Loading...
HomeMy WebLinkAbout4.669 Original Contract2009 BIANNUAL SEWER LINE REPLACEMEMNT PROJECT NO. WW 27 -99 For information regarding this project, contact: Jeremy Pozernick, City of Port Angeles 360- 417 -4807 PW 0407_01 Part01.doc [Revised March 2008] ORIGINAL I #1 PROJECT MANUAL J for Spring 2011 CITY OF PORT ANGELES WASHINGTON GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES April 6, 2011 TO: C J Excavating, Inc P.O. Box 430 Carlsborg, WA 98324 PROJECT Description Biannual Sewer Line Replacement, WW 27 -99 Dated this 6th day of April, 2011 ACCEPTANCE OF NOTICE CITY OF PORT ANGELES NOTICE OF AWARD The Owner has considered the bid submitted by you for the above descnbed work in response to its Advertisement for Bids dated March 21, 2011 You are hereby notified that your bid, including Additive No.1, has been accepted for items in the amount of $229,320.33 You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. Two copies of the contract are enclosed for your execution and return If you fail to execute said contract and to furnish said bonds within ten (10) calendar days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond The Owner will be entitled to such other rights as may be granted by law You are required to return an acknowledged copy of this Notice of Award to the Owner. CITY OF P ANGELES„ D I 'By Title ..N 0itV veer Receipt of the above Notice of Award is hereby acknowledged this 7 day of r: l 20 11 Print Name ru Sc_.k(A. e d e r Title f e5 cr-1 Please return signed original to the City of Port Angeles Public Works Utilities department, attn• James Burke, Assistant Civil Engineer 1 cc' City Clerk N \PROJECTS \WW27 -99 Bi- Annual Sewer Line Replacement Project \Project 2 1st Street Alley Sewer Line Replacement \14 Award NTP i Paae No(s). Scope of Work 1 Bid Form 2 -8 Public Works Contract 9 -14 Contract Bond 15 Escrow Agreement for Retainage Percentage 16 -17 Non- Collusion Affidavit List of Proposed Subcontractors Bid Security Transmittal Form PART V ATTACHMENTS TABLE OF CONTENTS 2009 BI- ANNUAL SEWER LINE REPLACEMENT PROJECT NO. WW 27 -99 A. Special Provisions B. Washington State Prevailing Wage Rates for Clallam County C. Request For Information (RFI) and Construction Change Order (CCO) Forms D. Contractor's Application for Payment Form E. Request for Approval of Material Form F. Request to Sublet and Subcontract Certification Forms G. Project Plans PROJECT MANUAL 2009 BI- ANNUAL SEWER LINE REPLACEMENT PROJECT NO. WW 27 -99 SCOPE OF WORK The project shall entail replacing and improving identified areas of the sanitary sewer main and service lines as indicted on the plans. Additional work shall consist of street, stormwater and sidewalk improvements. All work to complete the installation, including the furnishing of all labor, tools, equipment and material needed, and removal and proper disposal of material shall be incorporated into this project manual by reference. Units for measurement for excavation and backfill shall be measured and paid for by "neat line" measurement. WSDOT Standard Specifications, section 2 -09 for trench limits shall apply to this project All work shall be completed according to the requirements of the Special Provisions (Appendix A), the Washington State Department of Transportation Standard Specifications for Road, Bridge and City of Port Angeles Urban Service Standards. Refer to section 1 -04.2 of the Special Provision to resolve any inconsistency in the parts of the contract. See the attached plans for additional details. ADDITIONAL REOUIREMENTS 1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the Director of Public Works Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Questions may be directed to James Burke, at 360- 417 -4809. 2. The most recently issued Washington State Prevailing Wage Rates for Clallam County shall apply to this project. Washington State Prevailing Wage Rates for Clallam County can be found at: http: /www.wsdot.wa.gov/ Design /ProjectDev /WageRates /default.htm 3. The bid may be awarded to the lowest responsible bidder from the group of Small Works Roster contractors asked to bid on this work. If the bid is awarded, the attached Contract will then be signed, requiring the Contractor to meet the requirements in the Contract as well as the entire Project Manual. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and the execution of a Contract, unless the award is delayed for a period exceeding twenty -five (25) calendar days. 4. 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 2:00 nm. April 4.2011. and not later. and will then and there be opened and publicly read at that time in the Jack Pittis Conference Room. 5. Because the Contract is for an amount greater than $35,000, a bid bond, performance and payment bond, and retainage will be required for this work. 6. The performance period for this work is 25 working days. Contractor is to mobilize and start work within 10 working days of Notice To Proceed. 1 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 BIDDER: 0- d'<: r' U pct BID FORM 2009 BI- ANNUAL SEWER LINE REPLACEMENT Project WW 27 -99 .L fc 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. 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: MU e ecs veil a-v► refb C 8 4- VA S Surety d Agent Ov._e r wee Sasua.r s r 9 Suret ddres V -k� Cam- o rc t O? Chr: A P` K 00 Surety Contact and Phone Number curis— Agent Address 1Ft.(14_ A. F a0 (0- 361 -gr6 5 Agent Contact and Phone Number 2 ,2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 i BID BOND Travelers Casualty and Surety Company of America One Tower Square 3PB, Hartford, CT 06183 1 Bond No. T -040 KNOW ALL MEN BY THESE PRESENTS, That we, C J Excavating, Inc. as Principal, (hereinafter called the Principal), and Travelers Casualty and Surety Company of America, of One Tower Square 3PB, Hartford, CT 06183, a corporation duly organized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Port Angeles I as OBLIGEE, hereinafter called the OBLIGEE, in the sum of 5.00% of the total amount bid Dollars 5.00% of bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents WHEREAS, the Principal has submitted a bid for Project No. WW 27 -99 2009 Biannual Sewer Line Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or I Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. I Signed, sealed, and dated this 4th day of April, 2011 C J Excavating, Inc. e�� /(,c e(l�i�."L" By ,..4%W 75 /10‘2", Witness (Seal) Principal Travelers Casualty and Surety Company of America By C (Seal) Witness Chris A. Fix, Attorney -in -Fact Printed in cooperation with American Institute of Architects (AIA) by Travelers Casualty and Surety Company of America. The language in this document conforms exactly to the language used in AIA (Document A310, February 1970 edition. S- 1869 -G (08 -99) TRAVELERS J Attorney -In Fact No. day of State of Connecticut City of Hartford ss 58440 -4 -09 Printed in U.S A 221140 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 KNOW ALL MEN BY THESE PRESENTS That St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, 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 Underwnters, 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 Christine V Felicetty, N B Fix, R A Fix, Myung S Fix, and Chris A Fix of the City of Seattle 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, recognizances, conditional undertakings and other wntmgs 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 a'c'tions or proceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to be signed`and thetr'corporate seals to be hereto affixed, this June 2010 In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011. Farmington Casualty Company' Fidelity and Guaranty,Insurance Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company POWER OF ATTORNEY By St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 3 7 2 2 4 5 0 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company George& Thompson, for f /ice President 14th On this the 14th day of June 2010 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc St Paul Fire and Manne 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 authonzed 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 C to Marie C Tetreault, Notary Public WARNING THIS POWER OF A A TTORNEY 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 Underwnters, Inc St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, 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 authonty 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 wntings 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 wntmg 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 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, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, 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 -ts m_full force ar deffect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and afft ed the -seals of said Companies this day of Kori M Johanscia/Assistant Secretary` L 1 1 1 1 1 1 1 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 1 1 1 1 1 1 STATE OF WASHINGTON COUNTY OF C_`ct-« uivr 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)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, 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. Subscribed and swom to before me this 20 11 Pw -009_07 [11/95] NON COLLUSION AFFIDAVIT Signaty of Bidder/Contractor" 5 day of AD Notary Public in and for the State of Washington. Residing at Pr3A_A nA My Comm. Exp.: Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Biannual Sewer Line Replacement, Proiect WW 27 -99 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name s Src ;e Work to be Performed fc �cy T T r i� s_ I,..P q S 36 3 g Subcontractor Name J 2 v s OE c Work to be Performed 9 4 _t;J A. L-<r Lt I 0) %7 x; 066) 99_3 --0189 Palle. rh n T i�i� (v r ✓N Subcontractor Name OA e r r_r,._ L L C Work to be Performed 2_l i C d� czt ;c1. Lo ter; re., 99. Z C�� r Ler WO /-l( 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item No. 1 2 1 1 -05 3 1 -07 4 5 1 -10 6 1 -10 7 8 2 -02 REMOVE EXISTING CONCRETE PAVEMENT 9 2 -02 REMOVE CEMENT CONCRETE CURB GUTTER 10 2 -02 REMOVE CEMENT CONC. SIDEWALK 2 -02 1 REMOVE CATCH BASIN 12 2 -09 STRUCTURE EXCAVATION CL. B 5 -04 I HMA CL. 1/2" PG 64 -22 11 1 13 1 Sec No. 1 -04 1 -09 2 -01 BID FORM 2009 BI- ANNUAL SEWER LINE REPLACEMENT Project WW 27 -99 Description of Item MINOR CHANGE SURVEYING SPILL PREVENTION CONTROL PLAN MOBILIZATION TEMPORARY TRAFFIC CONTROL CONSTRUCTION SIGNS CLASS A CLEARING GRUBBING 14 5 -04 ANTI- STRIPPING ADDITIVE 15 5 -100 PAVEMENT PULVERIZATION 16 7 -04 SOLID WALL PVC STORM SEWER PIPE 6 IN. DIAM. 17 7 -05 CATCH BASIN TYPE I W/ BI- DIRECTIONAL GRATE BASE BID STREET STORM DRAINAGE SALES TAX IN UNIT BID PRICES Extended Estimated Amount Quantity Units 1 1 L.S. 1 7000 1 $7000 1 I L.S. 1 Lae, I 4cc 1 L.S. 251 2 Sc; I 1 1 L.S. I $4. coo I$ i1 000 1 L.S. O. 3_sao 3. ©o 82 S.F. 32 Q I 1 06c I.__vo 1 I L.S. 14 S.Y. 90 L.F. Unit Price (Figures) 19 2 ac) lep 4: 466 4: 12 S.Y. D o� IS I I ,c 1$ 246 I$ 2 C 1 EACH 6 C.Y. o' 2-7 lo cam 180 I TONS 1 p -1 I r� I436 INVOICE $500 $500 950 S.Y. S� S 23,5 10 L.F. v� 241 1 EACH o0 3 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 o✓ 24/0 1 1 1 1 1 1 1 1 1 1 18 19 20 8 -01 1 INLET PROTECTION 8 -02 1 ROADSIDE RESTORATION 1 8 -04 CEMENT CONC. TRAFFIC CURB GUTTER 21 8 -04 CEMENT CONC. PEDESTRIAN CURB 22 8 -14 CEMENT CONC. SIDEWALK 23 8 -14 CEMENT CONC. SIDEWALK RAMP Item Sec No. No. 24 1 1 -05 25 2 -09 26 2 -09 27 7 -04 28 7 -04 29 1 7 -05 30 7 -05 31 1 7 -08 32 7 -09 33 1 9 -03 34 9 -03 Description of Item 1 SURVEYING STRUCTURE EXCAVATION CL. B CRUSHED SURFACING TOP COURSE SOLID WALL PVC SEWER PIPE 6 INCH DIA. SOLID WALL PVC SEWER PIPE 8 INCH DIA. 1 48" DIA. MANHOLE TYPE 1 ABANDON EXISTING MANHOLE 1 TRENCH DAM (CDF) SHORING OR EXTRA EXCAVATION TRENCH 1 COMMON BORROW GRAVEL BACKFILL FOR PIPE ZONE BEDDING Addendum No 1 to Project WW 27 -99 Page 4 of 8 TAXABLE ITEMS 6 1 EACH 1 1 L.S. 90 L.F. Estimated Quantity Units 1 1 L.S. 900 C.Y. 30 TONS 190 L.F. 460 L.F. 1 2 1 EACH 1 EACH 13 C.Y. 4200 S.F. 1 900 1 C.Y. 330 C.Y. Sub Total: Washington State Tax (8.4 Base Bid: I$ (05 '1$ 3�6."�' 1$ 3ccc).‘ .zoo 25 2,2c 22 L.F. 27. 5 S 12 S.Y rG 53 4 EACH d3 d, Base Bid t 534 3 Gp 1. BASE BID SANITARY SEWER Unit Price Extended (Figures) Amount c 350 3i1 3°i 60c, 0__<? LJ3 cr2 1 I) 7-S 92 1,5c 1 Zob ,_,qcf) v� SOD7 5C30. 53 -1$ r 0 c� (01 1 Z f a� 1$ i 8, c C 1,9C E3 8-4 6) „`q BASE BID EUGA PRESSURE MAIN MODIFICATIONS TAXABLE ITEMS Unit Price Extended Item Sec Estimated (Figures) Amount No. No. Description of Item Quantity Units 35 EUGA PRESSURE MAIN 1 1 L.S. 4��op7 L 5 0 o Sub Total: 40 Q o Washington State Tax (8.4 S y( Base Bid: '7 0 alb c�ry Total Base Bid: 47 15:7_ t Yj 5 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 ADDITIVE BID NO.1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Item Sec No. No. Description of Item 36 1 -05 I SURVEYING 37 I 1 -09 1 MOBILIZATION 38 1 -10 TEMPORARY TRAFFIC CONTROL 39 1 -10 CONSTRUCTION SIGNS 41 CLASS A 40 2 -02 REMOVE EXISTING 13 CONCRETE PAVEMENT 41 2 -02 REMOVE CEMENT 42 CONCRETE CURB GUTTER 42 2 -02 REMOVE CEMENT CONC. 13 SIDEWALK 43 2-09 STRUCTURE 100 EXCAVATION CL. B 44 1 5 -04 1 HMA CL. 1/2" PG 64 -22 45 5 -100 PAVEMENT PULVERIZATION 46 7 -04 SOLID WALL PVC STORM 125 SEWER PIPE 6 IN. DIAM. 47 7 -05 CATCH BASIN TYPE I W/ 1 BI- DIRECTIONAL GRATE 48 1 8 -01 1 INLET PROTECTION 49 1 8 -01 1 ROADSIDE RESTORATION 50 8 -04 CEMENT CONC. TRAFFIC CURB GUTTER 51 8 -14 CEMENT CONC. SIDEWALK 52 8 -14 CEMENT CONC. SIDEWALK RAMP 53 8 -27 CEMENT CONC. ALLEY ENTRANCE Addendum No 1 to Project WW 27 -99 Page 6 of 8 STREET STORM DRAINAGE SALES TAX IN UNIT BID PRICES Estimated Quantity 1 1 1 1 1 42 Additive NO.1 Bid: Units L.S. L.S. L.S. Unit Price Extended (Figures) Amount !,c) 4 1 t 1 l Ad O t1._ a, oco' 2 -1 4c.6 i S.F. 4 tJ I loci S.Y. 25 l ac L.F. S S.Y. C.Y. Co 135 1 TONS 1$ 1 6 1 6- 4 1 '1;(23.< I 300 S.Y. 1 2 loo L.F. J 1 1,--r90 EACH Oc) `1300 'o 1 EACH 1 L.S. L.F. 1 O J 1.06 u 1 1 nor 1 2c�=1 1 11 23 S.Y. �9 1 u2:7 2 EACH 6 9610 i)■5 210 S.Y. a 2 -1I &Jo Item Sec No. No. Description of Item 54 1 -05 SURVEYING 55 2 -09 STRUCTURE 265 C.Y. EXCAVATION CL. B 56 4 -04 57 7 -04 58 1 7 -05 59 1 7 -08 60 7 -09 61 1 9 -03 62 9 -03 CRUSHED SURFACING 15 TONS TOP COURSE SOLID WALL PVC SEWER 140 L.F. PIPE 8 INCH DIA. 48" DIA. MANHOLE TYPE 1 TRENCH DAM (CDF) Addendum No. I to Project WW 27 -99 Page 7 of 8 ADDITIVE BID NO.1 SANITARY SEWER TAXABLE ITEMS Estimated Quantity Units 1 L.S. SHORING OR EXTRA 1250 EXCAVATION TRENCH 1 COMMON BORROW 365 GRAVEL BACKFILL FOR 23 PIPE ZONE BEDDING Sub Total: Washington State Tax (8.4 Additive NO.1 Bid Additive NO. 1: Total Base Bid Total Additive Bid: EACH C.Y. S.F. C.Y. C.Y. Unit Price Extended (Figures) Amount 25%> Jam' I$I. I 4 C:. 1 2c`' 1$ 4, it 2 111 ZSZ. 6I"7 7 1 6 s o o Z 44 l J t GI p.J 33 221)520 The bidder hereby acknowledges that it has received Addenda No(s). (Enter "N /A" if none were issued) to this Project Manual. By signing the Bid Form below, the bidder certifies that he is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Bidder's firm name: Complete address: P -0 '60 x Lt--30 0 a rk d rU <0 ►T q.R 3 (Street address) (State) (Zip) Telephone No.: 3 C2_0 Ca g 1 Signed by: 71 Title: Cr Printed Name: c rt.l L C v, A, t' Date: L i 4- 1 Contractor Registration Number: UBI Number: (c20 d --5 I a(a WA State Industrial Insurance Acct. No.: WA State Employment Security Dept. No.: WA State Excise Tax Registration No.: '4- l 6 S 3 7 3 Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. Addendum No 1 to Project WW 27 -99 Page 8 of 8 KNOW ALL MEN BY THESE PRESENTS Dated Received return of deposit in the sum of PW 0407_01 Part01 doc [Revised Apnl 2010] BID SECURITY TRANSMITTAL FORM Herewith find an executed Bid Bond or a deposit in the form of a ca hier's check, postal money order or other security in lieu of a bid bond in the amount of 7 n 77rf -u-Q /3 ro9 which amount is not less than five (5 percent of the total bid SIGN HERE A7 1/ BID BOND That we, Cd—J Ckcavcck iln.. Principal and Tra vet ers cos &p. 14 as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal .im of 5 of TJ.l ,..ou4 Rid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2009 Biannual Sewer Line Replacement PROJECT WW 27 -99 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, 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, otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond SIGNED, SEALED AND DATED THIS day of A---pr 20 Principal Tr�v d e r s Ca_S ucj(-�'u 5., r Cam a/i An er C 6 4-- 1 5 Suret 0 u J Agent f�r..p T &wer S o uaj p 3 P o Oox 75715 it cc r+6a 0_T D6 /R3 Sea uth 18175 Surety address' Agent Address i rk 4-.. Fi k R 74(2 85?' 1-5 R cle. ,4, Ft k —ciO6 —3 G ?6,93 Surety Contact and Phone Number Agent Contact and Phone Number 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 This Contract is made and entered into in duplicate this _5 day of 20 11 by and between the City of Port Angeles, a non charter code city o the State of Washington, hereinafter referred to as "the City and 0 3 x' vai- yvA Sn c_. a Corporation, hereinafter referred to as "t1ke Contractor WITNES SETH: PUBLIC WORKS CONTRACT Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: 2009 Bi- annual Sewer Line Replacement Project WW 27 -99 in accordance with and as described in this Contract and the Project Manual, which include the attached plans and scope of work, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damages. a. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within 10 working days of Notice to Proceed, and said work shall be physically completed within 25 working days after commencing work, unless a different time frame is expressly provided in writing by the City. b. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $1,700 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. 9 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 a. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, at the completion of work and submission of a detailed invoice. b. Payments for any alterations in or additions to the work provided under this Contract shall be on a negotiated time and materials basis. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative 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. 5. Prevailine Waae Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates for Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries. 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, and volunteers against and from any and all claims, injuries, damages, losses, or suits, 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. 10 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 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 Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. a. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub contractors in the work. Builders Risk insurance shall 11 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. b. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $1,000,000 products completed operations aggregate limit iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. c. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. i. The Contractor's insurance coverage shall be primary insurance as respect to the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor shall provide the City and any additional insured's with written notice of any policy cancellation, within two business days of their receipts of such notice. d. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A•VII. e. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. 12 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 f. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. g. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 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 peiniit fees and taxes which may be required for the performance of the work. c. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 10. Assignment. a. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. b. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 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. 13 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 11. Contract Administration. This Contract shall be administered by keU i, t qat on behalf Contractor and by Jeremy Pozernick. Project Manager on behalf of the City. Any written required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: C J EXCAVATING INC. P. O. BOX 430 CARLSBORG, WA 98324 -0430 (360) 683-7741 12. Interpretation and Venue. 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. CONTRACTOR: By: 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. C E x Cava: pct j Name of Contractor Title: Qt-es cl. e /fi City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 CITY OF PORT ANGELES: By City ayor Appred as to Fo ity Attorney Attest: 14 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 99 of the notices Signed this 7 day of Anril 2011 'Travelers Casualty and Surety Company of America Surety Ta y R.A. Fix, Attorney in Fact Title 1501 4th Ave. Seattle, WA 98101 Surety Address Dave Hruska 206 326 4247 Surety Contact and Phone Number CONTRACT BOND Bond to the City of Port Angeles KNOW ALL MEN BY THESE PRESENTS: That we, the undersived, C J Excavating, Inc. as Principal, and Travelers Casualty a corporation, organized and existing under the laws of the State D ime Surety Company of America of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as u ety ioi tiv a severally held and firmly bound to the City of Port Angeles in the penal sum of thousand three hundred twenty 33 /100ths* ($229,320.33 for the payment of which sum on demand we bind ourselves and our successors, news, administrators, or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Seattle 20 Washington, this 7 thday of April C J Excavating, Inc. Principal uvu Ja4, By l ec' tc e Title CB MS OF WA., INC. PO Box 75715 Seattle, WA 98175 Agent Address Nicholas Fix 206 -361 -9693 Agent Contact and Phone Number Bond 105 581 953 The conditions of the above obligation are such that: C J WHEREAS, the City of Port Angeles has let or is about to let to the said Excavating, Inc. the above bounded Principal, a certain contract, the said contract being numbered WW 27 -99 and providing for 2009 Biannual Sewer Line Replacement (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, If the said Principal, C J Excavating, Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemiaify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. 171 2009 EIA.NNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 99 1 1 '1 1 C 1 1 1 TRAVELERSJ Attorney -In Fact No. 221140 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 KNOW ALL MEN BY THESE PRESENTS. That St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, 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 Christine V Felicetty, N B Fix, R A Fix, Myung S Fix, and Chris A Fix WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY of the City of Seattle 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, recogmzances, conditional undertakings and other wntings 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 WITN SS WHEREOF, the Companies have caused this instrument to be signed and their`corporate seals to be hereto affixed, this day of June 2010 State of Connecticut City of Hartford ss In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011 58440 09 Printed in U S.A. 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 By Certificate No. 003722 4 6 9 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company George6 Thompson iior fr ice President 14th On this the 14th June 2010 day of before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, 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. W 1M� C Mane C Tetreault, Notary Public 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 authonty as his or her certificate of authonty may prescribe to sign with the Company's name and seal with the Company's seal bonds, recogmzances, contracts of indemnity, and other wntings 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 wnting 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 wntmg 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 authonty or by one or more Company officers pursuant to a wntten 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 wntings obligatory in the nature thereof, and any such Power of Attorney or certificate beanng 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, Kori M Johanson, 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 Amenca, and UnitedhStates Fidelity 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`sard,Companies this 7th WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER day of April Kon M Johansckt/Assistant Secretary 1 20 1 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 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 OP ID: MW DATE (MM /DD/YYYY) 04/13/11 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 Jim Carl Insurance❑❑ PO Box 207700 Sequim, WA 9838200 Trevor S Campbell INSURED COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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 ppDDL SUBR POLICY EFF POLICY EXP liMq bprn POLICY NUMBER (MM/DD/YYYY1 MM/DD/YYYY1 LIMITS INSR LTR I TYPE OF INSURANCE A A B A GENERAL LIABILITY C J Excavating, Inc.❑❑ PO Box 43000 Carlsborg, WA 98324 X I COMMERCIAL GENERAL LIABILITY X X X X UMBRELLA LIAB EXCESS UAB Ix' CLAIMS -MADE ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS DEDUCTIBLE RETENTION X CERTIFICATE OF LIABILITY INSURANCE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY I X I PiF Q I I LOC AUTOMOBILE LIABILITY X OCCUR CLAIMS -MADE 10,000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, descnbe under DESCRIPTION OF OPERATIONS below City of Port Angeles= PO Box 115000 Port Angeles, WA 98362 360- 683 -3355 X X BKAl253651081 BAAl253651081 USO1 253651081 N/A BKAl253651081 STOP GAP LIABILITY CONTACT NAME CERTIFICATE HOLDER CANCELLATION CITYOPA I PHONE I FAX !A/C No. Est). IA/C. Nol E -MAIL ADDRESS PRODUCER ID u C &JEX -1 INSURER(S) AFFORDING COVERAGE INSURERA American Fire and Casualty Co. INSURER B Ohio Casualty Ins Co INSURER C INSURER D: INSURER E INSURER F 01/01/11 01/01/12 01/01/11 01/01/12 01/01/11 01/01/12 01/01/11 01/01/12 DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Certificate Holder is Additional Insured (primary/non- contributory) as respects to general liability coverage. Waiver of Subrogation as respects to General liability coverage. 0 Project: 2009 Biannual Sewer Line Replacement, Project No WW -27 -99 0 AUTHORIZED REPRESENTATIVE EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) I BODILY INJURY (Per person) I I BODILY INJURY (Per accdent) PROPERTY DAMAGE (Per aaadent) EACH OCCURRENCE AGGREGATE WC S TAU X 1°A- TOR LI TS I I ER E L EACH ACCIDENT E L DISEASE EA EMPLOYEE' E L DISEASE POLICY LIMIT NAIC 1,000,00 200,00 10,00 1,000,00 2,000,00 2,000,00 1,000,000 2,000,00 2,000,00 1,000,000 1,000,0001 1,000,0001 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25 (2009/09) The ACORD name and logo are registered marks of ACORD "MMERCIAL GENERAL LIABILITY CG 84 16 12 03 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY MASTER PAK PLUS FOR CONSTRUCTION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE BLANKET ADDITIONAL INSURED (OWNERS, LESSEES, CONTRACTORS OR LESSORS) 2 FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT 3 NON -OWNED WATERCRAFT 4 SUPPLEMENTARY PAYMENTS (BAIL BONDS) 4 PERSONAL AND ADVERTISING INJURY ELECTRONIC PUBLICATION EXTENSION 5 AGGREGATE LIMITS (PER LOCATION) 5 AGGREGATE LIMITS (PER PROJECT) 5 VOLUNTARY PROPERTY DAMAGE COVERAGE 6 OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE 6 NEWLY FORMED OR ACQUIRED ORGANIZATIONS 7 DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 BODILY INJURY (MENTAL ANGUISH) 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS 8 MEDICAL PAYMENTS 8 BROAD NAMED INSURED 8 BROADENED MOBILE EQUIPMENT 8 INCIDENTAL MALPRACTICE LIABILITY 8 NON -OWNED AIRCRAFT 9 PROPERTY DAMAGE ELEVATORS 9 CG 8416 12 03 Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 1 of 9 I. BLANKET ADDITIONAL tN! 1ED (Owners, Lessees, Contractors or L Jrs) (Includes a Primary /Non- Contributory provision) Who is An Insured Section is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury." The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease, or occupy; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. CG 84 16 12 03 2. Caused in whole or in part by your ongoing operations performed for that insured. The insurance provided the additiona( insured in 1.A.2. above does not apply to: a. Coverage A Bodily Injury and Property Damage Liability, Coverage B Personal and Ad- vertising Injury Liability or defense coverage under the Supplementary Payments arising out of an architect's, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opin- ions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. b. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 2 of 9 D. As respects the covers' provided to the additional insured uf. this endorsement, Section IV- Conditions is amended as follows: 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: CG 84 16 12 03 The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary Insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an additional insured on other policies, this insurance is excess over those other policies. A. The last paragraph of 2. Exclusions of Section 1- Coverage A is replaced by the following: If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section I11 Limits Of Insurance. Includes copyrighted material of ISO Properties., Inc., with its permission, ISO Properties, Inc., 2003 Page 3 of 9 B. Paragraph 6. of Se'.,_.on III Limits Of Insurance is replaced by Lne following: 6. Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, lightning, "explosion" or sprinkler leakage incident. C. Paragraph b.(1)(b) of Condition 4. Other Insurance (Section IV Conditions) is replaced by the following: CG 84 16 12 03 (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "Insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract E. The following definition is added to Section V Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. Rupture or bursting caused by centrifugal force. 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section 1- Coverage A is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 4 of 9 5. PERSONAL AND ADVERTISIi. INJURY ELECTRONIC PUBLICATION L 1 ENSION Paragraphs 14.b., d. and e. of Section V Definitions are replaced by the following: b. Malicious prosecution or abuse of process; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V Definitions: CG 84 16 12 03 d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I Coverage B Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy pe- riod; 6. AGGREGATE LIMITS OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right -of -way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section 111 Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. Includes copyrighted material of ISO Properties., Inc., with its permission. o ISO Properties, Inc., 2003 Page 5 of 9 8. VOLUNTARY PROPERTY D,. 1AGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory CG 84 16 12 03 "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1. Damage arising out of the use of any "auto 2. Property you own, occupy, rent or lease from others; or 3. Property on your premises for sate, service, repair or storage. None of the other policy exclusions apply to this coverage. if the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE B. Exclusions This insurance shall not apply to: A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "Products- completed operations hazard C. Limits Of Insurance The most we will pay for "property damage" under this Section 9. is $25,000 for each "occurrence The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000. The Limits of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 6 of 9 10. NEWLY FORMED OR ACQUIT. J ORGANIZATIONS CG 84 16 12 03 A. In Paragraph 4. of Section 11- Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured if there is no similar insurance available to that entity. However: a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before the entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV Conditions, Paragraph 2.a., that you must see to it that we are notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. B. The requirements in Section IV Conditions Paragraph 2.b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 4. An executive officer or designee, if you are a corporation. 5. A trustee, if you are a trust; or 6. A designee, if you are any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an officer or designee shall have received notice from its agent, servant or "employee Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 7 of 9 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: 15. BROAD NAMED INSURED Paragraph 2.a.(1)(d) of Section II Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are employed by you to provide medical or paramedical services to your employees. 16. BROADENED MOBILE EQUIPMENT Paragraph 12.f.(1) of Section V Definitions is replaced by the following: (1) Equipment designed primarily for: 17. INCIDENTAL MALPRACTICE LIABILITY Paragraph 3. of Section V Definitions is replaced by the following: The following is added to Section V Definitions: CG 84 16 12 03 A. $10,000; or B. The amount shown in the Declarations. (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or great- er; 3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sus- tained by a person, including mental anguish or death resulting from any of these at any time. 23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services provided you are not engaged in the business or occupation of providing any services referred to in this defini- tion. Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 8 of 9 18. NON -OWNED AIRCRAFT The following is added to Subparagraph g. of 2., Exclusions of Section I Coverage A Bodily Injury And Property Damage Liability: (6) an aircraft with a paid crew, that is hired, chartered or loaned but is not owned by any Insured. 19. PROPERTY DAMAGE ELEVATORS The following is added to Subparagraph j. of 2., Exclusions of Section I Coverage A Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators. All other terms and conditions of your policy remain unchanged. CG 84161203 Includes copyrighted material of ISO Properties., Inc., with its permission. ISO Properties, Inc., 2003 Page 9 of 9 a 1 1 1 1 1 1 I Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 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) (Regions' date) (BSP date) General Special Provision Region Special Provision Bridges and Structures Special Provision New Agency General 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 Reeions' 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, 2007APWVA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: "(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. 2 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 DESCRIPTION OF WORK 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: DIVISION 1 GENERAL REQUIREMENTS (March 13, 1995) This contract provides for the improvement of roadway surface, sidewalk and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 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. Neat Line Measurement The line defining the limits of construction, such as excavation. 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. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27-99 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, 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, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following 1 -02.1 Qualifications of Bidder (January 24, 2011 APtiVA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works proj ect. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 -02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will 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 Reduced plans (11" x 17 2 and Contract Provisions Large plans (e.g., 22" x 34 and Contract Provisions Basis of Distribution Furnished automatically upon award. 2 Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's 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 be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. 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). 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 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 /W/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: 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 o f the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 -02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the 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 (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: 6 i 2009 BIANNUAL SEWER LINT: REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 -02.14 Disqualification of Bidders (September 12, 2007 APWA GSP) 1 1 1 1 1 1 1 1 1 1 1 a. The Bidder is not prequalified when so reauired: 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 project from a Bidder under the same or different names. Revise this section to read: 1. A bidder will be deemed not responsible and the proposal reiected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder. in the opinion of the Contracting Agency. is not aualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized oreaualification amount as may have been determined by a preaualification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others. as judged from the standpoint of conduct of the work; workmanship: progress: affirmative action: eaual employment opportunity practices: or Disadvantaged Business Entemnse. Minority Business Enterprise. or Women's Business Enterprise utilization: e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 7 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 -02.15 Pre Award Information (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: 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 Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Conies of the Contract Provisions. including the unsigned Form of Contract, will be available for signature bv the successful bidder on the first business day following award. The number of copies to be executed bv the Contractor will be determined bv the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. 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 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 8 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 -03.4 Contract Bond (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). 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) 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. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road. Bridge and Municipal Construction. 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road. Bridge, and Municipal Construction. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes (August 2, 2004) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right -of -way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map 111 accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment "Licensed Surveying", Lump Sum. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. 10 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 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 perfouu, 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 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the 11 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 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. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 17 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 -05.13 Superintendents, Labor and Equipment of Contractor (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: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting anv notification, notice of protest. notice of dispute. or other correspondence constituting. notification reouired to be furnished under the Contract. must be in paper format, hand delivered or sent via mail delivery service to the Protect 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 reauirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) 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 (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the admimstration of the provisions of the Washington Industnal 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. 1 -07.2 Sales Tax Delete this section, including its sub sections, in its entirety and replace it with the following: 1 -07.2 Sales Tax (January 24, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within 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 1 2009 BIANNUAL SEWER L A.,___ W_.._......._.-..._._...-._....__. INE; REPLACEMENT, PROJECT NO WW 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). State Taxes Section 1 -07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay State sales tax on portions of the project work and obligates the Contractor to collect State sales tax from the Contracting Agency on other portions of the project as follows: 1. The provisions of Section 1- 07.2(1) apply to the following listed portions of the project: Sanitary Sewer 2. The provisions of Section 1- 07.2(2) apply to all of the remaining portions of the project. For bidding purposes the Contracting Agency has segregated the plan quantities which are affected by Section 1- 07.2(1) from those quantities affected by Section 1- 07.2(2). These approximate quantities are shown on the Summary of Quantities sheets; however, any tax payments shall be based on actual quantities used. 15 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) 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. Wages General Section 1- 07.9(1) is supplemented with the following: (February 11, 2008) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA080001. (April 2, 2007) 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: 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.gov /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 -07.18 Public Liability and Property Damage Insurance 16 2009 BIANNUAL S m EWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Delete this section in its entirety and replace with section 7, Insurance of the Contract. Public Convenience And Safety Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete bamer. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance,From Traveled Way (Feet) 1 35 mph or less 10 1 1 40 mph 1 15 1 1 45 to 55 mph 1 20 1 60 mph or greater 1 30 1 or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance Construction and Maintenance of Detours (December 1, 2008) Section 1- 07.23(2) is supplemented with the following: 17 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Pedestrian Control and Protection If no alternative is proposed within the contract plans, all existing pedestrian routes and access points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. The Contractor may propose Traffic Control Plans (TCP's) that comply with the MUTCD, ADA requirements, and these Specifications. Contractor proposed TCP's detailing the alternative accessible pedestrian route shall be approved by the Engineer prior to implementation. The plans will either be returned for correction, approved as noted, or approved for use by the end of a 10 -day review period. Each time the plan is returned for correction, an additional 10 -day review period may be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, and minimum clear width of 48- inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required. Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe, well defined and accessible. Whenever pedestrian walkways are provided across excavations, they shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of bounce and sway, have a slip resistant coating, and be free of cracks, holes and irregularities that could cause tnpping. Ramps, with a maximum slope of 8.3 shall be provided at the entrance and exit of all raised footbridges. The maximum cross slope shall be 2.0 When the existing facility is illuminated or TCP's requires illumination, illumination shall be provided during the hours of darkness. Retroreflective delineation shall be provided during hours of darkness. Where accessible pedestrian routes are allowed to be closed by the Engineer during construction, an alternate accessible pedestrian route shall be provided that complies with the MUTCD, ADA requirements and these Specifications. The alternate accessible pedestrian route shall not have abrupt changes in grade or terrain. Barriers and channelizing devices shall be detectable to pedestrians who have visual disabilities. Where it is necessary to divert pedestrians into the roadway, barricading or channelizing devices shall be provided to separate the pedestrian route from the adjacent vehicular traffic lane. Barricading or channelizing devices used to separate pedestrian and vehicular traffic shall be crashworthy and, when struck by vehicles, present a minimum threat to pedestrians, workers, and occupants of impacting vehicles. At no time shall pedestrians be diverted into a portion of the street used concurrently by moving vehicular traffic. In addition the Traffic Control Plan shall address the following: All pedestrians, including persons with disabilities, shall be provided with a safe and accessible route. The width of the existing pedestrian facility shall be maintained if possible. When it is not possible to maintain a minimum width of 60- inches throughout the entire length of the pedestnan route, a minimum width of 48- inches shall be provided with 60 -inch x 60 -inch passing zones spaced at maximum intervals of 200 -feet to allow individuals in wheelchairs to pass. Traffic control devices and other construction materials and features shall not intrude into the usable width of the sidewalk, alternate accessible pedestrian route, or other pedestrian facility. 18 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Signs and other devices mounted lower than 84- inches above the temporary accessible pedestrian route shall not project more than 4- inches into the accessible pedestrian route. A smooth, continuous hard surface shall be provided throughout the entire length and width of the pedestrian route throughout construction. There shall be no curbs or vertical elevation changes greater than 1/2-inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between' -inch and 1/2-inch shall be beveled at a maximum 2 slope. When channelization is used to delineate a pedestrian pathway, a continuous detectable edging shall be provided throughout the length of the facility such that pedestrians using a cane can follow it. Edging shall protrude at least 6- inches above the surface of the sidewalk or pathway with the bottom of the edging a maximum of 2 -1/2 inches above the surface. Temporary ramps shall be provided when an alternate accessible pedestrian route crosses a curb and no permanent curb ramps are in place. The width of the curb ramp shall be a minimum of 48- inches and the maximum slope of the ramp shall be 8.3 The maximum cross slope shall be 2.0 The bottom of the curb ramp shall be flush with the Roadway. Temporary detectable warning mats shall be installed at street crossings. When possible, an alternate accessible pedestrian route shall be provided on the same side of the street as the disrupted route. When it is not possible, the alternate route shall be clearly identified at the nearest intersection crossing prior to the closure area. Information regarding closed pedestrian routes, alternate crossings, and sign and signal information shall be communicated to pedestrians with visual disabilities by providing devices such as audible information devices, accessible pedestrian signals, or barriers and channelizing devices that are detectable to the pedestrians traveling with the aid of a cane or who have low vision. It is desirable that pedestrians cross to the opposite side of the roadway at intersections rather than mid- block. Appropriate signing shall be placed at the intersections prior to any pedestrian route closure. If not otherwise stated in the contract provisions, access to transit stops shall be provided and maintained at all times. Transit stops may be temporarily relocated with approval of the transit agency and the Project Engineer. At locations where adjacent alternate walkways cannot be provided, appropriate signs shall be posted at the limits of construction and in advance of the closure at the nearest crosswalk or intersection, to divert pedestrians across the street. Physical barricades shall be installed to prevent visually impaired people from inadvertently entering a closed area. 19 x2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Measurement No specific unit of measurement will apply to the lump sum item for pedestrian control and protection. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item included in the Proposal: 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) "Pedestrian Control and Protection lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor for construction, maintenance, and removal of all protective barricades, fencing, and bridges, together with warning and guidance devices detailed m the Plans or any altemative accessible pedestrian routes proposed by the Contractor. 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 pnvate 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 nght of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 43 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 20 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 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. 1- 08.0(2) Hours of Work (Clay 25, 2006 APWA GSP) 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 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. 2009 BIANNUAL SEWER LNE REPLACEMENT, PROJECT NO. WW 27 -99 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in wnting to the Engineer for peliiussion to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day pnor 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 properly 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: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and 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. Assistants may 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. (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). 2009 BIANNUAL SEWER LINE REPLACEMENT, C PROJECT NO. WW 27 -99 Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1 -08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor 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 23 2009 BIANNUAL SEWER LINE REP ._T.___-.-___._.-__- LACEMENT, PROJECT NO. WW 27 -99 c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Cred±ted as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway. sidewalk. and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1 -09.9 PAYMENTS Supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachment D of the Project Manual. 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. 1 -09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third 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 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: 41 2009 BIANNUAL SEWER LrNE REPLACEMENT, PROJECT NO. WW 27 -99 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 partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 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); 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 fmal in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Traffic Control Management General (December 1, 2008) Section 1- 10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 -521 -0778 or (206) 382 -4090 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 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Measurement Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the itern "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply 26 [2009 BIANNUAL SEWER LINE, REPLACEMENT, PROJECT NO. WW 27 -99 2 -01.1 Description Supplemented with the following: DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP Clearing and grubbing on this project shall be performed within the following limits As necessary for workspace, to allow for installation of planned work, where indicted on the plans or directed by the Engineer. 2 -01.5 Payment (January 5, 1998) The first and second paragraphs are revised to read was follows: Payment will be made in accordance with Section 1 -04.1 for the following bid items when they are included in the proposal: All costs for clearing and grubbing on this project shall be included in the unit bid price for "Clearing and Grubbing, Lump Sum 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description (March 13, 1995) Supplemented with the following: This work shall consist of removing miscellaneous items identified below. Removal of Pavements, Sidewalks, Curbs, Gutters and Other Obstructions 2 -02.3 Construction Requirements Supplemented with the following: 1) The approximate thickness of the asphalt pavement on the Alley is 6" to 10 2) Manhole to be abandoned shall have foundation removed to a point 4 feet below existing ground elevation and filled with controlled density fill (CDF). 2 -02.4 Measurement Supplemented with the following: Curb and gutter removal will be measured by the linear foot Traffic curb removal will be measured by the linear foot Sidewalk removal will be measured by the square yard Asphalt concrete pavement removal will be measured per square yard Catch basin removal will be measured per each 27 12009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 "Abandon Existing Manhole" will be measured by each, see section 7- 05.3(2) 2 -02.5 Payment Supplemented with the following: "Remove Cement Concrete Curb and Gutter linear foot All work and material associated with any fill required per Section 2- 02.3(2) shall be included in the cost for removing any item identified for removal in this section. No distinction shall be made between curbs with or without integral gutters or curbs that are an integral part of the concrete roadway. If the gutter is not an integral part of the curb, or the curb is an integral part of the roadway, a portion of the pavement, within the roadway and adjacent to the curb, one foot in width shall be removed and included in the unit bid contract price for "Remove Cement Concrete Curb "Remove Cement Concrete Traffic Curb linear foot "Remove Cement Concrete Sidewalk square yard "Remove Asphalt Concrete Pavement per square yard "Remove Catch Basin per each "Abandon Existing Manhole" per each, see section 7- 05.3(2) Haul and disposal of as well as any necessary equipment, labor, materials, sawing, breaking, planing, 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 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, handholes, 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 -09 STRUCTURAL EXCAVATION 2- 09.3(1)E Backfilling Supplement with the following: In lieu of "Common Borrow the Contractor may use Control Density Fill (CDF) at no extra cost to the Contract Agency. 2 -09.4 Measurement Replace with the following: Common Borrow or Controlled Density Fill (CDF) will be measured by the following: 1) Cubic yard in place determined by the neat lines required by the Plans. 2 8 1 2009 BIANNUAL SEWER LINE, REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5 -04 HOT MIX ASPHALT 5 -04.4 Construction Requirements 5 -03.5 Preparation of Existing DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5- 04.3(5)D Soil Residual Herbicide The first sentence of Section 5- 04.3(5)D is replaced with the following: Soil residual herbicide shall be applied in areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete or asphalt treated base. 5- 04.3(8)A Acceptance Sampling and Testing HMA Mixture Section 5- 04.3(8)A is supplemented with the following: Commercial HMA Evaluation The following HMA will be accepted by commercial HMA evaluation: HMA Class PG 64 -22 5- 04.3(10)B Control This section is deleted. 5- 04.3(12) Joints Deleted and replace with the following: The HMA shall be feathered or a butt joint created to produce a smooth riding connection to the existing pavement. Mainline joints shall be 20' (length): 0.17' (depth) butt joint shall be constructed where indicated on plans or ordered by the Engineer. HMA utilized in the construction of the feathered connections shall be modified by eliminating the ,coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the joint with AR -4000. 5- 04.3(13) Surface Smoothness The second sentence is revised to read: The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 2009 BIANNUAL SEWER LINE REPLACEMENT, RP OJECT NO. WW 27 -99 5 -04.4 Measurement Section 5 -04.4 is revised as follows: The fourth paragraph is deleted. The unit contract bid price for HMA for Overlay Cl. 1/2" PG 64 -22" shall include the contraction of butt joints where indicted on the plans and the application of soil residual herbicide in areas to be paved with granular base. Application of soil residual shall not be required in areas of non- permeable base such as paving over cement concrete or asphalt treated base. Payment The second paragraph of Section 5 -04.5 is supplemented as follows: The unit contract bid price for "HMA Cl. 1/2" PG 64 -22" shall include the construction of butt joints where indicated on the plans, sealing butt and/or lap joints, and the application of soil residual herbicide in accordance with Section 5- 04.3(5)D m areas to be paved with granular base. Application of soil residual herbicide shall not be required in areas of non permeable base such as paving over cement concrete or asphalt treated base. Paragraphs 13, 14 and 15 are deleted. 5 -100 PAVEMENT PULVERIZATION— NEW SECTION The work consists of pulverizing the existing asphalt concrete pavement within the project limits indicated on the Drawings and as marked in the field by the Engineer. The work shall include pulverizing, mixing, re- grading, and compaction of pulverized asphalt with the existing Crushed Surfacing Top Course Layer, in conformance with these Specifications. Existing asphalt concrete pavement surface shall be pulverized as shown on the plan. The thickness of the existing asphalt varies, averaging 6 -40 inches. Actual quantity of pulverized pavement may vary. Acceptance of the gradation will be based on visual inspection by the engineer. After pulverizing of pavement is complete the contractor shall re- graded and compacted to at least 95% of maximum. Measurement and Payment The unit price per square yard for Pavement Pulverizing shall be full compensation for all furnishing all materials, equipment, tools, labor, and all other costs associated with pulverizing, mixing, compacting and re- grading the existing asphalt pavement as shown on the plans. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 7 -04 STORM SEWERS DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -04.5 Payment Supplement with the following: The unit contract price per linear foot for storm sewer pipe of the kind and size specified shall be full payment for pavement sawing, pavement removal, excavation and disposal of excavated material, pavement restoration, and restoration of any other existing facilities damaged or destroyed during construction. 7 -05 MANHOLES, INLETS, CATCH BASLNS, AND DRYWELLS 7 -05.2 Materials Supplement with the following: I) All manhole frames and covers shall be GMI 2600 Series, manufactured by GMI Composites, Inc. or equivalent. 2) Grates and covers shall be standard bolt down type indicated. 3) Adjusting inlets shall be cement concrete 4) Each manhole ring and cover shall be installed per the manufactures installation instructions. 5) Backfill around catch basins shall be controlled density fill (CDF) when directed by the Engineer. 7 -05.3 Construction Requirements Supplement with the following: All manholes shall have GMI 2600 Series, manufactured by GMI Compsites or equivalent. Risers shall be installed and anchored down per installation instruction. Combination inlet hoods and catch basin grates shall have stamped on them the words "Drains to Streams" Plugs and 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 tee's shall be installed in only those structures that are the first upstream structure from a main or manhole. 7- 05.3(1) Adjusting Manholes and Catch Basin to Grade Supplement with the following: Where shown on the Plans, or directed by the Engineer, the Contractor shall install catch basin or inlet with frame, grate or solid cover as indicated on the plans to finish grade. 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 location directed by the Engineer Adjusted manholes shall be replaced with new bolt down type frame, covers and rings provide by the City. 31 2009 BIANNUAL SEWER LINE REPLACEMENT, 7.99 PROJECT NO. WW 27 -99 7- 05.3(2) Abandon Existing Manhole Supplement with the following: The existing manhole to be abandoned shall be broken 4 feet below the revised surface elevation and filled with CDF. 7 -05.4 Measurement Supplement with the following: "Catch basin Type I w/ Bi- Directional Grate will be measured per each. "Manhole 48" Dia. Type I will be measured by each. "Abandon Existing Manhole" will be measured by each. Delete "Connections to existing drainage Structures will be measured per each" and replace with "Connection to existing drainage Structures" will be incidental. 7 -05.5 Payment Supplement with the following "Catch basin Type I w/ Bi- Directional Grate per each. All costs associated cost shall be included in the unit contract pnce. This shall include, but not be limited to: 1) Connect to existing storm structure. 2) Installation of Oil/Water separator tee's where required. 3) Pavement sawing, pavement removal, excavation and disposal of excavated material, pavement restoration, and restoration of any other existing facilities damaged or destroyed dunng construction, is considered incidental and shall be included in the unit contract pnce. "Manhole 48" Dia. Type I per each All associated cost shall be included in the unit contract price This shall include, but not be limited to 1) Connect to existing sewer structure. 2) Pavement sawing, pavement removal, excavation and disposal of excavated matenal, pavement restoration, and restoration of any other existing facilities damaged or destroyed dunng construction, is considered incidental and shall be included in the unit contract pnce. 7 -08.4 Measurement The third paragraph shall be deleted and replaced with the following: Pipes shall be plugged as shown on the Drawings or per the direction of the Engineer. 7 -08.5 Payment Delete "Plugging Existing Pipe, per each'. Plugging Existing Pipe will be made incidental to all other unit bid prices. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7- 08.100 TRENCH DAM— NEW SECTION 7- 08.100(1) Description This Work consists of placing controlled density fill (CDF) as indicated on the Drawings or as directed by the engineer. Bid item, "Trench Dam" shall be deleted in it's entirely if the Contractor opts to use controlled density fill (CDF) in lieu of "Common Borrow." 7- 08.100 (2) Materials Where shown in the Plans or where designated by the Engineer, the existing abandoned sewer main shall be backfilled with controlled density fill (CDF). 7- 08.100(3) Measurement Controlled Density Fill (CDF) for "Trench Dam" will be measured by the following: 1) Cubic yard in place determined by the neat lines required by the Plans. 7- 08.100(4) Payment The unit bid prices shall include all necessary excavation, including excavation of cut slopes, disposal of material, restoration of any other existing facilities damaged or destroyed dunng construction. 7 -17 SANITARY SEWERS 7- 17.3(2)11 Television Inspection Revise the first sentence of paragraph one (1) to read: All new sewer lines shall be inspected by the use of a television camera before final acceptance. 7 -17.5 PAYMENT Delete "Testing Sewer Pipe, per liner foot Testing Sewer Pipe will be made incidental to all other unit bid prices. Delete "The unit contract price per linear foot for "Testing Sewer Pipe" shall be full pay for all labor, material and equipment required to conduct the leakage tests required in section 17.17.3(2)." Will be replaced with testing sewer pipe shall include all labor, material and equipment required to conduct the leakage tests stated in section s 17- 17.3(2) 7 -18 SIDE SEWERS 7 -18.1 Description Supplement with the following: Location and depths of existing side sewers are approximate. Exact position and depth are not guaranteed. Active status of side sewers shall be determined in field by Contractor. The Contractor shall be responsible to venfy location and depths of all existing side sewers. 33 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.4 Measurement The first sentence of section 8 -01.4 is deleted. 8 -01.5 Payment Revise as follows: "ESC Lead per day is deleted The work performed by the ESC Lead shall be included in the unit contract pnce for "Inlet Protection 8 -02 ROADSIDE RESTORATION 8 -02.1 Description Replace with the following: This work consists of placing compost and grass seed in grassy areas disturbed by construction. These areas shall include cut slopes and excavations necessary for construction of formwork, or area directed by Engineer. 8 -02.2 Materials Replace with the following: Matenals shall meet the requirements of the following: Compost 9- 14.4(8) Grass Seed 9 -14.2 8 -02.3 Construction Requirements Replace with the following: DIVISION 8 MISCELLANEOUS CONSTRUCTION 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 8 -02.4 Measurement Replace with the following: No specific unit of measure shall apply to the lump sum item of roadside restoration. 8 -02.5 Payment Replace with the following: 4 2009 BI_ANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "Roadside Restoration lump sum, shall be full pay for all work and materials required to perform the work described in this section. 8 -14 CEMENT CONCRETE SIDEWALKS 8- 14.3(3) Placing and Finishing Concrete The first paragraph is supplemented with the following: Soil residual herbicide shall be applied to the subgrade prior to pouring cement concrete. The fourth, fifth sixth paragraphs of Section 8- 14.3(3) are deleted and replaced with the following: Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the yellow truncated dome shape and dimension shown in the WSDOT Standard Plans and shall be formed by installing a replaceable panel manufactured by "ADA Replaceable Tiles or equal. The panels shall be installed by the Contractor immediately after the concrete has been poured and prior to curing. The panels shall be installed under the direction of the Engineer. 8 -14.4 Measurement The second sentence of the first paragraph is replaced with the following: Measurement of cement sidewalk ramp will be per each for that discreet portion of the ramp containing the detectable warning panel. Surrounding sidewalk, pedestrian and traffic curbing shall be measured under the appropriate bid item. 8 -14.5 Payment Supplemented with the following: "Cement Concrete Sidewalk Ramp per each Payment for any item in this section shall include all necessary excavation, including excavation of cut slopes, disposal of excavated material, application of soil residual herbicide, backfill of voids required for forming, restoration of any other existing facilities damaged or destroyed during construction. 8 -100 CEMENT CONCRETE ALLEY ENTRANCE NEW SECTION 8 -100.1 Description This Work shall consist of constructing the types of cement concrete alley entrances shown in the Plans and in accordance with these Specifications and the Plans. The widths of the entrances shall be noted in the Plans. When no widths is noted in the Plans, the entrance shall be constructed to the minimum dimensions shown in the Standard Plans. 8 -100.2 Materials Materials shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates 9 -03 Premolded Joint Filler 9 -04.1 35 (2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 8 -100.3 Construction Requirements Cement concrete alley approaches shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6 -02 or Portland Cement Concrete Pavement conforming to the requirements of Section 5 -05. 8 -100.4 Measurement "Cement Conc. Alley Entrance" will be measured by the square yard or finished surface. 8 -100.5 Payment "Cement Conc. Alley Entrance per square yard Alley entrance concrete may be placed, compacted, and finished using hand methods. The tools required for these operations shall be approved by the Engineer. After troweling and before edging, the surface of the alley entrance shall be brushed in a transverse direction with a stiff bristled broom. Curing of the concrete shall be in accordance with Section 5- 05.3(13). The alley entrance may be opened to traffic in accordance with Section 5005.3(17) When noted in the Plans, the Contractor shall construct the alley entrance in 2 or more segments to permit access. At these locations, the Contactor shall provide a well- graded and drained temporary approach suitable for vehicular traffic from the abutting Roadway to the existing alley and a firm surface for pedestrians crossing the approach. When the concrete in this segment of the entrance has reached the desired compressive strength, the Contractor shall route traffic over it, remove the temporary approach, and construct the remaining alley entrance segment or segments. The joints between segments shall be filled to full cross- section with 3/8- inch premolded joint filler. Payment for any item in this section shall include all necessary excavation, including excavation of cut slopes, disposal of excavated material, application of soil residual herbicide, backfill of voids required for forming, restoration of any other existing facilities damaged or destroyed during construction 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 DIVISION 9 Materials AGGREGATES (January 5, 2004) HMA Test Requirements Section 9-03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 2.4 million. 37 I 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW-27-99 INTRO.AP 1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 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, DEFINITIONS AND TERMS August 2, 2010 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association 1 -02.AP 1 SECTION 1 -02, BID PROCEDURES AND CONDITIONS January 4, 2010 1 -02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insurevision.com and BidX.com. 1 -02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1- 02.12. The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. 3 8 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 IMMOBJE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1- 06.AP1 SECTION 1 -06, CONTROL OF MATERIALS January 3, 2011 1 -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub section: 1- 06.1(4) Fabrication Inspection Expense 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: Steel Bridges and Steel Bridge components Cantilever Sign Structures and Sign Bridges Prestressed Concrete Girders and Precast Bridge Components Cylindrical, Disc, Pin, and Spherical Bearings Modular Expansion Joints Epoxy Coated Reinforcing Steel Painted and Powder Coated Luminaire and Signal Poles Additional items as may be determined by the Engineer The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone 1 Place of Fabrication Within 300 airline miles from Seattle 2 Between 300 and 3,000 airline miles from Seattle 3 Over 3,000 airline miles from Seattle *Note An inspection day includes any calendar inspecting at or traveling to and from a place of fab Reduction in Payment None $700.00 per *inspection day $1,000 per *inspection day, but not less than $2,500 per trip day or portion of a calendar day spent rication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 39 2009 BIANNUAL LINE REPLACEMENT, PROJECT NO. WW 27 -99 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU PL) 100 Category n =3 n_4 n_5 n =6 n_7 n =8 n =9 n=10 n_12 n =15 n_18 n =23 n=30 n =43 n_67 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 -0 Table 2 "Pay Factors" on page 1 -40 is revised to read: I PAY FACTOR I I 1 05 100 100 100 100 100 100 100 100 100 100 1 04 100 99 97 95 96 96 96 97 97 97 97 1 03 100 98 96 94 92 93 93 94 95 95 96 96 1 02 99 97 94 91 89 90 91 92 93 93 94 94 1 01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 1 00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0 99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0 98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0 97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0 96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0 95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0 94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0 93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0 92 55 60 63 66 63 69 70 72 73 75 76 78 79 81 82 0 91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0 90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0 89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0 88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0 87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0 86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued) Table 2 Pay Factors (continued) Minimum Required Percent of Work Within Specification Limits for a Given Factor (P PJ —100 Category n =3 n =4 n =5 n =6 n =7 n =8 n =9 n =10 n =12 n =15 n =18 n =23 n =30 n =43 n =67 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 b 0 85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0 84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0 83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0 82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0 81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0 80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0 79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0 78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0 77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0 76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0 75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0 75 Pay Factor Note If the value of (P„ +1 100 does not correspond to a (P P,) 100 value in this table use the next smaller (P„ P,) 100 value 0 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 1 1 1 1 1 1 The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract related taxes have been paid (RCW 60.28.051). I 1- 07.9(1) General 1 1 1 1 1 1 1 1 1 1 1 1 1- 07.AP1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC January 3, 2011 1 -07.2 Sales Tax The third sentence in the first paragraph is revised to read: The Contractor shall contact the Contract Payment section of the Division of Accounting Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The' second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8 -17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item "Reimbursement for Third Party Damage 1 -07.14 Responsibility for Damage The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during_ performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Pursuant to RCW 4.24.115, where 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. This section is supplemented with the following: THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION OBLIGATIONS SET FORTH IN SECTION 1- 07.14, THE CONTRACTOR SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT RETAINS IN CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE SUBCONTRACTOR. 1 -07.15 Temporary Water Pollution/Erosion Control The fourth paragraph is deleted. 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan The third sentence in the first paragraph is revised to read: No on -site construction activities may commence until the Contracting Agency accepts a SPCC Plan for the project. In item number 10, the first paragraph below the pay item "SPCC Plan," lump sum is revised to read: When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. 1- 07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes tom bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as designated by the Engineer at no additional cost to the Contracting Agency. :22009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 1 -07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: 1 -07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1- 05.12). 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary the Department and all officers and employees of the State as named insured. 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each one year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations coverage shall be provided for a period of three years following Substantial Completion of the Work. 3. Commercial Automobile Liability Insurance providing bodily injury and property damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 each occurrence. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in- transit pollution risk is covered under a Pollution Liability insurance policy. 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees of the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. All insurance coverage required by this Section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. _,,2..m. 43 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 All endorsements adding Additional Insureds to required policies shall be issued on (i) form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to this section or any Special Provision, shall be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products /completed operations claims. The additional insured coverage required under this Section for products /completed operations claims shall remain in full force and effect for not less than three years following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1- 07.18 or any Special Provision, then those additional coverage limits shall also apply to the Contracting Agency and the Additional Insureds. This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. 6. All insurance policies and coverage's required under Section 1 -07.18 and Section 1 -07.10 shall contain a waiver of subrogation against the Contracting Agency the State, any Additional Insured 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. This waiver has been mutually negotiated by the parties. 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the Contractor provid ed insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. In the event that a Subcontractor is required to add the Contractor as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non- contributory limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision 8. Unless specifically noted otherwise in the Contract Documents, the parties to this Contract do not intend by any of the provisions of this Contract to cause the public or any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance of the Work shall become thereby a third party beneficiary of this Contract. The Contract Documents shall not be construed to create a contractual relationship of any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. =MOM -t 2009 BIANNUAL SEWER LINE REPLACEM ENTT, PROJECT NO. WW 27-99 9. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in excess of $50,000.00. 10. With the exception of the Commercial Automobile liability coverage, 110 policies of insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (i) terms and scope of insurance coverage afforded by the policies required hereunder and/or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504 -7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504 -7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5- 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 011 demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. 1- 08.AP1 SECTION 1 -08, PROSECUTION AND PROGRESS January 3, 2011 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants 1 -08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 arid January 1 will be classified as nonworking days. Item number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. 1- 09.AP1 SECTION 1 -09, MEASUREMENT AND PAYMENT January 3, 2011 1- 09.2(1) General Requirement for Weighing Equipment This section is revised to read: Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. Scales Scales shall: 1. be accurate to within 0.5- percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt [2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 scales are considered to be commercial scales. When a commercial scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at the direction of the Contracting Agency (see Section 1- 09.2(5)); 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422 -027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for scales that are not self printing. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; 2. contract number; 3. contract unit Bid item; 4. unit of measure; 5. identification number of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. 1- 09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: 47 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. 1- 09.2(3) Specific Requirements for ]Platform Scales In the first paragraph, the last sentence is revised to read: A tare weight shall be taken of each hauling vehicle at least once daily. The third paragraph is deleted. 1- 09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. Verification checks may not be routinely conducted quantities of weighed material who's estimated proposal quantity, multiplied by its unit price, has a value of less than $20,000. The verification will consist of one of the following methods and be at the Contractor's option: Should the scale verification check reveal a weight difference of more than 0 5- percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5- percent limit, the Contractor shall immediately stop weighing and the scale shall be recertified at the Contractor's expense. Belt Scales To test the accuracy of a belt- conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. 48 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27-99 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale and then check the project scale with it. 3. Establish a certified fixed load weighing at least 10,000 pounds as a check weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1 09.2(6) Payment This section is revised to read: Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any loss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5- percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: furnishing, installing, certifying, and maintaining scales; providing a weigher to operate a Contractor provided scale; providing a weigher to operate a commercial scale, if necessary; providing self printing tickets, if necessary; rerouting a truck for verification weighing; assisting the Engineer with scale verification checks; any other related costs associated with meeting the requirements of this section. 1 09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a d9 2009 BLANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. 1- 09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, tosses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. 1- 10.AP1 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL January 3, 2011 In Division 1 -10, all references to "truck mounted" are revised to read "transportable 1- 10.2(3) Conformance to Established Standards The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. 1- 10.3(2)C Lane Closure Setup /Takedown Item number 1 in the first paragraph is revised to read: 1. If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide warning of both the operation and any queue of traffic that has formed during the operation. In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator /arrow board 1- 10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast 1- 10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1- 10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's 1- 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact .Attenuator(s)" are revised to read "Transportable Attenuator(s) 5{l 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". 2- 01.AP2 SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 5, 2010 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. 2- 02.AP2 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. 2- 09.AP2 SECTION 2 -09, STRUCTURE EXCAVATION January 3, 2011 2- 09.3(1)E Backfilling The sixth paragraph is revised to read. The water /cement ratio shall be calculated on the total weight of cementitious material. Cementitious materials are those listed in Section 5 -05.2. 2- 09.3(2) Classification of Structure Excavation Item number 1 is revised to read: 1. Class A. Structure excavation required for bridge and retaining wall footings, geosynthetic retaining wall footings, structural earth walls and sign structure footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and noise barrier wall footings shall be classified as Structure excavation Class A. If the excavation requires a cofferdam, structural .51]2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 2- 09.3(3)D Shoring and Cofferdams The 14th paragraph is revised to read: If soldier piles are placed in drilled holes, and lagging is installed concurrently with the excavation, all backfill above the bottom of the lagging shall consist of controlled density fill or lean concrete. Backfill below the bottom of the lagging may consist of pea gravel. If full- height steel sheet lagging is installed prior to excavation, soldier pile holes may be backfilled with pea gravel. 2 -09.4 Measurement The second sentence in the second paragraph, "Horizontal Limits is supplemented with the following: (4) more than 1 -foot outside the perimeter of the soil reinforcement area for geosynthetic and structural earth walls. 5- 01.AP5 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION August 2, 2010 5 -01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9- 07.5(1) 5- 01.3(4) Replace Portland Cement Concrete Panel The thirteenth paragraph is revised to read: The tie bar and dowel bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole and all voids around the bar completely filled with grout. Dams, if needed, shall be placed at the front of the holes to confine the grout and center the bars in the holes. The dams shall permit the escape of air without leaking, grout and shall not be removed until grout has cured in the hole. 5- 01.3(6) Dowel Bar Retrofit The last paragraph is deleted. 5- 01.3(9) Portland Cement Concrete Pavement Grinding The third sentence in the first paragraph is revised to read: Grind one pass along the edge adjacent to Portland Cement Concrete Pavement (PCCP) placed in accordance with Section 5 -05, before the PCCP is placed. The second sentence in the second paragraph is deleted. shoring, or extra excavation, the work outside the neat lines of the Structure excavation Class A shall be classified as shoring or extra excavation Class A. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5- 02.AP5 SECTION 5 -02, BITUMINOUS SURFACE TREATMENT August 2, 2010 5 -02.5 Payment The following pay item and related statements are deleted: "Asphalt Emulsion Price Adjustment by calculation. 5- 04.AP5 SECTION 5 -04, HOT 1VIIX ASPHALT April 5, 2010 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons or less. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the fmal lot for a mix design may be increased to 25 sublots 5- 04.3(10)B1 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the fmal lot for a mix design may be increased to 25 sublots. 5- 05.AP5 SECTION 5 -05, CEMENT CONCRETE PAVEMENT Janu 3, 2011 5 -05.2 Materials This section is supplemented with the following: Cementitious Materials are considered to be the following: portland cement, blended hydraulic cement, fly ash, ground granulated blast furnace slag, microsilica fume, and metakaolin. 5- 05.3(1) Concrete Mix Design For Paving In number 1., the second sentence in the fourth paragraph is revised to read: 53 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Cementitious materials are those listed in Section 5 -05.2. In number 3.c., the last paragraph is deleted. 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2 The eighth paragraph is revised to read: Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. 5- 05.3(11) Finishing The first sentence in the third paragraph is revised to read: On projects requiring less than 500- square yards of cement concrete pavement or irregular areas the surface finish may be either longitudinal Lining or be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. The fourth sentence in the third paragraph is deleted. The last sentence in the third paragraph is revised to read: Regardless of the surface finish, if the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 -feet from the curb line. This section is supplemented with the following two new paragraphs: The standard method of surface finish shall be longitudinal tining. In advance of curing operations, where longitudinal tining is required, the pavement shall be given an initial and a final texturing. Initial texturing shall be performed with a burlap drag or broom device that will produce striations parallel with centerline. Final texturing shall be performed with a spring steel tine device that will produce grooves parallel with the centerline. The spring steel tine device shall be operated within 5- inches, but not closer than 3- inches, of pavement edges. Burlap drags, brooms and tine devices shall be installed on self propelled equipment having external alignment control. The installation shall be such that when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times. Broom and tine devices shall be provided with positive elevation control. Downward pressure on pavement surface shall be maintained at all times during texturing so as to achieve uniforrn texturing without measurable variations in pavement profile. Self propelled texturing machines shall be operated so that travel speed when texturing is maintained constant. Failure of equipment to conform to all provisions in this paragraph shall constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing device shall be rectangular in cross section, 3 /32 to 1 /8 inch wide, on inch centers, and of sufficient length, thickness and resilience to form grooves approximately 3 /16 inch deep in the fresh concrete surface. 54 1 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Final texture shall be uniform in appearance with substantially all of the grooves having a depth between 1 1 16 inch and 5 /16 inch. 5- 05.3(12) Surface Smoothness The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. 5- 05.3(13)A Curing Compound The tenth paragraph is deleted. 5- 05.3(16) Protection of Pavement All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 5- 05.3(17) Opening to Traffic All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 7- 02.AP7 SECTION 7 -02, CULVERTS January 3, 2011 7 -02.2 Materials In the first paragraph, the following three items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9- 05.19 Steel Rib Reinforced Polyethylene Culvert Pipe High Density Polyethylene (HDPE) Pipe Polypropylene Culvert Pipe The third paragraph is revised to read: 9 -05.21 9 -05.23 9 -05.25 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, corrugated polyethylene culvert pipe, and polypropylene culvert pipe. In the `Culvert Pipe Schedules' table, the last column is revised to read: Thermoplastic PE PVC or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP PE, PVC, or PP 552009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 PE, PVC, or PP None None None None None None None The footnotes below the `Culvert Pipe Schedules' table are supplemented with the following: 3 Polypropylene pipe 7 -02.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot. "Polypropylene Culvert Pipe In. Diam. per linear foot. 7- 04.AP7 SECTION 7 -04, STORM SEWERS January 3, 2011 7 -04.2 Materials In the first paragraph, the following three items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9- 05.20 Steel Rib Reinforced Polyethylene Storm Sewer Pipe High Density Polyethylene (HDPE) Pipe Polypropylene Storm Sewer Pipe The third paragraph is revised to read: 9 -05.22 9 -05.23 9 -05.25 Thermoplastic storm sewer pipe includes solid wall PVC storm sewer pipe, profile wall PVC storm sewer pipe, corrugated polyethylene storm sewer pipe, and polypropylene storm sewer pipe. In the `Storm Sewer Pipe Schedules' table, the fifth column heading is revised to read: PE` PP The footnotes below the `Storm Sewer Pipe Schedules' table are supplemented with the following: 4 PP= Polypropylene pipe 7 -04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. per linear foot. 56 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 "Polypropylene Storm Sewer Pipe In. Diam. per linear foot. 7- 17.AP7 SECTION 7 -17, SANITARY SEWERS January 3, 2011 7 -17.2 Materials. The first paragraph is revised to read: Pipe used for sanitary sewers may be: Rigid Thermoplastic Concrete ABS Composite Vitrified Clay PVC (Polyvinyl Chloride) Ductile Iron Polypropylene The fourth paragraph is supplemented with the following item: Polypropylene Sewer pipe 9 -05.25 7 -17.5 Payments The following bid item is inserted after the bid item "ABS Composite Sewer Pipe_In. Diam "Polypropylene Sewer Pipe In. Diam. per linear foot. 8- 01.AP8 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL January 3, 2011 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. 8- 01.3(1)A Submittals This section is revised to read: Western Washington CWest of the Cascade Mountain crest) October 1 through Apnl 30 2 -days maximum May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum July 1 through September 30 10 -days maximum When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency- provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 220 -030 EF 8- 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section Number 3., is revised to read: 58 2009 BIAiNNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8- 01.3(1)D Dispersion/Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250- pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder 8- 01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder The fourth paragraph is revised to read: Temporary seed applied outside the application windows established in 8- 01.3(2)F shall be covered with a mulch containing either HECP Type 2 Mulch or HECP Type 1 Mulch, as designated by the Engineer. 8- 01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders 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. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250- pounds per acre. The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAMM)" is revised to read. Si3 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 A minimum of 200 pounds per acre of HECP Type 3 Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM)", "within" is revised to read "after" The paragraph "Soil Binding Using Bonded Fiber Matrix (BEM)" including title is revised to read: Soil Binding Using HECP Type 2 Mulch The HECP Type 2 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The HECP Type 2 Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including titled is revised to read: Soil Binding Using HECP Type 1 Mulch The HECP Type 1 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer,.and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October l will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8- 01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection The first sentence is revised to read: 60 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as deteimined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(2)I Mowing In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to The last sentence is revised to read: Compost shall be Coarse Compost. 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam This section including title is revised to read: 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8- 01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 61 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 8- 01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater than what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8- 01.3(9)C Straw Bale Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans 8- 01.3(9)D Inlet Protection The first three paragraphs are revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. When the depth of accumulated sediment and debris reaches approximately i4 the height of an internal device or '/3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). 8- 01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 62 r2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8- 01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies In the second paragraph "bank" is revised to read "slope In the third paragraph "and" is revised to read "or This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. 8- 01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8- 01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8- 01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8 -01.4 Measurement The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 -01.5 Payment The following bid items are relocated after the bid item "Check Dam "Inlet Protection per each. "Gravel Filter Berm per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. fi31 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for "Temporary Curb" shall include all costs to install, maintain, remove, and dispose of the temporary curb. The following bid item is inserted after the bid item "Mulching with Pam "Mulching with HECP Type 3 Mulch per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with HECP Type 2 Mulch" The bid item "Mulching with MBFM/FRIVI" is revised to read: "Mulching with HECP Type 1 Mulch" 8- 02.AP8 SECTION 8 -02, ROADSIDE RESTORATION January 3, 2011 8 -02.2 Materials In the first paragraph, the following item is inserted after the item "Fertilizer 9- 14.3 Mulch and Amendments 9 -14.4 8- 02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1 -08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved pnor to starting any Work defined in Sections 8 -01, and 8 -02 In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of 64 I 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last paragraph under "Plant Establishment Plan" is deleted. 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed Control This section is deleted. 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub sections: 8- 02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http://www.wsdawa.gov/Maintenance/Roadside/herbicide_use.htm may be used. 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site m the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8- 02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. 8- 02.3(7) Layout of Planting The second paragraph is deleted. 8- 02.3(8) Planting In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted during unsuitable soil or weather conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. 8- 02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read: 6 2009 BIAN SEWER LINE REPLACEMENT, R........ NO WW PROJECT NO WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. 8- 02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: Dunng the first -year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. In the fourth paragraph, "propose" is revised to read "submit 8- 02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8- 02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range March 1 to October 1." and "East of the summit of the Cascade Range April 15 to October 1." are revised to read: Western Washington (West of the Cascade Mountain crest) March through May 15 September 1 through October 1 The fifth paragraph is revised to read: In the sixth paragraph, the last sentence is revised to read: 8 -02.4 Measurement The seventh paragraph is revised to read: Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. [2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 99 Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. 8 -02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90- percent Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). The following is inserted after the bid item "Fine Compost "Medium Compost per cubic yard. The paragraph for the bid item "Weed Control" is revised to read: "Weed and Pest Control will be paid in accordance with Section t -09.6. The following new paragraph is inserted after the bid item "Soil Amendment The unit Contract price per cubic yard for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. 8- 14.AP8 SECTION 8 -14, CEMENT CONCRETE SIDEWALKS January 3, 2011 8- 14.3(3) Placing and Finishing Concrete. The last sentence in the last paragraph is deleted. 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8- 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning, surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8 -14.4 Measurement The second sentence in the first paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: 68 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type is supplemented with the following new paragraph: The unit Contract price per each for "Cement Concrete Curb Ramp Type shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface 9- 02.AP9 SECTION 9 -02, BITUMINOUS MATERIALS January 3, 2011 9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive This section is revised to read: Flexible bituminous pavement marker adhesive is a hot melt thermoplastic bituminous material used for bonding raised pavement markers and recessed pavement markers to the pavement. The adhesive material shall conform to the following requirements when prepared in accordance with the Materials Manual WSDOT Standard Operating Procedure (SOP) No. 318: 1 1 1 1 1 1 1 1 Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. Property Penetration, 77 °F, 100g, 5 sec, dmm Softening Point, F Rotational Thermosel Viscosity, cP, #27 spindle, 20 RPM, 400 °F Ductility, 77 °F, 5 cm/minute, cm Ductility, 39.2 °F, 1 cm/minute, cm Flexibility, 1", 20 °F, 90 deg. Bend, 10 sec., 1 /8 "x 1" x 6" specimen Bond Pull -Off Strength 9- 02.1(9) Vacant Test Method AASHTO T 49 AASHTO T 53 AASHTO T 316 AASHTO T 51 ASTM D 51 ASTM D 3111 NOTE 1 WSDOT T -426 Requirement 30 Max. 200 Min. 5000 Max. 15 Min. 5 Min. Pass 1 Greater than 50 psi Note 1: Flexibility test is modified by bending specimen through an arc of 90 degrees at a uniform rate in 10 seconds over a 1 -inch diameter mandrel. 9- 02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer This section including title is revised to read: 69 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 m 9- 03.AP9 SECTION 9 -03, AGGREGATES August 2, 2010 In this Division, all references to AASHTO TP 61" are revised to read "AASHTO T 335 9- 03.11(2) Streambed Cobbles The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Approximate Size Note 1 12" 10" 8 6 5" 4" 3 2" 1 3/n a 100 20 -50 9- 04.AP9 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS August 2, 2010 9- 04.2(1) Hot Poured Joint Sealants This section is revised to read: Percent Passing 1 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles l00 100 70 -90 100 70 -90 70 -90 70 -90 30 -60. 30 -60. 10 max. 10 max. 10 max. In the second paragraph, "determine" is revised to read "determined 30 -60. 7412009 BI_ANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 99 100 70 -90 30 -60. 10 max. 10 max. Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except for the following.: 1. The Cone Penetration at 25 °C shall be 130 maximum. 2. The extension for the bond, non immersed, shall be 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3. The hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205 °C in accordance with AASHTO T 48 Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. 9 -04.11 Butyl Rubber This section including title is revised to read: 9 -04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, M1 BG 610. 9- 05.AP9 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 3, 2011 9- 05.2(8) Perforated Corrugated Polyethlene Underdraine Pipe (12 -inch through 60 -inch) This section including title is revised to read: 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe, Couplings and Fittings (12- inch through 60 -inch) Perforated corrugated polyethylene underdrain pipe, couplings and fittings, 12 -inch through 60 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be unifoiinly spaced along the length and circumference of the pipe. 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's 9 -05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9 -05.19 Corrugated Polyethylene Culvert Pipe This sections title is revised to read: 9 -05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The first paragraph is revised to read: 71 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 Corrugated polyethylene culvert pipe, couplings, and fittings, shall meet the requirements of AASHTO M 294 Type S or D for pipe 12 -inch to 60 -inch diameter with silt -tight joints. 9 -05.20 Corrugated Polyethylene Storm Sewer Pipe This sections title is revised to read: 9 -05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings In the first paragraph, the first sentence is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements of AASHTO M 294 Type S or D. Section 9 -05 is supplemented with the following new sub sections: 9 -05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Silt -tight joints for steel reinforced polyethylene dulvert pipe shall be made with a bell/bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system 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 as it deems appropriate. 9 -05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic nbbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene 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 72 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe and Polypropylene Sanitary Sewer pipe shall conform to the following requirements: 3T2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 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. All joints for corrugated polypropylene pipe shall be made with a bell/bell or bell and spigot coupling and shall conform to ASTM D3212 using elastomeric gaskets confornung to ASTM F477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations. Qualification for each producer oi' corrugated polypropylene storm sewer pipe requires joint system conformance to ASTM D3212 using elastomeric gaskets conforming to ASTM F477 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 deems appropriate. 9- 23.AP9 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES January 3, 2011 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171". 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds The first paragraph is revised to read: Liquid membrane forming compounds for curing concrete shall conform to the requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all applications. Section 9 -23 is supplemented with the following new sub sections: 9 -23.12 Metakaolin Metakaolin shall conform to the requirements of AASHTO M 295 Class N including optional chemical requirements as set forth in Table 2 and with a further limitation that the loss on ignition shall be a maximum of 1.5 percent. 9 -23.13 Blended Supplementary Cementitious Material Blended Supplementary Cementitious Material (SCMVI) shall meet the requirements of ASTM C1697. Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall meet the requirements of Section 9- 23.9. Ground granulated blast furnace slag shall meet the requirements of Section 9- 23.10. Microsilica fume shall meet the requirements of Section 9- 23.11. Metakaolin shall meet the requirements of Section 9- 23.12. The individual SCMs composing the blended SCM shall be individually listed on the WSDOT QPL. 9- 35.AP9 2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS January 4, 2010 9 -35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator In the second paragraph, the third sentence is revised to read: Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. 9 -35.12 Truck Mounted Attenuator This section including title is revised to read: 9 -35.12 Transportable Attenuator Transportable attenuators are Truck- Mounted Attenuators (TMA) or Trailer Mounted Attenuators (TMA trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll -ahead distance calculations and crash test reports illustrating that the proposed host vehicle is appropriate for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non reflective black and retro- reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. This section is supplemented with the following new sub sections: 9- 35.12(1) Truck Mounted Attenuator The TMA may be selected from the approved units listed on the QPL or submitted using a,RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9- 35.12(2) Trailer- Mounted Attenuator The TMA trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9- 35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RANI (WSDOT Form 350- 071EF) for the product proposed 75 r2009 BIANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. 76 2009 BI ANNUAL SEWER LINE REPLACEMENT, PROJECT NO. WW 27 -99 ATTACHMENT B WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Prevailing Wage Rates Information Below: 1. Washington State Prevailing Wage Rates for Public Works Contracts- Journey Level and Apprentices, Clallam County, effect on the bid due date. 2. To access applicable prevailing rate of wage by trade, use the following Department of Labor and Industies website link: httn:// www. lni. wa. aov/ TradesLicensinwPrevWaze /WaaeRates /default.asn 3. A copy of the applicable prevailing wage rates can be obtained by contacting James Burke at 360- 417 -4809 or by email, iburkena.citvofna.us. A hard copy is available for viewing in person at 321 East Fifth Street, Port Angeles, WA, 98362 ATTACHMENT C REQUEST FOR INFORMATION AND CONTRACT CHANGE ORDER FORMS �yO pORT C U '9 ORKS AN PROJECT NAME. PROJECT /CONTRACT NUMBER: ORIGINATOR: Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION. DESCRIPTION OF CLARIFICATION/REQUEST DATE REPLY REQUESTED: ORIGINATOR SIGNATURE. COMMENTS: REQUEST FOR INFORMATION (RF1) FORM CRITICAL TO SCHEDULE YES NO DATE: RFI Number: Project Name Date Contractor Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc.... Such work will be compensated by: check one or more of the following as applicable Increase or Decrease in bid items; Force Account; Negotiated Price. The descnbed work affects the existing contract items and/or adds and/or deletes bid items as follows: I Item Descnption No 1 2 CONTRACT CHANGE ORDER (CCO) NO. RFI ,,,APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE Ong Rev 1 Ong l Rev Unit Cost Per Unit Cost Net Cost Adj Days SIGNATURE: ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER 1 1 I DAYS XV DAYS YY 1 DAYS ZZ 1 DAYS XX +ZZ -YY 1 DAYS YY +ZZ Amount with applicable sales tax included All work, matenals and measurements to be in accordance with the provisions of the ongmal contract and/or the standard specifications and special provisions for the type of construction involved The payments and/or additional tune specified and agreed to m this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project DATE: ATTACHMENT D CONTRACTOR'S APPLICATION FOR PAYMENT FORM pORTq ,GF e Aso TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 DATE: PAYMENT REQUEST NO. PERIOD From: CONTRACTOR'S APPLICATION FOR PAYMENT FROM: PROJECT NAME: PROJECT NUMBER: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Contract Amount Thru Approved Change Order No. E* [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] J* 3 Sales Tax (Port Angeles is 8.2% of [2]) 4 Amount Retained (5% of [2]) 5 Subtotal ([2] +[3] -[4]) 6 Total Previously Paid [Deduction] G* 7 AMOUNT DUE THIS REQUEST ([5] -[6]) *correspond to column letters shown on the continuation sheet. *Enter zero if a retainage bond has been approved CONTRACTOR'S APPLICATION FOR PAYMENT 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 represents 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. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower -tire 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 -tier work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of APPROVAL: Project Manager City Engineer PW -402 13 [rev 1/01] Notary Public in and for the State of residing at My appointment expires Page 2 of 2 Date Date 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT E REQUEST FOR APPROVAL OF MATERIALS FORM Washington State i Department of Transportation Contract Section Contractor Project Engineer 1 Acceptance Criteria 2 Acceptance Criteria 3. Acceptance Cntena 4 Acceptance Cntena 5 Acceptance Criteria 6 Acceptance Cntena 7 Acceptance Cntena 8 Source Approved 9 Approval Withheld 10 Approval Withheld 11 Miscellaneous Acceptance Criteria Remarks FA Number Submit samples for preliminary evaluation. Project Engineer Distribution Contractor Region Materials Region Operations Engineer State Materials Lab Fabrication Inspection M/S 47365 DOT Form 350 -071 EF Revised 12/2008 Request for Approval of Material Subcontractor This form shall be completed prior to submittal. If this form is not complete at time of submittal it may be returned for information that was omitted. For assistance in completing, see Instructions and Example Bid Material or Name and Location of Fabricator, Item No Product/Type Manufacturer or Pit Number SR Date Specification Reference Date State Materials Engineer County PE/QPL Code Acceptance Action Codes for use by Project Engineer and State Materials Laboratory For WSDOT Use Only RAM Date Acceptance based upon 'Satisfactoy Test Report for samples of materials to be incorporated into project. Mfg Cert of Compliance for 'Acceptance' prior to use of material Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved Yes No Submit Shop Drawings for 'Approval' prior to fabrication of matenal Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' matenal shall be used. Submit Certificate of Materials Ongin to Project Engineer Office Request Transmitted to State Materials Laboratory for Approval Action Hdqtr /QPL Code State Materials Engineer Distribution General File Signing Inspection Other ATTACHMENT F REQUEST TO SUBLET AND SUBCONTRACT CERTIFICATION FORMS Washington State Va. Department of Transportation Prime Contractor Job Description (Title) 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 Secunty Number Item No Partial understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed Department of Transportation Use Only Percent of Total Contract DBE Status Verification This Request Previous Requests Sublet to Date Project Engineer's Signature Approved JOT Form 421 -012 EF Revised 11/2009 OA O k Date Request to Sublet Work Subcontractor Lower Tier Subcontractor DBE Federal Employer I D. Number State Contract Number Request Number Item Descnption Amount Prime Contractor Signature Date Approved Region Construction Engineer Date (When Required) Distribution White (Original) Region Canary (Copy) Project Engineer Pink (Copy) Contractor 1 1 1 2009 BI- ANNUAL SEWER LINE REPLACEMENT PROJECT WW 27 -99 1 1 1 1 1 1 1 1 1 1 3 a Vicinity Map US NW Y101 Sheet Index Sheet Description CITY OF PORT ANGELES T -1 Title Sheet G -1 Notes C -1 Project 1: First Street Alley Sewer Plan Profile C -2 Project 1: First Street Alley Roadway Rehabilitation C -3 Project 2: EUGA Sewer Line Repair C-4 Additive No. 1: First Street Alley Sewer Plan Profile C -5 Additive No. 1: First Street Alley Roadway Rehabiliation C -6 -7 Details ADDITIVE NO. 1 1/2 ALLEY BETWEEN RACE AND FRANCIS STREETS SEE SHEETS C -4 C -5 1 2 3 4 5 6 7 8 -9 General Notes Page ALL. WORKMANSHIP AND MATERIALS SHALL BEN ACCORDANCE WITH THE CRY OF PORT ANGELES STANDARDS THE CURRENT EDITION OF THE WASHINGTON STATE DEPART/APR OF TRANSPORTATION (W500T )STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION (STANDARD SPECIFICATIONS), AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS OR WNDITIONS AND REQUIREMENTS 1 TEMPORARY EROSR)WWATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH CINPTER6 OF THE OTY OF PORT ANGELES' URBAN SERVICES STANDARDS AND GUNEIIIESARQ THE CURRENTEOTION OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECFICAT{I115FOCI ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION 3 FASTING AND NEWLYCONSIRUCTEOSTORM WATER DRAINAGE SYSTEMS SHALL BE PROTECTED TROLICNiSTRUCT1ON SITE RUNOFF 4 APRECONSTRUCTION MEETING SHALL BE HED VFR1 THE CITY PRIOR TO THE START OF CONSTRUCTION 5 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CRY SHALL BE USED UNLESS APPROVED OTHERWISE 16 ALL APPROVALS AND PERMITS REQUiREO BY THE CO Y SHALL BE OBTAINED BY THE CONTRACTOR PRIOR 10 THE START OF CONSTRUCTION UNLESS OTIERYASE APPROVED BY' ME CITY ENGINEER. 7 THE CONTRACTOR SHALL BERLLY RESPONSIBLE FOR RELOCATION AND PROT0LTTON OF AU E9SST1NG MIRES HECONTAA:IO4 SHALL VERIFY ALL U11RY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING UNDERGROUND ND LOCATE AT 1.808424-5555 A MINIMUM OE 48 HOURS PRIOR TO ANY IXCAVATIOG WORK 8 TIE CONTRACTOR SHALL BE FULLY RESPONSIBLE F O R TEMPORARY TRAFFIC CONTROL THE CONTRACTOR SHALL. BYLETSENTO THE CITY 0ANGIHER, INDICATE THAT WS00T STANDARD 1(FLANSSHALL86 UT& LIED FOR TEMPORARY TRAFFIC CONTROL IF THE CURRENTWSmr STANDARD IC PLANS ARE NOT UTILIZED, THE CONTRACTOR SHALL PROVIDE ATRAFFIC CONRNffi RAN(S)FOR REVIEW AND APPROVAL BY THE CITY ENGINEER IN ADCDRDWNCE MATH THE MANUAL ONUMI ORM TRAFFIC CONTROL DEVICES (MLR00) THE CRY EN118609 SHALL HAVE FIVE DAYS FOR REVIEW OF ANY rn ..,wTRAFFIC CONTROLPI.NN NOW'ORK MAY BE CONDUCTED WITHOUT AN APPROVED TRAFFIC CONTROL PLAN 9 THE CONTRACTOR 514011. HAVE A COPY OF TILE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TMES. 10 SPECIAL STRUCTURES SHAT BE INSTALLED PER PLANS AND MANUFACTURERS RECOMMENDATIONS 11 AU, DISTURBED AREAS SHALL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL* THE FORM OF VEGETATION ESTABLISHMENT SUCH AS GRASS SEED945 AMENS SHALL BE ESTABLISHED 10 PROTECTTHEPk7W0304 STORM DRAIN SYSTEM PRIOR TO ESTABLISHMENT OF THE PERMANENT EROSION CONTROL MEASURES THESEMESNODS SHALL BE INCLUDED IN THE EROSION MOSES/ENT CONTROL. PLANS IN ACCORDANCE WITH CHAPTER 61HE CRY OF PORT ANG9ES URBAN SERVICES STANDARDS AND GUIDELINES 10 CONSTRUCTION WORK NOUNS SHALL BE nw.nw,n. TO 1 AM T010 PM. PRIOR WRITTEN APP ROVAL OF THE CRY ENGINEER SHALL BE MIMED FOR WOITK BETWEEN 10 P M ARO T 13 THE CITY CONSTRUCTION INSPECTOR SHALL BE WITTED AMIMMUMOF 24 HOURS IN AOVANCEOF THE NEEDFOR AN INSPECTION 14 TRAFFIC AND STREET SIGN SLEEVES TO BEPROVIDE08Y THE CITY, PR/OR TO POURING CONCRETE CONTRACTOR TO CONFIRM SLEEVE LOCATIONS, IF ANY WITH CITY INSPECTOR. 15 PER THE PROVISIONS OF THE CURRENTW5D0T STANDARD SPECIFICATIONS PJIATED TO PUBLIC CONVENIENCEANDSAFETY THE CONTACTOR SFMLL MAINTAN READY ACCESS TO DRIVEWAYS IIOUSES,AND BU DINGS ALONG THE UTEOFWORK 16- A MINIMUM OF ONE WAY TRAVEL THROUGH THE PROJECT AREA SMALL BE MAINTAINED AT AIL 00010 17, SHOULD ACCESS TO A rn...-a. ADJOINING THE PROJECT REQUIRE TEMPORARY CLOSURE ANTICIPATED 10 HAVE AD URATKKNG...G....G 15 WARES, THE CONTRACTOR SHALL C 04RONATETIETEMFOBARYCLOSU EWRHTHE rm,rcn,: OWhcn■co...r<., A, MINIMUM OF 24 HOBS ADVANCE NOTIFICATION SHALL BEPRONOED TO THE. nwrn. OWNO JRESDENT FR/OR TO ANY SUCH TEMPORARY CLOSURE T -1 os x 14 51 51 1 1 0 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5 TRENCHING AND PATCHING NOTES I, ALLWORKMANSHP SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINES (A COPY OF WHICH IS AVAILABLE ON THE CITY'S WEBSITE OR THE PUBLIC WORKS AND (MUTES DEPARTMENTS ENGINEERING SERVICES DIVISION). THE LATEST WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND REQUIREMENTS. 2 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS OTHERWISE APPROVED IN WRITING 3 THE CONTRACTOR SHALL GIVE THE CITY AT LEAST 48 HOURS NOTICE FOR REQUIRED INSPECTION OF CONSTRUCTION AND ALL CONCRETE POURS 4. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES. CONTROL WIRING AND OTHER APPURTENANCES, 5 THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING. IF SHORING IS NOT ADEQUATE, THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS 6 ALL TRENCH EXCAVATION BEDDING AND BACKFILL SHALL BE ACCOMPUSHED IN ACCORDANCE WITH WSDOT SECTION 7-08, OTHER APPLICABLE SPECIFICATIONS, AND AS CONTAINED HEREIN A, CLEARING AND GRUBBING. WHERE REQUIRED, SHALL BE PERFORMED WITHIN THE EASEMENT OR PUBLIC RIGHT OF WAY AS PERMITTED BY THE CITY AND/OR GOVERNING AGENCY DEBRIS RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE CONTRACTOR IN ACCORDANCE WITH THE TERMS OF ALL APPLCABLE PERMITS UNLESS THERE IS A SPECIFIC BID REM IN THE 810 SCHEDULE FOR CLEARING AND GRUBBING, THE COST OF ALL LABOR, EQUIPMENT AND MATERIALS NECESSARY TO COMPLETE THE CLEARING AND GRUBBING SHALL BE INCLUDED IN THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK 114 THE BID PROPOSAL B THE TRENCH SHALL BE KEPT FREE FROM WATER UNTIL JOINTING IS COMPLETE SURFACE WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE PROVISIONS ARE CARRIED OUT. C, TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER D SACKFILUNG WITH NATIVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONLY OCCUR WITH THE PRIOR WRITTEN APPROVAL OF, THE CITY ENGINEER IF THE EXCAVATED TRENCH MATERIAL IS DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR MAY USE THE MATERIAL TO THE BOTTOM OF SUBGRADE ALL TRENCH BACKFILL MATERIALS SHALL BE COMPACTED TO 95 PERCENT DENSITY E IN PAVED AREAS WITHIN THE PUBLIC RIGHT-OF -WAY THE CONTRACTOR SHALL USE CONTROLLED DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS SPECIFIED HEREIN (SEE SPECIAL PROVISIONS), OR APPROVED BY THE CITY ENGINEER, ALTERNATIVE MATERIAL S MAY ONLY BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER ALL OTHER TRENCHING SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO WSDOT SPECIFICATIONS 7. ALL ASPHALT TRENCH AND PAVEMENT JOINTS SHALL BE SAWCUT THE CUTS SHALL BE A MINIMUM OF ONE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH 8 TEMPORARY RESTORATION OF TRENCHES AND STREET PATCHING SHALL BE ACCOMPLISHED BY USING 2' MINIMUM DEPTH HOT -MIX- ASPHALT jHMA), CLASS W PG 64-22 WHEN AVAILABLE, MEDIUM- CURING (MC -250) LIQUID ASPHALT (LD MIX), ASPHALT TREATED BASE (ATB). OR TRAFFIC BEARING THICKNESS STEEL PLATES WHEN UTILIZED, STEEL PLATES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH HOT OR COLD MIX ASPHALT CONCRETE A WEDGE OF HOT OR COLD MIX ASPHALT SHALL BE CONSTRUCTED AT 12H:1V ADJOING ALL PLATE EDGES TO BE CROSSED BY TRAFFIC 9. ATB USED FOR TEMPORARY RESTORATION, MAY BE PLACED DIRECTLY INTO THE TRENCH OR PATCH AREA, BLADED AND ROLLED AFTER ROLLING, THE TRENCH MUST BEFILLED FLUSH WITH THE EXISTING PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE 10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME *THE PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR ANY REASON, THE CITY WILL PATCH THE AREA AT THE EXPENSE OF TIE CONTRACTOR. 11 TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH BACKFILL FOR MORE THAN 24 HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE 12 TACK COAT SHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT AND AT COLD JOINTS PRIOR TO PAVING AS SPECIFIED IN WSDOT SPECIFICATION SECTION 5-04 3(5)A. 13 HMA, CLASS W PG 64-22 EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHALL BE PLACED IN ACCORDANCE WIM THE APPUCABLE REQUIREMENTS OF WSDOT SPECIFICATIONS OF SECTION 5-04, EXCEPT THAT LONGITUDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPLACED LATERALLY A MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUAL LIFTS NOT TO EXCEED 3 INCHES EACH, 14 PATCHES ON ALL STREET SURFACES, WALKS, OR DRIVEWAYS, SHALL BE FEATHERED AND SHIMMED TO AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR THE NEWLY PAVED SURFACE. SHIMMING AND FEATHERING AS REQUIRED BY THE CRY ENGINEER SHALL BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT CONCRETE MIX AS APPROPRIATE 15 SURFACE SMOOTHNESS SHALL BE PER WSDOT SPECIFICATION SECTION 5-04 3(13). UNACCEPTABLE PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH 16 WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ITS ORIGINAL OR BETTER CONDITION 17, THE FINAL PATCH SHALL BE COMPLE I EU AS SOON AS POSSIBLEAND SHALL BE COMPLETED WITHIN 30 DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAME MAY BE ADJUSTED IF DELAYS ARE DUE TO INCLEMENT PAVING WEATHER OR OTHER ADVERSE CONDITIONS THAT MAY EXIST, HOWEVER, DELAYING OF THE FINAL PATCH OR OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO THE CITY ENGINEERS APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION IF THIS OCCURS, THE CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINEER. 18 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTUTIES THE CONTRACTOR 5118LL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING THE UNDERGROUND UTILITY LOCATION CENTER AT 1.800424.5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR MAINTAINING ALL LOCATE MARKS ONCE THE UTILMES HAVE BEEN LOCATED SANRARYAND STORM SEWER NOTES 1. THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN THE WASTEWATER SYSTEM NO DISRUPTION OF SEWER SERVICE WILL BE ALLOWED 2 TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF.THE CRY ENGINEER. ALL WORK SHALL BE IN ACCORDANCE WI111 WASHINGTON INDUSTRIAL SAFETY AND HEALTH ADMINISTRATION (WISHA) AND THE FEDERAL OFFICE OF SAFETY AND HEALTHADMINISTRATION(OSHA) STANDARDS 3 ALL SEWER MAINS SHALL BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE STREETS IN CONFORMANCE WITH THE WSDOT SPECIFICATIONS AT THE CONTRACTOR'S EXPENSE HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD AN AIR TEST OF ALL THE LINES 15 THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN SHALL INCLUDE VIDEO INSPECTION TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTIUTIES ARE INSTALLED AND COMPACTION OF THE ROADWAY SUBGRADE IS COMPLETED 4 PRIOR TO BACKFILUNG, ALL SEWER LINES AND APPURTENANCES NANCES SHALL BE INSPECTED AND APPROVED BY THE CITY'S INSPECTOR, APPROVAL SHALL NOT RELIEVE THE CONTRACTOR FOR CORRECTION OF ANY DEFICIENCIES AND/OR FAILURE AS DETERMINED BY SUBSEQUENT TESTING AND INSPECTIONS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REQUIRED INSPECTIONS 5 CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A MANHOLE IS NOT AVAILABLE SHALL BE ACCOMPLISHED BY POURING A CONCRETE BASE AND SETTING MANHOLE SECTIONS THE EXISTING PIPE SHALL ONLY BE CUT INTO BY CITY CREWS, UNLESS OTHERWISE APPROVED 6 ECCENTRIC MANHOLE CONES SHALL BE OFFSET SO AS NOT TO BE LOCATED IN THE WHEEL TRACK OF A TRAVE LED LANE AND SHALL BE IN UNE WITH THE MANHOLE STEPS 7 MANHOLE FRAMES AND COVERS SHALL BE GM12600 SERIES, MANUFACTURED BY GMI COMPOSITES, INC OR EQUIVALENT COVERS SHALL BE MARKED SEWER' OR 'DRAIN', AS APPROPRIATE REPAIR OF DEFECTS SHALL NOT BE PERMITTED 8 SAFETY STEPS SHALL BE FABRICATED OF POLYPROPYLENE CONFORMING TO AMA 0-4101. INJECTION MOLDED AROUND A X INCH ASTM A-615 GRADE STEEL REINFORCING BAR WITH ANTI -SLIP TREAD, STEPS SHALL PROJECT UNIFORMLY FROM THE INSIDE WALL OF THE MANHOLE STEPS SHALL BE INSTALLED.O FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALLY SPACED ON 12 INCH CENTERS AND INSTALLED PER WSDOT STANDARD PLAN 8.24. 9 MINIMUM SLOPE THROUGH THE MANHOLE SHALL BE 1 /LOTH OF ONE FOOT FROM THE INVERT IN TO THE INVERT OUT ALL MANHOLES SHALL BE CHANNELED 10 A MANDREL TEST IN ACCORDANCE WITH WSDOT SECTION 7 -17 3(2)6 MAYBE REQUIRED BY THE CRY ENGINEER ON SEWER MAINS 11 THE CONTRACTOR SHALL INSPECT SEWER SERVICE UNES FOR BLOCKAGE OR DAMAGE AND REPLACE ACCORDINGLY UP TO THE RIGHT OF WAY LIMBS. 12 WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN, THE CONTRACTOR SHALL VERIFY THAT THERE IS AN 18 INCH SEPARATION BETWEEN THE PIPES IF THERE IS LESS THAN 18 INCHES CLEARANCE. THE CONTRACTOR SHALL CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROM THE CROSSING WATER NOTES 1 THE CITY SHALL BE GIVEN AT LEAST 72 HOURS NOTICE PRIOR TO SCHEDULING ANY CUT-IN, LIVE TAP OR OTHER CONNECTION TO THE EXISTING WATER SYSTEM ALL NEW WORK MUST BE SUBJECTED TO A HYDROSTATIC PRESSURE TEST IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 7-09 3(23) THE WATER MAIN SHALL NOT BE PRESSURE TESTED UNTIL THE LINES HAVE BEEN FLUSHED OF CHLORINE IN EXCESS OF 2 PPM AND A STISFACTORY BACTERIOLOGIAL TEST RESULT HAS BEEN RECEIVED THE WATER MAIN SHALL BE TESTED BETWEEN VALVES ALL TESTING SHALL BE WITNESSED BY A CITY REPRESENTATIVE, 2 THE CONTRACTOR SHALL PROVIDE THE NECESSARY EQUIPMENT AND SHALL PROVIDE ALL WORK AND MATERIALS ASSOCIATED WITH FLUSHING AND PRESSURE TESTS DISINFECTION OF WATERMAJNS SHALL BE ACCOMPLISHED ACCORDING TO THE REQUIREMENTS OF WSDOT SPECIFICATION 7-09.3(24). AT NO TIME SHALL CHLORINATED WATER BE FLUSHED INTO DITCHES, STORM DRAINS, OR ANY BODY OF FRESH WATER, INCLUDING ANY SYSTEM LEADING TO A BODY OF FRESH WATER 3 BACTERIOLOGICAL SAMPLES FOR TESTING CAN ONLY BE TAKEN MONDAY THROUGH THURSDAY UNTIL 3 00 PM WHEN THE TESTING LAB (5 OPEN THESE TESTS WILL BE DONE BY THE CITY AT THE CITY'S EXPENSE UNLES IT IS A REPEAT SAMPLE, WHICH SHALL BE AT THE CONTRACTOR'S EXPENSE< 4 THE EXISTING VALVES SHALL BE OPERATED BY are EMPLOYEES ONLY, UNLESS OTHERWISE APPROVED BY THE WATER SUPERINTENDENT, 5 DURING CONSTRUCTION OF THE MAINS AND SERVICES, THE CONTRACTOR SHALL CAP, PLUG OR SECURE THE ENDS OF THE UNES WHENEVER THE PROJECT IS SHUT DOWN AT THE END OF EACH DAY SO THAT CONTAMINATES WILL NOT ENTER THE LINES 6 THE CONTRACTOR SHALL PROTECT AND MAINTAIN ALL EXISTING WATER MAINS, APPURTENANCES AND SERVICE LINES ENCOUNTERED DURING CONSTRUCTION, AND SHALL BE RESPONSIBLE FOR ANY DAMAGE TO THE EXISTING SYSTEM OCCURING DURING THE COURSE OF CONSTRUCTION, 7 THE CONTRACTOR SHALL MAINTAIN A MINIMUM OF 18' OF VERTICAL SEPARATION BETWEEN CROSSINGS OF SANITARY SEWER AND WATER MAINS. THE LONGEST STANDARD LENGTH OF WATER PIPE SHALL BE INSTALLED SO THAT JOINTS FALL EQUIDISTANT FROM THE CLOSEST POINT OF CROSSING IF MINIMUM SEPARATION CANNOT BE MAINTAINED. IT MAY BE NECESSARY TO ENCASE THE WATER AND/OR SEWER PIPE IN CONCRETE NO CONCRETE SHALL BE INSTALLED UNLESS SPECIFCALLY DIRECTED AND INSPECTED BY THE CITY 8 ALL NON- FERROUS PIPE FOR MAINS AND SERVICES 514ALI_ BE INSTALLED WITH CONTINUOUS TRACER TAPE INSTALLED 12' TO 18' BELOW THE FINAL GROUND SURFACE. TRACER TAPE SHALL BE TERRA TAPE 'D' OR EQUAL AS APPROVED BY THE CITY 9. IF THE CONNECTION TO THE EXISTING SYSTEM REOUIRES TURNING OFF THE WATER, THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE RESIDENTS ANDIORBUSINESSES AFFECTED BY 1145 SHUTOFF THE CITY WILL I17013M THE CONTRACTOR WHICH PROPERTY OWNERS ARE TO BE NOTIFIED PROPERTY OWNERS SHALL BE PROVIDED A MINIMUM QF 48 HOURS ADVANCE NOTICE OF ANY PLANNED INTERRUPTION OF SERVICE NO SHUTOFF OF MAINS WILL BE PERMITTED OVERNIGHT, OVER WEEKENDS, OR ON HOLIDAYS THE CONTRACTOR MAY BE REQUIRED TO PERFORM THE CONNECTION DURING TIMES OTHER THAN NORMAL WORKING HOURS NOTES' LEGEND EXISITING EXISTING SANITARY SEWER MANHOLE EXISTING SANITARY SEWER CLEANOUT EXISITING STORMWATER CATCHBASIN EXISTING SANITARY SEWER LINE EXISTING STORMWATER LINE EXISTING WATER LINE EXISTING POWER LINE EXISTING POLE LEGEND PROPOSED SANITARY SEWER MANHOLE O SANITARY SEWER CLEANOUT Q STORMWATER CATCHBASIN �S SANITARY SEWER LINE STORMWATER LINE PULVERIZE, GRADE AND PAVE ALLEY TRENCH DAM (CDF) HMA PATCH TOP OF CURB AT DRIVEWAY 5 1/2" 1/2"R 6 c C Q 0 L H 1.1. [_.._CEMENT CONCRETE TRAFFIC CURB AND GUTTER PER WSDOT STANDARD PLAN F -10 12-01 1, FORMS SHALL BE STEEL W000 MAY BE APPROVED FOR AREAS REQUIRING SPECIAL FORMING 2 FORMS SHALL BE TRUE TO LINE, GRADE SECURELY STAKED 3 EXTRUDED CURBS REQUIRE PRIOR APPROVAL BY CITY ENGINEER 4 THE 1" RADIUS ON UPPER FACE OF CURB MAY BE FORMED BY EDGER OR BUILT INTO FACE FORM 1" RADIUS ON LOWER FACE OF CURB SHALL BE FORMED BY THE FACE FORM 5 CONCRETE SHALL BE CEMENT CONCRETE CLASS 3000 6 EXPANSION JOINTS SHALL BE PLACED Al ALL ALLEY AND DRIVEWAY RETURNS STRUCTURES, 7 CURB RAMPS AND AS SHOWN 014 PLANS, 6 EXPANSION JOINTS SHALL BE 114 INCH THICK AND AT 20 FT INTERVALS OR AS DIRECTED 9 EXPANSION JOINTS SHALL BE ASPHALT IMPREGNATED JOINT MATERIAL 10 CRACKJOINTS SHALL BE 116" WIDE AND 1" DEEP AND SHALL BE PLACED AT 10 FT INTERVALS, Th Curb and Gutter Detail G -1) NT' G- Q LLJ Sd 5 O) OW H O Q O w w Z «S U1 u_ O O w UU i- O O N Z U V (DUX w m STALt.B 1NCH,. 4t ITAl2Y c SE W EXISTING GE' 0 PAVEMENT (RCN H`D t STA- 11; 110 100 90 Honzontal Scale 1" 20' Vertical Scale 1" =4' CAP -'ENO 44 fl EXIST 8" CONC SAN SEWER 10 BE ABANDONED IN PLACE 41 G EXIST 'P" LINE GRADE NEW CL-GPADE S =0.8% iu E ",PVC SAN._SEWER L =400" S-O.B% r�A?,I:RAt:s STA;112 -06' APPROriIB rL'ATORA -11 STA• +n APPR0k.''i6;;CE TRENCH; DA TA :.113 0 S LATER.AI STA '-13- 41 ;REMOVE' ;EXISTING CATCH,.BASIN, .,INSTALL CfyT =`Qt C1;1„ BASIN' TYPE ;1,',1WfialtDiRECTtONAE, -GRA RIM EL'= 9eF1 EL •94.2',' S 7A�;13+x09[9f3 %C- 7�;,,., 5007; =S DARD L.ANS 26 f 'QO II d i lit NEW CL GRADE ilISTAIX S: IAA FER 0E7Allr,4 i) REMOVE :EXIST:- Kw -10,LE' L TO& POINT14 "BELOW? ;EXiST;:,CRpUNB ,ELEVA7, lON fie FIL'LxWf'C0 STA 4,1-02 6 EXIST STORM ORA CLEVAT10N ASSUMCO t cG GENERAL NOTES LEGEND EXISITING EXISTING SANITARY SEWER MANHOLE EXISTING SANITARY SEWER CLEANOUT r7 EXISITING,STORMWATER CATCHBASIN EXISTING SANITARY SEWER LINE •-',fi EXISTING STORMWATER LINE EXISTING WATER LINE EXISTING POWER LINE 4 EXISTING POLE LEGEND PROPOSED 0 SANITARY SEWER MANHOLE 0 SANITARY SEWER CLEANOUT II STORMWATER CATCHBASIN SS— SANITARY SEWER LINE STORMWATER LINE TRENCH DAM (CDF) w 1) WHERE EXISITING UTILITIES ARE ENCOUNTERED WITHIN Lu THE AREA OF WORK AND THE UTILITY OBSTRUCTS THE COMPLETION OF WORK THE CONTRACTOR SHALL CUT, w i REMOVE, AND DISPOSE OF THE PIPE AND PLUG THE ENDS J a OF THE REMAINING PIPE PRIOR TO BACKFILLING UNLESS 8 W W OTHERWISE INSTRUCTED BY THE CITY ENGINEER OR INSPECTOR I... o LI w 5 Z w 2) LOCATION AND DEPTHS OF EXISTING SEWER LATERALS ARE APPROXIMATE EXACT POSITION AND DEPTH NOT GUARANTEED ACTIVE STATUS OF SEWER LATERALS SHALL BE DETERMINED IN FIELD BY CONTRACTOR. 3) THE CONTRACTOR SHALL BE RESONSBILBE TO VERIFIY LOCATION AND DEPTHS OF ALL EXISITING SEWER LATERALS 4)HORIZONTAL 'NEAT LINE" TRENCH LIMIT FOR 8-INCH PVC SEWER MAIN WILL BE 4 FEET. 5) HORIZONTAL 'NEAT LINE" TRENCH LIMIT FOR 6 -INCH PVC SEWER LATERAL WILL BE 3 FEET. 1- 8 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 110 90 80 Horizontal Scale. 20' Vertical Scale 1". 4' Id I Li U coc s SEWER TO HE ABANDONED IN PLACE 1 LExsr. "P" GRADE_ 1_ I NEW 01. GRADE S=0 8% ,-87-PVG.8AN. SEW, 5=0 670 LU 71'x, 1 1 4 I 1 r: 0:s11 ,1 0- r.-, 7, 'g 'F 5 -5 15 15 ,'5 ‘ii i 'i 4- t.. t._;, ,5., t t I I I 1 I ll- 1 0 1 I NEW Ct. GRADE 0 S=08% 6, a EXIST sroe m DRAIN ..J.EVAT/ON ASSIMED 5"t7,'1,1 LEGEND EXISITING EXISTING SANITARY SEWER MANHOLE EXISTING SANITARY SEWER CLEANOUT EXISITING STORMWATER CATCHBASIN O EXISTING SANITARY SEWER UNE 1 1— CO .1 Z O I— LL LEGEND PROPOSED SANITARY SEWER MANHOLE U.1 0 SANITARY SEWER CLEANOUT STORMWATER CATCHBASIN .••■••■.S.S.■ SANITARY SEWER LINE STORMWATER LINE 0 EXISTING STORMWATER LINE EXISTING WATER LINE EXISTING POWER LINE EXISTING POLE V A PULVERIZE, GRADE AND PAVE ALLEY I HMA PATCH C-2 how= am molimmiummemmionim asummemlim EN Pla, 0.2i07 4/ARCH 2011 0 RC!) 0 m PUBLIC WORKS CITY OF PORT ANGELES MICILAEL C 0 U01E0NO% 95., cm ENCANUP 321 E 550 STREET P0 BOA 4190 PORI ANCELM. RA21E00100, 99352 PRONE. (360) 457-0411 to E095 INCSIEMKAP 44E0210E110115A14E 0 0 L 0 1: 5 R0415100 0019 MARCH 2011 /94 2009 31 SEWER UN. REP BEGINING OF CONSTRUCTION STA '4+87 STA 1+00 MARKED ON CL fl4 5J04)4 .7 "A' CALL 48 HOURS E r OESIGNED BY 05 CAM_ MARCH 2a, U GA PRESSURE MAIN MODIFICATION 4 CONTOUR INTEPAL 7 10405. BEFORE YOU DIG 41590045 EN 414/19 1PROJECT NO 1/719 27-99 1141E_ MARCH 2011 1 v SCALF 41 44. 40 1 14. SCALE. 1"-N/A 1 SEWER i 800— 424-5555 104VG F1L 015.000045 2009 BIANNUAL LINE REPLACEMENT 1 9 pp 1 IDEA PROJ 4449Er N/A 1 I1411PVEY FILEAMA4F. N/A 1 A 1 0 Er, BEGINING OF CONSTRUCTION STA 5+44 REVISICN 5 1 15444 3 5 3 S 110 100 90 80 INC}la°P,YG s$M1I'AR,yI`u,StWER.`.t«!N€ x'it 3TA ,f A BI- T'11RECTIot.mt ^GRA 43497 ?S9 WSDOT'STAN©ARD,PLANS -2.6 oo H -30 R —oo SEE PAYING DETAIL. 2/C -7 Honzontal Scale 1" 20' Vertical Scale 1" 4' SEE DOM& b /Cr8 A 8 PVC SAN SEWER L =11823' S=1 00% EXIST. 8 GONG, SAN SEWER TO BE ABANDONED IN PLACE EXIST B" DIP WATERLINE r ELEVATION UNRNDVM t r APPROX LOCATION ENV£' ^OPE LEGEND EXISITING (A' EXISTING SANITARY SEWER MANHOLE '7 EXISTING SANITARY SEWER CLEANOUT (y' EXISITING STORMWATER CATCHBASIN EXISTING SANITARY SEWER UNE 4 EXISTING STORMWATER UNE EXISTING WATER UNE EXISTING POWER LINE EXISTING POLE LEGEND PROPOSED SANITARY SEWER MANHOLE 0 SANITARY SEWER CLEANOUT Q STORMWATER CATCHBASIN SSA SANITARY SEWER UNE SDI STORMWATER LINE TRENCH DAM (CDF) GENERAL NOTES. I) WHERE EXISITING UTILITIES ARE ENCOUNTERED WITHIN THE AREA OF WORK AND THE UTILITY OBSTRUCTS THE COMPLETION OF WORK THE CONTRACTOR SHALL CUT, REMOVE, AND DISPOSE OF THE PIPE AND PLUG THE ENDS OF THE REMAINING PIPE PRIOR TO BACKFILLING UNLESS OTHERWISE INSTRUCTED BY THE CITY ENGINEER OR INSPECTOR 2) LOCATION AND DEPTHS OF EXISTING SEWER LATERALS ARE APPROXIMATE. EXACT POSITION AND DEPTH NOT GUARANTEED ACTIVE STATUS OF SEWER LATERALS SHALL BE DETERMINED IN FIELD BY CONTRACTOR 3) THE CONTRACTOR SHALL BE RESONSBILBE TO VERIFIY LOCATION AND DEPTHS OF ALL EXISITING SEWER LATERALS. 4)HORIZONTAL 'NEAT LINE' TRENCH LIMIT FOR B.-INCH PVC SEWER MAIN WILL BE 4 FEET 5) HORIZONTAL 'NEAT L INE' TRENCH LIMIT FOR 6-INCH PVC SEWER LATERAL WILL BE 3 FEET C -4 ;CONCks EWAti.KmA D;;nelgcmn',(3© sY) {,fRa01RCC1lOM''OF "'ENGINEE Cr7 20 CDJs rRUC SLL PAl1NC. DETAIL Z/C -7 �aer v+ Horizontal Scale 1" 20' Vertical Scale 1" 4' I 00 'n V m SCE DEA IL 6 /Cr-8 EXIST N'tP WATERLINE -m EL EVATIO UNKNOWN APPPDX LOCATION ENvaLOPr 8" PVC SAN SEW1 L'118 23 S =1 EXIST, le CONC. SAN SE _R 0 BE ABANDONED IN Pt CE LEGEND EXISITING EXISTING SANITARY SEWER MANHOLE EXISTING SANITARY SEWER CLEANOUT s1c: EXISMNG STORMWATER CATCHBASIN EXISTING SANITARY SEWER LINE EXISTING STORMWATER LINE EXISTING WATER LINE EXISTING POWER LINE EXISTING POLE LEGEND PROPOSED SANITARY SEWER MANHOLE 0 SANITARY SEWER CLEANOUT STORMWATER CATCHBASIN SANITARY SEWER LINE _per STORMWATER LINE T PULVERIZE, GRADE AND PAVE ALLEY C HMA PATCH C -5 0 0 1- m w it ce 0 O w n J 1-- w L.0 7 ry In P L LK 0 8 PL 0 ID a 1 Utility Layout `C-6 (1.1.1 (%•0 .B 0Vy AU Amor ANS MAMMAL 10 W R AGL1SSOAAGL AGO 1M a4M1NT IMpMAOIp+SrA0E *EPAAIMS7 M' j1ANSYY)A:1W '51ADARD SFSCAV4IWY5 FDA Rw4 MTV /AO VSACAV LOYSRVC7a ASSUM`_O LOCATION OF EJDST SAN 5FWER LATERAL ACDIAL ELEV MAY 00013E GQN1 RACTOR TO L O0ATE CAN NECTION AT PROPERTY LNE 11.R TO RECONSTRUCTION SSMH #3 MH #3 Configuration Base Bid w J 44143 CONCRETE PLUG F115TNGSI:.4 G�i GG ,r _G ✓ieGG MIME) GRADE F VARIES R/W 1.ONS7 A' ISMC SAN SEINER 7• ;A01N MMQDPAWI`.0 GRUA 11 131 ASSHoWN INDICATE DEPTNTD SERVICE TONLARE5? 10041vt OPPOSITE SEX UUSTNO CONE SEVER MAN LASTING CONC,SEWER ~Elk REMOVE EMT MANNOLE4 BELOW GROUND ELEVATON AND F4 L YIITN GDP 510 /FEET 12 GAUGE GALE MAW; ATTACHED EO PIPE AND STAKE (AO' f0 suvE) PLUG END PP, 1 ROTATETNE45' ELBOW TOAC0EVE THE PROPER ANGLE TO REACH SURR PRoPERTT EWE MN 5 OR COVEILMNAIuM ALLOWTBLESLOPE LS2f. 1 JMNIMINPSLPARATION RFIVJFE 45)001 SPWFR AND AILONW01001 ONE 3 SEWER PIPE ANDPlmTWGS SHAI.LCONFOR4 TO THE REWIRElENi50F *5TM 0 3034 T,YM 35, 4 CAM FOR INSPECTION BY CITY SA HOURS moat IUFTACNGBACKF4I A4 4007 Alt N4RWK 10 BC w ALM%)AM.E Mt1 PC S WRLNF I3AS1PCTGN STA a DEPARNCNr CY REA0P'4'41 LM '5400410 3[CFIGITAS NOR ROW Bf106E AND .NUMMG•M CORSNUCPO New Side Sewer Detail PREFORM C HANNEL IWXMIN SI LYE SS.M H. MH #4 Configuration Base Bid hcs n.l 4I10 .I R ?Hs; ruab' M1ATJ' 1EX511NO PAVEMENT TYPEANOOEPM SAWWT 1 ASRUL.TCONG PAVEMDfr -T COMMMO74 BORROW GJRA.. RACKFA I FOR PIPE ZONE 1E3L1NG Trench Section L P U COMPACT 0111' OO O p OO P 0? OO O1 PIPE ZONEkAGau..- -H, LL I W.J SEE STANDARD 'STPFC 2 -09 4, FOR HORIZONTAL LOOTS F ACP PATCH SMALL BE 100.007 AND NOT VIBE RATED 2, TO BE USED FOR ALL PAVED STREETS ANO ALLEYS BACKrtL LOCATOR TO 10r BEHIND CURB OR EDGE OF PAVNG UNLESS 0THERLVSEAPPROVED IN AfAANCF by COY ENGINEER 3. WHERE CONCRETE PAVEMENT AIMS LESS THAN 0, FROM SAWl9IT.1HE PAVEMENT SHARON. ENE !*AWED TO THAT JOYT 4 TEMPORARY PATCHING HAN,A004404.T OR PIACEME NT OF STEFA PL■TTS S BOSOARE0 AHEM TRAFFIC eau CROSS corms MORETHANN HOURS VATHOU1 PERMANENT HESTORATI3N STEEL MATES SHALL HA5E COLD PATCHWEOGE:S ON TRAFFIC 010833. 5 CALL FOR INS01.013 N BY CNY24 HOURS PRgR 10 PLACING PI+F ZONE 84CKFI1 AND BRIO TOPLACB40 CM BACKER). ALL 0077 AND HATEREAL TO HE R .4YCAY1A.E 411 011 MARCO .4900175 SMIE 4378044(0! 00 1RAASPOSA5105 S'rANUARO SYSSVEISCAT MS A040 84>OSE AND MLNPCPM C140017JCIXR' S S.M.H #2 CON11O04XE0 DENSITY Fp1 y 241 MN FOR WATERLMU4 4 TARN FOR STORM DR SANITARY SEYLER W1LK (0071 ID SCALE) f1 MH #1 2 Configuration Additive Bid \,c,-.§,/ 7,7s Additive i i' Dam Section iM I 4 (.013 18.0•,440) NONMI TRENCH WIDTH J.o775, TRENCH DAY M4TETUM. SHALL BESSE ,t BEA.. AN, A 01TRFNCH Rpm SHALLBE RESTING 074 UN85TuMBED 500.. 3 NOFITTNOS SHALE Bt LOCATEDYAIHN 5'OF TRENCH OM 4 REMOVE 011 ORGANIC MATERIAL MOOR TO POMPNG CO CONCRFIE WDTTOMOF BASF ROCK W 0AMEENTNotA OR 1 BELOW FR0SLIED GRADE N LR®AVED AREA A•1 NOW NW MAIE9141 A, BC ar N1Dl 1113 =MEN? I A443*40GTW 0741E LYPAPIV,Ar S' 1RNSPORMENR $rA1DARD SNOW-41M5' FOR ROIL. HAViDYL AHD LWMOPA1 COSTM.CIOM' MAT A' CONE SAN 5ELVFR N Corifiguration_lAdditive Bid NORMAL TRENCH OEM CORST 8' PVC SAN SEWER rc (1 7 CZ Qc 0 Q as C -6 4 NOTES L Typical Catch Basin C —RAF SWIM REPLACE SIDEWALKS W1 H 8' CONCRETE IN DRIVEWAY AREA MEFT SJOWAI K OR FUTURE SIDWAI K ram* 7 %MAX DEPRESS/FT) CURB t— 2% MAX SLOPE IN SIOENWI K AREA FLUSH AT GUTTER 1 DRIVEWAY LOCATIONS TO BE APPROVED BY CITY ENGINEER 2 WHEN SIDEWALK 1S NOT PRESENT; DRIVEWAY APPROACH SHALL BE CONSTRUCTED TO MEET FUTURE SIDEWALXGRADE 5 SIDEWALK CROSS SLOPE SHALL NOT 5125E02 %IN DRIVEWAY AND BYPASS AREAS 4 DRIVEWAY APRON AND SIDEWAI K SHALL BE CONCRETE AND SEPARATED FROM OTHER CONCRETE WORK USING EXPANSION 5 HERBICIDE TO BE PLACED UNDER PAVING CUPS AND SIDEWALK PRIOR 10 PLACING OF MATERIALS 5 SIDEWALKS, CURB AND GUTTER PER CITY STANDARD PLANS 7 EXPOSED AGGREGATE WORK OR SPECIAL SURFACE TREATMENT NOT ALLOWED IN RIGA T OF WAY 8 TRANSVERSE EXPANSION JOI14T(SI FULL DEPTH, SHALL BE AT INTERVALS NOT TO EXCEED 15 FEET AND BE EQUALLY SPACED IN DRIVEWAY APRONS B CONCRETE SHALL BE CLASS 3000 10 DRIVEWAY PAVING MATERIALS. OTHER THAN CONCRETE MAY REUSED BETWEEN THE SIDEWALK AND THE RMYWITH CITY ENGINEER APPROVAL 11 EXPANSION JOINTS SHALL BE 114' THICK, FULL OFPTH, ASPAHLT INPREGNATED JOINT MATERIAL 12 SIDEWALK WIDTHS SHOWN ARE FOR RESIDENTIAL AREAS COMMERCIAL AND DOWNTOWN AREA WIDTHS STN E BE 10' AND 14' RESPECTIVELY 13 ANY DEVIATION FROM THESE MINIMUM STANDARDS REQUIRES PRIOR APPROVAL BY CITY ENGINEER i COMPACTEDAUBGRADE AND COMPACTED GRANULAR MATERIAL roR FINE GRADING AS NECESSARY SECTION A--A A ALLEY SIDEWALK APRON_INSTALLATOIN t 281 NTS r 5 MIN SEE NOTE 810 V' (T✓1'1' DE PRESSED Cam•* --.c. c,CURR FULL CONCRETE CURB AND GUTTER (BEYOND) SIDEWALK SURFACE TRANSITION RAMP FROM (BEYOND) r DRIVEWAY TO SIDEWALK MAX SLOPE 121(83 F L. G PEDESTRIAN YELVlAY U GRADE TO MATCH EXISTING DRIVEWAY CROSSING DRIVEWAY SECTION A 1 1 HE PEDESTRAIN TRAVELWAY SHALL HAVE A MAXIMUM CROSS SI OPE OF 50 1 (2 2 INSTALL RAMPS ON ROTH SIDFS 051115 DRIVEWAY AS SHOWN ON THE PLANS RAMPS SHALL BE AS LONG AS NECESSARY TO PROVIDE A MAXIMUM SLOPE OF 121 PARALLEL AND PERPENDICULAR TO THE EXISTING PLANE ON WHICH THE RAMP IS TO BE CONSTRUCTED 3 CEMENT CONCRETE SHAT L BE CLASS 3000, MIN 8" THICK INCLUDING RAMPS 4 ASPHALT IMPREGNATED EXPANSION JOINTS, FULL DEPTH AT BACK OF CURB AND EVERY 20 FEET AT TRANSVERSE JOINTS JOINT MATERIAL, NOT REQUIRED AT BACK OF CURB IF RAMP AND /OR DRIVEWAY IS POURED SEPARATELY CREATING A C011140197 5 CRACK JOINTS EVERY 5 FEETIN WALK 8 HERBICIDE (RESIDUALI 10 BE APPLIED BEFORE POURING CONCRETE KsKKNkR. Wad N.na WW 1100rv04oll' 6'11avMa161. ("4 Manhole Type 1- WSDOT Standard Plan B- 15.20 -00 SECTION ,J R/W 'IE.CT1Oh FI STANDARD PAVED ALLEY SECTION SEE NOTE 2% 2% 2' MMN, COMPACTED DEPTH ASPHALT (Nor TO SCALE) CONCRETE (SEE NOTE 4I Y MIN COMPACTED DEPTH CRUSHED _f SURFACING TOP COURSE 45EE NOTE AN NOTES: 1 CENTERLINE PROFILE GRADE SHALL BE APPROVED BY CITY ENGINEER PRIOR TO CONSTRUCTION 2. ALLEY CENTERLINE SHALL BE COINCIDENT 4W7H CENTER OF ALLEY RIGHT OF WAY 3 1'.0' EACH SIDE OF CENTERLINE SHAD. RE CEMENT CONCRETE CLASS 3000 FOR All EYS NMTH LESS THAN 2% CENTERLINE PROFILE GRADE 4 ROAD SECTION FOR COMMERCIAL USE ALLEYS SHALL SET CEMENT CONCRETE CLASS 3000 WITH 8' BALLAST S ANY DEVIATION FROM THESE STANDARDS REQUIRES WRITTEN APPROVAL BY CITY ENGINEER PRIOR TO CONSTRUCTION 5 SOIL RESIDUAL HERBICIDE SHALL DE PLACED PRIOR TO ASPHALT OR CONCRETE PAVING Paving Detail L IA 1VY+csN., 8' MIN COMPACTED DEPTH BALLAST (SEE NOTE 4) Sidewalk Ramo Type. 4A With Layout C -7 NTS CL PROFILE GRADE SEE NOTES 1 AND 2 R/W OWlow. rr WY( /Y.,Wieswalbja..1www■lismis t ELEVATION Di: CILCEARLE )YARNING i'AI TE RN DETAIL 1501051)515 VIEW 0 -7 Q�s