Water System Service Policies & Design Standards

Public Utility District No.1 of Skamania County

November 2020

Table of Contents

Section 1 – Introduction

The Skamania County PUD No. 1 (PUD) provides drinking water to two separate service areas within Skamania County as designated by the PUD’s most current Water System Plan. The 2 service areas provide water to the Carson and the Underwood communities. The goal of these standards is to provide policy information and technical guidance to allow for the expansion of the water systems in a safe, reliable, and sustainable manner.

Privately funded water mains proposed to be connected to the PUD’s system are reviewed for compliance with PUD standards to ensure that water mains can continue to be extended to new users in a logical and cost-effective manner.

The information within this document is intended to be used as guidance during the design stages of new developments requesting to connect to a PUD water system, as well as for capital improvements. The information herein does not replace professional engineering design judgement. The PUD reserves the right to change these standards at any time and to deviate from these standards as deemed necessary on a case-by-case basis.

Section 2 – Extensions & Service Policies

2.1 Developer Extension Process
  1. When extension of the existing water system is required for service, the developer shall submit a service request to the PUD. The PUD will then contact the developer to discuss project details and requirements in a timely manner.
  2. Upon completion of the design and tentative approval by the PUD, a pre-construction letter of requirements will be sent to the owner noting requirements to be completed prior to construction. Upon completion of the pre-construction requirements and 48-hours’ notice, a pre-construction meeting will be held with the PUD at which time construction inspection will be scheduled. No water main construction work shall commence prior to the pre-construction meeting. After completion of construction and submittal of required documents and fees, final acceptance will be given by the PUD at which time service will be available by application following payment of fees for water meters.
  3. The owner is required to provide a surety bond for the project for a period of 1 year after acceptance.
  4. Developer extension projects shall be deeded to PUD for maintenance and operation by letter after the 1 year warranty period has expired.
2.2 General Design Considerations
  1. In all residential and commercial developments, water main extensions are required to assure orderly development of the water utility system by complying with the PUD’s requirements for development, water quality, pressure zones, and fire protection.
  2. Design and construction of water mains, including but not limited to mainlines, valving, fire hydrants, fire sprinkler connections with backflow devices, domestic and irrigation services, pump stations, pressure reducing stations, telemetry and other appurtenances shall be in compliance with PUD ordinances, special requirements of the PUD, these standards, and the most recent version of the Standard Specifications for Road, Bridge, and Municipal Construction (Standard Specifications) as produced by the Washington State Department of Transportation.
  3. The applicant is responsible for designing the proposed water system(s). The system(s) must be designed by an engineer licensed in the State of Washington and approved by PUD.
  4. Main line pressure reducing devices are to be designed, constructed, and paid for by the applicant and approved by PUD.
  5. Pressure reducing valves on individual services may be required at the discretion of the PUD. Such valves will be installed after the meter and will be the responsibility of the homeowner to install and maintain.
  6. Customer owned booster pumps may be allowed on a case-by-case basis provided they satisfy the design and construction standards. The maximum capacity of the booster pump shall be sized at 50 percent of the rated capacity of the water meter. The customer shall provide sufficient information on the pump to the PUD indicating the capacity and that it satisfies this criterion. A backflow device is required between the meter and the booster pump.
  7. The developer shall be responsible for ensuring that water system pressures associated with the proposed water system extension meet the criteria described in Section 3.1, and shall provide documentation showing as such. At the sole discretion of the PUD, the developer may be required to perform hydraulic modeling of the existing / proposed water system to ensure minimum system pressures are maintained under high water demand scenarios. If hydraulic modeling is required, the PUD will provide a digital files in WaterCAD format to the developer. The developer shall then submit an updated model to the PUD in WaterCAD format showing that minimum water system pressures will be maintained under high water demand scenarios. The revised hydraulic model will be reviewed by a third-party engineering firm selected by the PUD. Alternatively, the developer may pay for such modeling to be performed directly by a third-party engineering firm selected by the PUD. In either instance, all costs associated with the hydraulic modeling / review shall be borne by the developer.
2.3 Water Meters
  1. Water meters sized ¾ inch (⅝ inches by ¾ inches) or 1 inch shall be furnished and set by the PUD only after the System Development Fee is paid by the landowner. Water meters will be set after the meter box and service piping are placed at proper finished grade.
  2. Meters one and one-half inch (1 to ½ inches) and larger will be installed by the developer as part of the construction project only after the System Development Fee is paid by the landowner.
  3. All irrigation systems require the installation of state certified backflow devices. Irrigation meters will be set and turned on after acceptance of the water system by the PUD.
  4. Adjustments, repairs, or replacement of the service line after the meter shall be the responsibility of the property owner.
  5. Any water service modifications requested by a property owner shall be billed by the PUD on a time and material basis.
2.4 Fees And Charges

All fees and charges related to development shall be in accordance with the latest Carson and Underwood Water Rates.

Section 3 – Design Requirements

3.1 System Design Pressures

New water systems must be able to maintain minimum system pressures as required by state law (WAC 246-290-230). The maximum allowable pressure for new systems shall be 90 psi as measured at the meter. Deviations from the maximum allowable pressure may be allowed with the use of pressure reducing valves subject to PUD approval.

3.2 Distribution System Extensions to Support Development

Developing properties must extend utility lines to the site, across the property frontage, and through the property to allow connection and provide for future extensions for the development of adjacent parcels. Additional offsite work may be required to provide a looped water main for water quality, fire protection, or system redundancy purposes. Any existing water main that is substandard in size or material shall be replaced. Proposed water line sizes and alignments must be designed in accordance with the latest Water System Plan, or as determined by the PUD staff for overall system development and network extension.

3.3 Connection to Existing System

All new water mains must connect to an existing public water main. This can be accomplished by cutting and connecting to the existing main using an appropriate fitting, by tapping an existing main, or by removing a cap or plug on an existing main and connecting to the end of the main. Connection to an existing main may be done only after disinfection, testing, and approval by PUD staff of the new main.

3.4 Water Main Locations

Water mains shall generally be located within the public right-of-way, except where needed to serve onsite fire hydrants, buildings on private roads, and adjacent properties. The standard location for water mains is on the north or east side of street centerline. Other locations may be approved on a case-by-case basis.

3.5 Water Main Easements

Public water facilities that are not in the public right-of-way must be in an easement dedicated to the PUD. The easement is intended to allow access for maintenance by PUD staff, and to prevent any structures or trees from interfering with the facility or hindering access to it. The easement shall be of a standard form provided by the PUD.

Water facilities that require easements on private property include water mains, fire hydrants, water services to the water meter, and water meters. The easement boundary should generally be near the downstream side of a water meter, or 7.5 feet past the fire hydrant.

Water easements shall be 15 feet wide or greater. Actual required easement width will be determined by the PUD. Shared utility easements with water and one other utility such as storm water shall generally be a minimum of 20 feet wide. Shared utility easements with water and 2 other utilities such as power and storm water shall generally be a minimum of 25 feet wide. Wider easements may be required depending on the depth and size of the utilities or if there are public water mains within 10 feet of a property line. Spike strips and any separations intended to deny access to the water main by adjoining properties shall not be allowed. Easements shall have no structures on them and shall be paved or covered with approved landscaping (not to include trees). Easements for private roads shall include the entire roadway and all water meters. The easement shall be described as such.

3.6 System Reliability; Looping

Looped water mains are desirable for fire flow, system reliability during maintenance, water quality and shall be completed wherever possible. Dead ends shall be avoided, except as needed to provide for future service, cul-de-sacs, and fire hydrants. An extension to provide for future looping may be required, even if such extension is not required to serve adjacent properties. Dead-end extensions shall be provided with a standard blowoff assembly, see PUD standard details for further guidance.

3.7 Water Pipe

Water mains up to and including 12 inches in nominal diameter shall be constructed of DR 18 AWWA C900 PVC; or externally zinc coated Class 52 ductile iron pipe with V-bio® polyethylene encasement. Alternate materials may be used subject to PUD approval. Material requirements for water mains larger than 12 inches in diameter shall be determined on a case-by-case basis. All water main joints shall be fully restrained per Section 3.13.

New water mains that are provided for future extensions will be sized consistent with the latest version of the PUD’s Water System Plan, as interpreted by PUD staff. For locations not covered by the Water System Plan, PUD staff will determine the necessary size during the development review process. For preliminary planning, size the new main according to the existing grid, or 8 inches in diameter, whichever is larger. Larger mains may be required based on fire flow needs and the water system pressure at a particular location.

In certain cases, the PUD may require a water main that is larger than needed by the development alone. If this oversize main is 12 inches or more in diameter, the PUD may participate in the cost difference between the larger main required, and the size of the main needed for the development alone. To initiate a review of this possible participation, the developer needs to submit a request for participation to the PUD.

Dead end mains 50 feet or shorter to serve only a fire hydrant shall be a minimum of 6 inches in diameter. Dead end runs longer than 50 feet to serve a fire hydrant shall be a minimum 8 inches in diameter.

Dead end mains to the end of a residential cul-de-sac where the water main cannot be extended in the future shall be minimum 8 inches in diameter to the last hydrant and 4 inches in diameter past the last hydrant to the end. The diameter reduction is to minimize the amount of potentially stagnant water in the end of a main and maintain water quality.

All development projects with 3 or more services where the combined public and private service length individually exceeds 100 feet, shall install a 4 inch minimum diameter public water main to serve the project. The water main shall be extended to the nearest property line of the most remotely served parcel of the project.

3.8 Fittings

All fittings shall be ductile iron and conform to the requirements of AWWA C110 or C153. All buried ductile iron fittings shall be mechanical joint. All ductile iron fittings shall be epoxy coated and lined by the manufacturer. All rubber gasket joints for ductile iron fittings shall conform to the requirements of AWWA C111. All hardware shall be coated in a baked-on ceramic-filled fluorocarbon resin. All fitting joints shall be fully restrained per Section 3.13.

3.9 Depth of Cover

The minimum pipe cover is 3 feet for water mains smaller than 12 inches and 4 feet for water mains 12 inches and larger. Deviations may be allowed on a case-by-case basis subject to PUD approval. The cover shall not exceed 6 feet unless greater depth is required to avoid other utilities or obstructions, or where special circumstances arise and greater cover is approved by the PUD.

3.10 Coordination with Other Utilities; Water Main Profiles

The water main shall be located more than 5 feet from other non-sanitary sewer utilities, measured center-to-center. An edge-to-edge separation of 3 feet may be allowed where no reasonable alternative exists, if approved by the PUD staff. Water mains must be deflected vertically, or vertical bends must be used, as necessary, to provide 6-inch minimum crossing clearance with other utilities.

Distance between water main and sanitary sewer utilities shall be in accordance with Washington State regulations.

To facilitate coordination with other utilities and PUD staff review of proposed water facilities, water main profile drawings must be included for all mains 12 inches or larger in diameter. Profile drawings should show all crossings with other utilities.

3.11 Air & Blowoff Valves

Air release valves or combination air release valves may be required at high points within the proposed water system as deemed necessary by the PUD. Standard blowoff assemblies shall be installed at the end of dead-end mains. See PUD standard details for further guidance.

3.12 Isolation Valves

Isolation valves must be installed to facilitate new connections to the system, and to provide for the isolation of pipe segments during maintenance. Generally, 2 isolation valves per tee, and three isolation valves per cross are required. At least one isolation valve per 1,000 feet of main run must be installed. Live taps may be allowed at the PUD’s discretion.

Where tees or crosses are installed to provide for both new and future connections, isolation valves should be located to minimize loss of service when the future connection is made.

3.13 Thrust Blocks & Restrained Joints

All joints, valves, and fittings shall be mechanically restrained. Thrust blocks are only allowed at “live taps” and where connections are made to the end of an existing main. Restrained joints must be Megalug or approved equal. Tie rods may not be used for buried water mains.

Underground flanged joints are only allowed for restraining valves installed for “Live Taps”. 2 adjacent MJ joints may be joined with a Foster adapter, or similar PUD approved product.

3.14 Deflection at Pipe Joints

Water main pipe joints may be deflected to achieve a non-linear alignment, provided the deflection at each joint does not exceed the maximum deflection recommended by the pipe manufacturer. The deflection angle or bend radius shall be stated on the civil plans. No bending of PVC pipe itself is allowed.

3.15 Cross-Connection Control

The prevention of non-potable water or any deleterious substance from entering the distribution system is extremely important to public safety. The PUD recognizes the Washington State Department of Health regulations (WAC Chapter 246-290-490) regarding the protection of the public via minimum requirements for design, construction, operation, and maintenance of public water supplies. All developers or applicants constructing public water mains or facilities should be familiar with, and comply with, these requirements. These referenced regulations and standards are a minimum, and the PUD specifically reserves the right to require additional safety features and items as may be deemed appropriate by the PUD. Premise isolation by a reduced pressure backflow assembly (RPBA) approved by the PUD is required for all customers with access to auxiliary water supplies connected to a piping system, whether or not an interconnection exists between the auxiliary supply and the PUD water system.

3.16 Water Demand vs. Meter Size

The water meter size shall be determined by the water customer or their designee. Water services shall be sized as required by water demand and on-site fire protection service flow. Service piping 2 inches in diameter and smaller shall be either Municipex (PEX-A) with tracing wire or Type “K” copper. Service piping for water meters 3 inches or larger shall be a minimum of 4 inches and be Class 52 zinc coated ductile iron pipe with V-bio polyethylene encasement or PVC AWWA C900 with tracing wire. No 2 to ½ or 3-inch water service piping shall be allowed.

For water services that require more flow than available through a standard ⅝ inch by ¾ inch residential meter, the water meter size requested should be sized to serve the expected peak and continuous demands. Guidance for the safe maximum operating capacity and the recommended rate for continuous operation can be found in the American Water Works Association Standards, C-700 through C-710. General guidance can be found in the American Water Works Association Manual of Water Supply Practices M22, Sizing Water Service Lines and Meters.

The minimum diameter for a new service pipe is 1 inch. The service pipe shall be reduced at the meter as necessary.

3.17 WSDOT/Railroad Crossings

The developer shall obtain and make full payment for any permits required from Washington State Department of Transportation (WSDOT) / railroad prior to constructing a water main under any highway or railroad tracks. The permit should be on behalf of the PUD. All requirements of the permit shall be met prior to acceptance of any construction. Requirements usually include boring with a steel casing for installation of the water main.

3.18 Fire Hydrant Spacing Requirements

All fire hydrant spacing shall, at a minimum, meet the requirements of the International Fire Code Section 507, or as required by the Skamania County Fire Marshal.

Section 4 – General Special Provisions

The following General Special Provisions are written for projects where the Contractor is contracted directly with the PUD. Where this is not the case, such as with development work, disregard such language as appropriate.

Introduction

The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction (PDF), 2020 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 from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Special Provision sources are differentiated as follows:

(Date)
(Date APWA GSP)
(Date APWA GSP, modified PUD date)
(PUD date)
(******)
WSDOT General Special Provision
APWA General Special Provision
APWA General Special Provision Modified by PUD
Skamania PUD General Special Provision
Project Specific Special Provision

All Skamania PUD modifications to the APWA GSP will be italicized.

Also incorporated into the General Special Provisions 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
  • PUD Water System Design Standards

Contractor shall obtain copies of these publications, at Contractor’s own expense.

Division 1 – General Requirements

1-01 Definitions & Terms

1-01.3 Definitions

(January 4, 2016 APWA GSP)

Delete the heading Completion Dates and the 3 paragraphs that follow it, and replace them with the following:

Dates
  • Bid Opening Date - The date on which the Contracting Agency publicly opens and reads the Bids.
  • Award Date - The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work.
  • Contract Execution Date - The date the Contracting Agency officially binds the Agency to the Contract.
  • Notice to Proceed Date - The date stated in the Notice to Proceed on which the Contract Time begins.
  • Substantial Completion Date - The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract.
  • Physical Completion Date - The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date.
  • Completion Date - The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date.
  • Final Acceptance Date - The date on which the Contracting Agency accepts the Work as complete.

Supplement this section with the following:

All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms “Department of Transportation”, “Washington State Transportation Commission”, “Commission”, “Secretary of Transportation”, “Secretary”, “Headquarters”, and “State Treasurer” shall be revised to read “Contracting Agency”.

All references to the terms “State” or “state” shall be revised to read “Contracting Agency” unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise.

All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”.

All references to “final contract voucher certification” shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted.

  • Additive - A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.
  • Alternate - 1 of 2 or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work.
  • Business Day -  A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5.
  • Contract Bond - The definition in the Standard Specifications for “Contract Bond” applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond.
  • Contract Documents - See definition for “Contract”.
  • Contract Time - The period of time established by the terms and conditions of the Contract within which the Work must be physically completed.
  • Notice of Award - The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency’s acceptance of the Bid Proposal.
  • Notice to Proceed - The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract Time begins.
  • Traffic - Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic.

(PUD July 2020)

Delete the paragraph with the heading Engineer and replace it with the following:

  • Engineer - The PUD Engineer or designee.

Supplement this section with the following:

  • Design Engineer - The licensed engineer who signed and sealed the contract plans.
  • PUD or Owner or Contracting Agency - The contracting agency or authorized representative. The terms “PUD”, “Owner”, and “Contracting Agency” shall be synonymous.
1-02 Bid Procedures & Conditions

1-02.1 Pre-qualification of Bidders

Delete this Section and replace it with the following:

1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP)
Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project.

1-02.1(1) Supplemental Qualifications Criteria (July 31, 2017 APWA GSP, modified PUD July 2020)
In addition, the Contracting Agency has established Contracting Agency-specific and/or project-specific supplemental criteria, in accordance with RCW 39.04.350(3), for determining Bidder responsibility, including the basis for evaluation and the deadline for appealing a determination that a Bidder is not responsible. These criteria are contained in Section 1-02.14 of these Special Provisions.

1-02.2 Plans & Specifications

(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:

Information as to where Bid Documents can be obtained or reviewed can be found in the Call for bids (Advertisement for Bids) for the work.

After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below:

To Prime Contractor No. of Sets Basis of Distribution
Reduced plans (11 inches by 17 inches ***1*** Furnished automatically upon award.
Contract Provisions ***1*** Furnished automatically upon award.
Large plans (e.g., 22 inches by 34 inches) ***1*** Furnished only upon request

Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor’s own expense.

1-02.4(1) General

(August 15, 2016 APWA GSP Option A, modified PUD April 2020)

The first sentence of the paragraph that reads “Any prospective Bidder desiring…” is revised to read:

Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, must request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids.

1-02.5 Proposal Forms

(July 31, 2017 APWA GSP)

Delete this section and replace it with the following:

The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder’s name, address, telephone number, and signature; the bidder’s UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor’s Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form.

The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified.

1-02.6 Preparation of Proposal

(July 11, 2018 APWA GSP, modified PUD July 2020)

Supplement the second paragraph with the following:

4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid.

Delete the last 3 paragraphs, and replace them with the following:

If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work.

The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms.

The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.

A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign).

A bid by a partnership shall be executed in the partnership name and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement.

1-02.7 Bid Deposit

(March 8, 2013 APWA GSP, modified PUD July 2020)

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 shall agree with the signature on the bond, and the title of the person must accompany the said signature;
  6. The signature of the surety’s officer empowered to sign the bond and the power of attorney.

If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions.

1-02.9 Delivery of Proposal

(PUD July 2020)

Delete this section and replace it with the following:

Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery.

The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids.

1-02.10 Withdrawing, Revising, or Supplementing Proposal

(July 23, 2015 APWA GSP)

Delete this section, and replace it with the following:

  1. After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if:
  2. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and
  3. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and
  4. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder’s request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety.

If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn.

Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.

1-02.13 Irregular Proposals

(December 19, 2019 APWA GSP)

Delete this section and replace it with the following:

A Proposal will be considered irregular and will be rejected if:

  1. The Bidder is not prequalified when so required;
    1. The authorized Proposal form furnished by the Contracting Agency is not used or is altered;
    2. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions;
    3. 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;
    4. The Proposal form is not properly executed;
    5. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6;
    6. The Bidder fails to submit or properly complete an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6;
    7. The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder’s completed UDBE Utilization Certification that they are in agreement with the bidder’s UDBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions;
    8. The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made;
    9. The Bidder fails to submit a UDBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions;
    10. The Bidder fails to submit UDBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions;
    11. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or
    12. More than one Proposal is submitted for the same project from a Bidder under the same or different names.
  2. A Proposal may be considered irregular and may be rejected if:
    1. The Proposal does not include a unit price for every Bid item;
    2. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
    3. Receipt of Addenda is not acknowledged;
    4. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or
    5. If Proposal form entries are not made in ink.

1-02.14 Disqualification of Bidders

(May 17, 2018 APWA GSP, Option C)

Delete this section and replace it with the following:

A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-8 in this Section:

The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-8 shall be provided by the Bidder as stated later in this Section.

  1. Delinquent State Taxes
    1. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue.
    2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below.
  2. Federal Debarment
    1. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government.
    2. Documentation: The Bidder shall not be listed as having an “active exclusion” on the U.S. government’s “System for Award Management” database. Visit the Sam website.
  3. Subcontractor Responsibility
    1. Criterion: The Bidder’s standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder’s subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub-tier subcontractors with whom it contracts are also “responsible” subcontractors as defined by RCW 39.06.020.
    2. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts.
  4. Claims Against Retainage and Bonds
    1. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the 3 years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.
    2. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the 3 years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information:
      • Name of project
      • The owner and contact information for the owner;
      • A list of claims filed against the retainage and/or payment bond for any of the projects listed;
      • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim.
  5. Public Bidding Crime
    1. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the 5 years prior to the bid submittal date.
    2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract.
  6. Termination for Cause / Termination for Default
    1. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.
    2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances.
  7. Lawsuits
    1. A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency.
    2. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts.
  8. Bidder Experience Criteria
    1. Criterion: The bidder shall have successfully completed projects of a similar size and scope as required by the contract documents for this project. In evaluating whether the projects were “successfully completed”, the Owner may check bidder references for the previous projects and may assess the bidder’s performance, including but not limited to the following areas:
        • Quality control
        • Safety record
        • Timeliness of performance
        • Use of skilled personnel
        • Management of subcontractors
        • Availability of and use of appropriate equipment
        • Compliance with contract documents
        • Management of submittals process, change orders and close-out

      The bidder shall submit a list of at least 3 similar projects they have completed successfully in the last 10 years. These projects shall be of similar size and scope to this project. For the purposes of meeting this criterion, the Owner has determined that “similar in size and scope to this project” means projects that have the following characteristics:

        • Underground water distribution projects located within paved roadways in the public right-of-way.
        • Work was performed for a municipal utility provider.
    2. Documentation: See the example form entitled “Work Experience Form” in the “Contract Forms” section of the Contract Documents

As evidence that the Bidder meets the Supplemental Responsibility Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12 p.m. of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the Supplemental Criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Responsibility Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third-parties and independent sources of information concerning a Bidder’s compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the Supplemental Criteria.

The basis for evaluation of Bidder compliance with these mandatory and Supplemental Criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter.

1-02.15 Pre Award Information

(August 14, 2013 APWA GSP)

Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder:

  1. A complete statement of the origin, composition, and manufacture of any or all materials to be used,
  2. Samples of these materials for quality and fitness tests,
  3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work,
  4. A breakdown of costs assigned to any bid item,
  5. Attendance at a conference with the Engineer or representatives of the Engineer,
  6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located.
  7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder.
1-03 Award & Execution of Contract

1-03.1 Consideration of Bids

(January 23, 2006 APWA GSP)

Revise the first paragraph to read:

After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder’s unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond.

1-03.3 Execution of Contract

(PUD April 2020)

Revise this section to read:

Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency.

Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 107.18, a satisfactory bond as required by law and Section 1-03.4, and a copy of the Transfer of Coverage form for the Construction Stormwater General Permit. 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 Agencyfurnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency.

If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it.

1-03.4 Contract Bond

(July 23, 2015 APWA GSP)

Delete the first paragraph and replace it with the following:

The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall:

  1. Be on Contracting Agency-furnished form(s);
  2. Be signed by an approved surety (or sureties) that:
    1. Is registered with the Washington State Insurance Commissioner, and
    2. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner,
  3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure:
    1. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or
    2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work;
  4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and
  5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and
  6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president).

1-03.7 Judicial Review

(November 30, 2018 APWA GSP)

Revise this section to read:

Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction.

1-04 Scope of the Work

1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda

(PUD April 2020)

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,
  4. Contract Plans,
  5. Standard Specifications,
  6. PUD Design Standards,
  7. All applicable codes, permits, and regulations.

1-04.5 Procedure & Protest by the Contractor

(PUD April 2020)

Replace the first and second paragraphs and subsections 1 and 2(a) of the third paragraph of this Section with the following:

The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this Section provides. A change order that is not protested as provided in this Section shall be full payment and final settlement of all claims for Contract Time and for all costs of any kind, including costs of delays, related to any Work either covered or affected by the change.

By not protesting as this Section provides, the Contractor waives any claim or entitlement to additional compensation, adjustment to the Contract Price, adjustment to the Contract Time, and any other legal or equitable relief. Also, by not protesting as provided by this Section the Contractor thereby accepts any written or oral order, change order, direction, instruction, interpretation, and determination issued by the Engineer.

If an occurrence, event, or action occurs whereby the Contractor believes it has or will have a right to additional compensation, adjustment to the Contract Price, adjustment to the Contract Time, legal or equitable relief, damages, or any modification or equitable adjustment of the terms of the Contract, or if the Contractor is in disagreement with anything required in a change order, another written order, an oral order, determination, or any other action by the Engineer, the Contractor shall:

  1. Immediately give a signed written notice of protest to the Engineer or the Engineer’s field Inspectors before doing any Work related to the occurrence, event, or action that is the subject of the protest. In all cases, the notice of protest must be given within 10 calendar days of the occurrence, event, or action that is the subject of the protest. The notice of protest must include the date and description of the event, occurrence, or action together with a statement describing the anticipated effect of the event, occurrence, or action upon the Work and the Contract.
  2. Supplement the written protest within 14 calendar days with a written statement and supporting documents providing the following:
    1. The date and nature of the occurrence, event, action, order, direction, instruction, interpretation, or determination that is the subject of the protest

1-04.6 Variation in Estimated Quantities

(May 25, 2006 APWA GSP)

Supplement this section with the following:

The quantities for HMA Cl. ½” PG 64-22, Trench Safety System, Rock Excavation, Removal and Replacement of Unsuitable Material, Cement Conc. Sidewalk, Cement Conc. Traffic Curb, Painted Stop Line, and Painted Crosswalk Line have been entered into the Proposal only to provide a common proposal for bidders. Actual quantities will be determined in the field as the work progresses, and will be paid at the original bid price, regardless of final quantity. These bid items shall not be subject to the provisions of 1-04.6 of the Standard Specifications

1-05 Control of Work

1-05.4 Conformity With & Deviations From Plans & Stakes

Delete this Section and replace it with the following:

1-05.4 Pre-Construction Survey
(PUD July 2020)

The Contractor shall obtain the services of a professional surveyor licensed in the State of Washington to perform pre-construction surveying. Pre-construction surveying consists of setting lines and grades for the proposed work. At a minimum, the pre-construction survey shall establish hubs / stakes as follows:

Pre-Construction Survey ItemHorizontal TolerenceVertical Tolerence
Valves*± 0.1 foot± 0.1 foot
Fittings*± 0.1 foot± 0.1 foot
Fire Hydrants± 0.1 foot± 0.1 foot
Water Main (50 inch intervals maximum)± 0.1 foot± 0.1 foot

*Valve / fitting clusters only require a single survey reference

Following the pre-construction survey, but prior to construction, the Contractor shall place paint marks on the ground of the intended water main alignment and coordinate a time to meet with the Engineer to walk the project site and discuss the proposed Work.

1-05.7 Removal of Defective & Unauthorized Work

(October 1, 2005 APWA GSP)

Supplement this section with the following:

If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary.

If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public.

Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work.

No adjustment in Contract Time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency’s rights provided by this Section.

The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the work as required.

1-05.10 Guarantees

(PUD November 2020)

Section 1-05.10 is supplemented with the following:

The Work shall meet the requirements of the Contract Documents. Prior to 1 year following the date of Substantial Completion, the PUD will conduct an inspection. If defects are found by the PUD, the Contractor shall return to the project and repair or replace all defects in workmanship and material without charge to the PUD. Items required to be repaired shall have a renewed warranty following the acceptance of the correction of the defects. The renewed warranty shall be in writing and addressed to the PUD.

The Contractor shall start work to remedy any such defects within 14 calendar days of receiving Contracting Agency’s written notice of a defect, and shall complete such work within the time stated in the Contracting Agency’s notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency’s own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor.

This obligation to return to the project and correct defects or failure of performance is in addition to all other warranties and obligations under the terms of the Contract including but not limited to manufacturer’s warranties and the Contractor’s warranty and obligation that the work performed and materials supplied meet or exceed the quality and performance required by the Contract Documents.

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 therefore.

Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work.

The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection.

1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected.

If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.

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.

1-05.13 Superintendents, Labor and Equipment of Contractor

(August 14, 2013 APWA GSP)

Delete the 6th and 7th paragraphs of this section.

1-05.15 Method of Serving Notices

(March 25, 2009 APWA GSP)

Revise the second paragraph to read:

All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract.

Add the following new sections:

1-05.16 Water and Power
(October 1, 2005 APWA GSP)

The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item.

1-05.17 As-Built Drawings
(PUD April 2020)

The Contractor shall maintain one set of full-size plans for As-Built Drawings, updated with clear and accurate red-lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded.

This As-Built Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as As-Built Drawings. These As-Built Drawings shall be kept on site at the Contractor’s field office and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the As-Built Drawings to each progress meeting for review.

The preparation and upkeep of the As-Built Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the As-Built Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting Agency to modify the computer-aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency.

The As-Built Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to:

  • Actual dimensions, arrangement, and materials used when different than shown in the Plans.
  • Changes made by Change Order or Field Order.
  • Changes made by the Contractor.
  • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.).

Making Entries on the As Built Drawings:

  • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code:
    • Additions - Red
    • Deletions - Green
    • Comments - Blue
    • Dimensions - Graphite
  • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number.
  • Date all entries.
  • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.).

The Contractor shall certify on the As-Built Drawings that said drawings are an accurate depiction of built conditions and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion.

Payment will be made for the following bid item:

As-Built DrawingsLump Sum
(Minimum Bid $1,000)

Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed As-Built Drawings set prepared in conformance with these Special Provisions.

A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount.

1-06 Control of Material

1-06.2(1) Samples and Tests for Acceptance

(PUD July 2020)

Section 1-06.2(1) is supplemented as follows:

The Contractor shall coordinate and pay for all testing activities. All required testing of work and/or materials shall be conducted in the presence of a Contracting Agency representative.

The Contractor shall provide 48 hour notification to the Contracting Agency prior to completing Work which requires quality assurance testing. Where applicable, work and materials shall only be buried with the consent of the Engineer.

Where such inspection and testing are to be conducted by an independent laboratory or agency, the sample or samples of material to be tested shall be selected by such laboratory or agency or by the Engineer.

The results from any and all tests are made for the information of the Owner. Regardless of test results, the Contractor is solely responsible for the quality of workmanship and materials and for compliance with the requirements of the Plans and Specifications.

Material sampling for testing may be performed up to and including the point of incorporation of the respective material into the project. Required material testing includes but shall not be limited to the following:

Material Sampling
MaterialTest Goal and TypeMinimum Testing Frequency
Pipe Bedding90% Compaction per AASHTO T 1801 test per 400 LF of trench
Trench Backfill95% Compaction per AASHTO T 180 (crushed agg.); 90% Compaction per AASHTO T 99 (native)2 tests per 200 LF of trench: 1 test at top of trench backfill; and 1 test at 2-foot depth or 1 foot above the pipe zone, whichever is less.
Crushed Surfacing 95% Compaction per AASHTO T 1801 test per 200 LF of trench at top of base rock
Hot Mix Asphalt (for permanent pavement restoration only)92% Compaction per AASHTO T 2091 test per 200 LF of trench for each lift of pavement

1-06.2(2) Statistical Evaluation of Materials for Acceptance

(PUD July 2020)

Section 1-06.2(2) shall not apply to this project.

1-06.6 Recycled Materials

(January 4, 2016 APWA GSP)

Delete this section, including its subsections, and replace it with the following:

The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications.

Prior to Physical Completion, upon request, the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor’s report shall be provided on DOT form 350-075 Recycled Materials Reporting.

1-07 Legal Relations & Responsibility to the Public

1-07.1 Laws to be Observed

(October 1, 2005 APWA GSP)

Supplement this section with the following:

In cases of conflict between different safety regulations, the more stringent regulation shall apply.

The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA).

The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured.

The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor’s care, persons, including employees, who may have been injured on the project site. Employees shall 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 State Taxes

Delete this section, including its sub-sections, in its entirety and replace it with the following:

1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)

The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability.

The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception.

The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund.

1-07.2(1) State Sales Tax — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work.

1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation.

For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception.

Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount.

1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244).

1-07.3 Fire Prevention and Merchantable Timber Requirements

(PUD July 2020)

Delete this section, including its subsections.

1-07.4(1) General

(PUD July 2020)

Supplement this section with the following:

The Contractor shall supply at least 1 portable toilet on the job site at all times when the Contractor has any employees on the job site performing contract work. Portable toilets shall be serviced on a weekly basis.

This item shall be included in the bid item for mobilization. An amount approximating the actual cost per week will be subtracted from the bid item for mobilization for each week the portable toilet is not supplied on the job site or serviced on a weekly basis.

1-07.6 Permits & Licenses

(PUD July 2020)

Section 1-07.6 is supplemented with the following:

The Contracting Agency has obtained the below-listed permit(s) for this project. A copy of the permit(s) are included with the Contract Provisions. All contacts with the permitting agency concerning the below-listed permit(s) shall be through the Engineer. The Contractor shall be responsible for complying with all requirements and provisions the below-listed permit(s).

Name of DocumentAgencyReference
Utility PermitSkamania CountyTo Follow

All costs to obtain and comply with additional permits shall be borne by the contractor.

The Contractor shall furnish 1 copy of all required permits to the Engineer and shall always have a copy of all required permits on the project site and available for inspection upon request of the Engineer.

1-07.7 Load Limits

(PUD July 2020)

Section 1-07.7 is supplemented with the following:

The Contractor shall, at the Contractor's expense, make all arrangements for the use of haul routes including all necessary local permits.

1-07.9(5) Required Documents

(January 3, 2020 APWA GSP)

Delete this section and replace it with the following:

General
All “Statements of Intent to Pay Prevailing Wages”, “Affidavits of Wages Paid” and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer and the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system.

Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract:

  1. The approved “Statement of Intent to Pay Prevailing Wages” State L&I’s form number F700-029-000. The Contracting Agency will make no payment under this Contract until this statement has been approved by State L&I and reviewed by the Engineer.
  2. The approved “Affidavit of Prevailing Wages Paid”, State L&I’s form number F700007-000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until “Affidavit of Prevailing Wages Paid” forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract.

The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I.

Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal-aid projects and no less than monthly on State funded projects.

Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12).

1-07.13(4) Repair of Damage

(PUD July 2020)

Section 1-07.13(4) is revised to read:

The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 107.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only.

1-07.17 Utilities & Similar Facilities

(PUD April 2020)

Section 1-07.17 is supplemented with the following:

Locations and dimensions of existing utilities shown on the Plans are in accordance with available information. Existing subsurface utilities on the Plans are based on field design locate data provided by the individual utilities through the Utility Notification Center. The actual location could deviate from that which is shown.

The PUD will not be held responsible for locations of existing utilities marked on the plans. The Contractor shall be responsible for verifying depths and locations of all existing utilities.

The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience:

Skamania County PUD (Water & Electric)

Northwest Natural (Gas)

Washington State Department of Transportation Southwest Region

Williams Gas Pipeline-West NW Pipeline Corporation

Spring (Telephone)

Sawtooth Technologies, LLC

Millennium Digital Media (Cable TV)

The Contractor shall call the Northwest Utility Notification Center (One Call Center), for field location of utilities. The telephone number for the One Call Center for this project is (800) 424-5555. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked.

1-07.18 Public Liability & Property Damage Insurance

Delete this section in its entirety, and replace it with the following:

1-07.18 Insurance
(January 4, 2016 APWA GSP, modified)

1-07.18(1) General Requirements

  1. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer’s financial condition.
  2. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor’s Work through the term of the Contract and for 30 days after the Physical Completion date, unless otherwise indicated below.
  3. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made and state the retroactive date. Claimsmade form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period (“tail”) or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed.
  4. The Contractor’s Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency’s insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor’s insurance and shall not contribute with it.
  5. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within 2 business days of their receipt of such notice.
  6. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency.
  7. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving 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 on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency.
  8. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made.
  9. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the Work.

1-07.18(2) Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder’s Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein:

  • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers
  • Grayling Engineers and its officers, employees, and agents

The above-listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor.

For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

1-07.18(3) Subcontractors
The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors.

The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.

1-07.18(4) Verification of Coverage
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor’s obligation to maintain such insurance.

Verification of coverage shall include:

  1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent.
  2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement.
  3. Any other amendatory endorsements to show the coverage required herein.
  4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements – actual endorsements must be submitted.

Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work.

1-07.18(5) Coverages and Limits
The insurance shall provide the minimum coverages and limits set forth below. Contractor’s maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency’s recourse to any remedy available at law or in equity.

All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or selfinsured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy’s deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor.

1-07.18(5)A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage.

The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.

Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor’s completed operations for at least 3 years following Substantial Completion of the Work.

Such policy must provide the following minimum limits:



$1,000,000
$2,000,000
$2,000,000
$1,000,000
$1,000,000


Each Occurrence
General Aggregate
Products and Completed Operations Aggregate
Personal and Advertising Injury each offense
Stop Gap/Employers' Liability each accident

1-07.18(5)B Automobile Liability
Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident



$1,000,000


Combined single limit each accident

1-07.18(5)C Workers’ CompensationM
The Contractor shall comply with Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington.

1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)

The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $1 Million Dollars ($1,000,000) each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor’s Commercial General and Auto Liability insurance.

All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor’s Excess or Umbrella Liability insurance policy.

This requirement may be satisfied instead through the Contractor’s primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance.

1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)

The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following:

  1. Contractor’s operations related to this project.
  2. Remediation, abatement, repair, maintenance or other work with lead-based paint or materials containing asbestos.
  3. Transportation of hazardous materials away from any site related to this project.

All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy.

Such Pollution Liability policy shall provide the following minimum limits:



$2,000,000


each loss and annual aggregate

1-07.23 Public Convenience & Safety

(PUD July 2020)

Section 1-07.23 is supplemented as follows:

Open trenches within the traveled way shall have a steel plate cover placed and anchored over them prior to opening roadway to vehicular travel. A wedge of suitable material shall be placed for a smooth transition between the roadway pavement and the plate as required. Warning signs shall be installed to alert motorists of the plate(s).

1-07.24 Rights of Way

(July 23, 2015 APWA GSP)

Delete this section and replace it with the following:

Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor’s construction activities shall be confined within these limits, unless arrangements for use of private property are made.

Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor’s attention by a duly issued Addendum.

Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer.

Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract.

Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted.

The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established.

1-09 Measurement & Payment

1-09.2(5) Measurement

(May 2, 2017 APWA GSP)

Revise the first paragraph to read:

Scale Verification Checks – At the Engineer’s discretion, the Engineer may perform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work.

1-09.9 Payments

(March 13, 2012 APWA GSP)

Delete the first four paragraphs and replace them with the following:

The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment.

The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer’s determination of the cost of work shall be final.

Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference.

The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment.

The value of the progress estimate will be the sum of the following:

  1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price.
  2. Lump Sum Items in the Bid Form — based on the approved Contractor’s lump sum breakdown for that item, or absent such a breakdown, based on the Engineer’s determination.
  3. Materials on Hand — 100 % of invoiced cost of material delivered to Job site or other storage area approved by the Engineer.
  4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer.

Progress payments will be made in accordance with the progress estimate less:

  1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
  2. The amount of progress payments previously made; and
  3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents.

Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1.

1-09.11(3) Time Limitation and Jurisdiction

(November 30, 2018 APWA GSP)

Revise this section to read:

For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action.

1-09.13(3) Claims $250,000 or Less

(October 1, 2005 APWA GSP)

Delete this section and replace it with the following:

The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration.

1-09.13(3)A Administration of Arbitration

(November 30, 2018 APWA GSP)

Revise the third paragraph to read:

The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions.

1-08 Prosecution & 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.

(PUD July 2020)

The Contractor shall request the preconstruction conference a minimum of 10 calendar days prior to the start of construction. The actual date of the preconstruction conference will depend on availability of PUD staff and the various parties associated with the work.

Add the following new section:

1-08.0(2) Hours of Work
(PUD April 2020)

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 8 a.m. and 5 p.m. of a working day with a maximum 1-hour lunch break and Monday through Friday 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.

If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 8 a.m. or after 5 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8-hour period between 8 a.m. and 5 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work.

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 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. Assistants may include, but
are not limited to, survey crews; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence.

Add the following new section:

1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(PUD July 2020)

Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight-time costs for employees of the Contracting Agency required to work overtime hours.

The minimum overtime pay is 2 hours at 1½ time PUD rates on weekdays (before or after normal work hours), Saturday, Sunday, or holidays. PUD rate is $125 per hour.

The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor.

1-08.1 Subcontracting

(May 30, 2019 APWA GSP, Option B)

Delete the 9th paragraph, beginning with “On all projects, the Contractor shall certify…”.

1-08.3(2)A Type A Progress Schedule

(March 13, 2012 APWA GSP)

Revise this section to read:

The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal.

1-08.3(2)D Weekly Look-Ahead Schedule

(PUD July 2020)

Revise this section to read:

Each week that Work will be performed, the Contractor shall submit a 3-week look-ahead schedule showing the Contractor’s and all Subcontractors’ proposed Work activities. The 3week look-ahead schedule shall include the description, duration and sequence of Work, along with the planned hours of Work. This schedule may be a network schedule, bar chart, or other standard schedule format. The schedule shall be submitted to the Engineer by the midpoint of the week preceding the scheduled Work or some other mutually agreed upon submittal time.

1-08.4 Prosecution of Work

Delete this section and replace it with the following:

1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)

Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract.

When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract.

1-08.5 Time for Completion

(September 12, 2016 APWA GSP, Option A, modified PUD April 2020)

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. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 to 10 schedule) and the 5th day of the week in which a 4 to 10 shift is worked would ordinarily be charged as a working day then the 5th 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:
    1. Certified Payrolls (per Section 1-07.9(5)).
    2. Material Acceptance Certification Documents.
    3. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions.
    4. Final Contract Voucher Certification.
    5. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors.
    6. Property owner releases per Section 1-07.24.

Section 1-08.5 is supplemented with the following:

(******)
This project shall be physically completed within 70 working days for the Base Bid and 15 working days for the Bid Additive.

Add the following section:

1-08.7 Maintenance During Suspension
(PUD September 2020)

Delete the third and fourth paragraphs and replace with the following:

The Contractor shall maintain temporary asphalt trench patches during the suspension period, until weather conditions are suitable for final repair. The Contractor may use cold mix asphalt cement (AC) or temporary HMA for temporary patching. Spalling, excessive rutting, or other signs of failure shall be immediately remedied by the Contractor.

The suspension period is typically October 1st through April 30th for the Carson area. The Contractor may, with approval of the Engineer and Skamania County, pave during the suspension period if weather conditions allow.

1-08.9 Liquidated Damages
(August 14, 2013 APWA GSP, modified PUD April 2020)

Revise the fourth paragraph to read:

When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract Time occurring after the Substantial Completion date, the formula for liquidated damages shown above will not apply. For overruns in Contract Time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract.

1-10 Temporary Traffic Control

1-10.1(2) Description

(PUD April 2020)

Section 1.10.1(2) is supplemented with the following:

The Contractor shall provide temporary traffic control for all required inspections until the PUD issues physical completion.

1-10.2(2) Traffic Control Plans

(PUD April 2020)

Section 1.10.2(2) is supplemented with the following:

The Contractor’s proposed traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer, and the appropriate agency, for review and approval at least seven (7) calendar days in advance of the time the new plan is to be implemented. No work can commence on the project until the traffic control plans submitted by the Contractor have been approved and all required traffic control devices are in place. All traffic control plans shall conform to Section 1-10.2(3).

Traffic control plans shall at a minimum be site specific, to scale, showing all project details and all details necessary to handle traffic through the construction area. These shall include, but not be limited to, traffic flow, beginning and ending tapers, travel lanes and widths, effects on intersections, signs, flagger locations, duration, location and type of all traffic control devices. In addition, the traffic control plan shall indicate the intended method of informing adjacent properties of any required detour.

Division 2 – Earthwork

2-02 Removal of Structures & Obstructions

2-02.1 Description

(PUD July 2020)

Section 2-02.1 is supplemented with the following:

This Work also includes removing and disposing of, or salvaging, existing vaults, and other structures as shown on the Plans. The Work also includes the backfilling of trenches, holes, or pits that result from such removal.2-02.5 Payment
(PUD July 2020)

Section 2-02.5 is supplemented with the following:

“Removal of _______”, each.

The unit Contract price per each for removal of structures of the kind specified shall be full pay for all costs in connection with removing, disposing of, or salvaging the materials as shown on the Plans, and backfilling of trenches, holes, or pits that result from such removal.

2-03 Roadway Excavation & Embankment

2-03.3(7)C Contractor-Provided Disposal Site

(PUD July 2020)

Replace the first paragraph with:

The Contracting Agency has not provided a waste site for the disposal of excess materials and debris. The Contractor shall arrange for disposal of excess excavation or other materials at no expense to the Contracting Agency.

2-09 Structure Excavation

2-09.3(1)C Removal of Unstable Base Material

(PUD July 2020)

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

Gravel backfill for replacement of unstable base material shall meet the requirements of Section 9-03.9(1) or 9-03.12 as directed by the Engineer.

2-09.3(1)D Disposal of Excavated Material

(PUD July 2020)

The second paragraph is revised to read:

All costs associated with disposing of excavated material shall be a necessary part of the Work and included in the unit contract price for the structure.

2-09.3(1)E Backfilling

(PUD July 2020)

The first paragraph is revised to read:

All costs associated with furnishing and installing backfill material of openings dug for structures and potholing shall be a necessary part of the Work and included in the unit contract price for the structure.

Backfill materials and compaction shall conform to the Plans, PUD Standard Drawings, and Agency utility permits when in right of way, whichever is more restrictive.

2-09.4 Measurement

(PUD July 2020)

Section 2-09.4 is supplemented with the following:

There shall be no measurement for structure excavation. Compensation for structure excavation, hauling and disposal of excavated material, and for backfilling shall be included in the payment for the various items for which the excavation is done.

2-09.5 Payment

(PUD July 2020)

Section 2-09.5 is deleted in its entirety and replaced with the following:

No separate payment will be made for structure excavation, haul, disposal of structure excavation, or backfilling for pipes or structures.

Division 5 – Surface Treatments & Pavements

5-04 Hot Mix Asphalt (HMA)

5-04.3(4)C Pavement Repair

(PUD July 2020)

Section 5-04.3(4)C is supplemented with the following:

For trenches and other drainage and utility work, make sawcuts as follows: Prior to placing pavement, the Contractor shall remove the existing edge a minimum of 1 foot beyond where any sloughing has occurred or as marked by the Engineer under the existing pavement by sawing the existing pavement vertically and in a straight line along the cut lines indicated. The cut shall be a sufficient distance from the area of excavation to remove broken or damaged pavement and to expose voids under the pavement.

Pavement edges on opposite sides of trenches shall be cut parallel to each other unless otherwise directed. Pavement repair and restoration for installation of Structures shall be roughly rectangular or square. Pavement repair and trench restoration shall be in accordance with the utility permit(s) and the following:

Where traffic will pass over backfilled trenches before they are paved, the top of the trench shall be maintained in a condition that will allow normal vehicular movement to safely continue. Access driveways must be provided where needed. Cleanup operations shall follow immediately behind backfilling, and the work site shall be kept in a safe, orderly condition at all times.

After completing the structure or pipe installation, backfilling, and compaction, the Contractor shall place crushed surfacing base course or CDF and HMA Cl. ½ inch PG 64-22 per the Plan details and utility permit(s).

  1. Pavement shall be placed in 2 or more lifts. The compacted depth of each lift shall be no less than 0.15 foot or no greater than 0.30 foot for HMA Cl. ½ inch PG 64 to 22.
  2. A trench width of less than 5 feet may be hand raked.
  3. Widths 5 feet to 8 feet shall be placed with a Layton box or equal, and widths greater than 8 feet that are less than 200 feet in length shall be placed with a Layton box or self-propelled paving machine.
  4. A width greater than 8 feet and over 200 feet in length shall be placed with a self-propelled paving machine.
  5. Compaction requirements: The in-place pavement density shall be at least 92% of theoretical maximum per WSDOT Test Method 705.

Pavement surface smoothness will be measured for acceptance according to Section 504.3(13).

5-04.4 Measurement

(PUD July 2020)

Section 5-04.4 is supplemented with the following:

No separate measurement will be made for supplying and placing asphalt for tack coat, HMA for pre-leveling, joint sealing, and any materials to provide a smooth transition from a paved to unpaved surface.

Sawcuts made for restoration of trenches, drainage items, utilities or other work shall be included in the work involved, and no separate measurement will be made.

Temporary trench restoration will be measured by the square yard

5-04.5 Payment

(PUD October 2020)

Section 5-04.5 is supplemented with the following:

2-Inch Depth Temporary Trench Restoration”, per square yard

Payment for temporary pavement restoration shall be full compensation for all equipment and labor necessary to furnish, place, and compact the asphaltic concrete and crushed surfacing base course materials as specified. Payment shall also include maintenance and removal of temporary trench restoration pavement and crushed surfacing base course to the limits of the proposed permanent pavement restoration subgrade depth. Tack coat will be considered incidental to the cost of this bid item.

Division 7 – Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, & Conduits

7-08 General Pipe Installation Requirements

7-08.2 Materials

(PUD July 2020)

Section 7-08.2 is supplemented with the following:

Gravel Borrow: 9-03.14 (1)
Crushed Surfacing Base Course: 9-03.9 (3)
Quarry Spalls: 9-03.1 (5)
Ballast: 9-03.9 (1)
Locate Devices: 9-03.30

7-08.3(1)A Trenches

(PUD July 2020)

The last line in the third paragraph is deleted.

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

The trench foundation shall be backfilled to the bottom of the pipe zone with gravel backfill for pipe zone bedding, crushed surfacing base course, ballast, or quarry spalls with a maximum size of 4 inch, or as directed by the Engineer, and compacted to form a uniformly dense, unyielding foundation.

7-08.3(1)B Shoring

(PUD July 2020)

Supplement this section with the following:

Shoring shall be designated as “Trench Safety System”.

Add the following new section:

7-08.3(1)D Dewatering
(PUD July 2020)

When groundwater is present, the Contractor shall provide a dewatering system of sufficient size and capacity necessary to lower and maintain the groundwater table to an elevation of at least 1 foot below either the lowest foundation subgrade or the bottom of trench, whichever is lower, to permit the Work to be performed under dry conditions.

The Contractor shall submit a dewatering plan that includes the following:

  • Site plan that includes the proposed layout of the temporary dewatering system including discharge location(s)
  • Manufacturer data sheets for proposed temporary dewatering equipment and piping

The Contractor shall be responsible for complying with all dewatering requirements as described in RCW 18.104.

7-08.3(3) Backfilling

(PUD July 2020)

Delete the second paragraph.

Supplement this section with the following:

The Contractor shall submit maximum density and optimum moisture content data as required in section 2-03.3(14)D at least 7 calendar days prior to any backfilling operations. Test results shall not be more than 2 months old.

Trench backfill shall be capped with cold mix AC or temporary HMA at the end of each work day. Thickness of temporary pavement patching material shall be a minimum of 2 inches. Use of temporary steel sheeting, pinned and set with cold mix edge transitions may be allowed by authorization of the Skamania County permit and inspector.

Add the following new sections:

7-08.3(5) Tracer Wire
(PUD July 2020)

Tracer wire systems must be installed as a single continuous wire. No looping or coiling of wire is allowed. Tracer wire shall be attached to the top of all water lines regardless of pipe material. Include tracer wire on service piping, hydrant leads, and air release valve piping. Tracer wire shall be secured (taped / tied) at 5-foot intervals. Lay mainline tracer wire continuously, by-passing around the outside of valves and fittings on the north or east side. All mainline tracer wires shall be interconnected at intersections (e.g. mainline tees and crosses) without cutting of mainline tracer wire by stripping back insulation and using a mainline-to-service connector. Tracer wire must be properly grounded at all dead-ends / stubs. Grounding of tracer wire shall be achieved by using a 1.5-lb, drive-in, magnesium ground rod. Ground rods shall be driven into virgin soil directly beneath and in-line with the utility.

Any damage occurring during installation of the tracer wire must be immediately repaired by removing the damaged wire and installing a new section of wire with approved connectors. Taping and/or spray coating shall not be allowed.

Mainline tracer wire shall not be connected to existing conductive pipes. Treat as a mainline dead-end ground using an approved waterproof connector to a ground rod. In occurrences where an existing tracer wire is encountered on an existing utility that is being extended or tied into, the new tracer wire and existing tracer wire shall be connected using approved connectors.

All new tracer wire installations shall be located using typical low frequency (512 Hz) line tracing equipment, witnessed by the Contractor and Owner’s representative, prior to acceptance of ownership. This verification shall be performed upon completion of rough grading and again prior to final acceptance of the project. Continuity testing in lieu of actual line tracing shall not be accepted.

7-08.3(6) Locator Stations

(PUD July 2020)

Where shown on the Contract Plans, the Contractor shall install locator stations. See Division 9 for details. Maintain 2 feet of excess tracer and grounding wire above final grade at all locator access points.

7-08.4 Measurement

(PUD July 2020)

Section 7-08.4 is supplemented with the following:

Trench safety system will be measured per linear foot, for trench over four feet in depth where an adequate trench safety system is provided.

There will be no separate measurement for trench excavation and backfill. This will be considered incidental to other bid items.

Locator stations will be measured per each.

7-08.5 Payment

(PUD July 2020)

Section 7-08.5 is supplemented with the following:

“Trench Safety System”, per linear foot.

The unit contract price per linear foot for “Trench Safety System” shall be full compensation for all work involved to furnish and install trench safety systems per local, state, and federal requirements.

The costs of trench safety systems shall not be considered as incidental to any other contract item. Any bid under $1 per linear foot will be considered unrealistic. If the Contractor’s bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor’s total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond.

“Locator Station”, per each.

The unit Contract price for “Locator Station” shall be full pay for all work to furnish and construct the locator station in-place, including but not limited to excavating, backfilling, valve box and cover, and cleanup. Fire hydrant tracer wire access points shall be included in the fire hydrant bid item.

7-09 Water Mains

7-09.2 Materials

(PUD July 2020)

Section 7-09.2 materials list is supplemented as follows:

Locate Devices: 9-05.30

7-09.3(20) Detectable Marking Tape

(PUD April 2020)

Section 7-09.3(20) is supplemented as follows:

Detectable marking tape shall be installed over nonmetallic water lines. The tape shall be placed approximately 18 inches above the top of the line and shall extend its full length.

7-09.3(21) Concrete Thrust Blocking

(PUD July 2020)

Supplement this section with the following:

Concrete thrust blocking shall be used for restraining existing pipe and existing pipe joints only. Mechanical joint restraints shall be used for all new construction. Concrete thrust blocking shall be poured in place.

Add the following new section:

7-09.3(21)A Joint Restraints
(PUD April 2020)
All joints shall be equipped with joint restraints.

7-09.4 Measurement

(PUD July 2020)

Section 7-09.4 is supplemented as follows:

  • Connections to existing water main will be measured per each.
  • Mainline water piping will be measured by the linear foot.
  • Fittings with joint restraints will be measured per each.
  • Thrust blocks shall be considered incidental.
  • Saw cutting of roadway surface for trenching, pavement removal and disposal, and temporary pavement patching shall be considered incidental.

7-09.5 Payment

(PUD July 2020)

Supplement this section with the following:

“Connection to Existing __ In. Diam. Water Main”, per each.

The unit Contract price per each for “Connection to Existing __ In. Diam. Water Main” shall be full compensation for connecting to existing water mains, including exploratory excavation as may be required to confirm piping locations and type, any additional excavation and backfill, cutting existing piping, removal of caps or plugs, and all other miscellaneous tie-in related work not included in other pay items. Furnishing and installing ductile iron sleeves or transition couplings shall be paid for under other bid items.

“_____ Water Main _____ In. Diam. with Joint Restraints”, per linear foot.

The pipe material shall will be inserted into the first blank and the nominal pipe diameter will be inserted into the second blank on the bid proposal form. The unit Contract price per linear foot for “_____ Water Main _____In. Diam. with Joint Restraints” shall be full compensation for all Work to complete the installation of the water main including but not limited to trench excavation, bedding, laying and jointing pipe and fittings, backfilling with the type indicated on the Contract Plans, joint restraints, testing, tracer wire, marking tape, and cleanup, regardless of depth. For ductile iron pipe, Work shall also include installation of V-Bio polyethylene encasement.

“__ In. Diam. DI _____ Fitting with Joint Restraints”, per each.

The nominal pipe fitting diameter will be inserted into the first blank on the bid proposal form. The type of fitting – Small or Large - will be inserted into the second blank. “Small Fittings” are defined as all bends, couplings, sleeves, and reducers. “Large Fittings” are defined as tees and crosses. The unit Contract price per each for “__ In. Diam. DI _____ Fitting with Joint Restraints” shall be full compensation for furnishing and installing ductile iron fittings of the size and type shown on the Plans including joint restraint systems. All ductile iron fittings shall be factory coated / lined with fusion bonded epoxy. Fitting accessories including glands, bolts, and gaskets shall be considered incidental to the item.

7-12 Valves for Water Mains

7-12.3 Construction Requirements

(PUD July 2020)
Supplement this section with the following:

Welded hot tap connections shall be installed by an AWS certified welder with an API 1104 Pipeline Endorsement.

7-12.5 Payment

(PUD July 2020)

Supplement this section with the following:

“__ In. Bolted Hot Tap Connection”, per each.

The unit Contract price per each for “__ In. Bolted Hot Tap Connection” shall be full compensation for furnishing all materials, labor, tools, and equipment to install the bolted tapping sleeve, tapping valve, and all appurtenant items including mechanical joint restraints, fasteners, and thrust blocks where noted and necessary. Payment also includes exploratory pothole excavations at connection location, shoring, dewatering, and furnishing, placing and compacting bedding and backfill. Temporary and permanent trench restoration constructed outside the limits of the pipeline trench limits will be considered incidental to this bid item.

“6 In. Welded Hot Tap Connection”, per each.

The unit Contract price per each for “6 In. Welded Hot Tap Connection” shall be full compensation for furnishing all materials, labor, tools, and equipment to install the welded tapping sleeve, tapping valve, and all appurtenant items including mechanical joint restraints, fasteners, and thrust blocks where noted and necessary. Payment also includes exploratory pothole excavations at connection location, shoring, dewatering, and furnishing, placing and compacting bedding and backfill. Temporary and permanent trench restoration constructed outside the limits of the pipeline trench limits will be considered incidental to this bid item. Payment also includes wrapping the entire tapping sleeve and existing steel pipe where existing coating has been removed or damaged with wax tape.

7-14 Hydrants

7-14.3(1) Setting Hydrants

(PUD July 2020)

Supplement this section with the following Tracer wire access points will be installed at all fire hydrants.

Tracer wire for hydrant lead piping shall terminate at an approved above-grade 2-terminal access point properly affixed to the hydrant flange. See PUD standard details for more guidance.

7-15 Service Connections

7-15.5 Payment

(PUD July 2020)

Section 7-15.5 is supplemented as follows:

“Service Connection 1-inch Diameter, _____ Side”, per each.

The unit Contract price per each for “Service Connection 1-inch Diameter, _____ Side” shall be full pay for all Work to install the service connection, including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. Payment includes saw cut and pavement removal, excavation, disposal of spoils, dewatering, placement and compaction of bedding and backfill, saddle tap, corporation stop, HDPE tubing, angle meter valve, fittings, meter box, and all other work necessary for a complete service connection as shown on the Plans. “Far side” service connection is defined as that which is constructed where the water main is located a distance greater than half the roadway width from the meter box. “Near side” service connection is defined as that which is constructed where the water main is located equal to or less than half the roadway width from the meter box.

“Service Connection, Cluster #1”, lump sum.

The lump sum Contract price for “Service Connection, Cluster #1” shall be full pay for all Work to install the service connection, including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. Payment includes saw cut and pavement removal, excavation, disposal of spoils, dewatering, placement and compaction of bedding and backfill, saddle tap, corporation stop, HDPE tubing, angle meter valve, fittings, meter box, and all other work necessary for a complete service connection as shown on the Plans.

“Service Connection, Cluster #2”, lump sum.

The lump sum Contract price per each for “Service Connection, Cluster #2” shall be full pay for all Work to install the service connection, including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. Payment includes saw cut and pavement removal, excavation, disposal of spoils, dewatering, placement and compaction of bedding and backfill, saddle tap, corporation stop, HDPE tubing, angle meter valve, fittings, and all other work necessary for a complete service connection as shown on the Plans.

“Service Connection, American Legion”, lump sum.

The lump sum Contract price per each for “Service Connection, American Legion” shall be full pay for all Work to install the service connection, including but not limited to, excavating, tapping the main, laying and jointing the pipe and fittings and appurtenances, backfilling, testing, flushing, and disinfection of the service connection. Payment includes saw cut and pavement removal, excavation, disposal of spoils, dewatering, placement and compaction of bedding and backfill, saddle tap, corporation stop, HDPE tubing, angle meter valve, fittings, meter box, and all other work necessary for a complete service connection as shown on the Plans.

“Private Side Service Connection 1-In. Diam.”, per linear foot.

The unit Contract price per linear foot for “Private Side Service Connection 1-inch Diameter.” shall be full pay for all Work install new HDPE tubing between the new water meter and the backside plumbing of the existing water meter located on private property. Payment includes dewatering, placement and compaction of bedding and backfill, misc. fittings, HDPE tubing, and surface restoration.

Division 8 – Miscellaneous Construction

8-01 Erosion Control & Water Pollution Control

8-01.4 Measurement

(PUD April 2020)

Supplement this section with the following:

No specific unit of measurement will apply to the lump sum item of “Erosion Control and Water Pollution Control”.

8-01.5 Payment

(PUD April 2020)

Supplement this section with the following:

“Erosion Control and Water Pollution Control”, lump sum.

The lump sum Contract payment shall be full compensation for maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, stabilization and rehabilitation of soil disturbed by these activities, and any additional Work deemed necessary by the Engineer to control erosion and water pollution.

8-02 Roadside Restoration

8-02.1 Description

(PUD April 2020)

Section 8-02.1 is supplemented as follows:

This Work consists of in-kind restoration of all disturbed areas between the edge of pavement or curb, and the limits of construction.

8-02.4 Measurement

(PUD April 2020)

Supplement this section with the following:

When the Bid Proposal contains the item “Roadside Restoration” there will be no measurement of unit items for Work defined in Section 8-02.

No specific unit of measurement will apply to the lump sum item of “Roadside Restoration.”

8-02.5 Payment

(PUD April 2020)

Supplement this section with the following:

“Roadside Restoration”, lump sum.

The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 8-02.

Division 9 – Materials

9-05 Drainage Structures & Culverts

9-05.30 Vacant

(PUD April 2020)

Delete this Section and replace it with the following:

9-05.30 Locate Devices

9-05.30(1) Tracer Wire
Tracer wire shall be #12 AWG copper-clad steel with a 30 mil HDPE insulation blue in color as manufactured by Copperhead Industries (part no. 1230B-HS-*), or approved equal.

9-05.30(2) Tracer Wire Connectors
Splices to the mainline tracer wire shall be made using a mainline-to-service connector as manufactured by Copperhead Industries (part no. 3WB-01), or approved equal.

Wire connectors used to connect tracer wire to ground rods shall be twist on wire connectors as manufactured by Copperhead Industries (part no. SCB-01), or approved equal.

All connectors shall be dielectric silicone filled.

9-05.30(3) Ground Rods
Ground rods shall be a 1.5 pound (minimum) magnesium rod with a minimum 20-feet, #12 AWG red HDPE insulated copper-clad steel wire connected to the rod specifically manufactured for this purpose as manufactured by Copperhead Industries (part no. ANO-12), or approved equal.

9-05.30(4) Locator Station
Locator stations shall be SnakePit Roadway with Two-Terminal Switchable Lid as manufactured by Copperhead Industries (part no. RB14B2T-SW), or approved equal.

All new fire hydrants shall be equipped with a hydrant flange locator access point as manufactured by Copperhead Industries (part no. T2-B-FLPKG), or approved equal.

9-05.50(1) Fabrication Tolerances and Requirements

(PUD April 2020)

Supplement this section with the following:

The manufacturing plant for precast concrete units shall be certified by the Precast/Prestressed Concrete Institute’s Plant Certification Program for the type of precast member to be produced, or the National Precast Concrete Association’s Plant Certification Program or be an International Congress Building Officials or International Code Council Evaluation Services recognized fabricator of structural precast concrete products, and shall be approved by Washington State Department of Transportation (WSDOT) as a Certified Precast Concrete Fabricator prior to the start of Precast units shall be certified by the manufacturer prior to shipment that all materials conform to WSDOT and PUD specifications. The Contractor shall provide the PUD with the manufacturer’s certification.

9-15 Irrigation System

9-15.18 Detectable Marking Tape

(PUD April 2020)

Supplement this section with the following:

Detectable marking tape for water mains shall be a continuous, reflective, 3 inch wide, blue, 6 mil thick, and marked every 3 feet with “Caution Buried Water Line Below".

9-30 Water Distribution Materials

9-30.1(5)A Polyvinyl Chloride (PVC) Pipe (4 Inches and Over)

(PUD July 2020)

Supplement this section with the following:

All water main pipe shall be blue in color and have a Dimensional Ratio (DR) of 18 unless otherwise shown on the plans.

All joints shall be restrained through the use of a non-external restraint system. Examples include: internally restrained gasketed joint, spline-lock gasket joint, pin-and-groove gasketed joint, or butt-fusion joint.

9-30.2 Fittings

(PUD July 2020)

Section 9-30.2(1) is supplemented with the following:

All hardware shall be either 316 stainless steel or carbon steel coated in a baked-on, ceramicfilled fluorocarbon resin.

9-30.2(1) Ductile Iron Pipe

Delete this Section and replace it with the following:

1-02.1 Ductile Iron Fittings
(PUD July 2020)
Ductile iron fittings shall meet the requirements of AWWA C110 or AWWA C153. Joints shall meet the requirements of AWWA C111. All fittings shall be epoxy coated and lined with an NSF 61 certified epoxy.

9-30.3(1) Gate Valves (3 to 16 inches)

(PUD April 2020)

Section 9-30.3(1) is supplemented with the following:

Gate valves shall be cast iron body with resilient seats with non-rising stems and operators unless otherwise specified. The valve shall be supplied with a fusion-bonded epoxy coating in accordance with ANSI/AWWA C550.

9-30.3(8) Tapping Sleeve and Valve Assembly

(PUD July 2020)

Delete the last sentence and replace with the following:

Bolted tapping sleeves shall be constructed entirely of stainless steel and shall include a full circumferential seal. Bolted tapping sleeves shall be a Model #432 as manufactured by JCM Industries; Model H-304 as manufactured by Mueller, or approved equal. Hardware for bolted tapping sleeves shall be stainless steel and the nuts shall be coated with a fluoropolymer coating. Welded tapping sleeves shall be carbon steel and shall be coated with wax tape. Wax tape shall be #1 Wax-Tape as manufactured by Trenton Corporation, or approved equal.

Section 5 – Standard Detail