed if the area receiving bioretention soil is wet or saturated or has been subjected to more than' /2 -inch of precipitation within 48 -hours prior to mixing or placement. Engineer shall have final authority to determine if wet or saturated conditions exist. 7- 21.3(3) Bioretention Soil for Turf and Landscape Areas Place Landscape Bioretention Soil loosely. Final grade shall be measured only after the soil has been water compacted, which requires filling the cell with water, without creating any scour or erosion, to at least 1 inch of ponding. If water compaction is not an option, final grade shall be measured at X inches above the grade specified on the plans to allow for settling after the first storm. X shall be calculated by depth of soil x 0.85 and rounded up to the nearest whole number. Place Turf Bioretention Soil in loose lifts not exceeding 8 inches. Compact Turf Bioretention Soil to a relative compaction of 85 percent of Modified maximum dry density (ASTM D 1557), where slopes allow, as determined by the Engineer. Where Turf Bioretention Soil is placed in the 2 -foot road shoulder, compact to a relative compaction of 90 percent of Modified maximum dry density (ASTM D 1557). 41" Street Stormwater Improvements III -80 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 7 -21.4 Measurement SPECIAL PROVISIONS Bid items of Work completed pursuant to the Contract will be measured as provided in Section 1 -09.1, Measurement of Quantities, unless otherwise provided for by individual measurement paragraphs here in this Section. "Bioretention Soil" Per Cubic Yard 7 -21.5 Payment Compensation for the cost necessary to complete the work described in Section 7 -21 will be made at the Bid item prices Bid only for the Bid items listed or referenced as follows: "Bioretention Soil" Per Cubic Yard All costs associated with installation of the bioretention soil in the raingardens as shown in the construction plans shall including but not limited to all costs for the work necessary to furnish, place, compact, excavate, grade, shape, mix, and dispose of bioretention soil as necessary and shall be paid as the bid item "Bioretention Soil ", per cubic yard. 4th Street Stormwater Improvements III -81 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department DIVISION 8 MISCELLANEOUS CONSTRUCTION SPECIAL PROVISIONS 8 -01 Erosion Control and Water Pollution Control 8- 01.3(1) General Supplement This section is supplemented by the following: A. Upon award of the Contract, the responsibility of the Ecology Construction Stormwater General Permit will be transferred to the Contractor. The Contractor shall develop a Stormwater Pollution Prevention Plan (SWPPP) prior to starting construction and comply with all permit requirements. B. No construction - related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. The Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment -laden water from leaving the site and entering the storm drain system. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. Exposed slopes and excavations shall be protected. The Contractor shall maintain and clean the facilities for the life of the construction. The Contractor shall have adequate materials on the site to respond to weather changes and shall modify the system to accommodate seasonal changes. A temporary water pollution /erosion control plan will be required from the Contractor. Temporary water pollution /erosion control measures shall be taken in accordance with these special provisions, Chapter 6 of the City of Port Angeles Urban Services Standards and Guidelines, and the Standard Specifications. All silt shall be contained within the construction area. Temporary water pollution /erosion control shall contain the following: 1. A Temporary Water Pollution /Erosion Control Plan shall be prepared prior to the start of any on -site construction activities. 2. Critical drainage features such as catch basins, ditches, culverts receiving runoff from exposed earth surfaces shall be protected from siltation. 3. Slopes shall be mulched, fertilized, and seeded as soon as possible. 4. Upon completion of the project or when directed by the engineer, remove temporary water pollution /erosion control facilities except those designated by the Engineer to remain. 4th Street Stormwater Improvements III -82 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 8 -01.4 Measurement Replacement "Erosion Control and Water Pollution Control" Per Lump Sum Erosion Control and Water Pollution Control shall be measured per lump sum for ESC Lead, SWPPP preparation and all erosion and sediment control measures furnished and installed as shown on the construction plan set, as well as any additional measures that are deemed necessary to maintain compliant with the Construction Stormwater General Permit and TESC Plan. 8 -01.5 Payment Replacement All costs for erosion control and water pollution control on this project including but not limited to ECS Lead, SWPPP preparation, furnishing and installation of silt fencing, catch basin inserts, straw wattles, slope protection and street cleaning shall be included in the unit bid price for "Erosion Control and Water Pollution Control ", per Lump Sum. 8 -02 ROADSIDE RESTORATION 8 -02.1 Description Supplement The section is supplemented with the following: This work consists of placing topsoil and grass seed in grassy areas and shoulder rock along alley or roadway disturbed by construction. These areas shall include, but not be limited to, cut slopes, excavations necessary for construction and fill for areas in the back of sidewalk /curb to match existing grade. This work also consists of placing amended soils, planting vegetation in raingardens and planting of trees and shrubs within the raingardens. 8 -02.2 Materials Supplement The section is supplemented with the following: Materials shall meet the requirements of the following: Composted Materials 9 -14.4 Wood Chips 9 -14.4 Compost 9 -14.4 8 -02.3 Construction Requirements Supplement The section is supplemented with the following: A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy areas disturbed by construction and any other area as indicated on the plans. Grass seed shall be mixed into the compost prior to application or raked into the compost immediately following application. The contractor shall be required to prepare a planting schedule for location of proposed plantings and shrubs for approval from City Engineer. Ground cover plantings shall be planted in together by species in groups of no less than 20 plants. Trees shall be planted as indicated in the construction plan set. 4th Street Stormwater Improvements III -83 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 02.3(13) Plant Establishment Section 8- 02.3(13) is supplemented with the following: SPECIAL PROVISIONS Supplement Plant establishment shall consist of caring for all plants planted on the project and caring for the planting areas within the project limits. The provisions of Sections 1- 07.13(2) and 1- 07.13(3) do not apply to this Section. The Contractor shall submit a first -year plant establishment plan, for approval by the Engineer. The plant establishment period of one year shall begin immediately upon written notification from the Engineer final project acceptance. During the first -year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. This care shall include, but not be limited to, labor and materials necessary for removal of foreign, dead, or rejected plant material, maintaining a weed -free condition, and the replacement of all unsatisfactory plant material planted under the Contract. If plants are stolen or damaged by the acts of others, the Contracting Agency will pay invoice cost only for the replacement plants with no mark -up and the Contractor will be responsible for the labor to install the replacement plants. During the first year of plant establishment under psiPE, the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. The Contractor shall correct all conditions unsatisfactory to the Engineer within a 10 -day period immediately following the inspection. If plant replacement is required, the Contractor shall, within the 10 -day period, submit a plan and schedule for the plant replacement to occur immediately at the beginning of the planting period as designated in Section 8- 02.3(8). Failure to comply with corrective steps as outlined by the Engineer shall constitute justification for the Contracting Agency to take corrective steps and to deduct all costs thereof from any monies due the Contractor. At the end of the plant establishment period, plants that do not show normal growth shall be replaced. Payment for water used to water in plants, or hand watering of plant material or lawn areas unless otherwise specified, is the responsibility of the Contractor during the first -year plant establishment period. During the plant establishment period(s) after psiPE, the Contractor shall perform all Work necessary for the continued healthy and vigorous growth of all plant material as directed by the Engineer. 8- 02.3(14) Plant Replacement The contractor shall provide the Contracting Agency a one -year non -pro- rated, full labor and materials warranty for all planted material, including but not limited to the bid items "Raingarden Plantings" and "Street Trees and Shrubs ". The Contractor shall be responsible for growing or providing enough plants for replacement of all plant material rejected through first -year plant establishment. All replacement plant material shall be inspected and approved by the Engineer prior to installation. All rejected plant material shall be replaced at dates approved by the Engineer. All replacement plants shall be of the same species and quality as the plants they replace. Plants may vary in size reflecting one season of growth should the Contractor 4th Street Stormwater Improvements III -84 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS elect to hold plant material under nursery conditions for an additional year to serve as replacement plants 8 -02.4 Measurement Supplement The section is supplemented with the following: Measurement the following bid items shown are shown below: Raingarden Plantings Per Square Foot Coarse Compost Per Cubic Yard Wood Chips Per Cubic Yard Property Restoration Per Lump Sum 8 -02.5 Payment The section is supplemented with the following: Supplement All costs associated with installation of the raingarden planting as shown in the construction plans shall be paid as the bid item "Raingarden Plantings ", per square foot. Preparation of the planting schedule shall be incidental to the bid item "Raingarden Plantings" All costs associated with installation of the compost in the raingardens as shown in the construction plans shall be paid as the bid item "Coarse Compost ", per cubic yard. All costs associated with installation of the wood chips in the raingardens as shown in the construction plans shall be paid as the bid item "Wood Chips ", per cubic yard. All costs for property restoration on this project including but not limited to fine grading, grass- seeding non - landscaped, asphalt/concrete covered areas, and reconstruction of modular block walls shall be included in the unit bid price for "Property Restoration ", per Lump Sum. 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.5 Payment Section 8 -04.5 is supplemented as follows: Supplement Payment for curb cuts and concrete pad spillways as shown in the construction plans shall be included in the per linear foot cost for bid item "Concrete Curb and Gutter." Add the following new section: 8 -05 TREES AND SHRUBS 8 -05.1 Description New This Work consists of furnishing, installing, and maintaining street trees and shrubs in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. All trees shall be true to name as ordered or shown on the planting plans and shall be labeled individually or in groups by species and cultivar (where appropriate). 4t" Street Stormwater Improvements 111 -85 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8 -05.2 Materials SPECIAL PROVISIONS All trees and shrubs shall comply with federal and state laws and regulations requiring inspection for plant disease, pests and weeds. Inspection certificates required by law shall accompany each shipment of plants. Clearance from the County Agricultural Commissioner, if required, shall be obtained before planting trees originating outside the county in which they are to be planted. Even though trees may conform to county, state, and federal laws, the City may impose additional requirements. Tree Characteristics at the Time of Sale or Delivery Applicable standards: American Standard for Nursery Stock. ANSI Z60.1. Current edition. American Association of Nurserymen, Inc. 12501 1 St. NW, Suite 500, Washington , DC 20005. A. Tree Health As typical for the species /cultivar, trees shall be healthy and vigorous, as indicated by an inspection for the following: 1. Trees shall be relatively free of pests (insects, pathogens, nematodes or other injurious organisms). 2. An inspection of the crown, trunk, and roots shall find the following characteristics: a. Crown Form: The form or shape of the crown is typical for a young specimen of the species /cultivar. The crown is not significantly deformed by wind, pruning practices, pests or other factors. b. Leaves: The size, color and appearance of leaves are typical for the time of year and stage of growth of the species /cultivar. Leaves are not stunted, misshapen, tattered, discolored (chlorotic or necrotic) or otherwise atypical. c. Branches: Shoot growth (length and diameter) throughout the crown is typical for the age /size of the species /cultivar. Trees do not have dead, diseased, broken, distorted or other serious branch injuries. d. Trunk: The tree trunk should be fairly straight, vertical and free of wounds (except properly -made pruning cuts), sunburned areas, conks (fungal fruiting bodies), wood cracks, bleeding areas, signs of boring insects, galls, cankers /lesions and girdling ties. e. Tree height and trunk diameter: Typical for the age, species /cultivar and container size. f. Roots: The root system is free of injury from biotic (insects, pathogens, etc.) and abiotic agents (herbicide toxicity, salt injury, excess irrigation, etc.). Root distribution is uniform throughout the soil mix or growth media and growth is typical for the species /cultivar. B. Crown 1. Central Leader: Trees shall have a single, relatively straight central leader and tapered trunk, free of codominant stems and vigorous, upright branches that compete with the central leader. 4th Street Stormwater Improvements III -86 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 2. Main Branches (scaffolds): Branches should be distributed radially around and vertically along the trunk, forming a generally symmetrical crown typical for the species. a. Main branches, for the most part, shall be well spaced. b. Branch diameter shall be no larger than 2/3 (two thirds) the diameter of the trunk, measured 1" (one inch) above the branch. c. The attachment of scaffold branches shall be free of included bark. 3. Temporary branches: Unless otherwise specified, small "temporary" branches should be present along the lower trunk below the lowest main (scaffold) branch, particularly for trees less than 1 -1/2" (one and one -half inches) in trunk diameter. Temporary branches should be distributed radially around and vertically along the lower trunk. They should be no greater than 3/8" (three- eighths inch) in diameter and no greater than 1/2 (one -half) the diameter of the trunk at the point of attachment. Heading of temporary branches is usually necessary to limit their growth. 4. Street Trees: All trees shall be classified as street trees and shall be pruned so that no main branches occur within the first six (6) feet of trunk above the root flare. C. Trunk 1. Trunk diameter and taper shall be sufficient so that the tree will remain vertical without the support of a nursery stake. 2. The trunk shall be free of wounds (except properly -made pruning cuts), sunburned areas, conks (fungal fruiting- bodies), wood cracks, bleeding areas, signs of boring insects, galls, cankers and /or lesions. 3. Trunk diameter at 6" (six inches) above the soil surface shall be greater than or equal to 2 ". D. Roots 1. The trunk, root collar (root crown) and large roots shall be free of circling and /or kinked roots. Soil removal near the root collar may be necessary to inspect for circling and /or kinked roots. 2. The tree shall be well rooted in the soil mix. When the container is removed, the rootball shall remain intact. When the trunk is carefully lifted both the trunk and root system shall move as one. 3. The upper -most roots or root collar shall be within 1" (one inch) above or below the soil surface. 4. The rootball periphery should be free of large circling and bottom - matted roots. The acceptable diameter of circling peripheral roots depends on species and size of rootball. The maximum acceptable size should be indicated for the species (if necessary). 4th Street Stormwater Improvements III -87 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department E. Moisture Status SPECIAL PROVISIONS At time of inspection and delivery, the rootball shall be moist throughout. The crown shall show no signs of moisture stress as indicated by wilted, shriveled or dead leaves or branch dieback. The roots shall show no signs of excess soil moisture conditions as indicated by poor root growth, root discoloration, distortion, death, or foul odor. F. Inspection The buyer reserves the right to reject trees that do not meet specifications as set forth in these guidelines or as specified by the buyer. If a particular defect or substandard element or characteristic can be easily corrected, appropriate remedies shall be required. If destructive inspection of a rootball(s) is to be done, the buyer and seller should have a prior agreement as to the time and place of inspection, minimum number of trees or percentage of a species or cultivar to be inspected and financial responsibility for the inspected trees. G. Delivery The buyer should stipulate how many days prior to delivery that notification is needed. 8 -05.3 Construction Requirements 8- 05.3(1) Plant Establishment Plant establishment shall consist of caring for all plants planted on the project and caring for the planting areas within the project limits. The provisions of Sections 1- 07.13(2) and 1- 07.13(3) do not apply to this Section. The Contractor shall submit a first -year plant establishment plan, for approval by the Engineer. The plant establishment period of one year shall begin immediately upon written notification from the Engineer final project acceptance. During the first -year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. This care shall include, but not be limited to, labor and materials necessary for removal of foreign, dead, or rejected plant material, maintaining a weed -free condition, and the replacement of all unsatisfactory plant material planted under the Contract. If plants are stolen or damaged by the acts of others, the Contracting Agency will pay invoice cost only for the replacement plants with no mark -up and the Contractor will be responsible for the labor to install the replacement plants. During the first year of plant establishment under psiPE, the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. The Contractor shall correct all conditions unsatisfactory to the Engineer within a 10 -day period immediately following the inspection. If plant replacement is required, the Contractor shall, within the 10 -day period, submit a plan and schedule for the plant replacement to occur immediately at the beginning of the planting period as designated in Section 8- 02.3(8). Failure to comply with corrective steps as outlined by the Engineer shall constitute justification for the Contracting Agency to take corrective steps and to deduct all costs thereof from any monies due the Contractor. At the end of the plant establishment period, plants that do not show normal growth shall be replaced. 4t" Street Stormwater Improvements III -88 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Payment for water used to water in plants, or hand watering of plant material or lawn areas unless otherwise specified, is the responsibility of the Contractor during the first -year plant establishment period. During the plant establishment period(s) after psiPE, the Contractor shall perform all Work necessary for the continued healthy and vigorous growth of all plant material as directed by the Engineer. 8- 05.3(2) Plant Replacement The contractor shall provide the Contracting Agency a one -year non -pro- rated, full labor and materials warranty for all planted material, including but not limited to the bid items "Raingarden Plantings" and "Street Trees and Shrubs ". The Contractor shall be responsible for growing or providing enough plants for replacement of all plant material rejected through first -year plant establishment. All replacement plant material shall be inspected and approved by the Engineer prior to installation. All rejected plant material shall be replaced at dates approved by the Engineer. All replacement plants shall be of the same species and quality as the plants they replace. Plants may vary in size reflecting one season of growth should the Contractor elect to hold plant material under nursery conditions for an additional year to serve as replacement plants 8 -05.4 Measurement Measurement for "Trees and Shrubs" will be per lump sum. All construction activities related to furnishing, installing, and maintaining trees and shrubs as shown on the construction plans /planting plans. Measurement for "Plant Establishment" will be per lump sum. All activities described in sections 8- 02.3(13), 8- 02.3(14), 8- 05.3(1) and 8- 05.3(2) and as shown on the construction /planting plans. 8 -05.5 Payment The section is supplemented with the following Street Trees and Shrubs Per Lump Sum Plant Establishment Per Lump Sum All costs associated with furnishing, installing and maintaining trees and shrubs as shown in the construction plans /planting plan shall be paid as the bid item "Street Trees and Shrubs ", per lump sum. All costs associated with activities described in sections 8- 02.3(13), 8- 02.3(14), 8- 05.3(1) and 8- 05.3(2) and as shown on the construction /planting plans, shall be paid as the non - prorated bid item "Plant Establishment" per lump sum. 8 -15 RIPRAP 8 -15.1 Description The section is supplemented with the following: Supplement 4th Street Stormwater Improvements III -89 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS This work consists of furnishing and installing a quarry spalls for both check dams and level spreaders within the proposed raingardens as described these Specifications and as shown in the Plans or as designated by the Engineer. 8 -15.2 Materials The section is supplemented with the following: Materials shall meet the requirements of the following sections: Quarry Spalls 8 -15.4 Measurement 9 -13.6 Supplement Supplement The section is supplemented with the following: Quarry Spalls Per Ton Quarry Spalls as shown on the construction plans shall be measured per TON for all material furnished and installed. 8 -15.5 Payment The section is supplemented with the following: Supplement All costs associated with furnishing and placing of the quarry spalls including but not limited to grading and compaction as shown in the construction plans shall be paid as the per ton bid item "Quarry Spalls ". Add the following new section: 8 -19 CEMENT CONCRETE PIPE ANCHOR New 8 -19.1 Description This work consists of furnishing and installing a cement pipe anchor in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. 8 -19.2 Materials Add the following section: Materials shall meet the requirements of the following sections: Portland Cement 9 -01 8 -19.4 Measurement Add the following section: Cement Concrete Pipe Anchor Per Lump Sum Cement pipe anchor as shown on the construction plans shall be measured per lump sum bid item. 8 -19.5 Payment Add the following section: All costs associated with furnishing and constructing of the cement concrete pipe anchor including but not limited to foundation excavation, grading and property restoration as shown 41h Street Stormwater Improvements III -90 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS in the construction plans shall be paid as the lump sum bid item "Cement Concrete Pipe Anchor ". 8 -21 PERMANENT SIGNING 8 -21.3 Sign Relocation The section is replaced with the following: Replacement Where shown in the Plans, the existing signs and, if so indicated, the sign Structures shall be relocated by the Contractor to the location provided by the Engineer in the field. Where the existing sign Structure is mounted on concrete pedestals, the Contractor shall remove the pedestal to a minimum of 12 inches below finished grade and backfill the remaining hole with material similar to that surrounding the hole. Where the existing Structure is to be relocated, the Contractor shall provide necessary materials, labor, and hardware, and if so indicated, electrical conduit, conductors, etc., electrical services, and connections so as to erect and provide an operable unit to the satisfaction of the Engineer. All materials damaged by the Contractor shall be replaced at no cost to the Contracting Agency. Unless otherwise allowed, relocation of each existing sign and Structure shall be accomplished during the day in which it was removed. Relocation of overhead signs and Structures shall be accomplished during the hours between 12 midnight and 4:00 a.m. or as approved by the Engineer. 8 -21.4 Measurement The section is supplemented with the following: Permanent Signage Per Lump Sum Informational Sign Per Each 8 -21.5 Payment The section is supplemented with the following: Supplement Supplement Payment for "Informational Sign" will be per each. Signs will be mounted on a single aluminum pedestal to a minimum of 12 inches below finished grade and backfill the remaining hole with concrete. The contracting agency shall provide the signs and mounting hardware. The contractor shall provide necessary materials and labor to install the aluminum pedestal and concrete base as well as install the contracting agency provided signs and hardware to the satisfaction of the City Engineer. 8 -24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8 -24.4 Measurement The section is supplemented with the following: Supplement "Gravity Block Wall" Per Lump Sum. 4th Street Stormwater Improvements III -91 Project No. DR03 -2009 City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 8 -24.5 Payment Supplement The section is supplemented with the following: All costs associated with installation of new gravity block wall including but not limited to excavation, foundation grading, and gravel backfill as shown in the construction plans shall be paid as the bid item "Gravity Block Wall ", per lump sum. 4th Street Stormwater Improvements 111 -92 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department MATERIALS 9 -03 AGGREGATES 9 -03.1 Aggregates for Portland Cement Concrete Add the following new section: 9- 03.1(3) Coarse Aggregate for Pervious Pavement 9- 03.1(3)A General SPECIAL PROVISIONS Aggregate for pervious concrete shall meet the requirements of Sections 9- 03.1(4), 9- 03.1(4)A and 9- 03.1(3)C. 9- 03.1(3)B Grading Aggregate for pervious concrete shall conform to the following gradations: Aggregate Gradation % — Total percent Passing By Weight AASHTO No. 8 size "aggregate gradation Sieve Size Min. Max. 1/2" Square 100% — 3/8" Square 85% 100% U.S. No. 4 10% 30% U.S. No. 8 0% 10% U.S. No. 16 0% 5% U.S. No. 50 — — U.S. No. 200 0% 0.50% New In individual tests, a variation of four (4) percent under the minimum percentages or over the maximum percentages will be allowed on sieves size No. 16 and larger. For sieves smaller than No. 16, the maximum percentage passing shall not exceed the limits shown for any single test. The average of three successive tests shall be within the percentages stated above. Coarse aggregate shall contain no pieces larger than two (2) times the maximum sieve size for the specified grading measured along the line of greatest dimension. Acceptance of grading and quality of the aggregate will be based on samples taken from stockpiles at the concrete plant. The exact point of acceptance will be determined in the field by the Engineer. When the Engineer accepts, the pervious concrete aggregate may be blended from other sizes if: 1. The resulting aggregate meets all requirements for the specified grading; 2. Each size used makes up at least five (5) percent of the blend; 3. The Contractor supplies the Engineer with the gradation for the proposed sizes, along with their proper proportions before producing the aggregate. If the aggregate comes from commercial sources, the Contractor shall supply this information and have it accepted before proportioning and mixing the concrete. 4th Street Stormwater Improvements III -93 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 9- 03.1(3)C Durability SPECIAL PROVISIONS Coarse aggregate shall not have a percentage of wear in the Los Angeles machine in excess of 35 after 500 revolutions in accordance with ASTM C 131. Additionally, when tested in accordance with WSDOT Test Method T 113, coarse aggregate shall not have a Degradation Factor less than 30. Add the following new section: 9 -03.5 Mineral Aggregates For Bioretention Soil 9- 03.5(1) General New Mineral aggregate shall be free of wood, waste, coating, or any other deleterious material. All aggregate passing the No. 200 sieve size shall be non - plastic. 9- 03.5(2) Mineral Aggregate For Turf And Landscape Bioretention Soil Mineral aggregate for Turf and Landscape Bioretention Soils shall be analyzed by an accredited lab using #200, #100, #60, #40 and #20. #10, #4, 3/8 inch and 1 inch sieves, and meet the following gradation: Sieve Size Percent Passing 3/8" 100 No. 4 95-100 No. 10 75-90 No. 40 25 -40 No. 100 4 -10 No. 200 2 -5 Efforts should be made to have the mineral aggregate for Landscape Bioretention Soils meet the following gradation coefficients: Coefficient of Uniformity (Cu = Dw /D,o) equal to or greater than 4; and Coefficient of Curve (Cc = (D30)2 /(D6oxD,o)) greater than or equal to 1 and less than or equal to 3. 9 -03.10 Aggregate for Gravel Base Section 9 -03.10 is supplemented with the following: Supplement Crushed gravel shall be manufactured from mechanically crushed clean, washed gravel, and shall meet the grading requirements of Section 9 -03.16 for Mineral Aggregate Types 1 G, 2G, and 21 through 24. The number of fractured surfaces and the minimum percent of crushed particles required to have the fractured surfaces specified are as follows: Mineral Aggregate Type Number of Fractured Surfaces Minimum Percent ' Required 1G 2 or more 90% 2G 2 or more 90% 21 1 or more 75% 22 2 or more 90% 23 1 or more 75% 24 2 or more 95% These fracture requirements shall apply to aggregates retained on all sieves sized U.S. No. 4 and larger, retaining at least 5 percent of total Mineral Aggregate weight. 4'h Street Stormwater Improvements 111 -94 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS Mineral Aggregates Type 1 G and Type 2G may be used as base course in lieu of a crushed rock Mineral Aggregates Type 1 and Type 2 only when specified for use in the Contract and when covered portland cement concrete pavement or confined within a trench. Mineral Aggregates Type 1 G and Type 2G may be used as base course in lieu of a crushed rock Mineral Aggregates Type 1 and Type 2 when covered and confined with asphalt concrete pavement only when specified in the Contract. Crushed gravel shall not be substituted for crushed rock as a base course for asphalt concrete pavement. Only crushed rock shall be used under asphalt concrete pavement. Crushed gravel is acceptable as a base course only under asphalt concrete pavement overlying Portland cement rigid pavement base. Crushed recycled concrete rubble shall be considered to be crushed gravel for the purposes of this Section. Crushed gravel and crushed rock shall be substantially free from adherent coatings. The presence of a thin, firmly adhering film of weathered rock shall not be considered as coating unless it exists on more than 50 percent of the surface area of any size between successive laboratory sieves. The combined portion of Mineral Aggregate retained on the U.S. No. 4 sieve shall not contain more than 0.1 percent wood waste by weight. The portion of Material passing a U.S. No. 10 sieve shall not have wood waste that results in more than 250 parts per million of organic matter by calorimetric tests when tested. The color shall be measured after the sample has been in the test solution for 1 hour. 9 -03.12 Gravel Backfill 9- 03.12(3) Gravel Backfill for Pipe Zone Bedding This section is supplemented with the following: Supplement Gravel backfill for pipe zone bedding for PVC pipe shall consist of crushed, processed, or naturally occurring granular material. It shall be free from various types of wood waste or other extraneous or objectionable materials. It shall have such characteristics of size and shape that it will compact and shall meet the following specifications for grading and quality. All percentages are by weight. Sieve Size Percent Passing 3/4" 50-100 No. 4 20-80 No. 40 3-24 No. 200 110 .0 max Sand Equivalent 135 min. 9 -03.16 Mineral Aggregate Chart Add the following paragraph: Supplement Commonly used mineral aggregates can be found in the following Mineral Aggregate Chart. The "No." indicated at the top of column 1 is commonly referred to as Mineral Aggregate "Type" number. Gradation requirements for Mineral Aggregates Type 6 and Type 7 indicated on the following Mineral Aggregate Chart require additional sieves. These Mineral Aggregate Types are noted with a " *" in the first column labeled "No. ". See the specified "Standard Specification Section" for these noted additional required sieves. 4th Street Stormwater Improvements III -95 Project No. DR03 -2009 U) Z 0 U) 5; 0 w CL —1 L) ui CL U) E Q- (1) Q U) < U) = -�d 0 0 LL O .2 ::3 n CD C) C) CNI A I CD U) E a) CL E E Oi U) a) a) U) C '. 0 . -Fo m X m LO cl) u� cl) Lo m Lo cl) LO cl) LO Ce) LO cl) Lr) cl) 0 0 Nr c m o m o m o m u) m LO cl) LO (1) ag u).2 c\j 04 c m c m u) C o C) 0 c LO c Lo cr LLI o) c\j o o c\l 6o —o o 0 6o6 cc) o co � o 6o a) co 6 cN m O o C� o c) O 6o rz- 6 o o) O OD a 6 6 12 6 Lo Lo co m Na 6o o o 6 CD 0 0 C o) u) 04 4 L a) > Lo o cD 6o o CR o 6 o o) c> U) 17L cv (o CO co '? Lo 'T Lo 'T co Co O L6 o m L6 o 6 o co C? c� A C, m I? o L? cD 1� w CO (D m N Lo N U") cs 3) a> F co F c> cc) N 4 A o (o -N co c1l o 1 04 O Im c\i N C > w co o (o co c6 o 6o ,Io o L? o L? o ID o LD 6 'r c� co co Lo o u) o co co co m Fc� o O 7 cD c -) p So p a a CD — F U0 rl- r,� Lq 'q Lq c� u? F t2 7 c� F Lo co co c? 7 > o 1 o 6 6 6 c) D cD o 2 o o 6 6 Q 0 6 6 o c) cD — O V .a. 2'2 c—j c'I C — o fn cl� o Cl) c? co C's o(, CY) mo mo co C, 0 co, O co, o M o (,5 o Cl) C') CY) m c? C'� (? m co '? - 9 m9d) co c? d) m c? co cy) 9 m o & co o c6 m 9 co 9 co 9 a) o) c6 d) 6 d) o) o) o) d) d) d) o) m o) o) w o),o lo -Fu (o "ffi a) U. 76 (D oo a o llr� c I = � m E L) (1) > o cr 0 a) LL wo p N D o > C) > ) c F- 'o 2E o cL o cL I- o u) -a CL > o = W- u) F- F- -6 M(U E w o m o E w > a- C) u- u) co -a (1) -o a) (D a) = > > a) o o > > > (D W -o (D > 2 P 2 C) In 2 C) o c "I u) @ U m r R 2 U "o > @ O 2 -o N o > 1 2 . . :3 . n > 12 o C "a a) 'o LL 'm 'o =3 o Ul c w > > :3 E2 > E2 :3 o w (9 , S� 0 C m Of u) 2 c (3 (D (D co C 0 2 C) Qcu < :�t 17 m 2 Q oo Q co co cl) c� co m ce) 6 O 6 — 1 — 4 — L6 — C6 clj N ob 04 r-� cq c6 -1 CD C) C) CNI A I CD U) E a) CL E E Oi U) a) a) U) City of Port Angeles SPECIAL PROVISIONS Public Works and Utilities Department 9 -14 EROSION CONTROL AND ROADSIDE PLANTING Add the following new sections: 9 -14.1 Soil 9- 14.1(4) Bioretention Soil New 9- 14.1(4)A General Bioretention Soil shall be a well - blended mixture of mineral aggregate and compost measured on a volume basis. 9- 14.1(4)B Landscape Bioretention Soil Landscape Bioretention Soil shall consist of 2 parts compost, 35 to 40 percent, by volume meeting the requirements of Section 9- 14.4(9) and 3 parts mineral aggregate, 60 to 65 percent, by volume meeting the requirements of Section 9- 03.2(3). The mixture shall be well blended to produce a homogeneous mix. Efforts should be made to attain organic matter content as close to 5 to 8 percent as possible, with the final mix to be determined by the engineer based on samples and test results submitted. The Cation Exchange Capacity (CEC) must be > 5 milliequivalents /100 g dry soil Note: Soil mixes meeting the above specifications do not have to be tested for CEC. They will readily meet the minimum CEC. 9 -14.4 Mulch and Amendments 9- 14.4(9) Composted Material New Compost products shall be the result of the biological degradation and transformation of Type I or III Feedstocks under controlled conditions designed to promote aerobic decomposition, per WAC 173 - 350 -220, which is available at http: / /www.ecy.wa.gov /programs /swfa /compost. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC, and meet the following physical criteria: 1. Compost material shall be tested in accordance with Testing Methods for the Examination of Compost and Composting ( TMECC) Test Method 02.02 -13, "Sample Sieving for Aggregate Size Classification ". Compost shall meet the following: Sieve Size Percent Passing 1' 99 -100 90 -100 '/4" 40 -100 2. The pH shall be between 6.0 and 8.0 when tested in accordance with TMECC 04.11 - A; 1:5 Slurry pH ". If the pH falls outside of the acceptable range, it may be modified with lime to increase the pH or iron sulfate plus sulfur to lower the pH. The lime or iron sulfate must be mixed uniformly into the soil prior to use in the bioretention area. 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by TMECC 03.08 -A "percent dry weight basis ". 4th Street Stormwater Improvements III -97 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 4. Minimum organic matter content should be between 40 percent dry weight basis as determined by TMECC 05.07A, "Loss -On- Ignition Organic Matter Method ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm tested in accordance with TMECC 04.10 -A, 1:5 Slurry Method, Mass Basis ". 6. Maturity shall be greater than 80% in accordance with TMECC 05.05- A, "Germination and Vigor ". 7. Stability shall be 7 or below in accordance with TMECC 05.08 -B, Carbon Dioxide Evolution Rate" 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 - 350 -100 as "Type 1 Feedstocks." A maximum of 35 percent by volume of other approved organic waste as defined in WAC 173 - 350 -100 as "Type III ", including post- consumer food waste, but not including biosolids, may be substituted for recycled plant waste. The supplier shall provide written verification of feedstock sources. 9. Carbon to nitrogen ratio shall be less than 25:1 as determined using TMECC 04.01 "Total Carbon" and TMECC 04.02D "Total Kjeldhal Nitrogen ". The engineer may specify a C:N ratio up to 35:1 for projects where the plants selected are entirely native species. 10. The Engineer may also evaluate compost for maturity using the Solvita Compost Maturity Test at time of delivery. Compost shall score a number 6 or above on the Solvita Compost Maturity Test. The compost supplier shall test all compost products within 90 calendar days prior to application. Samples will be taken using the Seal of Testing Assurance (STA) sample collection protocol. (The sample collection protocol can be obtained from the U.S. Composting Council, 4250 Veterans Memorial Highway, Suite 275, Holbrook, NY 11741 Phone: 631 - 737 -4931, www.compostingcouncil.org). The sample shall be sent to an independent STA Program approved lab. The compost supplier shall pay for the test. A copy of the approved independent STA Program laboratory test report shall be submitted to the Contracting Agency prior to initial application of the compost. Seven days prior to application, the Contractor shall submit a sample of each type of compost to be used on the project to the Engineer. Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. 11. The compost product shall meet the following heavy metals dry weight criteria: The Contractor shall submit the following information to the Engineer for approval: 1. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 4th Street Stormwater Improvements III -98 Project No. DR03 -2009 Metal Requirement Arsenic <7 mg/kg Lead < 21 mg/kg Mercury <1 mg/kg Nickel 1 <15 mg/kg The Contractor shall submit the following information to the Engineer for approval: 1. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 4th Street Stormwater Improvements III -98 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department SPECIAL PROVISIONS 2. The supplier shall verify in writing, and provide lab analyses that the material complies with the processes, testing, andstandards specified in WAC 173 -350 and these specifications. An independent STA Program certified laboratory shall perform the analysis. 3. A list of the feedstock by percentage present in the final compost product. 4. A copy of the producer's STA certification as issued by the U.S. Composting Council. Acceptance will be based upon a satisfactory Test Report from an independent STA program certified laboratory and the sample(s) submitted to the Engineer. 4th Street Stormwater Improvements III -99 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT A PREVAILING WAGES 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles ATTACHMENT A Public Works and Utilities Department Washington State Prevailing Wage Rates For Clallam County Washington State Prevailing Wage Rates for Public Works Contracts — Journey Level and Apprentices, Clallam County, effective on the bid due date, shall apply to this contract. To access applicable prevailing rate of wage by trade, use the following Department of Labor and Industries website link: http:// www. Ini. wa. gov/ TradesLicensing /PrevWage/WageRates /default.asp A copy of the applicable prevailing wage rates is available for viewing at 321 East Fifth Street, Port Angeles, WA, 98362 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT B Request for Information (RFI) Form Contract Change Order (CCO) Form 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department pORTq V'o��� REQUEST FOR INFORMATION (RFI) FORM y kORKS AN�� PROJECT NAME: 4th Street Stormwater Improvements PROJECT /CONTRACT NUMBER: Project No. DR03 -2009 ORIGINATOR: ❑ Owner ❑ Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION /REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: ❑ YES ❑ NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: 4th Street Stormwater Improvements B -1 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 41h Street Stormwater Improvements B -2 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department PORT T City of Port Angeles Public Works Departient 0 321 East 5th Street / Port Angeles, WA 98362 SHING Contract No. & Title Project Manager: Date Change Prepared Order No. Prime: Change Title: Change Scope / Justification: 1 CONTRACT AMOUNT 7_0riginal ract Previous Time Extension by nge Orders Change Order (days)* This Change Order Amount (including applicable taxes) Suspension of Work (days) New Contract Amount Change Order #I Time 1 Original Substantial Completion Previous Time Extension by Name & Title Change Order (days)* Date: Suspension of Work (days) Change Order #I Time Extension (days) New Substantial Completion CONTRACTOR: CITY OF PORT ANGELES Signature Signature Name & Title Name & Title Date: Date: This Change Proposal shall represent full and complete compensation and final settlement of all Claims for all (1) time; (2) direct, indirect, and overhead costs; (3) profit; and (4) costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple effect, loss of efficiency or productivity, acceleration of work, lost profits, and /or any other costs or damages related to any work either covered or affected by the Change Proposal, or related to the events giving rise to the Change Proposal. 41h Street Stormwater Improvements B -3 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements B-4 Project No. DR03 -2009 City of Port Angeles ATTACHMENT C Public Works and Utilities Department Contractor's Application for Payment Form Certification of Work Completion and Acceptance Form 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 90 T4 co 1 CORKS ANOJ CONTRACTOR'S APPLICATION FOR PAYMENT 4" Street Stormwater Improvements Project Project No. TR 01 -03 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department 2 P.O. Box 1150 $ Port Angeles, WA 98362 Adjusted Contract Amount 1 +2 FROM: PAYMENT REQUEST NO. PERIOD: From: to end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order Nos . [Excluding Sales Tax $ 3 Adjusted Contract Amount 1 +2 $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site [per attached breakdown] $ 6 Subtotal 4 +5 $ 7 8.4% Sales Tax [at 8.4% of subtotal], As Applicable $ 8 Less Amount Retained at 5% of subtotal $ 9 Subtotal 6 +7 -8 $ 10 Total Previous) Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST 9 -10 $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 4th Street Stormwater Improvements C -1 Project No. DR03 -2009 I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower -tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. F97-31"D r qA . SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of , 20_ Notary Public in and for the State of , residing at My appointment expires APPROVAL: Project Manager Date City Engineer. Date 4th Street Stormwater Improvements C -2 Project No. DR03 -2009 CERTIFICATION OF WORK COMPLETION AND ACCEPTANCE PROJECT: 411 Street Stormwater Improvements PROJECT NO.: DR03 -2009 All work on the above referenced project has been completed in accordance with the contract documents and the final inspection and the warranty provision included therein or relating thereto. The final estimate in the amount of $ , including any applicable taxes, has been reviewed and is in agreement with our records. I further certify that the final estimate amount shown above is a true and correct statement showing all the monies due me from the City of Port Angeles for work performed and material furnished under this contract. City Council acceptance and final payment, including retained percentages, is hereby respectfully requested. , Contractor, hereby releases the City of Port Angeles, Washington, from any and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work, materials, equipment or any other liens outstanding on this Contract. CONTRACTOR: /_11111111111V i AUTHORIZED OFFICIAL: PW- 402_03 [Revised 03/30/04] DATE: 4th Street Stormwater Improvements C -3 Project No. DR03 -2009 This page is intentionally left blank. 41h Street Stormwater Improvements C-4 Project No. DR03 -2009 ATTACHMENT D Request for Approval of Material Form 41h Street Stormwater Improvements Project No. DR03 -2009 This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 AWL Washh2gilon State w!/ D►epartr»entt at Tlransportatiion Request for Approval of Material Contract Number FA Number SIR Date Section / Title of Project County Contractor Subcontractor This form shall be completed prior to submittal. If this form is not complete at time of submittal it may be retumed for information that was omitted. For assistance in completing, see Instructions and Example For WSDOT Use Only RAM # Bid Item No. Material or Product/Type Name and Location of Fabricator, Manufacturer or Pit Number Specification Reference PE/QPL Code Hdqtr. /QPL Code Project Engineer Date State Materials Engineer Date Acceptance Action Codes for use by Project Engineer and State Materials Laboratory 1. Acceptance Criteria: Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project. 2. Acceptance Criteria: Mfg. Cart. of Compliance for'Acceptance' prior to use of material. 3. Acceptance Criteria: Catalog Cuts for'Acceptance' prior to use of material. Catalog Cut Approved ❑ Yes ❑ No 4. Acceptance Criteria: Submit Shop Drawings for'Approval' prior to fabrication of material. 5. Acceptance Criteria: Only'Approved for Shipment, 'WSDOT Inspected' or'Fabrication Approved Decal' material shall be used. 6. Acceptance Criteria: Submit Certificate of Materials Origin to Project Engineer Office. 7. Acceptance Criteria: Request Transmitted to State Materials Laboratory for Approval Action. B. Source Approved: 9. Approval Withheld: Submit samples for preliminary evaluation. 10. Approval Withheld: 11. Miscellaneous Acceptance Criteria. Remarks: Project Engineer Distribution ❑ Contractor ❑ Region Materials ❑ Region Operations Engineer ❑ State Materials Lab ❑ FabricRtion Inspection M/S 47365 4 Street Stormwater Improvements DOT Form 350 -071 EF Revised 1212012 State Materials Engineer Distribution ❑ General File ❑ Signing Inspection ❑ Other Project No. DR03 -2009 This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 ATTACHMENT E Request to Sublet and Subcontract Certification Form 4th Street Stormwater Improvements Project No. DR03 -2009 This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 rd 4prwo _ 111 2 Dept rhliIlaf$ of T1 Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor ❑ DBE Prime Contractor Federal Employer I.D. Number* State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Unified Business Identifier (UBI) Federal Employer I.D. Number Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor * If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature Date Department of Transportation Use Only Percent of Total Contract This Request % Previous Requests % Sublet to Date % DBE Status Verification Project Engineer's Signature ❑ Approved th Date Approved - Region Construction Engineer (When Required) Date DOT Form 421 -012 EF Distribution: 1 White (Original) -Region Canary (Copy) -Project Engineer Pink (Copy) -Contractor Revised 1112009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT F APPRENTICE UTILIZATION PLAN 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Contracting Office Apprenticeship Utilization Plan Instructions The Apprenticeship utilization Plan is due to the Public Works and Utilities Contracting Office as prescribed in the bidding instructions. The itemized instructions below correspond to specific sections of the attached sample Apprenticeship Utilization Plan. The Apprenticeship Utilization Plan is available in a PDF form by sending an email request to Ihanley @cityofpa.us. Project Information: List the Project Number (PW #) and Project Name that is found on the Award of Contract Notice. Plan Date: Enter the date your apprenticeship plan was created Contractor & all Subcontractors: List the name of the Prime and ALL subcontractors that are scheduled to work on this project. Journey and Apprentice Information: Journey Level Labor Hours — List the estimated number of labor hours to be performed by all journey level workers in full hour increments. The estimate should include the labor hours of all workers subject to prevailing wage requirements as defined in WAC 296- 127 -015. Apprentice Labor Hours — List the estimated apprentice labor hours for apprentices enrolled in a state approved apprenticeship program in full hour increments. A list of state approved apprenticeship programs can be found on the State Department of Labor and Industries web site. Total Labor Hours — Enter the total number of hours for each firm. This should equal the total from the journey and apprentice labor hour columns. This field will be automatically calculated on the electronic form. Apprentice Utilization Percentage — Enter the percentage of apprentice utilization for each firm. The apprenticeship percentage should equal the total apprenticeship hours column divided by the total labor hours column. This field will be automatically calculated on the electronic form. Number of Apprentices — List the total number of apprentices for each firm. Work Start Date — List the estimated date each firm will begin work on this project. Totals: Please total each column in the Journey and Apprentice Information section. The fields will be automatically calculated on the electronic form. Public Works and Utilities Contracting Office P.O. Box 1150 Port Angeles, Washington 98362 -0217 Apprenticeship Plan Instructions Tel (360) 417 -4709 Fax (360) 417 -4511 Ihanley@cityofpa.us Revised 3/7/2014 Sample Apprenticeship Utilization Plan Project # SW02 -2012 Plan Date January 1, 2014 Project Name Port Angeles Landfill Cell Stabilization Project Prime and all Subcontractors Journey Labor Hours Apprentice Labor Hours Total Labor Hours Apprentice Percentage # of Apprentices Work Start Date Prime Contractor for Project 5,000 800 5,800 13.79% 2 1/15/10 Subcontractor Number One 2,500 800 3,300 24.24% 1 2/28/10 Subcontractor Number Two 1,500 0 1,500 0% 0 3/1/10 Totals: 1 9,000 ( 1,600 1 10,600 1 15.09% Public Works and Utilities Contracting Office P.O. Box 1150 Port Angeles, Washington 98362 -0217 3 Tel (360) 417 -4709 Fax (360) 417 -4511 Ihanley @cityofpa.us Apprenticeship Plan Instructions Revised 3/7/2014 �e City of Port Angeles Public Works and Utilities Contracting Office Apprenticeship Utilization Plan Note: This form and instructions are available electronically from the City of Port Angeles Public Works and Utilities Contracting Office, 360 -417 -4541 Project # Plan Date Project Name Prime and all Subcontractors Journey Labor Hours Apprentice Labor Hours Total Labor Hours Apprentice Percentage # of Apprentices Work Start Date Totals: Public Works and Utilities Contracting Office P.O. Box 1150 Port Angeles, Washington 98362 -0217 Tel (360) 417 -4709 Fax (360) 417 -4511 Ihanley @cityofpa.us Apprenticeship Plan Instructions Revised 3/7/2014 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. Public Works and Utilities Contracting Office P.O. Box 1150 Port Angeles, Washington 98362 -0217 Apprenticeship Plan Instructions Tel (360) 417 -4709 Fax (360) 417 -4511 Ihanley @cityofpa.us Revised 3/7/2014 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Amendments to the WSDOT 2012 Standard Specifications 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4t" Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department INTRO.AP1 INTRODUCTION ATTACHMENT G The following Amendments and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1- 01.AP1 Section 1 -01, Definition and Terms August 5, 2013 1- 01.2(2) Items of Work and Units of Measurement The following abbreviation in this section is deleted: ATB Asphalt Treated Base 1 -01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). The definition for "Superstructures" is revised to read: The part of the Structure above: 1. The bottom of the grout pad for the simple and continuous span bearing, or 2. The bottom of the block supporting the girder, or 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: 1. From the face of end diaphragm abutting the bridge approach embankment for end piers without expansion joints, or 4th Street Stormwater Improvements G -1 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 2. From the end pier expansion joint for bridges with end pier expansion joints. Superstructures include, but are not limited to, the bottom slab and webs of box girders, the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and railing attached to the Superstructure when such Superstructure components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure. 1 -02.AP 1 Section 1 -02, Bid Procedures and Conditions January 2, 2012 1- 02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read: If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. 1- 03.AP1 Section 1 -03, Award and Execution of Contract April 2, 2012 1- 03.1(1) Tied Bids This section's title is revised to read: 1- 03.1(1) Identical Bid Totals 1- 05.AP1 Section 1 -05, Control of Work August 6, 2012 1- 05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. 4t" Street Stormwater Improvements G -2 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1- 06.AP1 Section 1 -06, Control of Material August 5, 2013 1- 06.1(3) Aggregate Source Approval (ASA) Database The last paragraph is revised to read the following two new paragraphs: ATTACHMENT G Aggregate materials that are not approved for use in the ASA database may be sampled and tested by the Agency, for a specified use on a project, from the source or from a processed stockpile of the material and all cost for the sampling and testing will be deducted from the Contract. The Contractor agrees to authorize the Project Engineer to deduct the sampling and testing costs from any money due or coming due to the Contractor. 1- 06.1(4) Fabrication Inspection Expense The first paragraph is revised to read: In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington, the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and Spherical) • Cantilever Sign Structures and Sign Bridges • Epoxy- Coated Reinforcing Steel • Metal Bridge Railing and Handrail • Modular Expansion Joints • Painted Piling and Casing • Painted and Powder - Coated Luminaire and Signal Poles • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary Sewer Pipe • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box Culverts • Precast Concrete Traffic Barrier • Precast Concrete Marine Pier Deck Panels • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem Panels • Precast Concrete Retaining Walls, including Lagging Panels • Prestressed Concrete Girders and Precast Bridge Components • Prestressed Concrete Piles • Seismic Retrofit Earthquake Restrainers • Soldier Piles • Steel Bridges and Steel Bridge Components • Steel Column Jackets • Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, and Transfer Spans 4th Street Stormwater Improvements G -3 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department • Treated Timber and Lumber 6 -inch by 6 -inch or larger • Timber • Additional items as may be determined by the Engineer The footnote below the table is revised to read: An inspection day includes any calendar day or portion of a calendar day spent by one inspector inspecting, on standby, or traveling to and from a place of fabrication. An additional cost per inspection day will be assessed for each additional inspector. Reimbursement will be assessed at $280.00 per day for weekends and holidays for each on site inspector in travel status, but not engaged in inspection or travel activities when fabrication activities are not taking place. 1- 07.AP1 Section 1 -07, Legal Relations and Responsibilities to the Public April 1, 2013 1 -07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: In particular the Contractor's attention is drawn to the requirements of WAC 296.800 which requires employers to provide a safe workplace. More specifically WAC 296.800.11025 prohibits alcohol and narcotics from the workplace. 1- 07.9(2) Posting Notices This section is revised to read: Notices and posters shall be placed in areas readily accessible to read by employees. The Contractor shall ensure the following are posted: EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 2. FHWA -1022 (revised 11/11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor. Post on all projects 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The Family and Medical Leave Act published by US Department Of Labor. Post on all projects 6. WHD -1462 (revised 01/12) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects 4th Street Stormwater Improvements G-4 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects 8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries. Post on all projects 9. F700- 074 -909 (revised 12/12) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects 10. EMS 9874 (revised 04/12) -Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296- 127 -010 12. Post one copy of the prevailing wage rates for the project 1- 07.9(5) Required Documents Item number 2. in the first paragraph is revised to read: 2. A copy of an approved "Affidavit of Prevailing Wages Paid ", State L &I's form number F700- 007 -000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for Contractor and all Subcontractors have been received by the Project Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L &I and a copy of all the approved forms have been submitted to the Engineer. 1 -07.14 Responsibility for Damage The fifth paragraph is revised to read: Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. 1 -07.15 Temporary Water Pollution /Erosion Control The third paragraph is deleted. 1- 08.AP1 Section 1 -08, Prosecution and Progress April 1, 2013 1 -08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ". 4th Street Stormwater Improvements G -5 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 1- 08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: ATTACHMENT G Total float belongs to the project and shall not be for the exclusive benefit of any party. 1 -09.AP 1 Section 1 -09, Measurement and Payment April 1, 2013 1 -09.1 Measurement of Quantities The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of avoirdupois weight ": Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work shall have no specific unit of measurement requirement. 1- 09.2(5) Measurement The second sentence in the first paragraph is revised to read: The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. 1 -09.6 Force Account In item No. 3. For Equipment, the last sentence in the third sub - paragraph is revised to read: In the event that prior quotations are not obtained and the vendor is a firm independent from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. 3- 01.AP3 Section 3 -01, Production From Quarry and Pit Sites August 5, 2013 3 -01.1 Description In the first paragraph, "asphalt treated base" is deleted. 3- 04.AP3 Section 3 -04, Acceptance of Aggregate August 5, 2013 3- 04.3(7)D4 An Entire Lot The last sentence is deleted. 3- 04.3(8) Price Adjustments for Quality of Aggregate The calculation in the first paragraph is revised to read: 4t" Street Stormwater Improvements G -6 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department Aggregate Compliance Price Adjustment = (Composite Pay Factor — 1.00) (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, whichever is higher.) 3 -04.5 Payment In the second paragraph, the reference "Section 3- 04.3(6)C " is revised to read "Section 3- 04.3(8)". In Table 1, the top two rows are revised to read the following three new rows: 9 -03.1 Concrete Aggregate (except pavement) 2000 1000' $15.002 $30.002 9 -03.1 Concrete Aggregate (pavement) 4000 20001 $15.002 $30.002 9-03.4(2) Crushed Screenin 3 1000 500 $20.00 $40.00 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9- 03.14(4) Gravel Borrow for Structural Earth 4000 2000 $30 $60 Walls The footnotes below the Table 1 are revised to read: 1. Based on 1000 CY of Concrete. 2 Price adjustment only applies to the actual quantity of aggregate used in the concrete. 3 Contingent unit price per S.Y. is $0.30. In Table 2, the first row is revised to read: 9 -03.1 Concrete Aggregate (all concrete aggregate - 2 2 2 10 20 including pavement In Table 2, the row containing the item "Gravel Backfill for Foundations Class A" is revised to read: 9- 03.12(1)A Gravel Backfill for Foundations Class A3 In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9- 03.14(4) Gravel Borrow for 2 2 5 5 5 10 Other4 Structural Earth Walls Item 1 in the footnotes below Table 2 is revised to read: 1 For Aggregate, the nominal maximum size sieve is the largest standard sieve opening listed in the applicable specification upon which more than 1- percent of the material by weight is permitted to be retained. For concrete aggregate, the nominal maximum size 4th Street Stormwater Improvements G -7 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department sieve is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. The footnotes below the Table 2 are supplemented with the following: 3 Use the price adjustment factors for the material that is actually used. 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5. 4- 06.AP4 Section 4 -06, Asphalt Treated Base August 5, 2013 This section including title is deleted in its entirety and replaced with the following: Vacant 5- 01.AP5 Section 5 -01, Cement Concrete Pavement Rehabilitation August 5, 2013 5- 01.3(2)B Portland Cement Concrete The fifth sentence in the third paragraph is revised to read: The lower Specification limit for compressive strength shall be 4,000 -psi. The last two sentences in the third paragraph are deleted. 5- 01.3(4) Replace Portland Cement Concrete Panel This section is supplemented with the following: Replacement panels that crack shall be repaired as specified in Section 5- 05.3(22) at no cost to the Contracting Agency. Epoxy- coated dowel bars meeting the requirements of Section 9- 07.5(1) may be substituted for the corrosion resistant dowel bars specified. 5- 01.3(6) Dowel Bar Retrofit The second sentence in the ninth paragraph is revised to read: The foam insert shall fit tightly around the dowel and to the bottom and edges of the slot and extend to the top of the existing pavement surface. 5- 01.3(11) Concrete Slurry This section including title is revised to read: 5- 01.3(11) Concrete Slurry and Grinding Residue All concrete slurry and grinding residue shall be removed from the pavement surface on a continual basis immediately behind the grinding or cutting operations. Slurry shall not be 4th Street Stormwater Improvements G -8 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G allowed to drain into an area open to traffic, off of the paved surface or into any drainage structure. The Contractor shall collect the concrete slurry and grinding residue from the pavement surface and dispose of it in accordance with Section 2- 03.3(7)C. Opening to traffic shall meet the requirements of Section 5- 05.3(17). 5- 02.AP5 Section 5 -02, Bituminous Surface Treatment August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". 5- 02.1(1) New Construction This section is revised to read: This method of treatment requires two applications of emulsified asphalt and three applications of aggregate. The first application of emulsified asphalt is applied to an untreated Roadway that is followed with an application of aggregate. The second application of emulsified asphalt is followed with two additional applications of aggregate. 5- 02.1(2) Seal Coats This section is revised to read: This method requires the placing of one application of emulsified asphalt and one or more sizes of aggregate as specified to an existing pavement to seal and rejuvenate the surface and to produce a uniform Roadway surface with acceptable nonskid characteristics. 5 -02.2 Materials The following new paragraph is inserted after the second paragraph: Each source of aggregate for bituminous surface treatment shall be evaluated separately for acceptance in accordance with Section 3 -04. The second and fourth paragraphs (after implementing the preceding Amendment) are deleted. 5- 02.3(1) Equipment The second sentence in the second paragraph is revised to read: A temperature measuring device shall be capable of reporting the temperature of emulsified asphalt in the tank. 5- 02.3(2)A New Construction The fourth and fifth paragraphs are revised to read: 4th Street Stormwater Improvements G -9 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Immediately before the first application of emulsified asphalt, the Roadway surface shall be in the following condition: firm and unyielding, damp, free from irregularities and material segregation, and true to line, grade, and cross - section. No traffic will be allowed on the prepared surface until the first application of emulsified asphalt and aggregate has been completed. 5- 02.3(3) Application of Asphalt and Aggregate The table " ADplication Rate" is revised to read: First 0.35 -0.65 '/2 inch- No. 4 25 -45 Application 0.35 -0.55 or % inch-1/2 inch 20 -35 4 -6 Second 0.35 -0.60 X2 inch- No. 4 25 -40 Application N/A No. 4 - 0 4 -6 Choke Stone N/A No. 4 - 0 4 -6 % inch — No. 4 Choke Stone 0.40 -0.65 % inch- No. 4 No. 4 - 0 25 -45 4 -6 1/2 inch — No. 4 Choke Stone 0.35 -0.55 '/2 inch- No. 4 No. 4 - 0 20 -35 4 -6 % inch — No. 4 0.35 -0.55 % inch- No. 4 20 -30 Choke Stone N/A No. 4 - 0 4 -6 The table "Pavement Sealing" is deleted. 4th Street Stormwater Improvements G -10 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department The second paragraph is revised to read: The Project Engineer will determine the application rates. The second application of emulsified asphalt shall be applied the next day, or as approved by the Project Engineer. The second to last paragraph is revised to read: Before application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal emulsified asphalt shall be CSS - 1 or CSS -1 h diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise approved by the Project Engineer. The fog seal shall be uniformly applied to the pavement at a diluted rate of 0.10 — 0.18 gal /sy. The finished application shall be free of streaks and bare spots. 5- 02.3(5) Application of Aggregates The sixth paragraph is revised to read: The Contractor shall apply choke stone to the Roadway with additional spreading equipment immediately following the initial rolling of the coarse aggregate unless otherwise specified in the Contract documents or specified by the Project Engineer. Excess aggregate shall be removed from the Roadway. A minimum of one pass with a pneumatic roller shall be made across the entire width of the applied choke stone. 5- 02.3(7) Patching and Correction of Defects The last sentence in the last paragraph is revised to read: The CSS -1 or CSS -1 h emulsified asphalt may be diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise specified by the Project Engineer. 5 -02.5 Payment The first sentence in the second paragraph is revised to read: The unit Contract price per mile for "Processing and Finishing" shall be full pay for all cost to perform the specified work including, blading, scarifying, processing, leveling, finishing, and the manipulation of aggregates as required The third paragraph is revised to read "Emulsified Asphalt ( ) ", per ton. The fourth paragraph is revised to read: The unit Contract price per ton for "Emulsified Asphalt ( )" shall be full pay for all costs to perform the specified Work including furnishing, heating, hauling, and spreading the emulsified asphalt on the Roadway. The sixth paragraph is revised to read: 4th Street Stormwater Improvements G -11 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The unit Contract price per ton for "Asphalt for Fog Seal' shall be full pay for all costs to perform the specified Work for the fog seal. The eighth paragraph is revised to read: The unit Contract price per cubic yard for "Aggregate from Stockpile for BST" shall be full pay for all costs to perform the specified Work including loading, transporting, and placing the material in the finished Work. The eleventh paragraph is revised to read: The unit Contract price per cubic yard or per ton for "Furnishing and Placing Crushed ( ) shall be full pay for costs to perform the specified Work including furnishing, transporting, and placing the material in the finished Work. The thirteenth paragraph is revised to read: The unit Contract price per hour for "Additional Brooming" shall be full pay for all costs to perform the specified Work including rebrooming the Roadway. 5- 04.AP5 Section 5 -04, Hot Mix Asphalt April 1, 2013 5 -04.2 Materials The following material reference is deleted from this section: Blending Sand 9- 03.8(4) The fourth paragraph is revised to read: The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. 5- 04.3(7)A1 General This section is supplemented with the following: The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti - stripping additive is compatible with the crude source and formulation of asphalt binder proposed in mix design. 5- 04.3(7)A3 Commercial Evaluation The second sentence in the second paragraph is deleted. 5- 04.3(10)B3 Longitudinal Joint Density The section including title is revised to read: 4th Street Stormwater Improvements G -12 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 5- 04.3(10)B3 Vacant 5- 04.3(11)D General The last sentence in the first paragraph is deleted. 5- 04.3(12)A Transverse Joints In the second paragraph "planning" is revised to read "planing ". 5- 04.3(20) Anti - Stripping Additive This section is revised to read: ATTACHMENT G Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical evaluation the anti - stripping additive shall be added in the amount designated in the WSDOT mix design /anti -strip evaluation report provided by the Contracting Agency. For HMA accepted by commercial evaluation the Project Engineer will determine the amount of anti - strip to be added; paving shall not begin before the anti -strip requirements have been provided to the Contractor. 5 -04.4 Measurement The first sentence in the first paragraph is revised to read: HMA Cl. PG , HMA for —Cl. PG _, and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. The last paragraph is deleted. 5 -04.5 Payment The bid item "Longitudinal Joint Density Price Adjustment ", by calculation and paragraph following bid item are deleted. 5- 05.AP5 Section 5 -05, Cement Concrete Pavement August 5, 2013 5- 05.3(1) Concrete Mix Design for Paving The title in the table titled "Portland Cement Concrete Batch Volumes" is revised to read: Portland Cement Concrete Batch Weights, per cubic yard of Concrete 5- 05.3(6) Subgrade The last paragraph in this section is deleted. 4th Street Stormwater Improvements G -13 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 02.AP6 Section 6 -02, Concrete Structures January 7, 2013 ATTACHMENT G 6- 02.3(2) Proportioning Materials The Lean Concrete value in the column "Minimum Cemetitious Content (pounds)" in the table titled "Cementitious Requirement for Concrete" is revised to read: * ** *145 The following new note is inserted after the note " * ** No maximum specified" in the table titled "Cementitious Requirement for Concrete ": * ** *Maximum of 200 pounds The paragraph following the table "Cementitious Requirements for Concrete" is revised to read: When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight of the total cementitious material for concrete Class 4000D and 4000A, and 50 percent by weight of the total cementitious material for all other classes of concrete. 6- 02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, Type PPB, PS, I, FB and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of Section 6- 02.3(5)C shall apply. 6- 02.3(2)D Lean Concrete This section is revised to read: Lean concrete shall meet the cementitious requirements of Section 6- 02.3(2) and have a maximum water /cement ratio of 2. 6- 02.3(4)A Qualification of Concrete Suppliers The first paragraph is revised to read : Batch Plant Prequalification requires a certification by the National Ready Mix Concrete Association ( NRMCA). Information concerning NRMCA certification may be obtained from the NRMCA at 900 Spring Street, Silver Springs, MD 20910 or online at www.nrmca.org. The NRMCA certification shall be valid for a 2 -year period from the date of certificate. The following documentation shall be submitted to the Project Engineer; a copy of the current NRMCA Certificate of Conformance, the concrete mix design(s) (WSDOT Form 350 -040), 41h Street Stormwater Improvements G -14 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G along with copies of the truck list, batch plant scale certification, admixture dispensing certification, and volumetric water batching devices (including water meters) verification. 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Control The last sentence in the second paragraph is revised to read: Sampling shall be performed in accordance with WSDOT FOP for WAQTC TM 2 and random samples shall be selected in accordance with WSDOT TM 716. 6- 02.3(14)C Pigmented Sealer for Concrete Surfaces This section is revised to read: The Contractor shall submit the pigmented sealer manufacturer's written instructions covering, at a minimum, the following: Surface preparation 2. Application methods 3. Requirements for concrete curing prior to sealer application 4. Temperature, humidity and precipitation limitations for application 5. Rate of application and number of coats to apply The Contractor shall not begin applying pigmented sealer to the surfaces specified to receive the sealer until receiving the Engineer's approval of the submittal. All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 surface finish (except that concrete barrier surfaces shall be finished in accordance with Section 6- 02.3(11)A). The Contractor shall not apply pigmented sealer from a batch greater than 12 months past the initial date of color sample approval of that batch by the Engineer. The pigmented sealer color or colors for specific concrete surfaces shall be as specified in the Special Provisions. The final appearance shall be even and uniform without blotchiness, streaking or uneven color. Surface finishes deemed unacceptable by the Engineer shall be re- coated in accordance with the manufacturer's recommendations at no additional expense to the Contracting Agency. For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to 1 foot below the finish ground line, unless otherwise shown in the Plans. 4th Street Stormwater Improvements G -15 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 02.3(16) Plans for Falsework and Formwork Item No. 4 in the seventh paragraph is revised to read: ATTACHMENT G 4. Conditions required by other Sections of 6- 02.3(17), Falsework and Formwork. Item's No. 5, 6, 7, and 8 in the seventh paragraph are deleted. The following paragraph is inserted after the seventh paragraph: Plan approval can be done by the Project Engineer for footings and walls 4 to 8 feet high (excluding pedestal height) provided: 1. Concrete placement rate is 4 feet per hour or less. 2. Facing is 3/4 -inch plywood with grades as specified per Section 6- 02.3(17)1. 3. Studs, with plywood face grain perpendicular, are 2 by 4's spaced at 12 inches. 4. Walers with 3,000 pound safe working load ties spaced at 24 inches are two 2 by 4's spaced at 24 inches. 6- 02.3(17)F Bracing In the first paragraph, the phrase "per Section 6- 02.3(17)1" is revised to read "in accordance with Section 6- 02.3(17)1 ". This section is supplemented with the following new sub - section: 6- 02.3(17)F5 Temporary Bracing for Bridge Girders During Diaphragm and Bridge Deck Concrete Placement Prestressed concrete girders shall be braced to resist forces that would cause rotation or torsion in the girders caused by the placing of precast concrete deck panels and concrete for the bridge deck. Bracing shall be designed and detailed by the Contractor and shall be shown in the falsework /formwork plans submitted to the Engineer for approval. These braces shall be furnished, installed, and removed by the Contractor at no additional cost to the Contracting Agency. The Contractor may consider the bracing effects of the diaphragms in developing the falsework/formwork plans. The Contractor shall account for the added load from concrete finishing machines and other construction loadings in the design of the bracing. Falsework support brackets and braces shall not be welded to structural steel bridge members or to steel reinforcing bars. 6- 02.3(17)F4 Temporary Bracing for Bridge Girders This section including title is revised to read: 6- 02.3(17)F4 Temporary Bracing for Bridge Girders During Erection Steel girders shall be braced in accordance with Section 6- 03.3(7)A. 4th Street Stormwater Improvements G -16 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department Prestressed concrete girders shall be braced sequentially during girder erection. The bracing shall be designed and detailed by the Contractor and shall be shown in the falsework /formwork plans submitted to the Engineer for approval. The Contractor shall furnish, install, and remove the bracing at no additional cost to the Contracting Agency. At a minimum, the Contractor shall brace girders at each end and at midspan to prevent lateral movement or rotation. This bracing shall be placed prior to the release of each girder from the erection equipment. If the bridge is constructed with cast -in -place concrete diaphragms, the bracing may be removed once the concrete in the diaphragms has been placed and cured for a minimum of 24 hours. 6- 02.3(17)H Formwork Accessories The first paragraph is deleted and replaced with the following two new paragraphs: Formwork accessories such as form ties, form anchors, form hangers, anchoring inserts, and similar hardware shall be specifically identified in the formwork plans including the name and size of the hardware, manufacturer, safe working load, and factor of safety. The grade of steel shall also be indicated for threaded rods, coil rods, and similar hardware. Wire form ties shall not be used. Welding or clamping formwork accessories to Contract Plan reinforcing steel will not be allowed. Driven types of anchorages for fastening forms or form supports to concrete, and Contractor fabricated "J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed. Taper ties may be used provided the following conditions are met: The structure is not designed to resist water pressure (pontoons, floating dolphins, detention vaults, etc.) 2. After the taper tie is removed, plugs designed and intended for plugging taper tie holes shall be installed at each face of concrete. The plug shall be installed a minimum of 1 '/2" clear from the face of concrete. 3. After the plug is installed, the hole shall be cleaned of all grease, contamination and foreign matter. 4. Holes on the exposed faces of concrete shall be patched and finished to match the surrounding concrete. 6- 02.3(25)N Prestressed Concrete Girder Erection The third sentence in the fifth paragraph is revised to read: The girders shall be braced in accordance with Sections 6- 02.3(17)F4 and 6- 02.3(17)F5. 6- 02.3(26)E5 Leak Tightness Testing The first sentence in the first paragraph is revised to read: The Contractor shall test each completed duct assembly for leak tightness after placing concrete but prior to placing post tensioning reinforcement. 41h Street Stormwater Improvements G -17 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department The second paragraph is revised to read: ATTACHMENT G Prior to testing, all grout caps shall be installed and all vents, grout injection ports, and drains shall either be capped or have their shut -off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. If the pressure loss exceeds the allowable, locations of leakage shall be identified, repaired or reconstructed using methods approved by the Engineer. The repaired system shall then be retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the completed duct assembly completes a test with pressure loss within the specified amount. Section 6 -03, Steel Structures August 5, 2013 6- 03.3(7)A Erection Methods The following new paragraph is inserted after the second paragraph: The Contractor may submit for approval the use of an engineered and fabricated lifting bracket bolted to the girder top flanges providing the following requirements are satisfied: The lifting bracket shall be engineered and supporting calculations shall be submitted with the erection plan; 2. The calculations shall include critical stresses in the girder including local stresses in the flanges at lifting bracket locations; 3. The calculations shall include computation of the lifting bracket and associated bolt hole locations and the expected orientation of the girder during picking operation; 4. The lifting bracket shall be load tested and certified for a load at least 2 times the working load and at all angles it will be used (angle of load or rigging). Certification documentation from a previous project may be submitted for approval; 5. Bolt holes in girders added for the lifting bracket connections shall be shown in the shop plans and shall be drilled in the shop. Field drilling of bolt holes for lifting brackets will not be permitted; 6. Bolt holes in girder top flanges shall be filled with high strength bolts after erection in accordance with Section 6- 02.3(17)K. The last sentence in the fourth paragraph (after implementing the preceding Amendment) is revised to read: 4th Street Stormwater Improvements G -18 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The plan, including lifting bracket working drawings and calculations, shall be prepared by (or under the direct supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and shall carry the engineer's seal and signature, in accordance with Section 6- 02.3(16). 6- 03.3(13) Fabricating Tension Members Item number 2. is revised to read: 2. Fabricated from plate stock with the primary rolling direction of the stock parallel to the length of the member, or as shown in the Plans. 6- 03.3(28)A Method of Shop Assembly The first sentence in Item 2.C. is revised to read: For Trusses and Girders —After the first stage has been completed, each subsequent stage shall be assembled to include: at least one truss panel or girder shop section of the previous stage and two or more truss panels or girder shop sections added at the advancing end. 6- 03.3(32) Assembling and Bolting The first sentence in the fourth paragraph is revised to read: To complete a joint following one of the methods listed above, the Contractor shall fill all remaining holes of the field connection or splice place with bolts and tighten to snug- tight. The following two new paragraphs are inserted after the fourth paragraph: The Contractor shall complete the joint or connection within ten calendar days of installing the first bolt or within a duration approved by the Engineer. Any bolts inserted in an incomplete connection, either loose or tightened snug- tight, which exceed the specified duration for completing the connection, shall be subject to the following requirements: Three assemblies for each size and length shall be removed from connection(s) that are to be tensioned. Rotational capacity tests shall be performed on the removed assemblies to demonstrate the assembly has sufficient lubricant to be tensioned satisfactorily. 2. Five assemblies shall be removed from the connection to establish the inspection torque. 3. In the case of tension controlled bolts, three assemblies shall be removed and tested in accordance with Section 6- 03.3(33)A to verify the minimum specified tension can be achieved prior to shearing of the spline. Assemblies removed for the purpose of rotational capacity testing, determination of the inspection torques, or verification of tension controlled bolt performance shall be replaced with new bolts at no additional expense to the Contracting Agency. To minimize the number 4th Street Stormwater Improvements G -19 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G of removed assemblies, the Contractor may combine rotational capacity testing and inspection torque determination as approved by the Engineer. 6- 03.3(33) Bolted Connections The fourth paragraph is revised to read: All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. Bolts shall not be galvanized unless specified in the Contract documents. AASHTO M 253 bolts shall not be galvanized and shall not be used in contact with galvanized metal. In the tenth paragraph, the first paragraph of Item number 3. is revised to read: 3. Twist Off Type Tension Control Structural Bolt/Nut/Washer Assembly Method (Tension Control Bolt Assembly) - Tension control bolt assemblies shall include the bolt, nut, and washer(s) packaged and shipped as a single assembly. Unless otherwise approved by the Engineer, tension control bolt assembly components shall not be interchanged for testing or installation and shall comply with all provisions of ASTM F 1852. If approved by the Engineer, the tension control bolt assembly components may be interchanged within the same component lot for girder web splices or other locations where access to both sides of the connection is restricted. 6- 03.3(33)A Pre - Erection Testing The following new paragraph is inserted after the fourth paragraph: Three twist off -type tension controlled bolt assemblies, per assembly lot, shall be tested in a bolt tension calibrator. The bolts shall first be tensioned to a snug tight condition. Tensioning shall then be completed by tightening the assembly nut in a continuous operation using a spline drive installation tool until the spline shears from the bolt. The bolt assembly tension shall meet the requirements of Table 1. If any specimen fails, the assembly lot is rejected. 6- 03.3(33)B Bolting Inspection The first paragraph is revised to read: The Contractor, in the presence of the Project Engineer, shall inspect the tightened bolt using a calibrated inspection torque wrench, regardless of bolting method. The Contractor shall supply the inspection torque wrench. Inspection shall be performed within seven calendar days from the completion of each bolted connection or as approved by the Project Engineer. 6- 03.3(36) Setting and Grouting Masonry Plates Item number 2. in the second paragraph is revised to read: 2. Place steel shims under the masonry plates to position pin centers or bearings to line and grade and in relationship to each other. Steel shims shall be the size and be placed at the locations shown in the Plans; 4th Street Stormwater Improvements G -20 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 03.3(39) Swinging the Span The second and third paragraphs are revised to read: ATTACHMENT G After the falsework is released (spans swung free), the masonry plates, shoes, and keeper plates are grouted, and before any load is applied, the Contractor (or the Engineer if the Contracting Agency is responsible for surveying) shall survey elevations at the tenth points along the centerline on top of all girders and floorbeams. The Contractor shall calculate the theoretical top of girder or floorbeam flange elevations and compare the calculated elevations to the surveyed elevations. The theoretical pad or haunch depth shown in the Plans shall be increased or decreased by the difference between the theoretical and surveyed top of girder or floorbeam elevations. The soffit (deck formwork) shall be set based on the Plan bridge deck thickness and the adjusted pad or haunch depth. The Contractor shall submit all survey data and calculations to the Engineer for review ten working days prior to placing any load, beyond the maximum five pounds per square foot of form weight allowed, on the Structure. • [$JWAT • Section 6 -05, Piling August 6, 2012 6 -05.5 Payment The paragraph following the bid item, "Driving St. Pile ", per each is revised to read: The unit Contract price per each for "Driving (type) Pile ( )" shall be full pay for driving the pile to the ultimate bearing and /or penetration specified. 6- 06.AP6 Section 6 -06, Bridge Railings August 6, 2012 6- 06.3(2) Metal Railings The third paragraph is revised to read: Anchor bolts shall be positioned with a template to ensure that bolts match the hole spacing of the bottom channels or anchorage plates. 6- 07.AP6 Section 6 -07, Painting August 5, 2013 6- 07.3(9)A Paint System The first sentence in the second paragraph is revised to read: All paint coating components of the selected paint system shall be produced by the same manufacturer. 4th Street Stormwater Improvements G -21 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 07.3(10)H Paint System The first and second sentences in the second paragraph are revised to read: ATTACHMENT G All paint coating components of the selected paint system shall be produced by the same manufacturer. 6- 07.3(10)N Field Coating Application Methods The first sentence is revised to read: The Contractor shall apply paint materials in accordance with the manufacturer's recommendations by air or airless spray, brush, roller, or any combination of these methods unless otherwise specified. The third sentence is revised to read: The Contractor shall use brushes to apply the stripe coat, to ensure complete coverage around structural geometric irregularities, and to push the paint into gaps between existing steel surfaces and around rivets and bolts. 6- 07.3(10)0 Applying Field Coatings The first sentence in the sixth paragraph is revised to read: All steel surfaces cleaned to bare metal by abrasive blast cleaning shall receive the primer coat within the same working day as the cleaning to bare metal and before any rust begins to form. 6 -07.5 Payment The third paragraph is revised to read: The lump sum Contract price for "Cleaning and Painting - " shall be full pay for the Work as specified, including developing all submittals, arranging for and accommodating contact and on -site attendance by the paint manufacturer's technical representative, furnishing and placing all necessary staging and rigging, furnishing, operating and mooring barges, furnishing and operating fixed and movable work platforms, accommodating Contracting Agency inspection access, conducting the Contractor's quality control inspection program, providing material, labor, tools, and equipment, furnishing containers for containment waste, collecting and storing containment waste, collecting, storing, testing, and disposing of all containment waste not conforming to the definition in Section 6- 07.3(10)F, performing all cleaning and preparation of surfaces to be painted, applying all coats of paint and sealant, correcting coating deficiencies, completing coating repairs, and completing project site cleanup. The first sentence in the fourth paragraph is revised to read: Progress payments for "Cleaning and Painting - " will be made on a monthly basis and will be based on the percentage of the total estimated area satisfactorily cleaned and coated as determined by the Project Engineer. 4th Street Stormwater Improvements G -22 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department 6- 10.AP6 Section 6 -10, Concrete Barrier August 5, 2013 6 -10.3 Construction Requirements This section is supplemented with the following: Steel welded wire reinforcement deformed, conforming to Section 9 -07.7, may be substituted in concrete barrier in place of deformed steel bars conforming to Section 9 -07.2, subject to the following conditions: Steel welded wire reinforcement spacing shall be the same as the deformed steel bar spacing as shown in the Standard Plans. 2. The minimum cross sectional area for steel welded wire reinforcement shall be no less than 86 percent of the cross sectional area for the deformed steel bars being substituted. 3. Development lengths and splice lengths shall conform to requirements specified in the AASHTO LRFD Bridge Design Specifications, current edition. 6- 10.3(6) Placing Concrete Barriers The first and second sentences in the first paragraph are revised to read: Precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions shall rest on a paved foundation shaped to a uniform grade and section. The foundation surface for precast concrete barrier Types 2 and 4, precast single slope barrier, and transitions shall meet this test for uniformity: 6 -10.5 Payment In the second paragraph, the bid item "Conc. Class 4000" is revised to read: "Conc. Class 4000 " 6- 12.AP6 Section 6 -12, Noise Barrier Walls August 6, 2012 6- 12.3(3) Shaft Construction The third sentence in the fifth paragraph is revised to read: When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation, then the Contractor shall remove the obstruction under the provisions of Section 6 -12.5. 4th Street Stormwater Improvements G -23 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 12.3(6) Precast Concrete Panel Fabrication and Erection The second sentence in item number 3 is deleted. 6 -12.5 Payment This section is supplemented with the following: "Removing Noise Barrier Wall Shaft Obstructions ", estimated. ATTACHMENT G Payment for removing obstructions, as defined in Section 6- 12.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Removing Noise Barrier Wall Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: the dollar amount estimated by the Contracting Agency has been exceeded, and; 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. 6- 13.AP6 Section 6 -13, Structural Earth Walls April 1, 2013 6 -13.2 Materials In the first paragraph, the following item is inserted after the item "Aggregates for Portland Cement Concrete ": Gravel Borrow for Structural Earth Walls 9- 03.14(4) 6 -13.4 Measurement In the second paragraph, "Backfill" is revised to read "Gravel borrow ". 4th Street Stormwater Improvements G -24 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 6 -13.5 Payment In this section, the bid item " Backfill for Structural Earth Wall Incl. Haul' is revised to read: "Gravel Borrow for Structural Earth Wall incl. Haul ". 6- 14.AP6 Section 6 -14, Geosynthetic Retaining Walls April 1, 2013 6 -14.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates for Portland Cement Concrete 9 -03.1 Sand 9- 03.13(1) Gravel Borrow for Structural Earth Wall 9- 03.14(4) Polyurethane Sealant 9- 04.2(3) Closed Cell Foam Backer Rod 9- 04.2(3)A Anchor Rods and Associated Nuts, Washers, and Couplers 9- 06.5(1) Reinforcing Steel 9 -07 Wire Mesh for Concrete Reinforcement 9 -07.7 Grout 9- 20.3(4) Construction Geosynthetic 9 -33 6 -14.4 Measurement In the second paragraph, "geosynthetic retaining wall backfill" is revised to read "structural earth wall backfill". 6 -14.5 Payment In this section, the bid item "Gravel Borrow for Geosynthetic Ret. Wall Incl. Haul'. Is revised to read: "Gravel Borrow for Structural Earth Wall incl. Haul" 6- 15.AP6 Section 6 -15, Soil Nail Walls January 2, 2012 6 -15.2 Materials The referenced section for the following item is revised to read: Grout 9- 20.3(4) 4th Street Stormwater Improvements G -25 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 15.3(3) Submittals Item f beneath item number 3 is revised to read: f. Mix design and procedures for placing the grout. 6- 15.3(6) Soil Nailing This section is supplemented with the following: ATTACHMENT G The Contractor shall make and cure grout cubes once per day in accordance with WSDOT Test Method T 813. These samples shall be retained by the Contractor until all associated verification and proof testing of the soil nails has been successfully completed. If the Contractor elects to test the grout cubes for compressive strength, testing shall be conducted by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO T106. 6- 16.AP6 Section 6 -16, Soldier Pile and Soldier Pile Tieback Walls January 2, 2012 6- 16.3(3) Shaft Excavation The third sentence in the seventh paragraph is revised to read: When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the rest of the shaft excavation, then the Contractor shall remove the obstruction under the provisions of Section 6 -16.5. 6 -16.5 Payment This section is supplemented with the following: "Removing Soldier Pile Shaft Obstructions ", estimated. Payment for removing obstructions, as defined in Section 6- 16.3(3), will be made for the changes in shaft construction methods necessary to remove the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for the item "Removing Soldier Pile Shaft Obstructions" in the bid proposal to become a part of the total bid by the Contractor. If the shaft construction equipment is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the obstruction removal work and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. 4th Street Stormwater Improvements G -26 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department The Contractor shall perform the amount of obstruction work estimated by the Contracting Agency within the original time of the contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: the dollar amount estimated by the Contracting Agency has been exceeded, and; 2. the Contractor shows that the obstruction removal work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. 6- 17.AP6 Section 6 -17, Permanent Ground Anchors August 6, 2012 6- 17.3(3) Submittals The first sentence in the sixth paragraph is revised to read: The Contractor shall submit the mix design for the grout conforming to Section 9- 20.3(4) and the procedures for placing the grout to the Engineer for approval. 6- 17.3(7) Installing Permanent Ground Anchors The following new paragraph is inserted after the sixth paragraph: The Contractor shall make and cure grout cubes once per day in accordance with WSDOT Test Method T 813. These samples shall be retained by the Contractor until all associated verification, performance and proof testing of the permanent ground anchors has been successfully completed. If the Contractor elects to test the grout cubes for compressive strength, testing shall be conducted by an independent laboratory and shall be in accordance with the WSDOT FOP for AASHTO T106. 6- 17.3(9) Permanent Ground Anchor Acceptance Criteria The fourth paragraph is deleted. 6- 19.AP6 Section 6 -19, Shafts August 5, 2013 6- 19.3(2) Submittal This section including title is revised to read: Shaft Construction Submittals The shaft construction submittal shall be comprised of the following three components: construction experience; shaft installation narrative; and shaft slurry technical assistance. The submittal shall be submitted in a PDF format to the Project Engineer a minimum of 30 calendar days prior to the start of the Work. 41h Street Stormwater Improvements G -27 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 6- 19.3(2)A Construction Experience Submittal This section's title is revised to read: Construction Experience The first sentence in the first paragraph is revised to read: ATTACHMENT G The Contractor shall submit a project reference list to the Project Engineer for verifying the successful completion by the Contractor of at least three separate foundation projects with shafts of diameters and depths similar to or larger than those shown in the Plans, and ground conditions similar to those identified in the Contract. The first sentence in the second paragraph is revised to read: The Contractor shall submit a list identifying the on -site supervisors and drill rig operators potentially assigned to the project to the Project Engineer. The first and second sentences in the last paragraph are deleted. 6- 19.3(2)B Shaft Installation Narrative Submittal This section's title is revised to read: Shaft Installation Narrative The first sentence in the first paragraph is revised to read: The Contractor shall submit a shaft installation narrative to the Engineer. Item number 4. (except the table) is revised to read: 4. A slurry mix design, including all additives and their specific purpose in the slurry mix, with a discussion of its suitability to the anticipated subsurface conditions shall be submitted and include the procedures for mixing, using, and maintaining the slurry. A detailed plan for quality control of the selected slurry, including tests to be performed, test methods to be used, and minimum and /or maximum property requirements which must be met to ensure the slurry functions as intended, considering the anticipated subsurface conditions and shaft construction methods, in accordance with the slurry manufacturer's recommendations and these Special Provisions shall be included. As a minimum, the slurry quality control plan shall include the following tests: Item number 9. is revised to read (except the lettered items): 9. Reinforcing steel shop drawings with details of reinforcement placement, including bracing, centering, and lifting methods, and the method to ensure the reinforcing cage position is maintained during construction, including use of bar boots and /or rebar cage base plates, and including placement of rock backfill below the bottom of shaft elevation, provided the conditions of Section 6- 19.3(5)D are satisfied. 41h Street Stormwater Improvements G -28 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The reinforcing steel shop drawings and shaft installation narrative shall include, at a minimum: The paragraph following item number 9 n is deleted. The first sentence in the paragraph following item number 9 n.. (after implementing the preceding Amendment) is revised to read: The Engineer will evaluate the shaft installation narrative for conformance with the Plans, Specifications, and Special Provisions, within the review time specified. 6- 19.3(2)C Shaft Slurry Technical Assistance Submittal This section's title is revised to read: Shaft Slurry Technical Assistance The second sentence in the first paragraph (except for the numbered items) is revised to read: The Contractor shall submit the following to the Engineer: 6- 19.3(4)B Minimum Level of Slurry in the Excavation This section is revised to read: When slurry is used in a shaft excavation the following is required: 1. The height of the slurry shall be as required to provide and maintain a stable hole to prevent bottom heave, caving, or sloughing of all unstable zones. 2. The Contractor shall provide casing, or other means, as necessary to meet these requirements. 3. The slurry level in the shaft while excavating shall be maintained above the groundwater level the greater of the following dimensions: a. Not less than 5 feet for mineral slurries. b. Not less than 10 feet for water slurries. c. Not less than 10 feet for synthetic slurries. 4. The slurry level in the shaft throughout all stops as specified in Section 6- 19.3(3)A and during concrete placement as specified in Section 6- 19.3(7) shall be no lower than the water level elevation outside the shaft. 6- 19.3(4)F Slurry Disposal This section including title is revised to read: 4th Street Stormwater Improvements G -29 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 6- 19.3(4)F Disposal of Slurry and Slurry Contacted Spoils The Contractor shall dispose of the slurry and slurry- contacted spoils as specified in the shaft installation narrative in accordance with Section 6- 19.3(2)B, item 8, and in accordance with the following requirements: Water slurry with no additives may be infiltrated to an upland area within the confines of the Contracting Agency Right of Way for the project. Infiltration is allowed provided the ground -line at the disposal site is at least 5 feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of water slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with this slurry may be disposed of as clean fill. 2. Synthetic slurry and water slurry with polymer -based additives shall be contained and disposed of by the Contractor at an approved facility. The Contractor shall acquire all permits or approvals necessary for disposal of the slurry and shall provide copies to the Engineer. Spoils in contact with synthetic slurry or water slurry with polymer -based additives shall be disposed of in accordance with Section 2- 03.3(7)C. With approval of the Engineer, the Contractor may re -use these spoils on -site. 3. Mineral slurry may be infiltrated to a temporary sediment trap located in an upland area within the confines of the Contracting Agency Right of Way for the project. Infiltration is allowed provided the ground -line at the disposal site is at least 5 feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of mineral slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with mineral slurry shall be disposed of in accordance with Section 2- 03.3(7)C. With approval of the Engineer, the Contractor may re -use these spoils on -site. 7- 02.AP7 Section 7 -02, Culverts August 6, 2012 7 -02.2 Materials Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: 3Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 7 -02.5 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe revised to read: In. Diam. ", per linear foot is 4th Street Stormwater Improvements G -30 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department "St. Rib Reinf Polyethylene Culy. Pipe In. Diam. ", per linear foot 7- 03.AP7 Section 7 -03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass August 6, 2012 7- 03.3(1) Foundations, General This section is supplemented with the following: ATTACHMENT G When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall be applied in accordance with Section 7- 08.3(2)D. 7- 03.3(5) Headwalls This section is supplemented with the following: When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall be applied in accordance with Section 7- 08.3(2)D. 7- 04.AP7 Section 7 -04, Storm Sewers August 6, 2012 7- 04.3(1)B Exfiltration Test — Storm Sewers The fifth column title "PE 41, is revised to read 11PP4" from the table titled, "Storm Sewer Pipe Schedules ". Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: 4PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 7 -04.5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam ", per linear foot is revised to read: "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam ", per linear foot 7- 05.AP7 Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7 -05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and 4th Street Stormwater Improvements G -31 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. 7- 08.AP7 Section 7 -08, General Pipe Installation Requirements August 6, 2012 7- 08.3(2)D Pipe Laying — Steel or Aluminum The following new sentence is inserted after the first sentence in the second paragraph: The paint shall cover all the surface in contact with the concrete and extend one inch beyond the point of contact. 7- 09.AP7 Section 7 -09, Water Mains August 6, 2012 7- 09.3(19)A Connections to Existing Mains In the second paragraph, "Special Conditions" is revised to read "Special Provisions ". 8- 01.AP8 Section 8 -01, Erosion Control and Water Pollution Control August 5, 2013 8 -01.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9- 05.1(6) Quarry Spalls 9 -13 Seed 9 -14.2 Fertilizer 9 -14.3 Mulch and Amendments 9 -14.4 Tackifiers 9- 14.4(7) Erosion Control Devices 9 -14.5 High Visibility Fence 9 -14.5 Construction Geotextile 9 -33 8- 01.3(1) General The last two sentences in the first paragraph are deleted. In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing ". 4th Street Stormwater Improvements G -32 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department 8- 01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short -Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8- 01.3(2)E Soil Binders and Tacking Agents This section including title is revised to read: 8- 01.3(2)E Tackifiers Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short -Term Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's recommendations. Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than % pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of Short -Term Mulch shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand -held fertilizer spreader or a tractor - mounted spreader. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48- hour period. PAM shall not be applied during rainfall or to saturated soils 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer ". Note 1 of the table in the first paragraph is revised to read: 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted. 4th Street Stormwater Improvements G -33 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 01.3(3) Placing Erosion Control Blanket This section including title is revised to read: ATTACHMENT G 8- 01.3(3) Placing Biodegradable Erosion Control Blanket Biodegradable Erosion Control Blankets are used as an erosion prevention device and to enhance the establishment of vegetation. Erosion control blankets shall be installed according to the manufacturer's recommendations. Seeding and fertilizing shall be done prior to blanket installation. Select erosion control blanket material for an area based on the intended function: slope or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed the manufacturer's recommendations. 8- 01.3(4) Placing Compost Blanket This section is revised to read: Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket shall be placed prior to seeding or other planting. An organic tackifier shall be placed over the entire composted area when dry or windy conditions are present or expected before the final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent compost from leaving the composted area. Compost shall be Medium Compost. 8- 01.3(5) Placing Plastic Covering This section including title is revised to read: Plastic Covering Erosion Control - Plastic coverings used to temporarily cover stock piled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from blowing open in the wind. Plastic coverings shall be placed with at least a 12 -inch overlap of all seams and be a minimum of 6 mils thick. Containment - Plastic coverings used to line concrete washout areas, contain wastewaters, or used in secondary containment to prevent spills, shall be seamless to prevent infiltration and be a minimum of 10 mils thick. Vegetation Management - Plastic covering placed over areas that have been seeded shall be clear and where vegetative growth is to inhibited it shall be black and be a minimum of 4 mils thick. 8- 01.3(6) Check Dams This section is revised to read: 4th Street Stormwater Improvements G -34 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Check dams are used as an erosion and sediment control device in channels or conveyance areas. Check dams shall be installed as soon as construction will allow, or when designated by the Project Engineer. The Contractor may substitute a different check dam material, in lieu of what is specified in the contract, with approval of the Project Engineer. Check dam materials shall meet the requirements in Section 9- 14.5(4). Straw bales shall not be used as check dams. The check dam is a temporary or permanent structure, built across a minor channel placed perpendicular to the flow of water. Water shall not flow freely through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Wattles, coir logs and compost sock used as check dams shall not be trenched in and shall be installed as shown in the Standard Plans. When wattles, coir logs, and compost socks are used as check dams they shall be measured and paid as check dam in accordance with Section 8 -01.4 and 8 -01.5. 8- 01.3(6)A Geotextile- Encased Check Dam This sections content including title is deleted. 8- 01.3(6)6 Quarry Spall Check Dam This sections content including title is deleted. 8- 01.3(6)C Sandbag Check Dam This sections content including title is deleted. 8- 01.3(6)D Wattle Check Dam This sections content including title is deleted. 8- 01.3(6)E Coir Log This section including title and section number is revised to read: 8- 01.3(6)A Coir Log Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs shall be laid out, spaced, staked and installed in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. 8- 01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All 41h Street Stormwater Improvements G -35 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8- 01.3(9)A Silt Fence This section and all sub - sections including title is revised to read: 8- 01.3(9)A Fencing 8- 01.3(9)A1 High Visibility Fencing High visibility fencing (HVF) shall be orange in color and installed along the site preservation lines shown in the Plans or as specified by the Engineer. Post spacing and attachment of the fencing material to the posts shall be as shown in the Standard Plans and in accordance with Section 9- 14.5(8). The HVF shall not be fastened to trees. 8- 01.3(9)A2 Silt Fence Silt fence shall be black in color and used as a sediment control device to prevent sediment laden water from leaving project boundaries, to manage stormwater within the site, or to create small detention areas. Silt fence shall be installed at locations shown in the Plans. The geotextile shall be securely attached to the posts and support system. Post spacing and attachments shall be as shown in Standard Plans. Geotextile material shall meet the requirements of Section 9- 33.2(1), Table 6 and be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1'/4 by 1'/4 inches by the minimum length shown in the Plans. When sediment deposits reach approximately' /3 the height of the silt fence, the deposits shall be removed and stabilized in accordance with Section 8- 01.3(15). If trenching is not feasible due to rocky soils or not advisable due to proximity to a downslope sensitive area, a different sediment control device that does not require trenching shall be used in place of silt fence. Silt Fence with Backup Support Where backup support is needed for silt fence in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the fence. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing and attachments shall be as shown in Standard Plans. 8- 01.3(9)A3 High Visibility Silt Fence High visibility silt fence (HVSF) shall be orange in color and only be used for the dual purpose of demarcating site preservation lines and a sediment control device in a 4th Street Stormwater Improvements G -36 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department location where high visibility mesh fence and black silt fence would otherwise be used together at same location. If use of HVSF is allowed the geotextile material shall meet the material requirements of Section 9- 33.2(1), Table 6. Post spacing and attachments shall be as shown in Standard Plans. High Visibility Silt Fence with Backup Support Where backup support is needed for high visibility silt fence (HVSF) in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the sensitive or protected areas. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing shall be as shown in Standard Plans. When sediment deposits reach approximately 1/3 the height of the silt fence, or 8 inches whichever is lower, the deposits shall be removed and stabilized in accordance with Section 8- 01.3(15). 8- 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9- 03.21. The last sentence in the third paragraph is revised to read: Compost shall be Medium Compost. 8- 01.3(9)C Straw Bale Barrier This section including title is revised to read: 8- 01.3(9)C Vacant 8- 01.3(10) Wattles This section is revised to read: Wattles are used as a flow control and sediment control device. Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattle installation and trenching shall begin from the base of the slope and work uphill prior to any topsoil or compost placement. Excavated material from trenching shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle, whichever is greater. 4th Street Stormwater Improvements G -37 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Wattles shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If trenching and staking is not possible due to rocky soils, compost socks shall be used instead of wattles. The Contractor shall exercise care when installing wattles to ensure the method of installation minimizes disturbance and prevents sediment or pollutant discharge into water bodies. 8- 01.3(11) Vacant This section including title is revised to read: 8- 01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9 -13.6. 8- 01.3(12) Compost Socks This section is revised to read: Compost socks are used as a flow control and sediment control device. Compost socks shall be installed as soon as construction will allow or when designated by the Project Engineer. Compost socks shall be installed prior to any mulching or compost placement. Compost socks shall be laced together end -to -end with coir rope or ends shall be securely overlapped to create a continuous length. Terminal ends of the continuous length shall be curved 2 to 4 feet upward into the slope to prevent concentrated flows from going around the terminal ends. Finished grades shall be of a natural appearance with smooth transitions. Compost for compost socks shall be Medium Compost. Compost sock shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If staking is not possible or if the compost sock is being used on concrete, heavy blocks or an equivalent item shall be used to weigh down and secure the sock. Compost socks shall be laid out, spaced and staked in accordance with the Standard Plans. The Contractor shall exercise care when installing compost socks to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into water bodies. Stakes shall be removed to minimize soil disturbance. 8- 01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. 4th Street Stormwater Improvements G -38 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 01.3(16) Removal The first sentence in the first paragraph is revised to read: ATTACHMENT G When the Project Engineer determines that an erosion control BMP is no longer required, the Contractor shall remove the BMP and all associated hardware from the project limits. The first and second sentences in the second paragraph are revised to read: The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil after removal of BMPs. 8 -01.4 Measurement The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. The ninth paragraph is deleted. The twelfth paragraph (after the preceding amendment is applied) is revised to read: Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ground slope measurement or through the use of design data The fifteenth paragraph (after the preceding amendment is applied) is revised to read: Fencing will be measured by the linear foot along the ground line of the completed fence. This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location. 8 -01.5 Payment The paragraph following the bid item, "Plastic Covering ", per square yard is revised to read: The unit Contract price per square yard for "Plastic Covering" shall be full payment to perform the Work as specified in Section 8- 01.3(5) and as shown in the Plans, including removal and disposal at an approved disposal site. The bid item "Straw Bale ", per each is deleted. The bid item " Erosion Control Blanket ", per square yard is deleted. The bid item "Soil Binder or Tacking Agent ", per acre is deleted. This section is supplemented with the following: 4th Street Stormwater Improvements G -39 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G "Outlet Protection ", per each. The unit Contract price per each for "Outlet Protection" shall be full payment for all costs incurred to complete the Work. "Tackifier ", per acre. The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to complete the Work. "Biodegradable Erosion Control Blanket ", per square yard. The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" shall be full pay for all costs to complete the specified Work. "High Visibility Silt Fence ", per linear foot. 8- 02.AP8 Section 8 -02, Roadside Restoration August 5, 2013 In this section, "psiPE" is revised to read "PSIPE ". 8- 02.3(2) Roadside Work Plan The first sentence in the second paragraph is revised to read: The Roadside Work Plan shall also include a copy of the approved progress schedule. The sub paragraph titled "Progress Schedule" is deleted. 8- 02.3(4)C Topsoil Type C In this section, "9- 14.1(2)" is revised to read "9- 14.1(3) ". 8- 02.3(8) Planting Item number 1 in the second paragraph is revised to read: 1. Non - Irrigated Plant Material West of the summit of the Cascade Range - October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15. 8 -02.4 Measurement The first sentence is revised to read: Topsoil, mulch and soil amendments will be measured by the acre along the grade and slope of the area covered immediately after application. The seventh sentence is revised to read: Compost will be measured by the acre along the grade and slope of the area covered immediately after application. 4th Street Stormwater Improvements G-40 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department 8 -02.5 Payment The bid item "Topsoil Type ", per cubic yard and following paragraph are revised to read: "Topsoil Type ", per acre. The unit contract price per acre for "Topsoil Type " shall be full pay for providing the source of material for topsoil Type A and C, for pre- excavation weed control, excavating, loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or windrows, and removal, placing, spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C. The bid item "Fine Compost ", per cubic yard is revised to read: "Fine Compost ", per acre. The bid item "Medium Compost ", per cubic yard is revised to read: "Medium Compost ", per acre. The bid item "Coarse Compost ", per cubic yard and following paragraph are revised to read: "Coarse Compost ", per acre. The unit Contract price per cubic yard for "Fine Compost ", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. The bid item "Soil Amendment ", per cubic yard and following paragraph are revised to read: "Soil Amendment ", per acre. The unit Contract price per acre for "Soil Amendment" shall be full pay for furnishing and incorporating the mulch onto the existing soil. The bid item "Bark or Wood Chip Mulch ", per cubic yard and following paragraph are revised to read: "Bark or Wood Chip Mulch ", per acre. The unit Contract price per acre for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. 8- 03.AP8 Section 8 -03, Irrigation Systems April 2, 2012 8- 03.3(7) Flushing and Testing The fifth paragraph is deleted. 41" Street Stormwater Improvements G-41 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 04.AP8 Section 8 -04, Curbs, Gutters, and Spillways April 2, 2012 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub - section: ATTACHMENT G 8- 04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter. 8 -04.4 Measurement This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. 8 -04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb ", per linear foot is deleted. This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter ", per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb ", per each. The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. 8- 07.AP8 Section 8 -07, Precast Traffic Curb and Block Traffic Curb January 7, 2013 This section's title is revised to read: 8 -07 Precast Traffic Curb 8 -07.1 Description This section is revised to read: This Work consists of furnishing and installing precast traffic sloped mountable curb or dual faced sloped mountable curb of the design and type specified in the Plans in accordance 4th Street Stormwater Improvements G-42 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. 8 -07.2 Materials The material reference "Block Traffic Curb 9- 18.3" is deleted from this section. The referenced section for the following item is revised to read: Paint 9 -34.2 8- 07.3(1) Installing Curbs The fifth and seventh paragraphs are deleted from this section. 8 -07.4 Measurement The first paragraph is deleted from this section. 8 -07.5 Payment The following bid items are deleted from this section: "Type A Precast Traffic Curb ", per linear foot. "Type C Precast Traffic Curb ", per linear foot. "Type A Block Traffic Curb ", per linear foot. "Type C Block Traffic Curb ", per linear foot. 8- 11.AP8 Section 8 -11, Guardrail August 5, 2013 8 -11.2 Materials The following material reference is deleted from this section: Weathering Steel Beam Guardrail 8- 11.3(1)B Erection of Rail The last sentence in the first paragraph is revised to read: All holes shall be painted with two coats of paint conforming to Section 9- 08.1(2)B. • The fourth paragraph is revised to read: Galvanized steel rail plates shall be fastened to the posts with galvanized bolts, washers, and nuts of the size and kind shown in the Plans. The last paragraph is deleted. 8- 11.3(1)D Removing Guardrail and Guardrail Anchor The first two sentences in the first paragraph are revised to read: 4th Street Stormwater Improvements G-43 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Removal of the various types of guardrail shall include removal of the rail, cable elements, hardware, and posts, including transition sections, expansion sections, terminal sections and the rail element of anchor assemblies. Removal of the various types of guardrail anchors shall include removal of the anchor assembly, including concrete bases, rebar, steel tubes, and any other appurtenances in the anchor assembly. 8 -11.4 Measurement The seventh paragraph is revised to read: Measurement of removal of guardrail will be by the linear foot measured along the line of guardrail removed including transition sections, expansion sections, guardrail anchor rail elements and terminal sections. 8 -11.5 Payment The bid item "Weathering St. Beam Guardrail Type ", per linear foot is deleted. The second paragraph is revised to read: The unit Contract price per linear foot for "Beam Guardrail Type ", "Beam Guardrail Type 1- Ft. Long Post ", and "Beam Guardrail Type 31- Ft. Long Post ", shall be full payment for all costs to obtain and provide materials and perform the Work as described in Sections 8- 11.3(1)A and 8- 11.3(1)B, including costs for additional rail elements when nested rail is required, and when connections to concrete masonry Structures are required. The paragraph following the bid item "Removing Guardrail Anchor ", per each is revised to read: The unit Contract price per each for "Removing Guardrail Anchor" shall be full payment for all costs to perform the Work as described in Section 8- 11.3(1)D, including rail removal, if there isn't a Bid Item for Removing Guardrail in the run of guardrail connecting to the anchor. 8- 12.AP8 Section 8 -12, Chain Link Fence and Wire Fence April 2, 2012 In this Section "Engineer" is revised to read "Project Engineer ". 8 -12.2 Materials This section is supplemented with the following: Paint 9- 08.1(2)B 8- 12.3(1)A Posts The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted from this section. The first sentence of the fifth paragraph is revised to read: 41h Street Stormwater Improvements G-44 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department After the post is set and plumbed, the hole shall be filled with Grout Type 4. ATTACHMENT G The third sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The seventh paragraph is deleted. The ninth paragraph is revised to read: Steep slopes or abrupt topography may require changes in various elements of the fence. It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric. The tenth paragraph is revised to read: All round posts shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8- 12.3(1)B Top Rail This section's content including title is deleted and replaced with: 8- 12.3(1)B Vacant 8- 12.3(1)C Tension Wire and Tension Cable This section's content including title is revised to read: 8- 12.3(1)C Tension Wire Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer. 8- 12.3(1)D Chain Link Fabric The first three paragraphs are revised to read: Chain link fabric shall be attached after the cables and wires have been properly tensioned. Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. Chain link fabric shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground. Filling of depressions will be permitted only upon approval of the Project Engineer. The fourth sentence in the fourth paragraph is revised to read: 4th Street Stormwater Improvements G-45 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8- 12.3(1)E Chain Link Gates The third paragraph is deleted. 8- 12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The fourth sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The tenth paragraph is revised to read: Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. The eleventh paragraph is deleted. 8 -12.5 Payment The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to read: The unit Contract price per linear foot for "Chain Link Fence Type _" shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain Link Fence ", per each: The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate ", per each: The unit Contract price per each for "Double 14 Ft. Chain Link Gate ", "Double 20 Ft. Chain Link Gate ", and "Single 6 Ft. Chain Link Gate ", shall be full payment for all costs for the specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read 41h Street Stormwater Improvements G-46 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide ", per each: The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. The paragraph following the item "Access Control Gate ", per each is revised to read: The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. 8- 15.AP8 Section 8 -15, Riprap April 2, 2012 8 -15.1 Description The second paragraph is revised to read: Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed riprap. 8- 20.AP8 Section 8 -20, Illumination, Traffic Signal Systems, And Electrical August 5, 2013 8- 20.3(4) Foundations The first paragraph is revised to read: Foundation concrete shall conform to the requirements for the specified class, be cast -in- place concrete and be constructed in accordance with Sections 6 -02.2 and 6 -02.3. Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations shall be Class 4000P. Concrete for pedestals and cabinets, Type PPB, PS, I, FB, and RM signal standards and other foundations shall be Class 3000. Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5 -feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. Steel reinforcing bars for foundations shall conform to Section 9 -07. 8- 20.3(5) Conduit This sections content is deleted and replaced with the following new sub - sections: 8- 20.3(5)A General The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. The ends of unused conduits shall be capped. When conduit caps are removed, the threaded ends of metal conduit shall be provided with approved conduit bushings and non -metal conduit shall be provided with end bells. 4th Street Stormwater Improvements G-47 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Reducing couplings will not be permitted. ATTACHMENT G Existing conduit in place scheduled for installation of new conductor(s) shall first have any existing conductor(s) removed and a cleaning mandrel shall be pulled through. The existing conduit shall then be prepared subject to the same requirements outlined in this paragraph, for new conduit and innerduct, unless otherwise indicated in the plans. All new conduit and all innerduct shall be blown clean with compressed air. Then in the presence of the Engineer, an 80 percent sizing mandrel, correctly sized for the raceway, shall be pulled through to ensure that the raceway has not been deformed. This shall be done prior to pulling wire or fiber optic cable and after final assembly is in place. Existing conductor(s) shall be reinstalled unless otherwise indicated in the Plans. As soon as the sizing mandrel has been pulled through innerduct, a 200 -lb minimum tensile strength pull string shall be installed and attached to duct plugs at both ends. When conduit is installed for future use, as soon as the bushing or end bell has been installed and the sizing mandrel has been pulled through, the ground wire shall be installed and both ends shall be capped. 8- 20.3(5)A1 Fiber Optic Conduit Where conduit to contain fiber optic cable or conduit identified to contain future fiber optic cable is installed by open trenching, Detectable Underground Warning Tape shall be placed 12- inches above the conduit unless otherwise detailed in the Plans. Detectable Underground Warning Tape shall extend 2 -feet into boxes or vaults. Splicing of the tape shall be in accordance with tape manufacturer's recommended materials and procedures. Location Wire shall be installed with all nonmetallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable. When open trenching is used, the location wire shall be placed in continuous lengths directly above the conduit. Where conduit is installed by other methods, the Location Wire shall be attached to the outside of the conduit with electrical tape placed at minimum 18 -inch intervals. Location Wire shall extend 12 -feet into boxes or vaults. Splices shall be crimped using a non - insulated butt splice, soldered and covered with moisture - blocking heat shrink. 8- 20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit ITS conduit and both ends of conduit runs entering cabinets, with the exception of the 1/2 inch grounding conduit, shall be sealed with self- expanding water proof foam or mechanical plugs; unless otherwise required. At other locations conduit shall be sealed with Duct Seal. Outer -duct conduit with non - factory assembled innerduct shall be sealed around the innerduct with self- expanding waterproof foam. Outer -duct conduit with factory assembled innerduct shall be sealed around the innerduct with a multiplex expansion plug. Innerduct containing one cable shall be plugged using an expandable split plug. Innerduct with multiple cables shall be sealed with self- expanding waterproof foam. Duct plugs shall be installed in all unused inner -ducts (those that are specified as empty) at the time of conduit installation. Duct plugs shall be installed in all used inner -ducts (as specified in the Plans), at the time of conduit installation, unless cable pulling for those inner -ducts will commence within 48- hours. Installation shall conform to the manufacturer's recommendations. 4th Street Stormwater Improvements G-48 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Foam sealant shall be installed with the following additional requirements: 1. Penetration of the sealant into the conduit or duct shall be limited using a high temperature backer rod material or rag. 2. Penetration of the sealant into the conduit shall be limited to 1 -inch. 3. The foam sealant shall not project outside the end of the conduit or duct. Where open trenching is allowed and conduit with innerduct is installed, a maximum of 1000 -feet of continuous open trench will be allowed unless otherwise approved by the Engineer. 8- 20.3(5)B Conduit Type Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or liquid tight flexible metal depending on the application. Rigid metal conduit (RMC) shall be installed at the following locations: 1. Within railroad right of way. 2. All pole risers, except when otherwise required by owning utilities. 3. All surface- mounted conduit, with the exception of electrical service utility poles. 4. All runs within slip form placed concrete. Service lateral runs shall be Schedule 80 PVC except when otherwise required by owning utilities. Conduit installed using the plowing method, shall be schedule 80 high- density polyethylene (HDPE). Conduit runs, including outer -duct, that enter the traveled way or shoulders, shall be Schedule 80 high- density polyethylene (HDPE), Schedule 80 PVC, or rigid metal conduit (RMC). Conduit runs, including outer -duct, which do not enter the traveled way or shoulders, shall be Schedule 80 high- density polyethylene (HDPE), Schedule 40 PVC or rigid metal conduit (RMC). Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. Except as described under Non - Metallic Conduit, unless otherwise indicated in the Plans or Standard Plans, the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Innerduct shall have a smooth wall non ribbed interior surface, with factory pre - lubricated coating. Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed shall be schedule 40 high- density polyethylene (HDPE). The innerduct shall be continuous with no splices. Innerduct which is pulled into the outer duct in the field shall be installed with 4th Street Stormwater Improvements G-49 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G an extra 2 feet of conduit beyond each end of the outer -duct and shall be allowed to finish contracting for 21 calendar days before it is terminated. Innerduct shall be terminated with end bells flush to '/4 inch out of the outer -duct and the space between the outer -duct and innerduct shall be sealed with rodent and moisture resistant foam designed for this application and installed in accordance with the manufacturer's recommendations. 8- 20.3(5)B1 Rigid Metal Conduit Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and rigid metal conduit (RMC) outer -duct. When installing rigid metal conduit (RMC), if a standard coupling cannot be used, an approved three -piece coupling shall be used. Conduit bodies, fittings and couplings for rigid metal conduit (RMC) shall be cleaned first and then painted with one coat of paint conforming to Section 9- 08.1(2)B. The paint shall have a minimum wet film thickness of 3 -mils. The painted coating shall cover the entire coupling or fitting. The threads on all metal conduit shall be rust -free, clean, and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings. Rigid metal conduit (RMC) entering cable vaults or pull boxes shall extend 2- inches beyond the inside wall face. (for the installation of grounded end bushing and bonding.) Rigid metal conduit (RMC) entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12- inches on each side of the concrete face. Pipe wrap tape shall be installed in accordance with the manufacturer's recommendations. Rigid metal conduit (RMC) bends shall have a radius consistent with the requirements of Code Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with paint conforming to Section 9- 08.1(2)B. Metal conduit ends shall be threaded and protected with a snug fitting plastic cap that covers the threads until wiring is started. 8- 20.3(5)B2 Non - Metallic Conduit Where non - metallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. PVC conduit ends shall be terminated with end bell bushings. PVC or HDPE conduit entering cable vaults and pull boxes shall terminate with the end bell flush with the inside walls of the Structure. 4th Street Stormwater Improvements G -50 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Non - metallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than 1/4 -inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than '/2 -inch diameter or width. When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. PVC conduit and elbows shall be connected to HDPE conduit with an approved mechanical coupling. The connection shall have minimum pullout strength of 700 - pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge. A water -based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately % of the distance into the threaded coupling depth. For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a watertight bell and spigot -type mechanical joint with a solid retaining ring around the entire circumference of the conduit installed in accordance with the manufacturer's recommendations. The conduit run shall be extended beyond the length of the bore, to the associated outlets with the same mechanical coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing. PVC conduit shall be assembled using the solvent cement specified in Section 9 -29.1. Conduit ends shall be protected with a snug fitting plastic cap until wiring is started. Conduit caps, end bells and the section of PVC between the coupling and end bell bushing in cabinet foundations shall be installed without glue. 8- 20.3(5)C Conduit Size The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in %2- inch - diameter conduit. Conduit between light standards, PPB, PS, or Type 1 poles and the nearestjunction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, provided that junction box or vault capacity is not exceeded. Where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Conduit runs with innerduct, shall have 4 -inch outer -duct and shall be installed with four 1- inch innerduct unless otherwise indicated in the plans. 4th Street Stormwater Improvements G -51 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 20.3(5)D Conduit Placement Conduit shall be laid so that the top of the conduit is a minimum depth of: 24- inches below the bottom of curb in the sidewalk area. 2. 24- inches below the top of the roadway base. ATTACHMENT G 3. 48- inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 4. 36- inches below finish grade when installed using conduit plowing method. 5. 24- inches below the finish grade in all other areas. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8- inches below the junction box lid and within 3- inches of the box wall nearest its entry location. Conduit runs shown in the Plans are for Bidding purposes only and may be relocated with approval of the Engineer, to avoid obstructions. 8- 20.3(5)D1 Surface Mounting Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. 8- 20.3(5)D2 Structures All conduits attached to or routed within bridges, retaining walls, and other structures shall be equipped with approved expansion, deflection, and /or combination expansion /deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, including locations where the Contractor, due to construction method, installs expansion and /or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the Structure at the joint. Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall, or other structure to the underground section of conduit pipe. 8- 20.3(5)E Method of Conduit Installation Conduit shall be placed under existing pavement by approved directional boring, jacking, or drilling methods at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. High density polyethylene (HDPE) conduit runs, which enter the traveled way or shoulders, shall be installed using the directional boring method. 4th Street Stormwater Improvements G -52 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 8- 20.3(5)E1 Open Trenching When open trenching is allowed, trench construction shall conform to the following: The pavement shall be saw -cut a minimum of 3- inches deep. The cuts shall be parallel to each other and extend 2 -feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide a minimum cover for conduit of 24- inches below the top of the roadway base 4. Trench width shall be 8- inches or the conduit diameter plus 2- inches, whichever is larger. 5. Trenches located within paved Roadway areas shall be backfilled with Controlled density fill (CDF) meeting the requirements of Section 2- 09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of, the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. 6. On new construction, conduit shall be placed prior to placement of base course pavement. 8- 20.3(5)E2 Conduit Plowing All conduit plowing shall be supervised by a licensed electrical Contractor. The starting point shall be anchored or held such that conduit movement at the start of the plowing operation is kept to a minimum. The conduit reel shall be mounted on the vehicle such that conduit movement is kept to a minimum once it is in the ground. Use of a stationary reel is not allowed. The feed shoe shall have rollers which conform to the conduit at a radius of not less than 15 times the diameter of the conduit. The conduit will not be permitted to pass over stationary guides nor over rollers or sheaves, which will permit a bend radius of less than 15 times conduit diameter. The width of the tooth and feed shoe shall not exceed the conduit diameter by more than 2- inches The conduit shall be installed using a continuous reel, with no joints, for the full length of the conduit run, unless conduit splicing is allowed as indicated below. If an obstruction is encountered that cannot be plowed through, the following remedies shall be attempted in order: Contractor shall stop the plowing operation and attempt to remove the obstruction. If the obstruction is removed, plowing operations shall continue along the approved path. 2. Deviations of up to one foot from the projected path may be authorized by the Engineer, provided the new route does not result in total conduit run bends exceeding NEC requirements. Deviations in excess of one foot from the projected path are not allowed and the maximum taper rate is 1 -inch per linear foot of conduit. 41h Street Stormwater Improvements G -53 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 3. The Contractor may request approval to intercept the installed conduit and route another section of HDPE to avoid the obstruction, provided the new route does not result in total conduit run bends exceeding NEC requirements. Connection between the sections shall be accomplished using an approved fusion splicing method, which is compatible with the conduit manufacturer's recommendations. 4. Where none of the above remedies are successful, all conduit installed so far in that run shall be removed and a new plow path established to avoid the obstruction. In the event of a breakage, all conduit installed in that run shall be removed. The conduit run shall be extended to the associated outlets, subject to the same requirements indicated when HDPE is installed using the directional boring method. The depth of installation shall be continually adjusted as necessary to compensate for changes in terrain. Plowed conduit shall be laid so that the top of the conduit is a minimum depth of 36- inches below the finish grade with the exception that the conduit shall be swept up to enter the knock outs of associated pull boxes or cable vaults. The plow placing the conduit shall be marked at a proper distance above the plow's conduit exit point to indicate when the minimum installation depth is not met. The mark shall be visible from a safe distance from the plowing operation when it is exposed above ground. While plowing this mark must remain below ground level at all times, with the exception of the entry and exit points at the end of the run, in order to ensure that minimum burial depth of the conduit is achieved. If the depth mark on the plow comes above ground, the Contractor shall stop the plowing operation and attempt to correct the placement depth. If the conduit depth can be verified to meet the minimum burial requirements at the location where the depth mark came above ground, the plowing operation shall resume subject to the Engineers approval. The compacted surface shall be firm, non - yielding, and result in a finished surface that matches the lines and grades of the terrain prior to plowing. 8- 20.3(5)E3 Boring Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Directional boring, jacking or drilling pits shall be a minimum of 2 -feet from the edge of any type of pavement, unless otherwise approved by the engineer. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional Work to place the conduit will be paid in accordance with Section 1 -04.4. 4t" Street Stormwater Improvements G -54 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 8- 20.3(5)E4 Directional Boring Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8- 20.1(1). Where directional boring is called for, conduit shall be installed using a surface - launched, steerable drilling tool. Drilling shall be accomplished using a high - pressure fluid jet tool -head. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position, and roll shall be used to guide the tool -head when creating the pilot hole. Once the pilot hole is established, a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduits being installed. Conduit that is being pulled into the boring shall be installed in such a manner that the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. Avacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineer's approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils - removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. 8- 20.3(5)E5 Boring with Casing Where boring with casing is called for, the casing shall be placed using an auger inside the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4- inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture, and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sandbags and a grout seal 12- inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall conform to Section 9- 20.3(4). In lieu of sandbags and grout, unopened prepackaged concrete and grout may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. All joints shall be welded by a Washington State certified welder. Welding shall conform to AWS D 1.1 -80 Structural Welding Code, Section 3, Workmanship. 8- 20.3(8) Wiring The fifteenth through seventeenth paragraphs are revised to read: When conductors, either cable or single, are being installed, the Contractor shall not exceed the tension limitations recommended by the manufacturer. Conductors may be pulled directly by hand, or with mechanical assistance. If conductors are pulled by any mechanical means, a dynamometer with drop - needle hand shall be used on every mechanically assisted pull. 4th Street Stormwater Improvements G -55 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G On mechanically assisted pulls, insulation shall be stripped off the individual conductor and the conductor formed into a pulling eye and firmly attached to the pulling rope /tape, or a cable grip shall be used. The Contractor shall determine the maximum allowable pulling tension, taking into account the direction of the pull, type of raceway, cable geometry, weight of the cable, the coefficient of friction, and side wall pressure, using the information from the cable manufacturer. If there are bends in the raceway or sheaves are used for the cable pull, the Contractor shall use the cable manufacture's side wall pressure limits to determine the maximum pulling tension. The maximum pulling force applied directly to the conductor when pulling eyes are used or when the conductor is formed into a loop, shall be limited to that shown in the following table for copper conductor. When a cable grip is applied over nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000 - pounds provided this is not in excess of the force as determined above. Conductor Pounds 8 132 6 210 4 334 3 421 2 531 1 669 1/0 845 2/0 1,065 3/0 1,342 4/0 1,693 250Kcmil 2,000 500Kcmil 4,000 Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be utilized. The grease and oil -type lubricants used on lead sheathed cables shall not be used on nonmetallic sheathed cables. 8- 20.3(9) Bonding, Grounding The first sentence in the second paragraph is replaced with the following two sentences: All conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment ground conductor installed in each innerduct that has an electrical conductor. 4th Street Stormwater Improvements G -56 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 21.AP8 Section 8 -21, Permanent Signing January 7, 2013 8 -21.2 Materials The third sentence is revised to read: Materials for sign mounting shall conform to Section 9- 28.11. 8- 21.3(9)A Fabrication of Steel Structures The first sentence in the first paragraph is revised to read: ATTACHMENT G Fabrication shall conform to the applicable requirements of Section 6 -03 and 9 -06. This section is supplemented with the following: All fabrication, including repairs, adjustments or modifications of previously fabricated sign structure members and connection elements, shall be performed in the shop, under an Engineer approved shop drawing prepared and submitted by the Contractor for the original fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, adjustment or modification of any kind in the field is not permitted. If fabrication repair, adjustment or modification occurs after a sign structure member or connection element has been galvanized, the entire member or element shall be re- galvanized in accordance with AASHTO M 111. 8- 21.3(9)6 Vacant This section including title is revised to read: 8- 21.3(9)6 Erection of Steel Structures Erection shall conform to the applicable requirements of Sections 6 -03 and 8- 21.3(9)F. Section 8- 21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to completion of the shaft cap portion of one foundation for one post provided the following conditions are satisfied: The Contractor shall submit design calculations and working drawings of the temporary supports and falsework supporting the sign bridge near the location of the incomplete foundation to the Engineer for approval in accordance with Section 6 -01.9. The submittal shall include the method of releasing and removing the temporary supports and falsework without inducing loads and stress into the sign bridge. 2. The Contractor shall submit the method used to secure the anchor bolt array in proper position with the sign bridge while casting the shaft cap concrete to complete the foundation. 3. The Contractor shall erect the sign bridge and temporary supports and falsework, complete the remaining portion of the incomplete foundation, and remove the temporary supports and falsework, in accordance with the working drawing submittals as approved by the Engineer. 4th Street Stormwater Improvements G -57 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 21.3(9)F Foundations The following new paragraph is inserted after the second paragraph: ATTACHMENT G Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5 -feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. The ninth paragraph (after implementing the preceding Amendment) is replaced with the following three new paragraphs: After construction of concrete foundations for sign bridge and cantilever sign structures, the Contractor shall survey the foundation locations and elevations, the anchor bolt array locations and lengths of exposed threads. The Contractor shall confirm that the survey conforms to the sign structure post, beam, span and foundation design geometry shown in the Plans, and shall identify any deviations from the design geometry shown in the Plans. When deviations are identified, the Contractor shall notify the Engineer, and such notice shall be accompanied by the Contractor's proposed method(s) of addressing the deviations, including removal and reconstruction of the shaft cap portion of the affected concrete foundation as outlined in this Section, or fabrication repair, adjustment or modification, with associated shop drawings, in accordance with Section 8- 21.3(9)A. If the Contractor's survey indicates that a concrete foundation has been constructed incorrectly for a sign structure that has already been fabricated, the Contractor may remove and reconstruct the shaft cap portion of the foundation, in accordance with Section 1- 07.13, provided the following conditions are satisfied: The Contractor shall submit the method and equipment to be used to remove the portion of the concrete foundation to be removed and reconstructed to the Engineer for approval in accordance with Section 1 -05.3. The submittal shall include confirmation that the equipment and the method of operation is appropriate to ensure that the existing anchor bolt array and primary shaft vertical steel reinforcing bars will not be damaged. 2. All steel reinforcing bars, except for steel reinforcing bars extending from the bottom portion of the foundation to remain, shall be removed and disposed of in accordance with Sections 2 -02.3 and 2- 03.3(7)C, and shall be replaced with new steel reinforcing bars conforming to the size, dimensions and geometry shown in the Plans. All concrete of the removed portion of the foundation shall be removed and disposed of in accordance with Sections 2 -02.3 and 2- 03.3(7)C. 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 6- 02.3(24)C to provide clearance for the anchor bolt array. Sign structures shall not be erected on concrete foundations until the Contractor confirms that the foundations and the fabricated sign structures are either compatible with each other 4t" Street Stormwater Improvements G -58 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department and the design geometry shown in the Plans, or have been modified in accordance with this Section and as approved by the Engineer to be compatible with each other, and the foundations have attained a compressive strength of 2,400 -psi. Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is revised to read: 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the shaft cap (the portion containing the anchor bolt array assemblies above the construction joint at the top of the shaft) shall be Class 4000. Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is revised to read: 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 8 -21.5 Payment This section is supplemented with the following: All costs in connection with surveying completed concrete foundations for sign bridges and cantilever sign structures shall be included in the lump sum contract price for "Structure Surveying ", except that when no Bid item is included in the Proposal for "Structure Surveying" then such costs shall be included in the lump sum contract price(s) for "Sign Bridge No. " and "Cantilever Sign Structure No. 8- 22.AP8 Section 8 -22, Pavement Marking January 7, 2013 8- 22.3(3)D Line Applications The last paragraph is supplemented with the following: Grooved line pavement marking shall not be constructed on bridge decks or on bridge approach slabs. 8- 22.3(6) Removal of Pavement Markings The following two new sentences are inserted after the first sentence: Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. 8 -22.4 Measurement The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph. The sixth paragraph is revised to read: 4t" Street Stormwater Improvements G -59 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 4- inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. The following two new paragraphs are inserted after the sixth paragraph: Crosshatch markings used to delineate median and gore areas will be measured by the completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed. 8 -22.5 Payment The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are deleted from this section. This section is supplemented with the following two new bid items: "Painted Crosshatch Marking ", per linear foot. "Plastic Crosshatch Marking ", per linear foot. The following new paragraph is inserted after the last bid item in this section: The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8 -22. 8- 25.AP8 Section 8 -25, Glare Screen April 9, 2012 In this section, "tension cable" and "cable" are deleted. 8- 25.3(3) Posts The first sentence in the first paragraph is revised to read: Posts shall be constructed in accordance with the Standard Plans and applicable provisions of Section 8- 12.3(1)A. The last paragraph is revised to read: All round posts for Type 1 Design B and Type 2 glare screen shall be fitted with a watertight top securely fastened to the post. Line posts shall have tops designed to carry the top tension wire. 8- 25.3(5) Tension Cables This sections content including title is deleted: 4th Street Stormwater Improvements G -60 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 8- 25.3(6) Fittings, Attachments, and Hardware This sections content including title is deleted. 8- 29.AP8 Section 8 -29, Wire Mesh Slope Protection January 7, 2013 This section is deleted in its entirety and replaced with the following: 8 -29 Wire Mesh Slope Protection ATTACHMENT G 8 -29.1 Description This Work consists of furnishing and installing the anchors and the wire mesh slope protection in accordance with these Specifications and the details shown in the Plans and in conformity with the lines and dimensions shown in the Plans or established by the Engineer. 8 -29.2 Materials Materials shall meet the requirements of Section 9 -16.4. 8 -29.3 Construction Requirements 8- 29.3(1) Submittals The Contractor shall submit a wire mesh slope protection plan to the Project Engineer a minimum of seven calendar days prior to beginning the work. The wire mesh slope protection plan shall include the following: Plan sheets for anchor layout and installation, and the equipment and process used to confirm the capacity of the constructed anchors including the calibration data for the stressing devices used to proof test the anchors, as completed by an independent testing laboratory within 60 calendar days of the wire mesh slope work. 2. Working drawings for the temporary yoke or load frame to be used for anchor proof testing in accordance with Section 6 -01.9. 3. Plans and details for assembling wire mesh and erecting the assembled mesh on the slope. All costs for the Work required for Submittals shall be included in the unit Bid price detailed in Section 8 -29.5. 8- 29.3(2) Anchors The Contractor shall install anchors of the type shown in the Plans and in conformance with the layout shown in the Wire Mesh Protection Plan as described in Section 8- 29.3(1). The spacing and number of the anchors and wire ropes as shown in the Plans are approximate only, and upon review of the wire mesh slope protection plan, the Engineer may arrange the spacing to better hold the wire mesh against the slope. Backfill material shall be thoroughly compacted with a mechanical compactor. The Contractor shall proof test up to 25 percent of the anchors in vertical pullout to the minimum allowable anchor capacity specified in the Plans. Proof testing of anchors shall be 41h Street Stormwater Improvements G -61 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G performed against a temporary yoke or load frame. No part of the temporary yoke or load frame shall bear within three feet of the anchor being tested. For vertical pullout proof testing, an anchor is acceptable if it sustains the specified capacity for 10 minutes with no loss of load. Anchors that fail this criterion shall be replaced and retested. If more than three anchors fail, the Contractor shall proof test all anchors. 8- 29.3(3) Wire Rope All wire rope loops shall include a thimble. No wire rope splicing will be allowed. 8- 29.3(4) Wire Mesh The wire mesh shall be fastened to the completed wire rope assembly as shown in the Plans. High tensile steel fasteners on the vertical seams shall be staggered across width of the seam. Horizontal splices joining 2 rolls of mesh shall be made by overlapping the mesh approximately 3 feet and either weaving 3 rows of lacing wires through every mesh opening or using 4 rows of high tensile steel fasteners placed on approximately 3 -inch spacing. All top and bottom laps shall be made by folding the mesh to the outside, away from the slope, to avoid the possibility of falling material hanging up in the folds. The bottom of the mesh shall be located as shown in the Plans. The ends of all lacing wires shall be secured to the mesh with a minimum of 1'/Z- turns. The wire mesh shall not be tensioned in any direction, but is to remain loose so as to increase its dampening effect on rolling rocks. The Contractor shall use care in the handling and installing of the wire mesh and wire rope. Any mesh or wire rope damaged due to the Contractor's operations shall be replaced by the Contractor at no expense to the Contracting Agency. 8 -29.4 Measurement Measurement of anchors will be per each for the completed anchor. Anchor types will not be differentiated. Wire mesh slope protection will be measured by the square foot of wire mesh erected on the slope. There will be no deduction made for overlapping the wire mesh material as required for splices or for coverage due to variations in the slope or ground conditions. 8 -29.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal: "Wire Mesh Slope Protection Anchor ", per each. The unit Contract price per each for "Wire Mesh Slope Protection Anchor" shall be full payment for all costs for the Work described in Sections 8- 29.3(1) and 8- 29.3(2). "Wire Mesh Slope Protection ", per square foot The unit Contract price per square foot for "Wire Mesh Slope Protection" shall be full payment for all costs for the Work described in Section 8- 29.3(3) and 8- 29.3(4). 4th Street Stormwater Improvements G -62 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 9- 02.AP9 Section 9 -02, Bituminous Materials August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". ATTACHMENT G 9 -02.1 Asphalt Material, General In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt ". The first paragraph is revised to read: Asphalt furnished under these Specifications shall not have been distilled at a temperature high enough to produce flecks of carbonaceous matter, and upon arrival at the Work, shall show no signs of separation into lighter and heavier components. 9- 02.1(6) Cationic Emulsified Asphalt The "Cationic Emulsified Asphalt Table" is revised to read: Cationic Emulsified Asphalt Table Rapid Setting Medium Setting Slow Setting Type CRS -1 CRS -2 CMS -2S CMS -2 CMS -2h CSS -1 CSS -1h AASHTO Test Min. ". Max Min. Max. Miry. Max. Min. Max. Mini. Max. Min. Max. Min. Max. Grade Method Tests on Emulsified Asphalts: Viscosity SFS T 59 20 100 20 100 @ 770F (25-C) Viscosity SFS T 59 20 100 150 400 50 450 50 450 50 450 @ 122 °F (50 °C Storage T 59 1 1 1 1 1 1 1 stability test 1 day % Demulsibility 35 ml 0.8% sodium dioctyl sulfosuccinate, T 59 40 40 %a Particle charge T59 Pos Pos Pos Pos Pos Posb Posb test Sieve Test, % T59 0.10 0.10 0.10 0.10 0.10 0.10 0.10 Cement mixing T 59 2.0 2.0 test, % 4th Street Stormwater Improvements G -63 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Distillation: Oil distillate by Vol. T59 3 1.5 3 20 12 12 of emulsions % Residue, % T59 60 65 60 65 65 57 57 Tests on residue from distillation tests: Penetration, T49 100 250 100 250 100 250 100 250 40 90 100 250 40 90 77 °F (25 °C) Ductility, 77 °F (25 °C) T 51 40 40 40 40 40 40 40 5 cm /min., cm Solubility in trichloroethylen T 44 97.5 97.5 97.5 97.5 97.5 97.5 97.5 e, % a The demulsibility test shall be made within 30 days from date of shipment. b If the particle charge test for CSS -1 and CSS -1 h is inconclusive, material having a maximum pH value of 6.7 will be acceptable. 9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P The first paragraph (except for the table) is revised to read: CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS -2P shall meet the following requirements: Footnote 1 below the table is revised to read: 1. Distillation modified to use 300 grams of emulsified asphalt heated to 350 °F ± 9 °F and maintained for 20 minutes. 9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive The fifth row in the table is revised to read: Ductility, 39.2 °F, 1 cm /minute, cm AASHTO T 51 5 Min. 9 -02.4 Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL). 4th Street Stormwater Improvements G -64 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 9- 03.AP9 Section 9 -03, Aggregates August 5, 2013 9- 03.1(1) General Requirements The eighth paragraph is deleted. ATTACHMENT G 9 -03.6 Aggregate for Asphalt Treated Base (ATB) This section including title is deleted in its entirety and replaced with the following: Vacant 9- 03.8(4) Blending Sand This sections including title is revised to read: Vacant 9 -03.13 Backfill for Sand Drains This section is supplemented with the following: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9- 03.13(1) Sand Drainage Blanket The last paragraph is revised to read: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9- 03.14(1) Gravel Borrow Note' is deleted, including the reference in the table. 9- 03.14(2) Select Borrow Note' is deleted. Note 2 is re- numbered Note', including the reference in the table. 9- 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section including title is revised to read: Gravel Borrow for Structural Earth Wall All backfill material within the reinforced zone for structural earth walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as 4t" Street Stormwater Improvements G -65 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: All percentages are by weight Property Geosynthetic Reinforcement Metallic Reinforcement Sieve Size Percent Passing Percent Passing 4 Reinforcement 99 -100 2 Requirements 75 -100 1 '/4 99 -100 35 percent max. 1" 90 -100 No. 4 50 -80 50 -80 No. 40 30 max. 30 max. No. 200 7.0 max. 7.0 max. Sand Equivalent 50 min. 50 min. All percentages are by weight Property Test Method Geosynthetic Metallic Reinforcement Reinforcement Requirements Requirements Los Angeles Wear AASHTO T 96 35 percent max. 35 percent max 500 rev. Degradation Factor WSDOT Test Method T 15 min. 15 min. 113 Resistivity WSDOT Test Method T 3,000 ohm -cm, 417 min. pH WSDOT Test Method 4.5 -9 5 -10 113 Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. If the resistivity of the gravel borrow equals or exceeds 5,000 ohm -cm, the specified chloride and sulfate limits may be waived. Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. 9- 03.21(1) General Requirements The first sentence in the first paragraph is revised to read: Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cutlet), and Steel Furnace Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. 9- 03.21(1)C Vacant This section including title is revised to read: 9- 03.21(1)C Recycled Glass (Glass Cullet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9- 03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer that the 4th Street Stormwater Improvements G -66 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G recycled glass meets the physical properties and deleterious substances requirements in AASHTO M -318. 9- 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table, the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is deleted. The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. 9- 04.AP9 Section 9 -04, Joint And Crack Sealing Materials January 7, 2013 9 -04.2 Joint Sealants This section is supplemented with the following new sub - sections: 9- 04.2(3) Polyurethane Sealant Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. Polyurethane sealant shall be compatible with the closed cell foam backer rod. When required, compatibility characteristics of sealants in contact with backer rods shall be determined by Test Method ASTM C 1087. 9- 04.2(3)A Closed Cell Foam Backer Rod Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 Type C. 9 -04.10 Crack Sealing — Rubberized Asphalt This section is deleted. 9 -04.11 Butyl Rubber and Nitrile Rubber This sections number is revised to read: 9 -04.10 9- 05.AP9 Section 9 -05, Drainage Structures, Culverts, and Conduits January 7, 2013 9 -05.0 Acceptance by Manufacturer's Certification This section including title is revised to read: 9 -05.0 Acceptance and Approval of Drainage Structures, and Culverts The Drainage Structure or Culvert may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. 4'h Street Stormwater Improvements G -67 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Certain drainage materials may be accepted by the Engineer based on a modified acceptance criteria when materials are selected from the Qualified Products List (QPL). The modified acceptance criteria are defined in the QPL for each material. 9- 05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch Through 60 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch Through 60 Inch Diameter Maximum), Couplings, and Fittings This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer ". The second paragraph is revised to read: Joints for corrugated polyethylene culvert pipe shall be made with either a bell /bell or bell and spigot coupling and shall incorporate the use of a gasket conforming to the requirements of 4th Street Stormwater Improvements G -68 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be factory installed on the coupling or on the pipe by the qualified manufacturer. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer ". The first paragraph is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory welded. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: All joints for polypropylene pipe shall be made with a bell /bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. This section is supplemented with the following new sub - sections: 9- 05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 4th Street Stormwater Improvements G -69 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department 1. For dual wall pipe sizes up to 30 inches: ASTM F2736. . 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D 4. Fittings shall be factory welded, injection molded or PVC. 9- 05.24(2) Polypropylene Sanitary Sewer Pipe Polypropylene sanitary sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. 9- 06.AP9 Section 9 -06, Structural Steel and Related Materials April 1, 2013 9- 06.5(3) High Strength Bolts In this section, " AASHTO M 291" is revised to read "ASTM A 563 ", " AASHTO M 164" is revised to read "ASTM A 325 ", " AASHTO M 293" is revised to read "ASTM F 436 ", " AASHTO M 253" is revised to read "ASTM A 490 ", and " AASHTO M 298" is revised to read "ASTM B 695'. 9- 06.5(4) Anchor Bolts In this section, " AASHTO M 291" is revised to read "ASTM A 563 ". 9- 07.AP9 Section 9 -07, Reinforcing Steel August 6, 2012 9 -07.7 Wire Mesh The first sentence in the first paragraph is revised to read: Wire mesh for concrete reinforcement shall conform to the requirements of AASHTO M 55, Welded Steel Wire Fabricfor Concrete Reinforcement orAASHTO M 221, Steel Welded Wire Reinforcement, Deformed for Concrete. 9- 10.AP9 Section 9 -10, Piling April 2, 2012 9 -10.4 Steel Pile Tips and Shoes In the first paragraph "ASTM A 148 Grade 60 -90" is revised to read "ASTM A 148 Grade 90 -60 ". 4t" Street Stormwater Improvements G -70 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 9- 13.AP9 Section 9 -13, Riprap, Quarry Spalls, Slope Protection, & Rock for Erosion and Scour Protection and Rock Walls April 1, 2013 9- 13.5(1) Semi -Open Concrete Masonry Units Slope Protection In this section, "ASTM C 90" is revised to read "ASTM C 1319 ". 9- 14.AP9 Section 9 -14, Erosion Control and Roadside Planting August 5, 2013 9 -14.3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water - soluble potash or sulfur in the amounts specified. 9- 14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) The first sentence in the third paragraph is revised to read: All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic Tackifier as specified in Section 9- 14.4(7). The third and fourth rows in Table 1 are revised to read: Heavy Metals EPA 6020A Antimony — < 4 mg /kg Total Metals Arsenic — < 6 mg /kg Barium — < 80 mg /kg Boron —< 160 mg /kg Cadmium — < 2 mg /kg Total Chromium — < 4 mg /kg Copper — < 10 mg /kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg /kg Selenium — < 10 mg /kg Strontium — < 40 mg /kg Zinc — < 30 mg/kg Water Holding Capacity ASTM D 7367 800 percent minimum 9- 14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9- 14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph: 41h Street Stormwater Improvements G -71 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 9- 14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173 -350 and for biosolids composts, WAC 173 -308. The third paragraph is to read: Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting ( TMECC) 02.02 - B, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1 " 100 5 /a" 90 100 1/4" 75 100 Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1" 100 5All 85 100 '/4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Sieve Size Percent Pa sing Minimum Maximum 2" 100 1" 90 100 3/4" 70 100 1/4" 40 60 4th Street Stormwater Improvements G -72 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, 1:5 Slurry pH ". 3. Physical contaminants, defined in WAC 173 -350 (plastic, concrete, ceramics, metal, etc.) shall be less than 0.5 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (1-01) ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity." 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 7. Stability shall be 7 -mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -13 "Carbon Dioxide Evolution Rate ". 8. The compost product shall originate from organic feedstocks as defined in WAC 173 350 as "Wood waste ", "Yard debris ", "Post- consumer food waste ", "Pre - consumer animal -based wastes ", and /or "Pre- consumer vegetative waste ". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita° Maturity Index ". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and Coarse compost shall score a 5 or above on the Solvita° Compost Maturity Test. 9- 14.4(8)A Compost Approval This section's title is revised to read: 9- 14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards 4t" Street Stormwater Improvements G -73 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173 -308 ( Biosolids Management). 9 -14.5 Erosion Control Devices This section is supplemented with the following new sub - section: 9- 14.5(9) High Visibility Silt Fence High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV stabilized and shall meet the geotextile requirements in Section 9 -33 Table 6. Support posts shall be in accordance with the Standard Plans. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9- 14.5(1) Polyacrylamide (PAM) The fourth sentence is replaced with the following two new sentences: The minimum average molecular weight shall be greater than 5 -mg /mole. The charge density shall be no less than 15 percent and no greater than 30 percent. 9- 14.5(2) Erosion Control Blanket This section including title is deleted in its entirety and replaced with the following: 9- 14.5(2) Biodegradable Erosion Control Blanket Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting material, if present, shall biodegrade within a life span not to exceed 2 years. The Contractor shall provide independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements of Section 9- 14.5(2)B, 9- 14.5(2)C and 9- 14.5(2)D. 9- 14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets The erosion control blanket may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Erosion control blankets may be accepted by the Engineer based on the modified acceptance criteria when materials are selected from the QPL. The modified acceptance criteria are defined in the QPL for each material. 9- 14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) Table 6 Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 41h Street Stormwater Improvements G -74 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Protecting ASTM D 6459 C factor = 0.04 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy C factor = 0.15 maximum for Erosion loam as defined by the cumulative R- Factor <231 Rainfall- Induced NRCS ** Erosion Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area Soil Texture Triangle Light ASTM D 6567 44 % maximum Penetration Tensile Strength ASTM D 6818 10.0 x 6.0 pounds /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* ASTM D 6818 38% x 33% maximum *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) Table 7 Properties ASTM Test Method Slope Flatter than 3:1 Requirements Protecting ASTM D 6459 C factor = 0.15 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area Light ASTM D 6567 40% maximum Penetration Tensile Strength ASTM D 6818 6.5 x 2.3 pounds /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* 41h Street Stormwater Improvements G -75 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 ATTACHMENT G Properties Test Method Requirements Performance in ASTM D 6460 Limiting Shear (TL;mit) = 2.0 psf Protecting Soil tested shall be sandy minimum. Earthen loam as defined by the Channels from NRCS ** Limiting Velocity (Wimit) = 7.5 Stormwater- Soil Texture Triangle ft/sec flow minimum. Induced Erosion Mass per Unit ASTM D 6475 7.4 oz./ sq. yd. minimum Area Light ASTM D 6567 65 % maximum Penetration Tensile Strength ASTM D 6818 9.6 x 3.2 Ibs /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(3) Clear Plastic Covering This section including title is revised to read: Plastic Covering Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting. 9- 14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9- 14.5(4) Check Dams All materials used for check dams shall be non -toxic and not pose a threat to wildlife when installed. 4th Street Stormwater Improvements G -76 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This section is supplemented with the following new sub - sections: 9- 14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements: Biodegradable Check Dams Materials Wattle Check Dam 9- 14.5(5) Compost Sock Check Dam 9- 14.5(6) Coir Log Check Dam 9- 14.5(7) ATTACHMENT G The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 3. Straw bales shall not be used as check dams. 9- 14.5(4)B Non - biodegradable Check Dams Non - biodegradable check dams shall meet the following requirements: 1. Geotextile materials shall conform to section 9 -33 for silt fence. 2. Other such devices that fulfill the requirements of section 9- 14.5(4) and shall be approved by the Engineer prior to installation. 9- 14.5(5) Wattles The second sentence in the first paragraph is revised to read: Wattle shall be a minimum of 8- inches in diameter. The first sentence in the second paragraph is revised to read: Compost filler shall be Medium Compost and shall meet the material requirements as specified in Section 9- 14.4(8). The last paragraph is revised to read: Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9- 14.5(6) Compost Socks In this section, "Coarse Compost" is revised to read "Medium Compost ". The last paragraph is revised to read: 4th Street Stormwater Improvements G -77 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. 9- 14.5(8) High Visibility Fencing The first paragraph is revised to read: High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh. 9- 14.6(1) Description In item No. C in the fourth paragraph, "22- inch" is revised to read "2- inch ". 9- 15.AP9 Section 9 -15, Irrigation System April 1, 2013 9- 15.1(2) Polyvinyl Chloride Pipe and Fittings In the first paragraph, "ASTM D 1784" is revised to read "ASTM D 1785 ". 9- 16.AP9 Section 9 -16, Fence and Guardrail August 5, 2013 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is revised to read: Except as noted otherwise, post material shall conform to the requirements of AASHTO M 181, Type 1 (zinc- coated steel), Grade 1 or 2, and shall include all round and roll- formed material (line posts, brace posts, end posts, corner posts, and pull posts). The last sentence in the fourth paragraph is deleted. 9- 16.1(1)C Tension Wire and Tension Cable This section including title is revised to read: 9- 16.1(1)C Tension Wire Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 9- 16.1(1)D Fittings and Hardware The second sentence in the first paragraph is deleted. The last paragraph is deleted. 9- 16.1(2) Approval This section is deleted. 41" Street Stormwater Improvements G -78 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 9- 16.2(2) Approval This section is deleted. 9- 16.3(2) Posts and Blocks The first sentence in the first paragraph is revised to read: ATTACHMENT G Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper arsenate (CCA), or ammoniacal copper zinc arsenate (ACZA), treated timber, or galvanized steel (galvanized steel posts only — no blocks). The following reference is deleted from the third paragraph: ACA 0.50 lbs. pcf The sixth paragraph is deleted. 9- 16.4(2) Wire Mesh This section is revised to read: The galvanized wire mesh shall be a Style 1 double- twisted hexagonal mesh conforming to ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl chloride coating is required then the Style shall be a Style 3. The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with continuous selvedge wire as specified in ASTM A 975. 9- 16.4(3) Wire Rope This section is revised to read: Wire rope shall be 3/- inch- diameter, independent wire rope class (IWRC) 6x19, extra improved plow steel (EIP) wire rope galvanized in accordance with ASTM A1023. Each lot of wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a mill certificate, and a test report showing the wire rope meets the minimum breaking force requirements of ASTM A 1023. 9- 16.4(4) Hardware This section is revised to read: Weldless steel rings shall be drop- forged steel and heat treated after forging; have a single pull, working load limit of at least 10,000 Ibs; and meet performance requirements of Federal Specification RR -C -271 D Type VI. Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet performance requirements of Federal Specification FF- T -276b Type ll. 4th Street Stormwater Improvements G -79 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Wire rope clips shall have drop- forged steel bases, be galvanized, and meet performance requirements of Federal Specification FF -C -450 Type I Class 1. 9- 16.4(5) Hog Rings and Tie Wire This section including title is revised to read: 9- 16.4(5) Fasteners and Lacing Wire Fasteners shall consist of 11 gauge high tensile steel. Lacing wire shall consist of 9 gauge, zinc - coated steel wire conforming to ASTM A 641. 9- 16.4(6) Grout This section including title is deleted. 9- 16.4(7) Anchor This section including title and section number is revised to read: 9- 16.4(6) Ground Anchors Threaded bar ground anchors shall be deformed, continuously threaded, steel reinforcement bars conforming to either Section 9 -07.2 or Section 9- 07.11. Threaded bar ground anchors shall be either epoxy- coated in accordance with Sections 6- 02.3(24)H and 9 -07.3 or galvanized after fabrication in accordance with ASTM A 767 Class I. Hollow -core anchor bars shall have continuous threads /deformations and be fabricated from steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of the guaranteed minimum tensile strength of the hollow core anchor bars. Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after fabrication in accordance with AASHTO M 111. Nuts shall conform to either AASHTO M 291 Grade B, hexagonal, or Section 9- 07.11. Nuts shall be galvanized after fabrication in accordance with AASHTO M 111 for plate washers and AASHTO M 232 for all other hardware. Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming to Section 9- 20.3(2). Concrete for soil anchor deadmen shall be either commercial concrete conforming to Section 6- 02.3(2)B or Class 3000 conforming to Section 6 -02. Steel reinforcing bars for soil anchor deadmen shall conform to Section 9 -07.2, and shall be epoxy- coated in accordance with Sections 6- 02.3(24)H and 9 -07.3. 9- 16.6(3) Posts This section is revised to read: Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts for Type 1 Design A and B and Type 2 shall be 2'/2 inch inside diameter galvanized steel pipe 4th Street Stormwater Improvements G -80 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts. The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum average zinc coating is per square foot of surface area. This area is defined as the total area inside and outside. A sample for computing the average of mass of coating is defined as a 12 -inch piece cut from each end of the galvanized member. 9- 16.6(5) Cable This section including title is revised to read: 9- 16.6(5) Vacant 9- 16.6(6) Cable and Tension Wire Attachments This section including title is revised to read: 9- 16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a back- up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer % -inch diameter for tension wire and of sufficient length to fasten to the type of posts used. Turnbuckles shall be of the shackle end type, '/z inch diameter, with standard take -up of 6 inches and provided with % inch diameter pins. 9- 16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: Fabric bands shall be '/8 inch by 1 inch nominal. Stretcher bars shall be 3/6 inch by 3/ inch nominal or 5/ 16 inch diameter round bar nominal. A 5/16 inch diameter round stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness. A variation of minus 5- percent from this theoretical area shall be construed as "nominal' size. All shall be galvanized to meet the requirements of ASTM F 626. 9 -16.7 Vacant This section including title is deleted in its entirety. 9 -16.8 Weathering Steel Beam Guardrail This section including title is deleted in its entirety. 4th Street Stormwater Improvements G -81 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 9- 18.AP9 Section 9 -18, Precast Traffic Curb and Block Traffic Curb August 6, 2012 This section's title is revised to read: 9 -18 Precast Traffic Curb 9 -18.3 Block Traffic Curb This section including title is revised to read: 9 -18.3 Vacant 9- 20.AP9 Section 9 -20, Concrete Patching Material, Grout, and Mortar January 2, 2012 9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications This section is revised to read: ATTACHMENT G Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar. 9- 20.3(4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0.40" is revised to read "0.45 ". 9- 23.AP9 Section 9 -23, Concrete Curing Materials and Admixtures August 5, 2013 9 -23.2 Liquid Membrane - Forming Concrete Curing Compounds In the first paragraph, "moisture loss" is revised to read "water retention ". 9- 23.6(9) Type S Specific Performance Admixtures The first sentence is revised to read the following two new sentences: Type S Specific Performance admixtures are limited to ASR - mitigating, viscosity modifying, shrinkage reducing, rheology- controlling, and workability- retaining admixtures. They shall conform to the requirements of ASTM C 494 Type S. 9- 26.AP9 Section 9 -26, Epoxy Resins August 5, 2013 9- 26.3(1)A Traffic Bearing Applications The first sentence in the first paragraph is revised to read: 41h Street Stormwater Improvements G -82 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Epoxy grout/mortar /concrete for traffic bearing applications shall have a 7 -day compressive strength of not less than 4,000 psi when tested in accordance with ASTM C 579. 9- 28.AP9 Section 9 -28, Signing Materials and Fabrication April 1, 2013 9- 28.14(2) Steel Structures and Posts "AASHTO M 291 " is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read "ASTM F 436 ". 9- 29.AP9 Section 9 -29, Illumination, Signal, Electrical August 5, 2013 9- 29.1(4) Non - Metallic Conduit This section is supplemented with the following new sub - section: 9- 29.1(4)D Deflection Fittings Deflection Fittings for use with rigid PVC conduit shall be as described in 9- 29.1(2)A 9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes The section is supplemented with the following: The Contractor shall perform quality control inspection. The Contracting Agency intends to perform Quality Assurance Inspection. By its inspection, the Contracting Agency intends only to verify the quality of that Work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. Prior to the start of production of the precast concrete units, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 9- 29.2(1) Standard Duty and Heavy -Duty Junction Boxes The third paragraph is deleted and replaced with the following new paragraphs: The Contractor shall provide shop drawings for all components, hardware, lid, frame, reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall include the following: 1. Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 2. The initials and dates of all participating design professionals 4th Street Stormwater Improvements G -83 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(1)A Standard Duty Junction Boxes The first paragraph is supplemented with the following: All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot dip galvanized in accordance with AASHTO M 111. The sub - paragraph's titled "Concrete Junction Boxes" are revised to read: Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in accordance with AASHTO M 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A 36 steel Lid Support ASTM A 36, or ASTM A1011 Grade SS 4th Street Stormwater Improvements G -84 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Handle & Handle support ASTM A 36 steel or ASTM A1011 Grade Concrete CS or SS Anchors (studs) Section 9 -06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Studs, Nuts, Stainless Steel grade 302, 304, or 316 Washers steel in accordance with approved shop drawing Locking and Latching In accordance with approved shop Mechanism Hardware drawings and Bolts with min. CVN toughness of 20 ft -lb at 40 9- 29.2(1)B Heavy Duty Junction Boxes The section is revised to read: Heavy -Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C. The Heavy -Duty Junction Box steel frame, lid support and lid shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3. Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, Lid grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft -lb at 40 degrees F. Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft -lb at 40 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F 593 or A 193, Type 304 or 316, or Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop Latching Mechanism drawings Hardware and Bolts The lid stiffener plates shall bear on the frame, and be milled so that there is full even contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of 4t" Street Stormwater Improvements G -85 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G the frame and lid. The bearing seat and lid perimeter bar shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter bar shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9- 29.2(1)C Testing Requirements The first paragraph is revised to read: The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. The second paragraph is revised to read: For concrete junction boxes, vaults and pull boxes, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure. 7. A brief description of type and location of failure. The third paragraph is revised to read: For non - concrete junction boxes the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the 4th Street Stormwater Improvements G -86 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non - concrete junction box, and shall include the following information: Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested. The first paragraph following the title "Testing for the Standard Duty Non - Concrete Junction Boxes" is revised to read: Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 -2007 Tier 15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall provide a Manufacture Certificate of Compliance for each non - concrete junction box installed. 9- 29.2(2) Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes This section is revised to read: Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy -Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall carry the following: Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 2. The initials and dates of all participating design professionals 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 4th Street Stormwater Improvements G -87 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G For each type of box or whenever there is a change to the Cable Vault or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section is revised to read: Standard Duty Cable Vaults and Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4,000 psi. The lid frame shall be anchored to the vault/box concrete lid by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box concrete lid shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault/box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 or hot -dip galvanized in accordance with ASTM M 111. All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared - use paths shall have slip- resistant surfaces. The steel frame, lid support, and lid for the Standard Duty Cable Vaults and Pull Boxes shall be hot -dip galvanized. Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Materials Requirements Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM A 36 Slip Resistant Frame ASTM A 36 Steel Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle & Handle ASTM A 36 steel or ASTM A 1011 Grade Support CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F593 or A 193, type 304 or 316, or Washers Stainless steel grade 302, 304, 316 per approved shop drawing Hinges and Locking In accordance with approved shop Mechanism Hardware drawings and Bolts 4t" Street Stormwater Improvements G -88 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes This section is revised to read: ATTACHMENT G Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C for Heavy -Duty Junction Boxes. Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following: Materials Requirements Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Cover Section 9- 05.15(1) Ring Section 9- 05.15(1) Anchors (studs) Section 9 -06.15 Bolts, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 9- 29.6(2) Slip Base Hardware "AASHTO M 291" is revised to read "ASTM A 563 ", "AASHTO M 164" is revised to read "ASTM A 325 ", and "AASHTO M 293" is revised to read "ASTM F 436. 9- 29.6(5) Foundation Hardware "AASHTO M 291" is revised to read "ASTM A 563 ". 9 -29.10 Luminaires The third paragraph is revised to read: All luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15 -2011. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 9- 29.10(2) Decorative Luminaries The second sentence in the third paragraph is deleted. 9 -29.13 Traffic Signal Controllers This section and all sub - sections including title is revised to read: 9 -29.13 Control Cabinet Assemblies Control cabinet assemblies shall include all necessary equipment and auxiliary equipment for controlling the operation of traffic signals, programmable message signs, illumination systems, ramp meters, data stations, CCTV, and similar systems as required for the specific application. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of the 4th Street Stormwater Improvements G -89 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G NEMA TS1 and TS2 specification or the California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 as defined in this specification. 9- 29.13(1) Environmental, Performance, and Test Standards for Solid -State Traffic Controller Assemblies The scope of this Specification includes the controller of solid -state design installed in a weatherproof controller cabinet. The controller assembly includes the cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and preemption equipment. NEMA control assemblies shall meet or exceed current NEMA TS 1 Environmental Standards. Normal operation will be required while the control assembly is subjected to any combination of high and low environmental limits (such as low voltage at high temperature with high repetition noise transients). All other control equipment shall meet the environmental requirements of California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009. The Contractor shall furnish to the Contracting Agency all guarantees and warranties furnished as a normal trade practice for all control equipment provided. 9- 29.13(2) Manufacturing Quality The fabricator of the Control, cabinet Assemblies shall perform quality control (QC) inspections based on their QC program. Their QC program shall be submitted and approved by WSDOT at least annually. The fabricator of the controller shall certify that the controller meets all requirements of the Standard Specifications and Special Provisions for the specific application. The QC program shall include, but not be limited to, the following: Quality Statement 2. Individual responsible for quality (organizational chart) 3. Fabrication procedures 4. Test procedures 5. Documented inspection reports 6. Documented test reports 7. Certification package 9- 29.13(2)A Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The supplier shall: 1. Seven days prior to shipping, arrange appointment for controller cabinet assembly, and testing at the WSDOT Materials Laboratory or the facility designated in the Special Provisions. 41h Street Stormwater Improvements G -90 Project No. DR03 -2009 City of Port Angeles -- Public Works and Utilities Department ATTACHMENT G 2. Assembly shall be defined as but not limited to tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables, Verify that all Contract required documents are present, proper documentation is provided, and all equipment required by the Contract is installed. 3. The assembly shall be done at the designated WSDOT facility in the presence of WSDOT personnel. 4. The supplier shall demonstrate that all of the functions required by this Specification and the Contract Plans and Special Provisions perform as intended. Demonstration shall include but not be limited to energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as required by the Contract Provisions) operate in accordance with Section 9- 29.13. The supplier shall place the controller in minimum recall with interval timing set at convenient value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing. 5. If the assembly and acceptance for testing is not complete within 5 working days of delivery, the Project Engineer may authorize the return of the assembly to the supplier, with collect freight charges to the supplier. 6. The Contractor will be notified when the testing is complete, and where the assembly is to be picked -up for delivery to the project. 7. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract Specifications and is at the sole discretion of WSDOT. 8. Any part or component of the controller assembly, including the cabinet that is rejected shall not be submitted for use by WSDOT or any City or County in the State of Washington. 9- 29.13(3) Traffic Signal Controller The traffic signal controller shall conform to the Contract requirements and the applicable Specifications as listed below: All solid -state electronic traffic - actuated controllers and their supplemental devices shall employ digital timing methods. A. NEMA control and all auxiliary equipment shall conform to current NEMA TS1 or TS2 Specification. Every pin of every connecting plug shall be utilized as described within the NEMA requirement, except that those pins identified as "spare" or "future" shall remain unused. B. Type 170E controllers shall conform to the TEES. The 170E controller shall be provided with a program card, one blank ROM chip, and two 64K non - volatile memory chips. 4th Street Stormwater Improvements G -91 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G C. Type 170E/HC -11 controllers shall conform to the current Oregon Department of Transportation Specification for model 170E/HC -11 controller. The 170E controller with the HC11 chip shall be compatible with the software specified in the Contract. The controller shall be provided with one ROM chip and one 64K non - volatile memory chip. D. Vacant E. Type 2070 controllers shall conform to the TEES. The standard 2070 controller shall consist of the following: 2070 2070E 2070N1 2070 -5 VME cage 2070 -1 E CPU 2070 -1 E CPU 2070 -1 E CPU Card Card Card 2070 -313 Front 2070 -313 2070 -313 Front Panel Panel Front Panel 2070 -4 Power 2070 -4 Power 2070 -4 Power Supply Supply Supply 2070 -2A Field 2070 -2A Field 2070 -213 Field 1/0 1/O 1/O X X 2070 -8 Interface 9- 29.13(4) Traffic - Signal Controller Software All traffic signal controllers shall operate with software specified in the contract. Traffic - actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. If the complete traffic controller defined in the Special Provision requires NTCIP compliance the following are the minimum requirements for NTCIP operation. Communication The traffic controller hardware and software shall communicate with the central computer in a polled multi -drop operation. In the polled multi -drop operation, several traffic controllers shall share the same communication channel, with each controller assigned a unique ID number. Controller ID numbers shall conform to the NTCIP requirements for address numbers. A traffic controller shall only reply to messages labeled with its ID. In polled multi -drop mode, traffic controllers never initiate communication, but merely transmit their responses to messages from the central computer. A laptop computer connected to the traffic controller's local communication port shall have the same control and diagnostic capabilities as the central computer. However, local laptop control capability shall be limited to that traffic controller. 41" Street Stormwater Improvements G -92 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department NTCIP Requirements The traffic controller software shall comply with the National Transportation Communications for ITS Protocol (NTCIP) documents and all related errata sheets published before July 1, 1999 and as referenced herein. The traffic controller software shall support the following standards: NTCIP 1101, Simple Transportation Management Framework (STMF), Conformance Level 1 (Simple Network Management Protocol (SNMP)) 2. NTCIP 2001, Class B Profile. All serial ports on the device shall support communications according to these standards. 3. NTCIP 2101, SP -PMPP /RS232 Point -to -Multi -Point Protocol (PMPP) 4. NTCIP 2201, NTCIP TP -Null Transport Profile Null (TP -NULL) The traffic controller software shall implement all mandatory objects of all mandatory conformance groups as defined in NTCIP 1201, Global Object Definitions, and NTCIP 1202, Object Definitions for Actuated Traffic Signal Controller Units. Software shall implement the following conformance groups: NTCIP 1202, Object Definitions for ASC Conformance Group Reference Configuration 1201 2.2 Time Management Time Base Event Schedule Report 2.5 Phase 1202 2.2 Rings 2.8 Detector 2.3 Unit 2.4 Preempt 2.7 Time Base 2.6 Coordination 2.5 Channel 2.9 Overlaps 2.10 The software shall implement the following optional objects: Objects required by these specifications shall support all values within its standardized range. The standardized range is defined by a size, range, or enumerated listing indicated in the object's SYNTAX field and /or through descriptive text in the object's description field. The following list indicates the modified object requirements for these objects. 4th Street Stormwater Improvements G -93 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Object Name Object ID Minimum Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values dBErrorType All values Time Management globsIDaylightSavings Values 2 and 3 Timebase Events Schedule maxTimeBaseScheduleEntries 16 MaxDa Plans 15 MaxDa Events 10 Report maxEventLo Con ifs 50 MventConfi Mode Values 2 thru 5 mventConfi Action Values 2 and 3 MaxEventLo Size 255 MaxEventClasses 7 PMPP maxGrou Address 2 ASC Phase maxPhases 8 pPhaseStartp Values 2 thru 6 haseO tions All Values maxPhaseGrou s 1 Rings maxRin s 2 maxSe uences 16 Detector maxVehicleDetectors 64 vehicleDetectorOptions All Values maxPedestrian Detector 8 Unit unitAutoPedestrianClear All Values unitControlStatus All Values unitFlashStatus All Values unitControl All Values maxAlarmGrou s 1 Special Function maxS ecialFunctionsOut uts 8 Coordination coord Correction Mode Values 2 thru 4 coordMaximumMode Values 2 thru4 coordForceMode Values 2 and 3 maxPatterns 48 patternTableT pe Either 2,3 or 4 maxS tits 16 s IitMode Values 2 thru 7 IocalFreeStatus Values 2 thru 11 Time Base maxTimebaseAscAction 48 Preempt maxPreempts 4 reem tControl All Values reem tState Values 2 thru 9 Overlaps maxeverlaps 4 overlapType Value 2 and 3 max0verlapstatusGroup 1 Channels maxChannels 16 channelControlGroup Values 2 thru 4 4th Street Stormwater Improvements G -94 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Object Name Object - ID Minimum Requirements channelFlash Value 0,2,4,6,8,10,12 and 14 channelDim Values 0 thru 15 maxChannelStatusGroup 2 TS 2 Port 1 maxPortAddresses 18 ort1Table Values 2 and 3 * values in excess of the minimum requirement are considered to meet the specification. Documentation Software shall be supplied with all documentation on a CD. ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format shall be provided on CD -ROM: The official MIB Module referenced by the device functionality. 2. A manufacturer - specific version of the official MIB Module with the non- standardized range indicated in the SYNTAX field. The filename shall match the official MIB Module, with the extension "spc ". 3. A MIB Module of all manufacturer - specific objects supported by the device with accurate and meaningful DESCRIPTION fields and the supported ranges indicated in the SYNTAX field. 9- 29.13(5) Flashing Operations All traffic signals shall be equipped for flashing operation of signal displays. Controllers and cabinets shall be programmed for flashing red displays for all approaches. During flashing operation, all pedestrian circuits shall be de- energized. Actuated traffic signal control mechanisms shall be capable of entry into flash operation and return to stop -and -go operation as follows: Terminal Strip Input (Remote Flash). When called as a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced return to normal operation consistent with the requirements of the latest edition of the Manual on Uniform Traffic Control Devices. 2. Police Panel Switch. When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; and, the controller shall have a stop time input applied. When the switch is placed on automatic, the controller shall immediately time an 6 second all red period then resume stop- and -go operations at the beginning of major street green. 3. Controller Cabinet Switches. When the flash- automatic switch located inside the controller cabinet is placed in the flash position, the signals shall 4th Street Stormwater Improvements G -95 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G immediately revert to flash; however, the controller shall not have a stop time input applied. When the flash- automatic switch is placed in the automatic position, the controller shall immediately time a 6 second all red period, then resume stop- and -go operation at the beginning of the major green. 4. Power Interruption. On "NEMA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to ensure an 6- second flash period prior to the start of major street green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change. Type 170 controllers shall re- energize consistent with No. 2 above after a power interruption of 1.75 plus or minus 0.25 seconds. The 6- second flash period will not be required. Any power interruption to a 2070 type controller shall result in a 6 second flash period once power is restored. 5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall immediately cause the signal to revert to flash and the controller to stop time. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of major street green. 9- 29.13(6) Emergency Preemption Immediately after a valid call has been received, the preemption equipment shall cause the controller to terminate the appropriate phases as necessary with the required clearance intervals and enter any programed subsequent preemption sequence. Preemption sequences shall be as noted in the Contract. 9- 29.13(7) Wiring Diagrams Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment shall be submitted when the assemblies are delivered. The diagram shall show in detail all circuits and parts. The parts shall be identified by name or number in a manner readily interpreted. Two hard copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet and a pdf file of the cabinet wiring and component drawings. The schematic drawing shall consist of a single sheet, detailing all circuits and parts, not to exceed 52- inches by 72- inches. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons and a phase diagram. 9- 29.13(8) Generator Transfer Switch When specified in the contract, A generator transfer switch shall be included. . The Generator Transfer Switch shall be capable of switching power from a utility power source to an external generator power source. The Transfer Switch enclosure shall be of identical materials and dimensions and installation methods as the Police Panel type enclosure specified in the first paragraph of Special Provision 9- 29.13(10)D except that the enclosure door shall include a spring loaded construction core lock capable of accepting a Best 6 -pin CX series core. The core lock shall be installed with a green construction core. Upon contract completion, two master keys for the construction core shall be delivered to the Engineer. 4th Street Stormwater Improvements G -96 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department The enclosure shall include the following Transfer Switch equipment: 1. One Nema L5 -30P Flanged Inlet generator connector 2. One Utility power indicator light 3. One generator indicator light ATTACHMENT G 4. Two 30 amp, 120 volt, single pole, single phase, circuit breakers. One circuit breaker shall be labeled "Generator" and the other circuit breaker shall be labeled "Utility ". Both labels shall be engraved phenolic name plates. 5. A mechanical lock out feature that prevents the Utility circuit breaker and the Generator circuit breaker from being in the ON position at the same time. The circuit breakers shall be capable of being independently switched. 6. The conductors from the Generator Transfer Switch enclosure to the cabinet circuit breaker shall be enclosed in nylon mesh sleeve. 7. The enclosure door shall be labeled with the letters "GTS ". 9- 29.13(9) Vacant 9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets 9- 29.13(10)A Auxiliary Equipment for NEMA Controllers The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic - actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9- 29.13(5) for operational requirements. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the Contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre- empts, four overlaps (OL A, B, C, D). 3. A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 20 ampere minimum. 4th Street Stormwater Improvements G -97 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G b. A 15 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser installed at the input power point. Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations. The interference filters furnished shall be hermetically sealed in a substantial case filled with a suitable insulating compound. Terminals shall be nickel plated, 10 -24 brass studs of sufficient external length to provide space to connect two 8 AWG wires, and shall be so mounted that they cannot be turned in the case. Ungrounded terminals shall be insulated from each other and shall maintain a surface leakage distance of not less than '/z -inch between any exposed current conductor and any other metallic parts with an insulation factor of 100 -200 megohms dependent on external circuit conditions. Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio Manufacturers Association. e. A Surge Protection Device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The Surge Protection Device shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The minimum interrupting capacity shall be 10,000 Amps. The Voltage Protection Rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall dissipate a 13,000 Amp or greater repeated single peak 8/20 microsecond current impulse, and withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor which shall illuminate a red light or extinguish a green light when the device has failed and is no longer operable. Cabinet ground busbar independent (150K ohms minimum) of neutral. 4t" Street Stormwater Improvements G -98 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 4. A police panel located behind the police panel door with a flash automatic switch and a control - display power line on -off switch. See Section 9- 29.13(5) for operational requirements. 5. An auxiliary control panel located inside the controller cabinet with a flash - automatic switch and a controller on -off switch. See Section 9- 29.13(5) for operational requirements. Athree wire 15 ampere plug receptacle with grounding contact and 15 ampere ground fault interrupter shall also be provided on the panel. 6. A conflict monitor conforming to NEMA standards. See Section 9- 29.13(5) for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to flash if the conflict monitor is removed from service. Supplemental loads not to exceed 10 watts per monitored circuit or other means, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. Supplemental loads shall be installed on the control side of the field terminals. Conflict monitors shall include a minimum of one indicator light for each phase used. The monitoring capacity of the unit shall be compatible with the controller frame size. Conflict monitors shall include a program card. 7. A "Detector Panel ", as specified in Standard Specification Section 9- 29.13(10)B, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated Plan detector number. All markers shall be permanent. 8. Insulated terminal blocks of sufficient number to provide a termination for all field wiring. A minimum of 12 spare terminals shall be provided. Field 4t" Street Stormwater Improvements G -99 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G wire connection terminal blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead -ins, which may be 300 volt. The 600 volt type terminal strips shall be provided with a field -side and a control -side connector separated by a marker strip. The 300 volt type shall have a marker strip, installed on the right side of vertical terminal strips or below horizontal terminal strips. The marker strip shall bear the circuit number indicated in the plans and shall be engraved. Each connector shall be a screw type with No. 8 post capable of accepting no less than three 12 AWG wires fitted with spade tips. 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed three times the cabinet volume. 10. VACANT 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller manufacturer, shall have insulation conforming to the requirements of Section 9 -29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall be laced or bound together with nylon wraps or equivalent. All terminals, shall be numbered and permanently identified with PVC or polyolefin wire marking sleeve consistent with the cabinet wiring diagram provided by the signal controller manufacturer and the Contract. The cabinet will be completely wired so that the only requirement to make a field location completely operational is to attach field power and ground wiring. Internal cabinet wiring shall not utilize the field side connections of the terminal strip intended for termination of field wires. 12. Cabinet wiring diagram and component wiring diagrams meeting the requirements of 9- 29.13(7) shall be furnished with each cabinet. Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted directly below the controller to house one or more cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons; and a phase diagram. 13. Each vehicle detector amplifier, video detection output channel pedestrian call isolation unit, phase selector, discriminator, and load switch shall be identified with semi - permanent stick -on type label. The following information shall be included: a. Vehicle Detector Amplifier Channel Loop number 2. Assigned phase(s) b. Ped Call Isolation Unit 4th Street Stormwater Improvements G -100 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department Push button number 2. Assigned phase(s) c. Load Switches Signal head number 2. Assigned phase(s) d. Phase Selectors Circuit Letter 2. Phase(s) called ATTACHMENT G The label shall be placed on the face of the unit. It shall not block any switch, light, or operational words on the unit. The lettering on this label shall be neat, legible, and easily read from a distance of approximately 6 -feet. 9- 29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies The following requirements apply to required auxiliary equipment furnished with Type 170E, 170E -HC -11 and 2070 controllers: A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, discriminator modules, program modules, modem modules, breakers, buses, police panel switches, receptacle requirement, vent fan and auxiliary control panel switches shall conform to the requirements noted in the TEES. B. Flashing operation shall conform to Section 9- 29.13(5), except the 6- second flash period described in Item 2 of that section will not be required. Emergency preemption shall conform to Section 9- 29.13(6). C. Input and output terminals shall be installed with a marking strip with field wire numbers noted in the Contract embossed on the strip. All cabinet and field conductor shall have a PVC or polyolefin wire marking sleeve installed, matching the input and output terminals above. Marking on sleeves shall be embossed or type written. D. The input panel terminal blocks TB 2 through TB 9 and associated cable to the input files as described in the TEES shall be provided in all control assemblies. E. Supplemental load resistor, not less than 2000 ohms and not greater than 5000 ohms not to exceed 10 watts per monitored circuit, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. An individual supplemental load resistor shall be installed within the output file, and shall be installed on each of the following terminal circuits: 41" Street Stormwater Improvements G -101 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G FT1 -105 SP 4P-Y) FT1 -111 SP 8P-Y) FT2 -114 SP 2P-Y) FT2 -120 SP 6P-Y) FT2 -117 SP 3 -Y FT2 -118 SP 3 -G FT2 -123 SP 7 -Y FT2 -124 SP 7 -G FT3 -126 SP 1 -Y FT3 -127 SP 1 -G FT3 -132 SP 5 -Y FT3 -133 SP 5 -G F. Load switches of sufficient quantity to fully populate the output files shall conform to TEES and shall have indicator lights on input and output circuits. G. A detection panel, which shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated Plan detector number. All markers shall be permanent. H. A "Detector Termination and Interface Panel' shall be provided. When viewing the cabinet from the back, the panel shall be located on the upper left hand side of the cabinet. The panel shall be electrically located between the "detection Panel" and the C -1 connector. The panel shall utilize insulated terminal blocks and each connector shall be a screw type with post. Each switchpack socket shall have pin 11 common to Nutral. The AC input Service Panel Assembly (SPA), line voltage filter, transient surge protection and all neutral bus bars and equipment ground bus bars shall be on the right side of the cabinet, mounted no more that 18 inches from the bottom of the cabinet when viewed from the rear, and meet the requirements described in TEES. K. The PED yellow terminals on the CMU edge connector shall be extended with a 2 foot wire, coiled, heat shrink tipped and labeled for the correct corresponding terminal as CH -13Y /CMU -8, CH -14Y /CMU -11, CH- 15Y /CMU -K, CH -16Y /CMU -N. 4th Street Stormwater Improvements G -102 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G L. An "Absence Of Red Programming Assembly" shall be provided. There shall be provided on the back panel of the output file, 17 accessible jumper plug attachment areas, made up of three male pins per position (one, for each conflict monitor channel and one for red enable function). Each jumper plug shall be a two position connector, It shall be possible, by inserting and positioning one of the 16 connectors on the right two pins on the monitor board, to apply 120 VAC into a corresponding channel of the conflict monitor red channels. The connection between the red monitor board and the conflict monitor shall be accomplished via a 20 pin ribbon cable and the industry standard P -20 connector that attaches on the front panel of the monitor. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the two left pins on the monitor board, to enable the corresponding channel to monitor for red fault by the conflict monitor. There shall be installed on the red monitor board a red fail monitor disable function that controls the 120 VAC red enable signal into the conflict monitor. During stop -and —go operation, 120VAC is sent via pin #20 on the P20 connector to enable red failure monitoring on the conflict monitor by having the connector moved to the side labeled "Red Enable ". If this is disengaged by moving the connector to the side labeled "Red Relay ", then 120VAC is removed from pin #20, and the conflict monitor will no longer monitor for red fail faults. The red enable function will also be wired such that if the traffic signal is in cabinet flash, then there will be no voltage on pin #20, and the conflict monitor will not monitor for red fail faults. M. Each cabinet shall be provided with at least 20 empty neutral connections to accommodate field wiring. The neutral bus bars shall be of the style in which a lug is not needed to be applied to the neutral field wire(s). All of the neutral bars shall be secured in accordance with the TEES. All neutral bars shall be at the same electrical potential. N. The main breaker on the SPA shall be provided with a cover to prevent accidental tripping. The cover shall be removable and replaceable without the use of tools. VACANT O. Equipment Branch Breaker —The duplex receptacle on the rear of either PDA #2L or 3L shall be wired in parallel with the ground fault current interrupt receptacle on the front of the power supply. The ground fault current interrupt receptacle being in the "Test" mode shall not remove power to the rear receptacle. 9- 29.13(10)C NEMA Controller Cabinets Each NEMA traffic controller shall be housed in a weatherproof cabinet conforming to the following requirements: Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one - quarter- hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no 4th Street Stormwater Improvements G -103 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G other coating is specified in the Contract Provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop detectors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, and D. All loop detector slots shall be wired for presence /pulse detection /extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. 3. Additional detection utilizing the "D" connector shall be installed in accordance with the Contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3- inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 -inch by 16 -inch by 1 -inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: a. Cabinet doors shall each have a three point latch system. Locks shall be spring loaded construction locks capable of accepting a Best 6 pin core. A 6 pin construction core of type (blue, green, or Red) specified in the contract shall be installed in each core lock. One core removal key and two standard keys shall be included with each cabinet and delivered to the Engineer. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 13/- inches long shall be provided with each cabinet. 4th Street Stormwater Improvements G -104 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G c. All doors and police panel door shall have one piece, closed cell, neoprene gaskets. d. A two position doorstop assembly. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 shatterproof tubular bulbs. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. Lighting shall be ceiling mounted and oriented parallel to the door face. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. All lighting fixtures shall energize whenever any door is opened. Each door switch shall be labeled "Light ". 9- 29.13(10)D Cabinets for Type 170E and 2070 controllers Type 170E and 2070 controllers shall be housed in a model 332L cabinet unless specified otherwise in the contract. Type 332L cabinets shall be constructed in accordance with TEES with the following modifications: Each door shall be furnished with the equipment listed in Standard Specifications 9- 29.13(10)C item 5 above. 2. The cabinet shall be furnished with auxiliary equipment described in Standard Specification 9- 29.13(10)6. 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(10)C, Item 1 above. Painted steel, painted or anodized aluminum is not allowed. 4. A disposable paper filter element with dimensions of 12" x 6" x 1" shall be provided in lieu of a metal filter. The filter shall be secured in the filter holder with a louvered aluminum cover. The maximum depth of the cover shall not be more than 0.5" inch to provide the filter to be flush against the door. No incoming air shall bypass the filter element. 5. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs. Tubular bulbs shall be contained within a shatterproof lamp cover. Led strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be one fixture for each rack within the cabinet. Lighting shall be ceiling mounted and oriented perpendicular to the door face. Rack mounted lights are not allowed. Lighting shall be positioned such that the fixture is centered between the front and rear of the cabinet. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. Each lighting fixture 4th Street Stormwater Improvements G -105 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department shall energize automatically when either door to that respective rack is opened. Each door switch shall be labeled "Light ". 7. One drawer shelf, as shown in the TEES 8. 332D Controller Cabinet a. The 332D Controller cabinet shall have the appearance of two Type 332 controller cabinets joined at opposing sides. The outside Dimensions of the cabinet shall be 67" High X 48 1/2" Wide X 30 1/4" Deep. b. The right side of the cabinet, as viewed from the front, shall be considered the Signal Control side. The left side of the cabinet, when viewed from the front, shall be considered the ITS /COMM side. c. One police access panel shall be installed on the right side of the cabinet, as viewed from the front. d. Two cabinet lights shall be provided one on each side and as described in section 9- 29.13(10)D.6 e. Vacant f. The Traffic Signal Control side of the cabinet shall contain the Traffic Signal Controller assembly and shall be furnished with equipment as described in the contract specifications. The Traffic Signal Control side of the cabinet shall also meet all the additional equipment requirements of the Type 332 Signal Controller cabinet as indicated in the contract specifications. g. The ITS /COMM side of the cabinet shall contain ITS and Communication equipment and shall be furnished with the following: 1. One controller shelf unit, mounted 36 inches from the bottom of the cabinet opening to the front of the cabinet and attaching to the front rails of the EIA rack, shall be provided. The shelf shall be fabricated from aluminum and shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. 2. One aluminum sheet metal panel, 1/8 "x 15 "x 54 ", shall be installed to the rear of the cabinet on the right hand (when facing the front) side railing. 3. Additional ITS and Communication equipment as described in the Contract Plans and the ITS section of the Contract Special Provisions. 4th Street Stormwater Improvements G -106 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department 9- 29.13(11) Traffic Data Accumulator and Ramp Meters All cabinets designated for use as a traffic data or ramp meter shall be Type 334L cabinets furnished to meet the TEES with the modifications listed in Section 9- 29.13(10)D and include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. 2. Two input files, shall be provided. 3. The PDA #3L shall contain three Model 200 Load Switches. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3L and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 5. Display Panel A. General Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text All text on the detector panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1/4 -inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the detector panel. C. LEDs The LEDs for the display panel shall meet the following Specifications: Case size T 1 -% Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector panel Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: 4th Street Stormwater Improvements G -107 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G ON Detector panel LEDs shall operate consistent with their separate switches OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) 50 milliamperes ± 10% from the 170E/HC11 controller and have a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One LED and one spring - loaded two - position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in 4th Street Stormwater Improvements G -108 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each LED to +24 VDC shall be wired through the resistor. L Connectors Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel The Contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: Terminal Block Pos. Terminal and Wire Numbers Connection Identification TBS 501 -502 AC Power, Neutral T1 -2 641 Sign on T1 -4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 — Yellow T4 -3 633 Lane 3 — Green T4 -4 621 Lane 2 - Red 4th Street Stormwater Improvements G -109 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G Terminal Block Pos. Terminal and Wire Numbers Connection Identification T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 — Green T4 -7 611 Lane 1 — Red T4 -8 612 Lane 1 —Yellow T4 -9 613 Lane 1 — Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9- 29.13(12) ITS cabinet: Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the Contract. Type 334L Cabinets shall be constructed in accordance with the TEES, with the following modifications: The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1, Service Panel #1, a Drawer Shelf, and Controller Unit Supports. Additional equipment may be specified as part of the cabinet function - specific standards. 2. Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized aluminum is not allowed. 3. The door air filter shall be a disposable paper filter element of at least 180 square inches. 4. Locks shall be spring loaded construction core locks capable of accepting a Best 6- pin core. A 6 -pin construction core of the type (Blue, Green, or Red) specified in the Contract shall be installed in each core lock. One core removal key and two standard keys (properly marked) shall be included with each cabinet and delivered to the Engineer upon Contract completion. 5. Each cabinet shall include a 120VAC electric strip heater with a rating of 100 watts, which shall be thermostat controlled. The heater strip shall be fed by wire with a temperature rating of 400 °F or higher, and shall be shielded to prevent contact with wiring, equipment, or personnel. If the heater thermostat is separate from the fan thermostat, the heater thermostat must meet the same requirements a + + + +s the fan thermostat as defined in TEES. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within a shatterproof lamp cover. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be two fixtures for each rack within the cabinet Lighting shall be ceiling mounted and oriented parallel to the door face — rack mounted lighting is not permitted. Lighting shall not interfere with 4th Street Stormwater Improvements G -110 Project No. DR03 -2009 City of Port Angeles ATTACHMENT G Public Works and Utilities Department the proper operation of any other ceiling mounted equipment. All lighting fixtures above a rack shall energize whenever either door to that respective rack is opened. Each door switch shall be labeled "Light ". 7. Each cabinet shall be equipped with a power distribution assembly (PDA) mounted in a standard EIA 19 -inch (ANSI /EIA RS- 310 -C) rack utilizing no more than five Rack Mounting Units (RMU) (8.75 inches). The PDA shall include the following equipment: a. One duplex NEMA 5 -15R GFCI receptacle on the front of the PDA. b. Four duplex NEMA 5 -15R receptacles on the rear of the PDA. These receptacles shall remain energized on a trip or failure of the GFCI receptacle. c. Four 1 P-1 5A, 120VAC Equipment/Field Circuit Breakers. d. Line filter meeting the requirements of 9- 29.13(10)A.d. PDA components shall be mounted in or on the PDA such that they are readily accessible, provide dead front safety, and all hazardous voltage points are protected to prevent inadvertent contact. 8. Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco TES - 10B or equivalent surge suppressor connected to provide power in line surge suppression, and a 1P-30A Main Breaker. The Service Panel Assembly (SPA) shown in the TEES shall not be included. 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type specified in the Contract. Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, an electronic (PDF format) copy of all drawings and wiring diagrams shall be provided. 9- 29.16(1)A1 Conventional Optical System This section's title is revised to read: 9- 29.16(1)A1 Non -LED Optical System 9- 29.16(1)D1 Electrical - Conventional This section's title is revised to read: 9- 29.16(1)D1 Electrical — Non -LED 9 -29.20 Pedestrian Signals This section is revised to read: Pedestrian signals shall be Light Emitting Diods (LED) type. 41h Street Stormwater Improvements G -111 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G The LED pedestrian signal module shall be operationally compatible with controllers and conflict monitors. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1 -06.3, with each type of signal head. The certificate shall state that the lot of pedestrian signal heads meet the following requirements: All pedestrian signal heads shall be a Walk /Don't Walk module with a countdown display. 2. All pedestrian displays shall comply with the MUTCD and ITE publication ST 011 B, VTCSH2 or current ITE Specification and shall have an incandescent appearance. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE and the following requirements: a. All pedestrian signals supplied to any one project shall be from the same manufacturer and type but need not be from the same manufacturer as the vehicle heads. b. Each pedestrian signal face shall be a single unit housing with the signal indication size, a nominal 16 inch x 18 inch with side by side symbol messages with countdown display. c Housings shall be green polycarbonate or die -cast aluminum and the aluminum housings shall be painted with two coats of factory applied traffic signal green enamel (Federal Standard 595 - 14056). All hinges and latches and interior hardware shall be stainless steel. 3. Optical units for traffic signal displays shall conform to the following: a. Pedestrian "RAISED HAND" and "WALKING PERSON" modules shall be the countdown display type showing the time remaining in the pedestrian change interval. When the pedestrian change interval is reduced due to a programming change, the display may continue to show the previous pedestrian change interval for one signal cycle. During the following pedestrian change interval the countdown shall show the revised time, or shall be blank. In the event of an emergency vehicle preemption, during the following two cycles, the display shall show the programmed pedestrian change interval or be blank. In the event the controller is put in stop time during the pedestrian change interval, during the following two cycles the display shall show the programmed clearance or be blank. In the event there is railroad preempt during the pedestrian change interval, during the following two cycles the display shall show the programmed clearance or be blank. Light emitting diode (LED) light sources having the incandescent appearance are required for Portland Orange Raised Hand and the Lunar White Walking Person. 4th Street Stormwater Improvements G -112 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department 4. LED displays shall conform to the following: ATTACHMENT G a. Wattage (Maximum): Portland Orange Raised Hand, 15 watts: Lunar White Walking Person, 15 watts. b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. c. Temperature: Temperature range shall be -35° F to +165° F. d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. 9- 29.20(1) LED Pedestrian Displays This section is deleted. 9- 29.20(2) Neon Grid Type This section is deleted. 9 -29.24 Service Cabinets In the first paragraph, the lettered items A -J are re- lettered to read B -K respectfully. The first paragraph is supplemented with the following new lettered item: A. Display an arc flash warning label that meets the requirements of ANSI Z535. 9 -29.25 Amplifier, Transformer, and Terminal Cabinets In item No. 2.C., "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 KVA" and the height column value of 40" is revised to read "48 ". The first and second sentences in the first paragraph are revised to read: Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: Item number 5 is revised to read: 5. All cabinets shall provide a gasketed door flange Item number 7 is revised to read: 7. Insulated terminal blocks shall be 600 volt, heavy -duty, barrier type. The terminal blocks shall be provided with a field -side and a control -side connector separated by a marker strip. One spare 12- position insulated terminal block shall be installed in each terminal cabinet and amplifier cabinet. Item number 8 is revised to read: 4th Street Stormwater Improvements G -113 Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department ATTACHMENT G 8. Each non -pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 inch drain holes in back corners. Each pad mounted Terminal, Amplifier and Transformer cabinet shall drain to a sump and through a 3/8 inch diameter drain pipe to grade as detailed in the Standard Plans. Item number 10 is revised to read: 10. Transformer cabinets shall have two separate compartments, one for the transformer and one for the power distribution circuit breakers. Each compartment shall be enclosed with a dead front. Each breaker shall be labeled with the device name by means of a screwed or riveted engraved name plate. 9- 34.AP9 Section 9 -34, Pavement Marking Material August 5, 2013 9 -34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements for yellow paint in Section 9- 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. 9- 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate The column headings in the table titled "98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate" are revised to read: 98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate Property Test Method D -1 I D -2 I D -3 I D -4 I D -5 D -6 Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. I Min. I Max. Min. I Max. 9- 36.AP9 Section 9 -36, Shaft - Related Materials August 5, 2013 9- 36.1(1) Permanent Casing This section is revised to read: Permanent casing shall be of steel base metal conforming to ASTM A 36, ASTM A 252 Grades 2 or 3, ASTM A 572, or ASTM A 588. 4th Street Stormwater Improvements G -114 Project No. DR03 -2009 City of Port Angeles M 1 M_ Public Works and Utilities Department U.S. ARMY CORPS OF ENGINEERS PERMIT 41h Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 41h Street Stormwater Improvements Project No. DR03 -2009 DEPARTMENT OF THE ARMY SEATTLE DISTRICT, CORPS OF ENGINEERS P.O. BOX 3755 SEATTLE, WASHINGTON 98124 -3755 REPLY TO ATTENTION OF OCT 0 9 2013 Regulatory Branch Mr. Jonathan Boehme City of Port Angeles Post Office Box 1150 Port Angeles, Washington 98362 Reference: NWS- 2013 -549 Port Angeles, City of (4th Street Stormwater) Dear Mr. Boehme: We have reviewed your application to place six cubic yards of fill into Waterways B and F so as to upgrade the drainage capacity of the stormwater system in the sub -basin of 4th and H Street at Port Angeles, Washington. Based on the information you provided to us, Nationwide Permit (NWP) 12, Utility Line Activities (Federal Register February 21, 2012, Vol. 77, No. 34), authorizes your proposal as depicted on the enclosed drawings dated April 3, 2013. In order for this authorization to be valid, you must ensure the work is performed in accordance with the enclosed NWP 12, Tennis and Conditions and the following special condition: a. A professional archaeologist must be on -site to monitor for the presence of archaeological resources during all ground disturbance associated with the project as stipulated by the Settlement Agreement among the State of Washington, Lower Elwha Klallam Tribe, City of Port Angeles, and Port of Port Angeles, dated August 14, 2006. We have reviewed your project pursuant to the requirements of the Endangered Species Act, the Magnuson- Stevens Fishery Conservation and Management Act and the National Historic Preservation Act. We have determined this project complies with the requirements of these laws provided you comply with all of the permit general and special conditions. Please note that Seattle District NWP Regional General Condition 6, Cultural Resources and Human Burials, found in the Nationwide Permit Ter•rns and Conditions enclosure, details procedures should an inadvertent discovery occur. You must ensure that you comply with this condition during the construction of your project. -2- The authorized work complies with the Washington State Department of Ecology's (Ecology) Water Quality Certification and the Coastal Zone Management Act requirements for this NWP. No further coordination with Ecology is required. We have prepared and enclosed a Preliminary Jurisdictional Determination (JD) dated October 9, 2013, which is a written indication that wetlands and waterways within your project area may be waters of the United States. Such waters will be treated as jurisdictional waters of the U.S. for purposes of computation of impact area and compensatory mitigation requirements associated with your permit application. If you believe the Preliminary JD is inaccurate, you may request an Approved JD, which is an official determination regarding the presence or absence of waters of the United States. If one is requested, please be aware that we may require the submittal of additional information to complete an approved JD and work authorized in this letter may not occur until the approved JD has been finalized. Our verification of this NWP authorization is valid until March 18, 2017, unless the NWP is modified, reissued, or revoked prior to that date. If the authorized work has not been completed by that date and you have commenced or are under contract to commence this activity before March 18, 2017, you will have until March 18, 2018, to complete the activity under the enclosed terms and conditions of this NWP. Failure to comply with all terms and conditions of this NWP verification invalidates this authorization and could result in a violation of Section 404 of the Clean Water Act and/or Section 10 of the Rivers and Harbors Act. You must also obtain all local and local permits that apply to this project. You are cautioned that any change in project location or plans will require that you submit a copy of the revised plans to this office and obtain our approval before you begin work. Deviating from the approved plans could result in the assessment of criminal or civil penalties. Upon completing the authorized work, you must fill out and return the enclosed Certificate of Compliance with Department of the Army Permit form. Thank you for your cooperation during the permitting process. We are interested in your experience with our Regulatory Program and encourage you to complete a customer service survey form. This form and information about our program is available on our website at www.nws.usace,army.mil select "Regulatory Branch, Permit Information" and then "Contact Us." -3- A copy of this letter, with enclosures, will be furnished to Mr. Steven J. Quarterman of Landau Associates, 130 Second Avenue North, Edmonds, Washington 98020. If you have any questions, please contact me at painela .sanguinetti @usace.army.mil or (206) 764 -6904. Sincerely, Pamela Sanguinetti, Project Manager Regulatory Branch Enclosures Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 N' N'N Walenvs \\ 12" HDPE Transition to Underground Existing Surface Staked Pipe to be Removed Surface Slaked 12" Fused HDPP at Grade ap IM \l';1 ;I \� �\ ,�\ \ \ '\ �`IIt; 0 30 60;!y 1� Scale in Feel ,11' Legend ® Fill 3y F \ �� �x Waterway Impacts \\ Hill Street /� Impact Areas New Pipe Collecting \` Waterway F= 68 S.F. Waterway Waterway B= 60 S.F. - I L,, t SDMH #11 t Area C ` W terway B` EX. STORM DRAW SDMH 912 i O ro \ 1.2." SUF..C.E FUSEE HDPP AT GRADE r L r- r .. ... .. . .S.T.A.k.E.D . ...p S`t + .ww wZ . vo ... ...... Km w SHALLOW PIPES, UNDERSIZED PIPES, AND LITTLE OR NO . n c�i:vo °aJn m Jx Y� U0 dJ W a.iE w ' a 4TH STREET LOCATION: CITY OF PORT ANGELES, A J J r` J CLALLAM COUNTY, WASHINGTON IMPROVEMENTS LAT /LONG: 48 °07'35 "N, 123 °27'51 "W PROJECT APPLICATION BY: CITY OF PORT ANGELES ADJACENT PROPERTY OWNERS: 1. CITY OF PORT ANGELES ... ... .......... .`.�`.. ... ... Nom. w,ww...�t~ir�.w �w..... .... • ��.r; ..,.. ...... .. ....... ... PLAN AND PROFILE ��ww _ New EXISTING GRADE AT-/ 50 LF 18" LCPE GROUND SURFACE - S =1.33X .........12" liDPE TRANSITION 43& 18' LS TO UNDERGROUND S -O.f 24" SLEEVE 24 +00 ./ .......:. ............•.............:.... 25 +00 PURPOSE: UPGRADE TO STORMWATER SYSTEM IN THE PROPOSED WORK: STORMWATER SYSTEM SUB -BASIN OF 4TH AND H STREET. THE EXISTING STORMWATER CITY OF UPGRADES ASSOCIATED WITH LOW IMPACT INFRASTRUCTURE HAS SIGNIFICANT DEFICIENCIES RELATED TO PORT ANGELES DEVELOPMENT (LID) AND STORMWATER SHALLOW PIPES, UNDERSIZED PIPES, AND LITTLE OR NO SYSTEM RETROFIT DESIGNS ATTENUATION OF STORMWATER FLOW. 4TH STREET LOCATION: CITY OF PORT ANGELES, TOWNSHIP /RANGE: SEC 1 TWP 30N RGE 06W STORMWATER CLALLAM COUNTY, WASHINGTON IMPROVEMENTS LAT /LONG: 48 °07'35 "N, 123 °27'51 "W PROJECT APPLICATION BY: CITY OF PORT ANGELES ADJACENT PROPERTY OWNERS: 1. CITY OF PORT ANGELES DATE: 04/03/13 2. CLALLAM COUNTY Njws- Zbi 3- 5, 3. LORELL,R.H. PLAN AND PROFILE SHEET: 40F4 Existing Surface - Staked Pipe to be Removed +, ! i !!!' SDMH #10 W � +_ - -00 !(J l y I i �s'p7T7, i i t 1 / I •l l; 1��11..L /t t 2 4+ e� '�, W / ;', � lJ•1 '7!1 rr" J!!!l!1/j :r,J t "tc:"i+; I � / /�f�. Proposed Surface Staked 12" i �(I Fused HDPP at Grade (Follows Approximate Alignment of Existing (('� 6" Surface Pipe to Station 23 +15) We lland A_r +:- �Ow? ' Area t Note 2,Q n = 1. No clearing /grading proposed in Welland A. - ,41� 0 30 60 flli � �Ji,,;�ll+l�,.I' 'li'i{ Scale in Feel .FIELD ADJUST PIPE ...... .. .. ... ........ .. .. ...... .... / TO AVOID TREES, BEWNG AND SAGS SURFACE STAKED 12" . . , .. FUSED HOPP AT GRADE ; �.d a V• l2 rn rn"O;OO N th m, h h r N' N nl UI • EXISTING GRADE AT•� GROUND SURFACE . ...... .. ... ....... .. ... .. ... ...... .. ...... ..... ..... -. 12" HDPE TRANSITION TO UNDERGROUND ' 24" SLEEVE 22+00 23 +00 24 +00 PURPOSE: UPGRADE TO STORMWATER SYSTEM IN THE PROPOSED WORK: STORMWATER SYSTEM SUB -BASIN OF 4TH AND H STREET. THE EXISTING STORMWATER CITY OF UPGRADES ASSOCIATED WITH LOW IMPACT INFRASTRUCTURE HAS SIGNIFICANT DEFICIENCIES RELATED TO PORT ANGELES DEVELOPMENT (LID) AND STORMWATER SHALLOW PIPES, UNDERSIZED PIPES, AND LITTLE OR NO SYSTEM RETROFIT DESIGNS S ATTENUATION OF STORMWATER FLOW. 4TH STREET LOCATION: CITY OF PORT ANGELES, '> TOWNSHIP /RANGE: SEC 1 TWP 30N RGE 06W STORMWATER CLALLAM COUNTY, WASHINGTON IMPROVEMENTS LAT /LONG: 48 °07'35 "N, 123 °27'51 "W PROJECT APPLICATION BY: CITY OF PORT ANGELES m ADJACENT PROPERTY OWNERS: 0 1. CITY OF PORT ANGELES DATE: 04/03113 � C� 13 " �_541 j = 2. CLALLAM COUNTY !v " 1 3. LORELL, R.H. PLAN AND PROFILE J SHEET: 30F4 Waterway F (Extends from the Northwest Not Delineated) . \ Hill S i,tee �„ ,__Y _ \ t \ \ \ ` — Catch Basin \� �z _ �k Spillway, Surface Pipe Area C l WaConcreie \\ Waterway D Culvert Waterway 13- Wetland A Waterway D Ditch E Extends Upslope Extends from � � � • (Not Delineated) the Southeast (Not Delineated) Legend — \ . Waterway and Direction of Flow \ z _ J W 0 50 100 Welland L s Scale in Feet s PURPOSE: UPGRADE TO STORMWATER SYSTEM IN THE PROPOSED WORK: STORMWATER SYSTEM SUB -BASIN OF 4TH AND H STREET. THE EXISTING STORMWATER CITY OF UPGRADES ASSOCIATED WITH LOW IMPACT INFRASTRUCTURE HAS SIGNIFICANT DEFICIENCIES RELATED TO PORT ANGELES DEVELOPMENT (LID) AND STORMWATER SHALLOW PIPES, UNDERSIZED PIPES, AND LITTLE OR NO SYSTEM RETROFIT DESIGNS ATTENUATION OF STORMWATER FLOW. 4TH STREET TOWNSHIP /RANGE: SEC 1 TWP 30N RGE 06W STORMWATER LOCATION: CITY Y, PORT ANGELES, CLALLAM COUNTY, IMPROVEMENTS WASHINGTON LATILONG: 48 °07'35 "N, 123 °27'51 "W PROJECT APPLICATION BY: CITY OF PORT ANGELES v ADJACENT PROPERTY OWNERS: 1. CITY OF PORT ANGELES DATE: 04/03/13 N ��� �iv J' ✓ 2 CLALLAM COUNTY 3. LORELL, R.H. DELINEATION MAP SHEET: 20F4 DIz Pori ngele� ,i jSe. the ::pol.enF lacomo Washington 0 0.5 1 Scale in Miles PURPOSE: UPGRADE TO STORMWATER SYSTEM IN THE PROPOSED WORK: STORMWATER SYSTEM SUB -BASIN OF 4TH AND H STREET. THE EXISTING STORMWATER CITY OF UPGRADES ASSOCIATED WITH LOW IMPACT INFRASTRUCTURE HAS SIGNIFICANT DEFICIENCIES RELATED TO PORT ANGELES DEVELOPMENT (LID) AND STORMWATER SHALLOW PIPES, UNDERSIZED PIPES, AND LITTLE OR NO SYSTEM RETROFIT DESIGNS ATTENUATION OF STORMWATER FLOW. 4TH STREET LOCATION: CITY OF PORT ANGELES, TOWNSHIP /RANGE: SEC 1 TWP 30N RGE 06W STORMWATER CLALLAM COUNTY, WASHINGTON IMPROVEMENTS LAT /LONG: 48 °07'35 "N, 123 °27'51 "W PROJECT APPLICATION BY: CITY OF PORT ANGELES ADJACENT PROPERTY OWNERS: 1. CITY OF PORT ANGELES DATE: 04/0tS' 3�/1�3 s 2 CLALLAM COUNTY %\] W VICINITY MAP 3. LORELL, R.H. SHEET: 1 OF 4 0� I NATIONWIDE of Army Corps Terms and Conditions of Engineers o (,_, Seattle District Effective Date: June 15, 2012 A. Description of Authorized Activities B. Corps National General Conditions for all NWPs C. Corps Seattle District Regional General Conditions D. Corps Regional Specific Conditions for this NWP E. State 401 Certification General Conditions F. State 401 Certification Specific Conditions for this NWP G. EPA 401 Certification General Conditions H. EPA 401 Certification Specific Conditions for this NWP I. Coastal Zone Management Consistency Response for this NWP pp(tPB Ok y F� In addition to any special condition that may be required on a case -by -case basis by the District Engineer, the following terms and conditions must be met, as applicable, for a Nationwide Permit authorization to be valid in Washington State. A. DESCRIPTION OF AUTHORIZED ACTIVITIES 12. Utility Line Activities. Activities required for the construction, maintenance, repair, and removal of utility lines and associated facilities in waters of the United States, provided the activity does not result in the loss of greater than 1/2 -acre of waters of the United States for each single and complete project. Utility lines: This NWP authorizes the construction, maintenance, or repair of utility lines, including outfall and intake structures, and the associated excavation, backfill, or bedding for the utility lines, in all waters of the United States, provided there is no change in pre - construction contours. A "utility line" is defined as any pipe or pipeline for the transportation of any gaseous, liquid, liquescent, or slurry substance, for any purpose, and any cable, line, or wire for the transmission for any purpose of electrical energy, telephone, and telegraph messages, and radio and television communication. The term "utility line" does not include activities that drain a water of the United States, such as drainage tile or french drains, but it does apply to pipes conveying drainage from another area. Material resulting from trench excavation may be temporarily sidecast into waters of the United States for no more than three months, provided the material is not placed in such a manner that it is dispersed by currents or other forces. The district engineer may extend the period of temporary side casting for no more than a total of 180 days, where appropriate. In wetlands, the top 6 to 12 inches of the trench should normally be baekfilled with topsoil from the trench. The trench cannot be constructed or baekfilled in such a manner as to drain waters of the United States (e.g., backfilling with extensive gravel layers, creating a french drain effect). Any exposed slopes and stream banks must be stabilized immediately upon completion of the utility line crossing of each waterbody. Utility line substations: This NWP authorizes the construction, maintenance, or expansion of substation facilities associated with a power line or utility line in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not result in the loss of greater than 1/2 -acre of waters of the United States. This NWP does not authorize discharges into non -tidal wetlands adjacent to tidal waters of the United States to construct, maintain, or expand substation facilities. Foundations for overhead utility line towers poles and anchors: This NWP authorizes the construction or maintenance of foundations for overhead utility line towers, poles, and anchors in all waters of the United States, provided the foundations are the minimum size necessary and separate footings for each tower leg (rather than a larger single pad) are used where feasible. Access roads: This NWP authorizes the construction of access roads for the construction and maintenance of utility lines, including overhead power lines and utility line substations, in non -tidal waters of the United States, provided the activity, in combination with all other activities included in one single and complete project, does not cause the loss of greater than 1/2 -acre of non -tidal waters of the United States. This NWP does not authorize discharges into non -tidal wetlands adjacent to tidal waters for access roads. Access roads must be the minimum width necessary (see Note 2, below). Access roads must be constructed so that the length of the road minimizes any adverse effects on waters of the United States and must be as near as possible to pre - construction contours and elevations (e.g., at grade corduroy roads or geotextile /gravel roads). Access roads constructed above pre- construction contours and elevations in waters of the United States must be properly bridged or culverted to maintain surface flows. This NWP may authorize utility lines in or affecting navigable waters of the United States even if there is no associated discharge of dredged or fill material (See 33 CFR Part 322). Overhead utility lines constructed over section 10 waters and utility lines that are routed in or under section 10 waters without a discharge of dredged or fill material require a section 10 permit. This NWP also authorizes temporary structures, fills, and work necessary to conduct the utility line activity. Appropriate measures must be taken to maintain normal downstream flows and minimize flooding to the maximum extent practicable, when temporary structures, work, and discharges, including cofferdams, are necessary for construction activities, access fills, or dewatering of construction sites. Temporary fills must consist of materials, and be placed in a manner, that will not be eroded by expected high flows. Temporary fills must be removed in their entirety and the affected areas returned to pre - construction elevations. The areas affected by temporary fills must be revegetated, as appropriate. Notification: The pennittee must submit a pre - construction notification to the district engineer prior to commencing the activity if any of the following criteria are met: (1) the activity involves mechanized land clearing in a forested wetland for the utility line right -of -way; (2) a section 10 permit is required; (3) the utility line in waters of the United States, excluding overhead lines, exceeds 500 feet; (4) the utility line is placed within a jurisdictional area (i.e., water of the United States), and it runs parallel to or along a stream bed that is within that jurisdictional area; (5) discharges that result in the loss of greater than 1 /10 -acre of waters of the United States; (6) permanent access roads are constructed above grade in waters of the United States for a distance of more than 500 feet; or (7) permanent access roads are constructed in waters of the United States with impervious materials. (See general condition 31.) (Sections 10 and 404) Note 1: Where the proposed utility line is constructed or installed in navigable waters of the United States (i.e., section 10 waters) within the coastal United States, the Great Lakes, and United States territories, copies of the pre - construction notification and NWP verification will be sent by the Corps to the National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS), for charting the utility line to protect navigation. Note 2: Access roads used for both construction and maintenance may be authorized, provided they meet the terms and conditions of this NWP. Access roads used solely for construction of the utility line must be removed upon completion of the work, in accordance with the requirements for temporary fills. Note 3: Pipes or pipelines used to transport gaseous, liquid, liquescent, or slurry substances over navigable waters of the United States are considered to be bridges, not utility lines, and may require a permit from the U.S. Coast Guard pursuant to Section 9 of the Rivers and Harbors Act of 1899. However, any discharges of dredged or fill material into waters of the United States associated with such pipelines will require a section 404 permit (see NWP 15). Note 4: For overhead utility lines authorized by this NWP, a copy of the PCN and NWP verification will be provided to the Department of Defense Siting Clearinghouse, which will evaluate potential effects on military activities. B. CORPS NATIONAL GENERAL CONDITIONS FOR ALL NWPs Note: To qualify for NWP authorization, the prospective permittee must comply with the following general conditions, as applicable, in addition to any regional or case - specific conditions imposed by the division engineer or district engineer. Prospective permittees should contact the appropriate Corps district office to determine if regional conditions have been imposed on an NWP. Prospective permittees should also contact the appropriate Corps district office to determine the status of Clean Water Act Section 401 water quality certification and /or Coastal Zone Management Act consistency for an NWP. Every person who may wish to obtain permit authorization under one or more NWPs, or who is currently relying on an existing or prior permit authorization under one or more NWPs, has been and is on notice that all of the provisions of 33 CFR § 330.1 through 330.6 apply to every NWP authorization. Note especially 33 CFR § 330.5 relating to the modification, suspension, or revocation of any NWP authorization. 1. Navigation. (a) No activity may cause more than a minimal adverse effect on navigation. (b) Any safety lights and signals prescribed by the U.S. Coast Guard, through regulations or otherwise, must be installed and maintained at the permittee's expense on authorized facilities in navigable waters of the United States. (c) The permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structure or work herein authorized, or if, in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 2. Aquatic Life Movements. No activity may substantially disrupt the necessary life cycle movements of those species of aquatic life indigenous to the waterbody, including those species that normally migrate through the area, unless the activity's primary purpose is to impound water. All permanent and temporary crossings of waterbodies shall be suitably culverted, bridged, or otherwise designed and constructed to maintain low flows to sustain the movement of those aquatic species. 3. Spawning Areas. Activities in spawning areas during spawning seasons must be avoided to the maximum extent practicable. Activities that result in the physical destruction (e.g., through excavation, fill, or downstream smothering by substantial turbidity) of an important spawning area are not authorized. 4. Mi rg atory Bird Breeding Areas. Activities in waters of the United States that serve as breeding areas for migratory birds must be avoided to the maximum extent practicable. 5. Shellfish Beds. No activity may occur in areas of concentrated shellfish populations, unless the activity is directly related to a shellfish harvesting activity authorized by NWPs 4 and 48, or is a shellfish seeding or habitat restoration activity authorized by NWP 27. 6. Suitable Material. No activity may use unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.). Material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). 7. Water Supply Intakes. No activity may occur in the proximity of a public water supply intake, except where the activity is for the repair or improvement of public water supply intake structures or adjacent bank stabilization. 8. Adverse Effects From Impoundments. If the activity creates an impoundment of water, adverse effects to the aquatic system due to accelerating the passage of water, and /or restricting its flow must be minimized to the maximum extent practicable. 9. Management of Water Flows. To the maximum extent practicable, the pre - construction course, condition, capacity, and location of open waters must be maintained for each activity, including stream channelization and storm water management activities, except as provided below. The activity must be constructed to withstand expected high flows. The activity must not restrict or impede the passage of normal or high flows, unless the primary purpose of the activity is to impound water or manage high flows. The activity may alter the pre - construction course, condition, capacity, and location of open waters if it benefits the aquatic environment (e.g., stream restoration or relocation activities). 10. Fills Within 100 -Year Floodplains. The activity must comply with applicable FEMA - approved state or local floodplain management requirements. 11. Equipment. Heavy equipment working in wetlands or mudflats must be placed on mats, or other measures must be taken to minimize soil disturbance. 12. Soil Erosion and Sediment Controls. Appropriate soil erosion and sediment controls must be used and maintained in effective operating condition during construction, and all exposed soil and other fills, as well as any work below the ordinary high water mark or high tide line, must be permanently stabilized at the earliest practicable date. Permittees are encouraged to perform work within waters of the United States during periods of low -flow or no -flow. 13. Removal of Temporary. Temporary fills must be removed in their entirety and the affected areas returned to pre- construction elevations. The affected areas must be revegetated, as appropriate. 14. Proper Maintenance. Any authorized structure or fill shall be properly maintained, including maintenance to ensure public safety and compliance with applicable NWP general conditions, as well as any activity - specific conditions added by the district engineer to an NWP authorization. 15. Single and Complete Project. The activity must be a single and complete project. The same NWP cannot be used more than once for the same single and complete project. 16. Wild and Scenic Rivers. No activity may occur in a component of the National Wild and Scenic River System, or in a river officially designated by Congress as a "study river" for possible inclusion in the system while the river is in an official study status, unless the appropriate Federal agency with direct management responsibility for such river, has determined in writing that the proposed activity will not adversely affect the Wild and Scenic River designation or study status. Information on Wild and Scenic Rivers may be obtained from the appropriate Federal land management agency responsible for the designated Wild and Scenic River or study river (e.g., National Park Service, U.S. Forest Service, Bureau of Land Management, U.S. Fish and Wildlife Service). 17. Tribal Rights. No activity or its operation may impair reserved tribal rights, including, but not limited to, reserved water rights and treaty fishing and hunting rights. 18. Endangered Species. (a) No activity is authorized under any NWP which is likely to directly or indirectly jeopardize the continued existence of a threatened or endangered species or a species proposed for such designation, as identified under the Federal Endangered Species Act (ESA), or which will directly or indirectly destroy or adversely modify the critical habitat of such species. No activity is 4 authorized under any NWP which "may affect" a listed species or critical habitat, unless Section 7 consultation addressing the effects of the proposed activity has been completed. (b) Federal agencies should follow their own procedures for complying with the requirements of the ESA. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address ESA compliance for the NWP activity, or whether additional ESA consultation is necessary. (c) Non - federal permittees must submit a pre - construction notification to the district engineer if any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, and shall not begin work on the activity until notified by the district engineer that the requirements of the ESA have been satisfied and that the activity is authorized. For activities that might affect Federally - listed endangered or threatened species or designated critical habitat, the pre - construction notification must include the name(s) of the endangered or threatened species that might be affected by the proposed work or that utilize the designated critical habitat that might be affected by the proposed work. The district engineer will determine whether the proposed activity "may affect" or will have "no effect" to listed species and designated critical habitat and will notify the non- Federal applicant of the Corps' detennination within 45 days of receipt of a complete pre - construction notification. In cases where the non- Federal applicant has identified listed species or critical habitat that might be affected or is in the vicinity of the project, and has so notified the Corps, the applicant shall not begin work until the Corps has provided notification the proposed activities will have "no effect" on listed species or critical habitat, or until Section 7 consultation has been completed. If the non - Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (d) As a result of formal or informal consultation with the FWS or NMFS the district engineer may add species - specific regional endangered species conditions to the NWPs. (e) Authorization of an activity by a NWP does not authorize the "take" of a threatened or endangered species as defined under the ESA. In the absence of separate authorization (e.g., an ESA Section 10 Permit, a Biological Opinion with "incidental take" provisions, etc.) from the U.S. FWS or the NMFS, The Endangered Species Act prohibits any person subject to the jurisdiction of the United States to take a listed species, where "take" means to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture, or collect, or to attempt to engage in any such conduct. The word "hann" in the definition of "take" means an act which actually kills or injures wildlife. Such an act may include significant habitat modification or degradation where it actually kills or injures wildlife by significantly impairing essential behavioral patterns, including breeding, feeding or sheltering. (f) Information on the location of threatened and endangered species and their critical habitat can be obtained directly from the offices of the U.S. FWS and NMFS or their world wide web pages at http: / /www.fws.gov/ or littp:H", v.fNvs.gov /ipac and littp :Hwkvw.noaa.gov /fisheries.htmi respectively. 19. Migratory Birds and Bald and Golden Eagles. The permittee is responsible for obtaining any "take" permits required under the U.S. Fish and Wildlife Service's regulations governing compliance with the Migratory Bird Treaty Act or the Bald and Golden Eagle Protection Act. The permittee should contact the appropriate local office of the U.S. Fish and Wildlife Service to determine if such "take" pennits are required for a particular activity. 20. Historic Properties. (a) In cases where the district engineer determines that the activity may affect properties listed, or eligible for listing, in the National Register of Historic Places, the activity is not authorized, until the requirements of Section 106 of the National Historic Preservation Act (NHPA) have been satisfied. (b) Federal permittees should follow their own procedures for complying with the requirements of Section 106 of the National Historic Preservation Act. Federal permittees must provide the district engineer with the appropriate documentation to demonstrate compliance with those requirements. The district engineer will review the documentation and determine whether it is sufficient to address section 106 compliance for the NWP activity, or whether additional section 106 consultation is necessary. (e) Non - federal permittees must submit a pre- construction notification to the district engineer if the authorized activity may have the potential to cause effects to any historic properties listed on, determined to be eligible for listing on, or potentially eligible for listing on the National Register of Historic Places, including previously unidentified properties. For such activities, the pre - construction notification must state which historic properties may be affected by the proposed work or include a vicinity map indicating the location of the historic properties or the potential for the presence of historic properties. Assistance regarding information on the location of or potential for the presence of historic resources can be sought frorn the State Historic Preservation Officer or Tribal Historic Preservation Officer, as appropriate, and the National Register of Historic Places (see 33 CFR 330.4(8)). When reviewing pre - construction notifications, district engineers will comply with the current procedures for addressing the requirements of Section 106 of the National Historic Preservation Act. The district engineer shall make a reasonable and good faith effort to carry out appropriate identification efforts, which may include background research, consultation, oral history interviews, sample field investigation, and field survey. Based on the information submitted and these efforts, the district engineer shall determine whether the proposed activity has the potential to cause an effect on the historic properties. Where the non - Federal applicant has identified historic properties on which the activity may have the potential to cause effects and so notified the Corps, the non- Federal applicant shall not begin the activity until notified by the district engineer either that the activity has no potential to cause effects or that consultation under Section 106 of the NHPA has been completed. (d) The district engineer will notify the prospective pemiee within 45 days of receipt of a complete pre - construction notification whether NHPA Section 106 consultation is required. Section 106 consultation is not required when the Corps determines that the activity does not have the potential to cause effects on historic properties (see 36 CFR §800.3(a)). If NHPA section 106 consultation is required and will occur, the district engineer will notify the non - Federal applicant that he or she cannot begin work until Section 106 consultation is completed. If the non- Federal applicant has not heard back from the Corps within 45 days, the applicant must still wait for notification from the Corps. (e) Prospective permittees should be aware that section I l Ok of the NHPA (16 U.S.C. 470h -2(k)) prevents the Corps from granting a permit or other assistance to an applicant who, with intent to avoid the requirements of Section 106 of the NHPA, has intentionally significantly adversely affected a historic property to which the permit would relate, or having legal power to prevent it, allowed such significant adverse effect to occur, unless the Corps, after consultation with the Advisory Council on Historic Preservation (ACHP), determines that circumstances justify granting such assistance despite the adverse effect created or pernitted by the applicant. If circumstances justify granting the assistance, the Corps is required to notify the ACHP and provide documentation specifying the circumstances, the degree of damage to the integrity of any historic properties affected, and proposed mitigation. This documentation must include any views obtained from the applicant, SHPO /THPO, appropriate Indian tribes if the undertaking occurs on or affects historic properties on tribal lands or affects properties of interest to those tribes, and other parties known to have a legitimate interest in the impacts to the permitted activity on historic properties. 21. Discoveryof Previously Unknown Remains and Artifacts. If you discover any previously unknown historic, cultural or archeological remains and artifacts while accomplishing the activity authorized by this permit, you must immediately notify the district engineer of what you have found, and to the maximum extent practicable, avoid construction activities that may affect the remains and artifacts until the required coordination has been completed. The district engineer will initiate the Federal, Tribal and state coordination required to determine if the items or remains warrant a recovery effort or if the site is eligible for listing in the National Register of Historic Places. 22. Designated Critical Resource Waters. Critical resource waters include, NOAA - managed marine sanctuaries and marine monuments, and National Estuarine Research Reserves. The district engineer may designate, after notice and opportunity for public comment, additional waters officially designated by a state as having particular environmental or ecological significance, such as outstanding national resource waters or state natural heritage sites. The district engineer may also designate additional critical resource waters after notice and opportunity for public comment. (a) Discharges of dredged or fill material into waters of the United States are not authorized by NWPs 7, 12, 14, 16, 17, 21, 29, 31, 35, 39, 40, 42, 43, 44, 49, 50, 51, and 52 for any activity within, or directly affecting, critical resource waters, including wetlands adjacent to such waters. (b) For NWPs 3, 8, 10, 13, 15, 18, 19, 22, 23, 25, 27, 28, 30, 33, 34, 36, 37, and 38, notification is required in accordance with general condition 31, for any activity proposed in the designated critical resource waters including wetlands adjacent to those waters. The district engineer may authorize activities under these NWPs only after it is detennined that the impacts to the critical resource waters will be no more than minimal. 23. Miti ag tion. The district engineer will consider the following factors when determining appropriate and practicable mitigation necessary to ensure that adverse effects on the aquatic environment are minimal: (a) The activity must be designed and constructed to avoid and minimize adverse effects, both temporary and pernianent, to waters of the United States to the maximum extent practicable at the project site (i.e., on site). (b) Mitigation in all its forms (avoiding, minimizing, rectifying, reducing, or compensating for resource losses) will be required to the extent necessary to ensure that the adverse effects to the aquatic environment are minimal. (c) Compensatory mitigation at a minimum one- for -one ratio will be required for all wetland losses that exceed 1 /10 -acre and require pre - construction notification, unless the district engineer determines in writing that either some other form of mitigation would be more environmentally appropriate or the adverse effects of the proposed activity are minimal, and provides a project - specific waiver of this requirement. For wetland losses of 1/10 -acre or less that require pre - construction notification, the district engineer may determine on a case -by -case basis that compensatory mitigation is required to ensure that the activity results in minimal adverse effects on the aquatic environment. Compensatory mitigation projects provided to offset losses of aquatic resources must comply with the applicable provisions of 33 CFR part 332. (1) The prospective permittee is responsible for proposing an appropriate compensatory mitigation option if compensatory mitigation is necessary to ensure that the activity results in minimal adverse effects on the aquatic environment. (2) Since the likelihood of success is greater and the impacts to potentially valuable uplands are reduced, wetland restoration should be the first compensatory mitigation option considered. (3) If permittee- responsible mitigation is the proposed option, the prospective permittee is responsible for submitting a mitigation plan. A conceptual or detailed mitigation plan may be used by the district engineer to make the decision on the NWP verification request, but a final mitigation plan that addresses the applicable requirements of 33 CFR 332.4(c)(2) - (14) must be approved by the district engineer before the permittee begins work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation (see 33 CFR 332.3(k)(3)). (4) if mitigation bank or in -lieu fee program credits are the proposed option, the mitigation plan only needs to address the baseline conditions at the impact site and the number of credits to be provided. (5) Compensatory mitigation requirements (e.g., resource type and amount to be provided as compensatory mitigation, site protection, ecological performance standards, monitoring requirements) may be addressed through conditions added to the NWP authorization, instead of components of a compensatory mitigation plan. (d) For losses of streams or other open waters that require pre - construction notification, the district engineer may require compensatory mitigation, such as stream rehabilitation, enhancement, or preservation, to ensure that the activity results in minimal adverse effects on the aquatic environment. (e) Compensatory mitigation will not be used to increase the acreage losses allowed by the acreage limits of the NWPs. For example, if an NWP has an acreage limit of 1/2 -acre, it cannot be used to authorize any project resulting in the loss of greater than 1/2 -acre of waters of the United States, even if compensatory mitigation is provided that replaces or restores some of the lost waters. However, compensatory mitigation can and should be used, as necessary, to ensure that a project already ineeting the established acreage limits also satisfies the minimal impact requirement associated with the NWPs. (f) Compensatory mitigation plans for projects in or near streams or other open waters will normally include a requirement for the restoration or establishment, maintenance, and legal protection (e.g., conservation easements) of riparian areas next to open waters. In some cases, riparian areas may be the only compensatory mitigation required. Riparian areas should consist of native species. The width of the required riparian area will address documented water quality or aquatic habitat loss concerns. Normally, the riparian area will be 25 to 50 feet wide on each side of the stream, but the district engineer may require slightly wider riparian areas to address documented water quality or habitat loss concerns. If it is not possible to establish a riparian area on both sides of a stream, or if the waterbody is a lake or coastal waters, then restoring or establishing a riparian area along a single bank or shoreline may be sufficient. Where both wetlands and open waters exist on the project site, the district engineer will determine the appropriate compensatory mitigation (e.g., riparian areas and /or wetlands compensation) based on what is best for the aquatic environment on a watershed basis. In cases where riparian areas are determined to be the most appropriate form of compensatory mitigation, the district engineer may waive or reduce the requirement to provide wetland compensatory mitigation for wetland losses. (g) Permittees may propose the use of mitigation banks, in -lieu fee programs, or separate pernittee- responsible mitigation. For activities resulting in the loss of marine or estuarine resources, permittee- responsible compensatory mitigation may be environmentally preferable if there are no mitigation banks or in -lieu fee programs in the area that have marine or estuarine credits available for sale or transfer to the permittee. For permittee- responsible mitigation, the special conditions of the NWP verification must clearly indicate the party or parties responsible for the implementation and performance of the compensatory mitigation project, and, if required, its long -term management. (h) Where certain functions and services of waters of the United States are permanently adversely affected, such as the conversion of a forested or scrub -shrub wetland to a herbaceous wetland in a permanently maintained utility line right -of -way, mitigation may be required to reduce the adverse effects of the project to the minimal level. 24. Safely of Impoundment Structures. To ensure that all impoundment structures are safely designed, the district engineer may require non - Federal applicants to demonstrate that the structures comply with established state darn safety criteria or have been designed by qualified persons. The district engineer may also require documentation that the design has been independently reviewed by similarly qualified persons, and appropriate modifications made to ensure safety. 25. Water Quality. Where States and authorized Tribes, or EPA where applicable, have not previously certified compliance of an NWP with CWA Section 401, individual 401 Water Quality Certification must be obtained or waived (see 33 CFR 330.4(c)). The district engineer or State or Tribe may require additional water quality management measures to ensure that the authorized activity does not result in more than minimal degradation of water quality. 26. Coastal Zone Management. In coastal states where an NWP has not previously received a state coastal zone management consistency concurrence, an individual state coastal zone management consistency concurrence must be obtained, or a presumption of concurrence must occur (see 33 CFR 330.4(d)). The district engineer or a State may require additional measures to ensure that the authorized activity is consistent with state coastal zone management requirements. 27. Regional and Case -By -Case Conditions. The activity must comply with any regional conditions that may have been added by the Division Engineer (see 33 CFR 330.4(e)) and with any case specific conditions added by the Corps or by the state, Indian Tribe, or U.S. EPA in its section 401 Water Quality Certification, or by the state in its Coastal Zone Management Act consistency determination. 28. Use of Multiple Nationwide Permits. The use of more than one NWP for a single and complete project is prohibited, except when the acreage loss of waters of the United States authorized by the NWPs does not exceed the acreage limit of the NWP with the highest specified acreage limit. For example, if a road crossing over tidal waters is constructed under NWP 14, with associated bank stabilization authorized by NWP 13, the maximum acreage loss of waters of the United States for the total project cannot exceed 1/3 -acre. 29. Transfer of Nationwide Pen-nit Verifications. If the permittee sells the property associated with a nationwide permit verification, the permittee may transfer the nationwide permit verification to the new owner by submitting a letter to the appropriate Corps district office to validate the transfer. A copy of the nationwide permit verification must be attached to the letter, and the letter trust contain the following statement and signature: "When the structures or work authorized by this nationwide permit are still in existence at the time the property is transferred, the terms and conditions of this nationwide permit, including any special conditions, will continue to be binding on the new owner(s) of the property. To validate the transfer of this nationwide permit and the associated liabilities associated with compliance with its terms and conditions, have the transferee sign and date below." (Transferee) (Date) 30. Compliance Certification. Each permittee who receives an NWP verification letter from the Corps must provide a signed certification documenting completion of the authorized activity and any required compensatory mitigation. The success of any required permittee - responsible mitigation, including the achievement of ecological performance standards, will be addressed separately by the district engineer. The Corps will provide the permittee the certification document with the NWP verification letter. The certification document will include: (a) A statement that the authorized work was done in accordance with the NWP authorization, including any general, regional, or activity - specific conditions; (b) A statement that the implementation of any required compensatory mitigation was completed in accordance with the permit conditions. If credits from a mitigation bank or in -lieu fee program are used to satisfy the compensatory mitigation requirements, the certification must include the documentation required by 33 CFR 332.3(1)(3) to confirm that the pennittee secured the appropriate number and resource type of credits; and (c) The signature of the permittee certifying the completion of the work and mitigation. 31. Pre - Construction Notification. (a) Timing. Where required by the terms of the NWP, the prospective permittee must notify the district engineer by submitting a pre - construction notification (PCN) as early as possible. The district engineer must determine if the PCN is complete within 30 calendar days of the date of receipt and, if the PCN is determined to be incomplete, notify the prospective permittee within that 30 day period to request the additional information necessary to make the PCN complete. The request must specify the information needed to make the PCN complete. As a general rule, district engineers will request additional information necessary to make the PCN complete only once. However, if the prospective pennittee does not provide all of the requested information, then the district engineer will notify the prospective permittee that the PCN is still incomplete and the PCN review process will not commence until all of the requested information has been received by the district engineer. The prospective permittee shall not begin the activity until either: (1) He or she is notified in writing by the district engineer that the activity may proceed under the NWP with any special conditions imposed by the district or division engineer; or (2) 45 calendar days have passed from the district engineer's receipt of the complete PCN and the prospective permittee has not received written notice from the district or division engineer. However, if the permittee was required to notify the Corps pursuant to general condition 18 that listed species or critical habitat might be affected or in the vicinity of the project, or to notify the Corps pursuant to general condition 20 that the activity may have the potential to cause effects to historic properties, the permittee cannot begin the activity until receiving written notification from the Corps that there is "no effect" on listed species or "no potential to cause effects" on historic properties, or that any consultation required under Section 7 of the Endangered Species Act (see 33 CFR 330.4(f)) and /or Section 106 of the National Historic Preservation (see 33 CFR 330.4(g)) has been completed. Also, work cannot begin under NWPs 21, 49, or 50 until the permittee has received written approval from the Corps. If the proposed activity requires a written waiver to exceed specified limits of an NWP, the permittee may not begin the activity until the district engineer issues the waiver. If the district or division engineer notifies the permittee in writing that an individual permit is required within 45 calendar days of receipt of a complete PCN, the permittee cannot begin the activity until an individual permit has been obtained. Subsequently, the permittee's right to proceed under the NWP may be modified, suspended, or revoked only in accordance with the procedure set forth in 33 CFR 330.5(d)(2). (b) Contents of Pre - Construction Notification: The PCN must be in writing and include the following information: (1) Name, address and telephone numbers of the prospective permittee; (2) Location of the proposed project; (3) A description of the proposed project; the project's purpose; direct and indirect adverse environmental effects the project would cause, including the anticipated amount of loss of water of the United States expected to result from the NWP activity, in acres, linear feet, or other appropriate unit of measure; any other NWP(s), regional general permit(s), or individual permit(s) used or intended to be used to authorize any part of the proposed project or any related activity. The description should be sufficiently detailed to allow the district engineer to determine that the adverse effects of the project will be minimal and to determine the need for compensatory mitigation. Sketches should be provided when necessary to show that the activity complies with the terms of the NWP. (Sketches usually clarify the project and when provided results in a quicker decision. Sketches should contain sufficient detail to provide an illustrative description of the proposed activity (e.g., a conceptual plan), but do not need to be detailed engineering plans); (4) The PCN must include a delineation of wetlands, other special aquatic sites, and other waters, such as lakes and ponds, and perennial, intermittent, and ephemeral streams, on the project site. Wetland delineations must be prepared in accordance with the current method required by the Corps. The permittee may ask the Corps to delineate the special aquatic sites and other waters on the project site, but there may be a delay if the Corps does the delineation, especially if the project site is large or contains many waters of the United States. Furthermore, the 45 day period will not start until the delineation has been submitted to or completed by the Corps, as appropriate; (5) If the proposed activity will result in the loss of greater than I/10 -acre of wetlands and a PCN is required, the prospective permittee must submit a statement describing how the mitigation requirement will be satisfied, or explaining why the adverse effects are minimal and why compensatory mitigation should not be required. As an alternative, the prospective permittee may submit a conceptual or detailed mitigation plan. (6) If any listed species or designated critical habitat might be affected or is in the vicinity of the project, or if the project is located in designated critical habitat, for non - Federal applicants the PCN must include the name(s) of those endangered or threatened species that might be affected by the proposed work or utilize the designated critical habitat that may be affected by the proposed work. Federal applicants must provide documentation demonstrating compliance with the Endangered Species Act; and (7) For an activity that may affect a historic property listed on, determined to be eligible for listing on, or potentially eligible for listing on, the National Register of Historic Places, for non - Federal applicants the PCN must state which historic property may be affected by the proposed work or include a vicinity map indicating the location of the historic property. Federal applicants must provide documentation demonstrating compliance with Section 106 of the National Historic Preservation Act. El (c) Form of Pre - Construction Notification: The standard individual pennit application form (Form ENG 4345) may be used, but the completed application form must clearly indicate that it is a PCN and must include all of the information required in paragraphs (b)(1) through (7) of this general condition. A letter containing the required information may also be used. (d) Agency Coordination: (1) The district engineer will consider any comments from Federal and state agencies concerning the proposed activity's compliance with the terms and conditions of the NWPs and the need for mitigation to reduce the project's adverse environmental effects to a minimal level. (2) For all NWP activities that require pre - construction notification and result in the loss of greater than 112- acre of waters of the United States, for NWP 21, 29, 39, 40, 42, 43, 44, 50, 51, and 52 activities that require pre - construction notification and will result in the loss of greater than 300 linear feet of intermittent and ephemeral stream bed, and for all NWP 48 activities that require pre - construction notification, the district engineer will immediately provide (e.g., via e -mail, facsimile transmission, overnight mail, or other expeditious manner) a copy of the complete PCN to the appropriate Federal or state offices (U.S. FWS, state natural resource or water quality agency, EPA, State Historic Preservation Officer (SHPO) or Tribal Historic Preservation Office (THPO), and, if appropriate, the NMFS). With the exception of NWP 37, these agencies will have 10 calendar days from the date the material is transmitted to telephone or fax the district engineer notice that they intend to provide substantive, site - specific comments. The comments must explain why the agency believes the adverse effects will be more than minimal. If so contacted by an agency, the district engineer will wait an additional 15 calendar days before making a decision on the pre - construction notification. The district engineer will fully consider agency comments received within the specified time frame concerning the proposed activity's compliance with the terms and conditions of the NWPs, including the need for mitigation to ensure the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The district engineer will provide no response to the resource agency, except as provided below. The district engineer will indicate in the administrative record associated with each pre - construction notification that the resource agencies' concerns were considered. For NWP 37, the emergency watershed protection and rehabilitation activity may proceed immediately in cases where there is an unacceptable hazard to life or a significant loss of property or economic hardship will occur. The district engineer will consider any comments received to decide whether the NWP 37 authorization should be modified, suspended, or revoked in accordance with the procedures at 33 CFR 330.5. (3) In cases of where the prospective permittee is not a Federal agency, the district engineer will provide a response to NMFS within 30 calendar days of receipt of any Essential Fish Habitat conservation recommendations, as required by Section 305(b)(4)(B) of the Magnuson- Stevens Fishery Conservation and Management Act. (4) Applicants are encouraged to provide the Corps with either electronic files or multiple copies of pre- construction notifications to expedite agency coordination. District Engineer's Decision 1. In reviewing the PCN for the proposed activity, the district engineer will determine whether the activity authorized by the NWP will result in more than minimal individual or cumulative adverse environmental effects or may be contrary to the public interest. For a linear project, this determination will include an evaluation of the individual crossings to detennine whether they individually satisfy the terms and conditions of the NWP(s), as well as the cumulative effects caused by all of the crossings authorized by NWP. If an applicant requests a waiver of the 300 linear foot limit on impacts to intermittent or ephemeral streams or of an otherwise applicable limit, as provided for in NWPs 13, 21, 29, 36, 39, 40, 42, 43, 44, 50, 51 or 52, the district engineer will only grant the waiver upon a written determination that the NWP activity will result in minimal adverse effects. When making minimal effects determinations the district engineer will consider the direct and indirect effects caused by the NWP activity. The district engineer will also consider site specific factors, such as the environmental setting in the vicinity of the NWP activity, the type of resource that will be affected by the NWP activity, the functions provided by the aquatic resources that will be affected by the NWP activity, the degree or magnitude to which the aquatic resources perform those functions, the extent that aquatic resource functions will be lost as a result of the NWP activity (e.g., partial or complete loss), the duration of the adverse effects (temporary or permanent), the importance of the aquatic resource functions to the region (e.g., watershed or ecoregion), and mitigation required by the district engineer. If an appropriate functional assessment method is available and practicable to use, that assessment method may be used by the district engineer to assist in the minimal adverse effects determination. The district engineer may add case - specific special conditions to the NWP authorization to address site - specific environmental concerns. 2. If the proposed activity requires a PCN and will result in a loss of greater than 1 /10 -acre of wetlands, the prospective permittee should submit a mitigation proposal with the PCN. Applicants may also propose compensatory mitigation for projects with smaller impacts. The district engineer will consider any proposed compensatory mitigation the applicant has included in the proposal in determining whether the net adverse environmental effects to the aquatic environment of the proposed activity are minimal. The compensatory mitigation proposal may be either conceptual or detailed. If the district engineer determines that the activity complies with the terms and conditions of the NWP and that the adverse effects on the aquatic environment are minimal, after considering mitigation, the district engineer will notify the permittee and include any activity- specific conditions in the NWP verification the district engineer deems necessary. Conditions for compensatory mitigation requirements must comply with the appropriate provisions at 33 CFR 332.3(k). The district engineer must approve the final mitigation plan before the permittee commences work in waters of the United States, unless the district engineer determines that prior approval of the final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. If the prospective permittee elects to submit a compensatory mitigation plan with the PCN, the district engineer will expeditiously review the proposed compensatory mitigation plan. The district engineer must review the proposed compensatory mitigation plan within 45 calendar days of receiving a complete PCN and determine whether the proposed mitigation would ensure no more than minimal adverse effects on the aquatic environment. If the net adverse effects of the project on the aquatic environment (after consideration of the compensatory mitigation proposal) are determined by the district engineer to be minimal, the district engineer will provide a timely written response to the applicant. The response will state that the project can proceed under the terrns and conditions of the NWP, including any activity - specific conditions added to the NWP authorization by the district engineer. 3. If the district engineer determines that the adverse effects of the proposed work are more than minimal, then the district engineer will notify the applicant either: (a) That the project does not qualify for authorization under the NWP and instruct the applicant on the procedures to seek authorization under an individual permit; (b) that the project is authorized under the NWP subject to the applicant's submission of a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level; or (c) that the project is authorized under the NWP with specific modifications or conditions. Where the district engineer determines that mitigation is required to ensure no more than minimal adverse effects occur to the aquatic environment, the activity will be authorized within the 45 -day PCN period, with activity - specific conditions that state the mitigation requirements. The authorization will include the necessary conceptual or detailed mitigation or a requirement that the applicant submit a mitigation plan that would reduce the adverse effects on the aquatic environment to the minimal level. When mitigation is required, no work in waters of the United States may occur until the district engineer has approved a specific mitigation plan or has determined that prior approval of a final mitigation plan is not practicable or not necessary to ensure timely completion of the required compensatory mitigation. Further Information 1. District Engineers have authority to determine if an activity complies with the terms and conditions of an NWP. 2. NWPs do not obviate the need to obtain other federal, state, or local permits, approvals, or authorizations required by law. 12 3. NWPs do not grant any property rights or exclusive privileges. 4. NWPs do not authorize any injury to the property or rights of others. 5. NWPs do not authorize interference with any existing or proposed Federal project. C. CORPS SEATTLE DISTRICT REGIONAL GENERAL CONDITIONS 1. Aquatic Resources Requiring Special Protection. Activities resulting in a loss of waters of the United States in a mature forested wetland, bog, bog -like wetland, aspen - dominated wetland, alkali wetland, wetlands in a dunal system along the Washington coast, vernal pools, camas prairie wetlands, estuarine wetlands, and wetlands in coastal lagoons cannot be authorized by a NWP, except by the following NWPs: NWP 3 — Maintenance NWP 20 — Oil Spill Cleanup NWP 32 — Completed Enforcement Actions NWP 38 — Cleanup of Hazardous and Toxic Waste In order to use one of the above - referenced NWPs in any of the aquatic resources requiring special protection, you must submit a pre - construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 (Pre - Construction Notification) and obtain written approval before commencing work. 2. Commencement Bay. The following NWPs may not be used to authorize activities located in the Commencement Bay Study Area (see Figure 1 at www.nws.usace.army.mil, select Regulatory Permits then Permit Guidebook, then Nationwide Permits) requiring Department of the Army authorization: NWP 12 — Utility Line Activities (substations) NWP 13 — Bank Stabilization NWP 14 — Linear Transportation Projects NWP 23 — Approved Categorical Exclusions NWP 29 — Residential Developments NWP 39 — Commercial and Institutional Developments NWP 40 — Agricultural Activities NWP 41 — Reshaping Existing Drainage Ditches NWP 42 — Recreational Facilities NWP 43 — Stormwater Management Facilities 3. New Bank Stabilization Prohibition Areas in Tidal Waters of Puget Sound. Activities involving new bank stabilization in tidal waters in Water Resource Inventory Areas (WRIAs) 8, 9, 10, 11, and 12 (within the specific area identified on Figure 2 at www.nws.usace.at-trty.mil, select Regulatory Pen-nits then Permit Guidebook, then Nationwide Permits) cannot be authorized by a NWP. 4. Bank Stabilization. Any project including new or maintenance bank stabilization activities requires pre - construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 for Pre - Construction Notification. This requirement does not apply to maintenance work exempt by 33 CFR 323.4 (a)(2). Each notification must also include the following information: a. Need for the work, including the cause of the erosion and the threat posed to structures, infrastructure, and /or public safety. The notification must also include a justification for the need to place fill or structures waterward of the line of the Corps' jurisdiction (typically, the ordinary hi-fi water mark or mean higher high water mark). 13 b. Current and expected post - project sediment movement and deposition patterns in and near the project area. In tidal waters, describe the location and size of the nearest bluff sediment sources (feeder HUM) to the project area and current and expected post - project nearshore drift patterns in the project area. c. Current and expected post - project habitat conditions, including the presence of fish, wildlife and plant species, submerged aquatic vegetation, spawning habitat, and special aquatic sites (e.g., vegetated shallows, riffle and pool complexes, or mudflats) in the project area. d. In rivers and streams, an assessment of the likely impact of the proposed work on upstream, downstream and cross- stream properties (at a minimum the area assessed should extend from the nearest upstream bend to the nearest downstream bend of the watercourse). Discuss the methodology used for determining effects. The Corps reserves the right to request an increase in the reach assessment area to frilly address the relevant ecological reach and associated habitat. e. For new bank stabilization activities in rivers and streams, describe the type and length of existing bank stabilization within 300 feet up and downstream of the project area. In tidal areas, describe the type and length of existing bank stabilization within 300 feet along the shoreline on both sides of the project area. f. Demonstrate the proposed project incorporates the least environmentally damaging practicable bank protection methods. These methods include, but are not limited to, the use of bioengineering, biotechnical design, root wads, large woody material, native plantings, and beach nourishment in certain circumstances. If rock must be used due to site erosion conditions, explain how the bank stabilization structure incorporates elements beneficial to fish. If the Corps determines you have not incorporated the least environmentally damaging practicable bank protection methods and /or have not fully compensated for impacts to aquatic resources, you must submit a compensatory mitigation plan to compensate for impacts to aquatic resources. g. A planting plan using native riparian plant species unless the applicant demonstrates a planting plan is not appropriate or not practicable. 5. Crossings of Waters of the United States. Any project including installing, replacing, or modifying crossings of waters of the United States, such as culverts, requires pre - construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 for Pre- Construction Notification. This requirement does not apply to maintenance work exempt by 33 CFR 323.4 (a)(2). Each notification must also include the following information: a. Need for the crossing. b. Crossing design criteria and design methodology. c. Rationale behind using the specific design method for the crossing. 6. Cultural Resources and Human Burials. Permittees must immediately stop work and notify the District Engineer within 24 hours if, during the course of conducting authorized work, human burials, cultural resources, or historic properties, as identified by the National Historic Preservation Act, are discovered. Failure to stop work in the area of discovery until the Corps can comply with the provisions of 33 CFR 325 Appendix C, the National Historic Preservation Act, and other pertinent laws and 14 regulations could result in a violation of state and federal laws. Violators are subject to civil and criminal penalties. 7. Essential Fish Habitat. An activity which may adversely affect essential fish habitat, as identified under the Magnuson - Stevens Fishery Conservation and Management Act (MSA), may not be authorized by NWP until essential fish habitat requirements have been met by the applicant and the Corps. Non- federal permittees shall notify the District Engineer if essential fish habitat may be affected by, or is in the vicinity of, a proposed activity and shall not begin work until notified by the District Engineer that the requirements of the essential fish habitat provisions of the MSA have been satisfied and the activity is authorized. The notification must identify the type(s) of essential fish habitat (e.g., Pacific salmon, groundfish, and /or coastal - pelagic species) managed by a Fishery Management Plan that may be affected. Information about essential fish habitat is available at www.nwr.noaa.gov /. 8. Vegetation Protection and Restoration. Pennittees must clearly mark all construction area boundaries before beginning work. The removal of native vegetation in riparian areas and wetlands, and the removal of submerged aquatic vegetation in estuarine and tidal areas must be avoided and minimized to the maximum extent practicable. Areas subject to temporary vegetation removal shall be replanted with appropriate native species by the end of the first planting season following the disturbance except as waived by the District Engineer. If an aquaculture area is permitted to impact submerged aquatic vegetation tinder NWP 48, the aquaculture area does not need to be replanted with submerged aquatic vegetation. 9. Access. You must allow representatives of this office to inspect the authorized activity at any tirne deemed necessary to ensure the work is being, or has been, accomplished in accordance with the terms and conditions of your permit. 10. Contractor Notification of Permit Requirements. The pemtttee must provide a copy of the nationwide permit verification letter, conditions, and permit drawings to all contractors involved with the authorized work, prior to the commencement of any work in waters of the U.S. D. CORPS REGIONAL SPECIFIC CONDITIONS FOR THIS NWP 1. When backfilling trenches in wetlands, no more than 10 percent of the soil used to backfill the top 12 inches of the trench may consist of subsurface soil. 2. The permittee must submit a pre - construction notification to the District Engineer in accordance with Nationwide Permit General Condition 31 (Pre - Construction Notification) for mechanized landclearing in a forested wetland for the construction of a substation. 3. A pre - construction notification must include drawings and /or a description of the measures that will be used to prevent permanent drainage of adjacent areas by the baekfilled trench and /or along the buried utility line. E. STATE 401 CERTIFICATION GENERAL CONDITIONS: 1. For in -water construction activities. Individual 401 review is required for projects or activities authorized under NWPs that will cause, or be likely to cause or contribute to an exceedence of a State water quality standard (WAC 173 -201A) or sediment management standard (WAC 173 -204). Note., State water quality standards are posted on Ecology's wehsite: http:// tivtivw. ecy. tiva.gov/pi-og)- arrzs/wg/sivgs/. Click "Surface Water Criteria "forfr•eshwater and 15 marine water standards. Sediment management standards are posted on Ecology's website.• http: / /tivwly. ecy .iva.govlbiblio /wcic]73204.htmL Information is also available by contacting Ecology's Federal Permit staff. 2. Projects or Activities Discharging to Impaired Waters. Individual 401 review is required for projects or activities authorized under NWPs if the project or activity will occur in a 303(d) listed segment of a waterbody or upstream of a listed segment and may result in further exceedences of the specific listed parameter. Note: To determine if your project or activity is in a 303(d) listed segment of a waterbody, visit Ecology's Water Quality Assessment webpage for maps and search tools, http: //ivtivw.ecy.wa. gov 1progi -arrrslii,gl303dl2008l.. Information is also available by contacting Ecology's Federal Permit staff. 3. Notification. For projects or activities that will require Individual 401 review, applicants must provide Ecology with the same documentation provided to the Corps (as described in Corps Nationwide Permit General Condition 31, Pre- Construction Notification), including, when applicable: (a) A description of the project, including site plans, project purpose, direct and indirect adverse environmental effects the project would cause, and any other Department of the Army permits used or intended to be used to authorize any part of the proposed project or any related activity (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps and shall include Ecology's Wetland Rating form. Wetland rating forms are subject to review and verification by Ecology staff. Note: Wetland rating forms are available on Ecology's Wetlands website: http: / /`vii,ii,.ecy.wa. gov /progr• arms lsealii,etlat7dsh -atingsystems or by contacting Ecology's Federal Permit staff. (c) A statement describing how the mitigation requirement will be satisfied. A conceptual or detailed mitigation or restoration plan may be submitted. Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State, Parts 1 and 2 (Ecology Publications #06 -06- 011 a and #06 -06 -011 b). (d) Coastal Zone Management Program "Certification of Consistency" Form if the project is located within a coastal county (Clallam, Grays Harbor, Island, Jefferson, King, Kitsap, Mason, Pacific, Pierce, San Juan, Skagit, Snohomish, Thurston, Wahkiakum, and Whatcom counties). Note: CZM Certification of Consistencyforms are available on Ecology's Federal Permit website: http: / /www.ecy.wa. gov /progr ants /.vea/fed- perniit/irrdex.html or by contacting Ecology s Federal Permit staff. (e) Other applicable requirements of Corps Nationwide Permit General Condition 31, Corps Regional Conditions, or notification conditions of the applicable NWP. Note: Ecology has 180 days fi•onr receipt of applicable docztrnents noted above and a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity 16 under the NWP Program to issue a WQC and CZM consistency determination response. If more than 180 days pass after Ecology's receipt gfthese documents, your requirement to obtain an individual WQC and CZMconsistency determination response becomes waived. 4. Aquatic resources requiring special protection. Certain aquatic resources are unique, difficult -to- replace components of the aquatic environment in Washington State. Activities that would affect these resources must be avoided to the greatest extent possible. Compensating for adverse impacts to high value aquatic resources is typically difficult, prohibitively expensive, and may not be possible in some landscape settings. Individual 401 review is required for activities in or affecting the following aquatic resources (and not prohibited by Regional Condition 1): (a) Wetlands with special characteristics (as defined in the Washington State Wetland Rating Systems for western and eastern Washington, Ecology Publications #04 -06 -025 and #04 -06 -015): • Estuarine wetlands • Natural Heritage wetlands • Bogs • Old - growth and mature forested wetlands • Wetlands in coastal lagoons ® Interdunal wetlands • Vernal pools • Alkali wetlands (b) Fens, aspen - dominated wetlands, camas prairie wetlands, and marine water with eelgrass (Zostera marina) beds (except for NWP 48). (c) Category 1 wetlands (d) Category II wetlands with a habitat score > 29 points. This State General Condition does not apply to the following Nationwide Permits: NWP 20 — Response Operations for Oil and Hazardous Substances NWP 32 — Completed Enforcement Actions S. Mitigation. For projects requiring Individual 401 review, adequate compensatory mitigation must be provided for wetland and other water quality - related impacts of projects or activities authorized under the NWP Program. (a) Mitigation plans submitted for Ecology review and approval shall be based on the guidance provided in Wetland Mitigation in Washington State, Parts 1 and 2 (Ecology Publications #06-06 - 011a and #06- 06 -011b) and shall, at a minimum, include the following: i. A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. ii. The nature of the proposed impacts (i.e., acreage of wetlands and functions lost or degraded) iii. The rationale for the mitigation site that was selected 17 iv. The goals and objectives of the compensatory mitigation project v. How the mitigation project will be accomplished, including construction sequencing, best management practices to protect water quality, proposed performance standards for measuring success and the proposed buffer widths vi. How it will be maintained and monitored to assess progress towards goals and objectives. Monitoring will generally be required for a minimum of five years. For forested and scrub - shrub wetlands, 10 years of monitoring will often be necessary. vii. How the compensatory mitigation site will be legally protected for the long term. Refer to Wetland Mitigation in Washington State — Part 2: Developing Mitigation Plans (Ecology Publication #06 -06 -011 b) for guidance on developing mitigation plans. Ecology encourages the use of alternative mitigation approaches, including advance mitigation and other programmatic approaches such as mitigation banks and programmatic mitigation areas at the local level. If you are interested in proposing use of an alternative mitigation approach, consult with the appropriate Ecology regional staff person. (see http: / /w�v,,v.ecy.wa.gov/ programs /sea/wetlands /contacts.htm) Information on the state wetland mitigation banking program is available on Ecology's website: http: / /www.ecy,wa.gov/ programs /sea/ wetlands/ initigation/banking/index.htinl 6. Temporary Fills. Individual 401 review is required for any project or activity with temporary fill in wetlands or other waters of the State for more than 90 days, unless the applicant has received written approval from Ecology. Note: This State General Condition does not apply to projects or activities authorized under NWP 33, Temporary Construction, Access, and Dewatering 7. Stormwater discharge pollution prevention: All projects that involve land disturbance or impervious surfaces must implement prevention or control measures to avoid discharge of pollutants in stormwater runoff to waters of the state. For land disturbances during construction, the permittee must obtain and implement permits where required and follow Ecology's current stormwater manual. Note: Stormwater permit information is available at Ecology's Water Quality website: http:// tivww. ecy. lva. gov/ programs /rvgl5torrntivaterlir7dex.html. Ecology's Stormwater Management and Design Manuals are available at: 17ttp://tiwrvw.ecy.i.va. gov / programs/ wq/ storrnivater /mirnicipal/StrnttivtrMan.htn7l. Information is also available by contacting Ecology's Federal Permit staff. 8. State Certification for PCNs not receiving 45 -day response. In the event the U.S. Army Corps of Engineers does not respond to a complete pre - construction notification within 45 days, the applicant must contact Ecology for Individual 401 review. F. STATE 401 CERTIFICATION SPECIFIC CONDITIONS FOR THIS NWP: Certified subject to conditions. Permittee must meet Ecology 401 General Conditions. Individual 401 review required for projects or activities authorized under this NWP if: 1. The entire utility line project or activity impacts more than % acre of wetlands. 18 Note: Projects or activities that need a FERC license will be required to obtain an Individual 401 Certification as part of the FERC license process. G. EPA 401 CERTIFICATION GENERAL CONDITIONS: A. Any activities in the following types of wetlands and waters of the United States will need to apply for an individual 401 certification: Mature forested wetlands, bogs, bog -like wetlands, wetlands in dunal systems along the Washington coast, coastal lagoons, vernal pools, aspen - dominated wetlands, alkali wetlands, camas prairie wetlands, estuarine wetlands, including salt marshes, and marine waters with eelgrass or kelp beds. B. A 401 certification determination is based on the project or activity meeting established turbidity levels. The EPA will be using as guidance the state of Washington's water quality standards [WAC 173 - 201 a] and sediment quality standards [WAC 173 -204]. Projects or activities that are expected to exceed these levels or that do exceed these levels will require an individual 401 certification. The water quality standards allow for short -term turbidity exceedances after all necessary Best Management Practices have been implemented (e.g., properly placed and maintained filter fences, hay bales and /or other erosion control devices, adequate detention of runoff to prevent turbid water from flowing off -site, providing a vegetated buffer between the activity and open water, etc.), and only up to the following Iimits: Wetted Stream Width at Discharge Point Approximate Downstream Point for Determining Compliance Up to 30 feet 50 feet >30 to 100 feet 100 feet >I 00 feet to 200 feet 200 feet >200 feet 300 feet LAKE, POND, RESERVOIR Lesser of 100 feet or maximum surface dimension C. 401 certification of projects and activities under NWPs will use Washington State Department of Ecology's most recent stormwater manual or an EPA approved equivalent manual as guidance in meeting water quality standards. D. For projects and activities requiring coverage under an NPDES permit, certification is based on compliance with the requirements of that permit. Projects and activities not in compliance with NPDES requirements will require individual 401 certification. E. Individual 401 certification is required for projects or activities authorized under NWPs if the project will discharge to a waterbody on the list of impaired waterbodies (the 303(d) List) and the discharge may result in further exceedance of a specific parameter the waterbody is listed for. The EPA shall make this determination on a case -by -case basis. For projects or activities that will discharge to a 303(4)- listed waterbody that does not have an approved Total Maximum Daily Load (TMDL) or an approved water quality management plan, the applicant must provide documentation for EPA approval showing that the discharge will not result in further exceedance of the listed contaminant or impairment. 19 For projects or activities that will discharge to a 303(d)- listed waterbody that does not have an approved TMDL, the applicant must provide documentation for EPA approval showing that the discharge is within the limits established in the TMDL. The current list of 303(d)- listed waterbodies in Washington State will be consulted in making this determination and is available on Ecology's web site at: www.ecy.wa.gov/pi-ogi-ai-ns/wq/303d/2012/index.litinl The EPA may issue 401 certification for projects or activities that would result in further exceedance or impairment if mitigation is provided that would result in a net decrease in listed contaminants or less impairment in the waterbody. This determination would be made during individual 401 certification review. F. For projects requiring individual 401 certification, applicants must provide the EPA with the same documentation provided to the Corps, (as described in Corps' National General Condition 31, Pre - Construction Notification), including, when applicable: (a) A description of the project, including site plans, project purpose, direct and indirect adverse environmental effects the project would cause, any other U.S. Department of the Army permits used or intended to use to authorize any part of the proposed project or any related activity. (b) Delineation of special aquatic sites and other waters of the United States. Wetland delineations must be prepared in accordance with the current method required by the Corps. (c) A statement describing how the mitigation requirement will be satisfied. A conceptual or detailed mitigation or restoration plan may be submitted. (d) Other applicable requirements of Corps National General Condition 31, Corps Regional Conditions, or notification conditions of the applicable NWP. A request for individual 401 certification- review is not complete until the EPA receives the applicable documents noted above and the EPA has received a copy of the final authorization letter from the Corps providing coverage for a proposed project or activity under the NWP Program. G. No activity, including structures and work in navigable waters of the United States or discharges of dredged or fill material, may consist of unsuitable material (e.g., trash, debris, car bodies, asphalt, etc.) and material used for construction or discharged must be free from toxic pollutants in toxic amounts (see Section 307 of the Clean Water Act). H. An individual 401 certification is based on adequate compensatory mitigation being provided for aquatic resource and other water quality- related impacts of projects or activities authorized under the NWP Program. A 401 certification is contingent upon written approval from the EPA of the compensatory mitigation plan for projects and activities resulting in any of the following: • impacts to any aquatic resources requiring special protection (as defined in EPA General Condition A or Corps General Regional Condition l ) • any impacts to tidal waters or non -tidal waters adjacent to tidal waters (applies to NWP 14) • Or, any impacts to aquatic resources greater than '/ acre. 20 Compensatory mitigation plans submitted to the EPA shall be based on the Joint Agency guidance provided in Wetland Mitigation in Washington State, Parts 1 and 2 (Ecology Publication #06 -06 -011 a and #06-06-011 b) and shall, at a minimum, include the following: (1) A description of the measures taken to avoid and minimize impacts to wetlands and other waters of the U.S. (2) The nature of the proposed impacts (i.e., acreage of wetlands and functions lost or degraded) (3) The rationale for the mitigation site that was selected (4) The goals and objectives of the compensatory mitigation project (5) How the mitigation project will be accomplished, including proposed performance standards for measuring success (including meeting planting success standard of 80 percent survival after five years), evidence for hydrology at the mitigation site, and the proposed buffer widths; (6) How it will be maintained and monitored to assess progress towards goals and objectives. (7) Completion and submittal of an "as -built conditions report" upon completion of grading, planting and hydrology establishment at the mitigation site; (8) Completion and submittal of monitoring reports at years 3 and 5 showing the results of monitoring for hydrology, vegetation types, and aerial cover of vegetation. (9) For forested and scrub -shrub wetlands, 10 years of monitoring will often be necessary. (10) Documentation of legal site protection mechanism (covenant or deed restriction) to show how the compensatory mitigation site will be legally protected for the long -term. I. An individual 401 certification is required for any activity where temporary fill will remain in wetlands or other waterbodies for more than 90 days. The 90 day period begins when filling activity starts in the wetland or other waterbody. J. An individual 401 is required for any proposed project or activity in waterbodies on the most current list of the following Designated Critical Resource Waters (per Corps General Condition 22). K. An individual 401 certification is required for any proposed project that would increase permanent, above -grade fill within the I00 -year floodplain (including the floodway and the flood fringe). [Note: The I00 -year floodplain is defined as those areas identified as Zones A, Al -30, AE, AH, AO, A99, V, V 1 -30, and VE on the most current Federal Emergency Management Agency Flood Rate Insurance Maps, or areas identified as within the 100 -year floodplaitl on applicable local FIood Management Program maps. The 100 -year flood is also known as the flood with a 100 -year recurrence interval, or as the flood with an exceedance probability of 0.01.] H. EPA 401 CERTIFICATION SPECIFIC CONDITIONS FOR THIS NWP: Partially denied without prejudice. Permittee must meet EPA 401 General Conditions. Individual 401 certification required for projects authorized under this NWP if. 1. Any excavation or dredging activities affecting open water areas (e.g., trenching across streams), or 2. There are any permanent access roads, temporary structures or fill associated with the utility line activities, or 3. The entire scope of the project involves greater than I/ 10 acre of impacts to aquatic resources. 21 I. COASTAL ZONE MANAGEMENT CONSISTENCY RESPONSE FOR THIS NWP: Concur, subject to the following condition: When individual 401 review is triggered, a CZM Certificate of Consistency form must be submitted for project located within the 15 coastal counties (See State General 401 Condition 3 (Notification)). 22 City of Port Angeles ATTACHMENT I Public Works and Utilities Department Washington State Department of Ecology Stormwater Grant Programs Specifications Insert DEPARTMENT OF ECOLOGY State of Washington 4th Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009 DEPARTMENT OF C L0GY State of Washington WASHINGTON STATE DEPARTMENT OF ECOLOGY STORMWATER GRANT PROGRAMS SPECIFICATIONS INSERT General Partial funding of this project is being provided by the Washington State Department of Ecology's (Ecology) Stormwater Grant Program. Compliance with State and Local Laws The construction of the project, including the letting of subcontracts in connection therewith, shall conform to the applicable requirements of state and local laws and ordinances. State Interest Exclusion It is anticipated that this project will be funded in part by the Washington State Department of Ecology. Neither the State Of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract. Third Party Beneficiary Partial funding of this project is being provided through the Washington State Department of Ecology Stormwater Grant Program. All parties agree that the State of Washington shall be, and is hereby, named as an express third -party beneficiary of this contract, with full rights as such. Access to the construction site and to records The contractor shall provide for the safe access to the construction site and to the contractor's records by Washington State Department of Ecology personnel. The Contractor shall maintain accurate records and accounts to facilitate the Owner's audit requirements and shall ensure that all subcontractors maintain auditable records. These Project records shall be separate and distinct from the Contractor's other records and accounts. All such records shall be available to the Owner and to Washington State Department of Ecology personnel for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. Protection of the Environment No construction related activity shall contribute to the degradation of the environment, allow material to enter surface or ground waters, or allow particulate emissions to the atmosphere, which exceed state or federal standards. Any actions that potentially allow a discharge to state waters must have prior approval of the Washington State Department of Ecology. Project Signs The Contractor shall display Ecology's logo in a manner that informs the public that the project received financial assistance from the Washington State Stormwater Grant Program. Utilization of Minority and Women Business Enterprises All bidders are encouraged to utilize certified minority -owned and women -owned businesses to the extent possible in the performance of this contract. All prospective bidders or persons submitting qualifications should take the following steps, when possible. 1. Include qualified minority and women's businesses on solicitation lists. 2. Assure that qualified minority and women's businesses are solicited whenever they are potential sources of services or supplies. 3. Divide the total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by qualified minority and women's businesses. 4. Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. 5. Use the services and assistance of the State Office of Minority and Women's Business Enterprises (OMWBE) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. All prospective bidders must provide a list of the MBE /WBE subcontractors they intend to use during the project. This list must be provided with the bid package. Revised 3/29/12 City of Port Angeles Public Works and Utilities Department ATTACHMENT J Project Plans (See Separate Plan Set) 4t" Street Stormwater Improvements Project No. DR03 -2009 City of Port Angeles Public Works and Utilities Department This page is intentionally left blank. 4th Street Stormwater Improvements Project No. DR03 -2009