HomeMy WebLinkAbout4.514 Original Contract
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
<.I. S1 1
PROJECT MANUAL
for
Port Angeles Landfill
Stormwater System
PROJECT NO. 05-16
CITY OF PORT ANGELES
WASHINGTON
October 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
ORIGINAL COpy No. 1
PW 0407_01 PartOI [Revlsed 06/25/04J
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
for
Port Angeles Landfill
Stormwater System
PROJECT NO. 05-16
CITY OF PORT ANGELES
WASHINGTON
October 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
PW 0407_0 I PartO I [Revised 06/25/04 J
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE OF ENGINEER
The technical material and data contained in this document were prepared under the supervision and
direction of the undersigned, whose seal, as a professional engineer licensed to practice as such, is affixed
below.
("'
('
03120106
j
I
~FI~
a;;r-
Checked by Damon McAlister, P.E.
Approv.
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stonnwater System
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
PORT ANGELES LANDFILL
STORNnNATERSYSTEM
PROJECT NO. 05-16
PART I - BIDDING REQUIREMENTS
ADVERTISEMENT FOR BIDS ................................................................................................................. 1-1
INFORMATION FOR BIDDERS ...................................................................................................................... 1-3
BIDDER'S CfIECKLIST .................................................................................................................................... 1-4
NON-COLLUSION AFFIDAVIT ......... ..... ........................................ ................................................................1-5
BIDDER'S CONSTRUCTION EXPERIENCE..................................................................................................1-6
LISTING OF PROPOSED SUBCONTRACTORS ............................................................................................ 1-8
BID FORM..........................................................................................................................................................1-9
ADDENDA ACKNOWLEDGEMENT ............................................................................................................1-12
BID BOND FORM ........................................................................................................................................... 1-13
PART II - CONTRACT FORMS TO BE SUBMITTED FOLLOWING AWARD OF CONTRACT
PUBLIC WORKS CONTRACT ........................................................................................................................ II-I
PERFORMANCE AND P A Y"MENT BOND ....................................................................................................11-7
ESCROW AGREEMENT FOR RETAINED PERCENTAGE .........................................................................11-8
SAMPLE CERTIFICATE OF INSURANCE ....................................................................................................11-9
CERTIFICATE OF INSURANCE (See Attachment E) ....................................................... [Provided By Bidder]
PART III - SPECIFICATIONS, SPECIAL PROVISIONS, AND SUBMITTALS
STANDARD SPECIFICATIONS.... ..... ................... ...................... ...... ........................ ........... ....... ...... ......... ....111-1
STANDARD PLANS.......................................... ................. ....................... ...... ................. ..... ............ ..............111-1
SPECIAL PROVISIONS....... ............ ................. ...... ......................................................... ............. ........ ......... .111-1
DIVISION 1 - GENERAL REQUIREMENTS .........................................................................................Ill-2
DIVISION 2 - EAR THWORK................................................................................................................111-11
DIVISION 3 - PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING .................Ill-13
DIVISION 5 - SURFACE TREATMENTS AND PA VEMENTS..........................................................Ill-14
DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS..............................................................................1I1-15
DIVISION 8 - MISCELLANEOUS CONSTRUCTION ........................................................................111-19
DIVISION 9 - MATERIALS ..................................................................................................................111-22
PART IV -ATTACHMENTS
A. WASHINGTON STATE PREV AILING WAGE RATES FOR CLALLAM COUNTY
B. REQUEST FOR INFORMATION (RFI) AND CONSTRUCTION CHANGE ORDER (CCO)
FORM
C. CONTRACTOR'S APPLICA nON FOR P A Y"MENT FORM
D. PROJECT PLANS (HALF SIZE) (20 PAGES)
E. CONTRACTOR'S CERTIFICATE OF INSURANCE
City of Port Angeles (Project 05-16)
Port Angeles Landfill
SIOT711Water System
255.2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART I
Bidding Requirements
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
PORT ANGELES LANDFILL
STORMW ATER SYSTEM (PROJECT NO. 05-16)
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362, until 1:00pm on November 9, 2005, and not later, and will then and
there be opened and publicly read at that time in the Public Works conference room located on the first floor
City Hall for the construction of the following improvements:
The project to be bid consists of three major elements. The first is the conversion of two existing ponds (a
leachate pond and a sedimentation pond) to stormwater quality treatment facilities. The second element of
work is to upgrade the existing landfill stormwater collection and conveyance system. This element will
include the mstallation of new conveyance piping and catch basins and upgrade of existing structures at the
landfill. The work also includes the installation of a new conveyance system for discharge of treated
stormwater from landfill to the Strait of Juan de Fuca north ofthe facility. The third element of work is to
improve the existing access road from the landfill to facilitate construction of the treated stormwater
discharge system. This element will include the realignment of portions of the existing roadway,
constructing new roadway to a location near the mouth of Dry Creek, and construction of a retaining wall.
The City Engineer's estimate for this project is $650,000 to $750,000. The time of completion (performance
period) for this Project is 60 calendar days. To view detailed plans and specifications (Project Manual), go to
\\'",vw.bxwa.com on the internet, or contact the Builders Exchange of Washington at 425-258-1303.
Detailed plans and specifications (project Manual) may be obtained from the office of the City Engineer,
City of Port Angeles, upon payment of a non-refundable fee of $50.00. Informational copies of maps, plans
and specifications are on file for inspection in the office ofthe City Engineer [phone 360-417-4700].
Bidders shall be qualified for the type of work proposed. A Bidder's Construction Experience Form is
included in the Project Manual.
All bids shall be submitted on the prescribed Bid Forms and in the manner as. stated in this advertisement and
in the Project Manual and said bids shall be accompanied by a bid deposit in the form of a cashier's check,
postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of the total
amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered to
issue said bonds in the State of Washington. The bond shall specify the surety's name, address, contact and
phone number, and shall include a power of attorney appointing the signatory of the bond as the person
authorized to execute it. Should the successful bidder fail to enter into the Contract and furnish satisfactory
performance bond within the time stated in the Information for Bidders, the bid deposit shall be forfeited to
the City of Port Angeles. Faxed bids and/or surety bonds will not be accepted.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this
invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or
handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for
participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the
City for such notification. Further, all bidders are directed to solicit and consider minority and women
owned busmesses as potential subcontractors and material suppliers for this project.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or
to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the
foregoing, the contract will be awarded to the lowest responsible bidder.
Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and
tIme, the project name and number as it appears in this advertIsement and the name and address ofthe bidder.
Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth
Street, P. O. Box 1150, Port Angeles, Washington 98362.
City of Port Angeles (Project 05- 1 6)
Port Angeles Landfill
Stormwater System
Part I-I
255-2191-013 (05/04)
October 2005
I
When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a
bond of faithful performance of the Contract in the full amount of the Contract price.
I
I
I
Glenn A. Cutler, P .E.
Director of Public Works & Utilities
Publish: Peninsula Daily News 23 & 26 October, 2005, Daily Journal of Commerce 24 October, 2005
Copy to: NPBA
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part /-2
255-2191-013 (05/04)
October 2005
I
I
I
I
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street,
Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or
as amended through addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS.
Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened,
and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS.
I
Each bid shall be submitted on the required bid form contained in Part I ofthe Project Manual. All blank
spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and
executed when submitted. Only one copy ofthe Bid Form is required. In addition, all other forms included
in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope
endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a
cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5%
of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be
withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered. No bidder will be permitted to withdraw
its bid between the closing time for receipt of bids and execution ofthe Contract, unless the award is delayed
for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or
to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the
foregoing, the contract will be awarded to the lowest responsible bidder.
The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works
& Utilities and shall be completed within the time as stated in the Advertisement for bids.
The Owner may make such investigations as it deems necessary to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as
the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or
investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the Contract and to complete the work contemplated therein.
The party to whom the Contract is awarded will be required to execute the Contract and obtain the
Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered
to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone,
and address ofthe surety, and shall include a power of attorney appointing the signatory of the bond(s) as the
person authorized to execute it (them).
The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the
bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the
bid deposit accompanying the bid shall become the property of the Owner.
The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and
the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such
party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period,
the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective
upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of
the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be
issued within such period, the time may be extended by mutual agreement between the Owner and
Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the
period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part
of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having
jurisdiction over construction of the project shall apply to the Contract throughout.
I
I
I
I
I
I
I
I
I
I
I
I
I
CIty of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part 1-3
255-2191-013 (05/04)
October 2005
I
I
I
I
BIDDER'S CHECKLIST
1.
Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's
check been enclosed with your bid?
2.
Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid?
I
3.
Have the bid forms been properly signed?
4.
Do the Written amounts on the bid forms agree with the amounts shown in figures?
I
5.
Have you bid on all items?
I
I
6.
Have you checked to see if there are any addendums? If so, have you acknowledged them on the bid
form ?
7.
Has the non-collusion affidavit been properly executed?
8.
Have you shown your contractor's state license number on the bid form?
I
9.
Have you listed all Subcontractors that you will use for the project?
10. Have you filled out the bidder's construction experience form?
I
Thefollowingforms are to be executed after the Contract is awarded:
I
I
A.
Contract - To be executed by the successful bidder and the City.
B.
Performance bond - To be executed on the form provided by Owner, by the successful
bidder and its surety company. To include name. contact and phone number. and address of
surety and power of attorney of signatory.
C. Insurance certificate(s).
I
I
I
I
I
I
I
I
Cuy of Port Angeles (Project 05-16)
Port Angeles Landfill
Stomrwater System
Part 1-4
255-2191-013 (05/04)
October 2005
I
I
I
NON-COLLUSION AFFIDAVIT
I
I
I
I
I
I
STATE OF WASHINGTON )
)
COUNTYOF ~ )
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine
and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and
(s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the
above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and
that said bidder has not in any manner sought by collusion to secure to himlher self an advantage over any
other bidder or bidders.
Signature ofBidder/Contractor ;t;.. j/~
Subscribe,d and sworn to before me this ~ day of Ai tYV~ b...., h)
,2005
I
I
~ J 1-Y7j~
Nota Public in and for the
State ofWashi~on.
Residing at 1/0(""'+ A-Y\~~ eS
My Comm. Exp.: 5 -13- oq
I
I
I
I
I
I
...~ --.
, - \
, .
,
) .. ~ -
-t", ,
I
I
Cay of Port Angeles (Project 05-16)
Port Angeles Landfill
StormHater System
Part 1-5
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
Registration No.:
Ue..\hur Ihdus+rre<; Inc.
1
UELJ+Urr I/58{)tf
Y33:3 TUfY\WJ4f-ev
Port ftnS.eJ e.\ ()j Ii
1) ec ern b ~ r"' I Cf 8 I
()J ItS ft/l\J G TON
Acces <;. f?.() tLd
q ~ 3G, ~
1.
Name of bidder:
2.
Permanent main office address:
3.
When organized:
4.
Where incorporated:
5.
How many years have you been engaged in the contracting business under your present firm name?
d 4 l./'€o...v 5
6. *Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate
anticipated dates of completion), contact name, and phone number.
5e.e. Jl..+J-A-Ch e d
7. *General character of work performed by your company: Gen en;.J ~hfrl'~ r( '~U(t
La..nd.(:','~ls tlY\d. cIDSlJ(e~) yy..,'{) e re.c-'~YYla_:fi()11
8. *Have you ever failed to complete any work awarded to you? N Q
If so, where and why?
9. *Have you ever defaulted on a contract?
N6
10. *List the more important projects recently completed by your company, stating approximate cost for
each, the month and year completed, contact name and phone number.
See A-ffA-rhed
11. *List your major equipment available for this contract:
See lHI-ft-cA ed
City of PorI Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwater System
Part 1-6
255-2191-013 (05/04)
October 2005
I
I
12. *Experience of bidder in construction similar to this project in work and importance:
o C e. A+hrch ec(
I
13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may
be required by the City? ~es
* Add separate sheets if necessary.
I
The undersigned hereby authorizes and requests any person, finn or corporation to furnish any information
requested by the City of Port Angeles.
I
Date:
/1- q-6~
1>>m ,JlrdJ
Bidder's Signature
I
Print Name:
1;' IY\ 140 I ok,
rres ~'J en f
Title:
I
I
.
I
I
I
I
I
I
I
I
I
I
CIty of Port Angeles (Project 05-16)
Port Angeles Landfill
Storrnwater System
Part 1-7
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LISTING OF PROPOSED SUBCONTRACTORS
Bidder shall list all subcontractors proposed to be used on the project. FAILURE TO LIST
SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. lfthere are no
subcontractors, write "NO SUBCONTRACTORS WILL BE USED".
Lfern /q
Ie
e])/Yl 'Xfem Na s.
II<? II IV G" j5 f S rl?Et r; S l.L-1 Tf.. ,) 0 I
Be /Ie IItJ e, wl1 '18()o~ C D'fY\~Nr 0 WD
LtLk es I'd e I 'In d . r Ie m f f
pa r+ Anjele5
LllI< /:-5 / J 74 r D
frec-::Sl'tm ~clr()seedl'YlJ" IV1c... I=fem S'eed/f''J
J q.;).() :J:nd ustrl6-1 R.oa-d
tJo Ll"'h wA 1'1556 PR.~ lH/oZZKD
4/ 45 c.j.~ 47 oj. 4f
I I I
-1->>", J./oIJ p( es I'd" f\ +
I SIGNATURE and TITLE
CIty of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwater System
255-2191.013 (05/04)
October 2005
Part 1.8
I
I
BID FORM
I
I
I
I
I
I
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
DATE:
1 (/~Jo'5'
REGISTRATION NO.: DeLl-lurr /5864-
UBI NUMBER: /r;O() Lfd..3 It. tfy
BIDDER: MIAv" .Lndusme<\ ~.
I
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those
named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection
or collusion with any other person making a bid on this project.
I
I
The bidder further declares that it has carefully examined the plan, specifications, and contract documents,
hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s);
that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials,
the types of equipment, the conditions of the work involved, including the fact that the description of and the
quantities of work and materials, the types of equipment, the conditions of and the work involved as included
herein, are brief and are intended only to indicate the general nature of the work and to identify the said
quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance
with the provisions and the terms of the Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface
information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also
referred to as the City or Owner, and such other source of information as it determined necessary in arriving
at its conclusion.
I
I
I
I
I
I
I
I
I
The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF
PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the surety who will
provide the performance bond is:
Arch .I/1su('tU\ce (I1Jmpa.-fl'1
Surety
fJ1~G--ret!r +-to mpo..n y J Inc.
(Y) A-,e./( s. R.l c.h ~rdso f\
Agent
J 3 5 tV L05 R.oh Jes Prve. Suik i.25
Surety address Po..s 4.denQ., <: A- q" D {
Jer('~ Pa.,...t:: (0;).&- ~3e;- 5 ~53
Surety Contact and Phone Number
313 1) S~+-} Su..I~ J,(Ja Lew~To"J\1 J D
Agent Address S 350 {
mrttl.lc' s. ..(1'c.J\4rd~Cll'\ d)otf-74t.,-7'-1-78
Agent Contact and Phone Number
Cay of Port Angeles (ProJect 05-/6)
Port Angeles Landfill
Stormwater System
Part /-9
255-2191-013 (05/04)
October 2005
,1
I
I
I
I
I
I
I
I
I
I
1'1
I
I i.
I
I
I
I
I
Bid Sheet
Item Estimated Unit Price Extended
No. See No. Description of Item Quantity Units (Fi~ures) Amount
}. 1-09.7 Mobilization 1 Lump $ $
Sum 9q,6(X)J(JO c;tJ/ DO O~(}()
2 1-07.15 Temporary Water 1 Lump $ $
Pollution/Erosion Control Sum cl~ (X)O.OO 024DOO.OO
(including SPCC)
3 1-07.28 Health and Safety Plan 1 Lump $ $
Sum 1,000.00 I, ()()O . ao
4 1- J 0 Temporary Traffic Control 1 Lump $ $
Sum 'd,5aD. aD ~,5"oo. 00
5 2-01 Clearing and Grubbing 2.8 Acres $~ 9{)(). tJo $ J~ 5).0.00
6 2-J 0 Ditch Excavation 320 Linear $ 7.00 $
Foot .Q, ;). t/O. 00
7 8-153(6) Quarry Spalls 2 Ton $ loc>.oo $ JOO. ao
8 2-03 Roadway Excavation Incl. Haul 26,400 Cubic $ $
Yards If.. (0 J08,~~.()O
9 3-02.2(3) Stockpile Aggregate, off-site ~ 7,000 Cubic $ $
Yards .55 ~85o.oo
10 2-03 Embankment Compaction 2,050 Cubic $ I.co $ d.,oSO.oo
Yards
11 8.24.3(3) Retaining Wall 1,610 Square $ $
Feet /3.Sl:J 011,735.00
12 404 Crushed Surfacing Base Coarse 1,275 Ton $ /5.00 $1'111~5 .00
13 8-15.3(2) Light Loose Riprap 90 Ton $ /8.oa $ I," 2.0. 00
14 8-15.3(2) Heavv Loose Riprap 110 Ton $ Iq.oo $ .;loQO. 00
15 8-21 Permanent Signing 1 Lump $ $ (, LtOO. 00
Sum 1,400.00
16 7-02 Corrugated Polyethylene Storm 24 Linear $ IS .00 $ 3 "'0. ao
Culvert Pipe, 12 In. Diam. Feet
17 8-01 Bioswale (not including 490 Linear $ t/-.IO $
excavation) Feet cJ.,OO(j,oo
18 5-043(5)E Pavement Repair 160 Square $ 4-5.00 $
Yard ~ JoO. 00
19 8-12 Chain Link Fence Modification 1 Lump $ t/-J 3'10.00 $ ~310,OO
Sum
20 7-08.3(1 )B Shoring or Extra Excavation 2,481 Linear $ 3.00 $
Class B Feet ~ '/43. 00
21 7-083(4) Plugging Existing Pipes (catch 3 Each $ $ q 00. d)
basin/manhole) 300.00
22 7-05.3(2) A bandon Existing Manholes 1 Each $/OtXJ. {)O $ ~ooO. 00
23 7-05 Catch Basin Removal and 1 Each $ 5oc>. 00 $ 5Q::). 00
Renlacement
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
255-2191-013 (05/04)
October 2005
Part 1-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Item Estimated Unit Price Extended
No. See No. Description of Item Quantity Units (Fi2ures) Amount
24 7-05.3(3) Connections to Existing 2 Each $ $
Manholes/Catch Basins 1,060")0 ',1,000. ao
25 7-05 Catch Basin, Type 2, 48 In. 5 Each $ $
Diam. c1/6/o,oo J 't,lJ 50.00
26 7-05 Catch Basin, Type 2, 48 In. ] Each $ $
Diam. (Extra Depth) 5;38D , 00 6;38a,DO
27 7-05 Catch Basin, Type 2, 54 In. 5 Each $ $
Diam. ;},8'00. 00 I 'f, tJDO. 00
28 7-05 Catch Basin, Type 2, 54 In. 3 Each $ $
Diam. (Extra Depth) 6; 9DO . {j 0 '''' 70t). 00
29 7-05 Catch Basin, Type 2, 72 In. ] Each $ $
Diam. ~ J5a . DO tf,15D, Del
30 7-05 Pond Outlet Structure 2 Each $(p, 7ao. DO $ J 3, '10(). 06
3] 7-04 Corrugated Polyethylene Storm 490 Linear $ Lj~. do 7 $
Sewer Pipe, 30 In. Diam. Feet "d3," 5 .;2.30
32 7-04 Corrugated Polyethylene Storm 548 Linear $ $
Sewer Pipe, 30 In. Diam. (Extra Feet ~ 7. g'l 37, J. 03. 7 :J..
Depth >20 feet)
33 7-04 Corrugated Polyethylene Storm 1.]08 Linear $ $
Sewer Pipe, ]8 In. Diam. Feet J ~ .() 5 ~~ 3~ 3. ljo
34 7-04 High Density Polyethylene 335 Linear $ $
Storm Sewer Pipe, 30 In. Diam. Feet 13? aD 4~, .130. ()6
35 7-04 Testing Storm Sewer Piping 2,481 Linear $ $
Foot 3.00 7/11./3.00
36 7-07 Cleaning Existing Drainage ] Lump $ $
Structures Sum I, adO. ()t,) I, (lOOt 00
37 7-08 Pipe Anchor 2 Each $ t.f7S .oa $ qSo.oo
38 6-02 Concrete Pipe Anchor 1 Each $ ~5().CJO $ IPSa. 00
39 6-02 Concrete for Pipe Support 5 Cubic $ }'5().oa $ 750.00
Yards
40 7-2] Storm water Outfall ] Lump $ $
Sum ~<.//9.{)o 3/-11'7. CJ(J
41 8-30.3(1) Remove aerators and hardware ] Lump $ $
---= from leachate pond. Remove Sum
1'5,000.00 /'5' DlJ 0.06
existing outlet structure. Cap I
inlet/outlet pioes (5).
42 9-03.] 4(3) Borrow for Pond Cell Berms 620 Cubic $ $
Yard lb. bO ~,2.0a .06
43 8-30.4 Wetoond ] Berm Construction ] LS $ 30()o. 00 $ 30oo.C6
44 8-30.4 Wetpond 2 Berm Construction ] LS $ J,.;I.OO. 00 $ J,:;>cO. ~
&, 7-]9 High Density Polyethylene for 204 Linear $ ~7 .00 $
I Force Main, 6 In. Diam. Feet 17, 7~. al:J
46 7-]9 High Density Polyethylene for 23 Linear $ <t7.oo $;),/ODI,oo
~ Force Main, 8 In. Diam. Feet
City of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwaler System
Part 1-11
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Item Estimated Unit Price Extended
No. Sec No. Description of Item Quantity Units (Fh!u res) Amount
47 7-20 Pressure Testing ofHDPE 227 Linear $ /t. OQ $
" Force Main Feet a,497. 6e:!
48 7-20 Leachate System Modifications 1 Lump $ $
Sum 4/~/<f.()Q lc)iDlt:f.ao
Bid Subtotal $ 59~, Lj1g>../~
Sales Tax (8 3%) $ L/1/175,70
Total Bid $ & l../ I. & 5 4. J'fL,
,
Clly of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part 1-]2
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
, ..
.
BID BOND FORM
Herewith find deposit in the form of a cashier's check, postal money order or Bid Bond in the
amount of $ which amount is not less than five (5%) percent of the
total bid.
SIGN HERE
BID BOND
KNOW ALL MEN BY THESE PRESENTS'
That we, Delhur Industries, Inc. as Principal and Arch Insurance Company as Surety, are held and
firmly bQund unto the CITY OF PORT ANGELES as Obligee, in the penal sum of
FIve Percent (5%) of the Amount BId DoBars, for the payment of which the Principal
and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
Port Angeles Landfill
Stormwater System (Project 05-16)
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the
faithful performance tfiereo~ with Surety or Sureties approved by the Obligee, or if the Principal shaH, in case
of failure so to do, pay and rorfeit to the Obligee the penal amount of the deposit srecified in the
advertisement for bIds, then this obligation shall be null and void; otherwise it shal be and remain in full force
and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages.
the amount of this bond.
SIGNED, SEALED AND DATED THIS 27th day of
, '
October
2005
,-
Delhur Industries, Inc.
Pri.n.cipal ~ \:
Bv. ~ .pS.. ~ __ _~
. A.L. Sample, Secretary
1~- ~
" Ma.rk S. Richardson, Attorney-in-Fact
, 1
'." ' ,. Surety Address
~, . 1.35 N. Los Robles Ave, Suite 825, Pasadena, CA 91101
.' " Surety Contact and Phone Number
Jerry Park, 626-639-5253
-;-
Agent
McGreer and Company, Inc.
Agent Address
313 D Street, Suite 202, Lewiston, ID 83501
Agent Contact and Phone Number
Mark Richardson 208-746-7478
Dated:
Received return of deposit in the sum of $
City ofPort Angeles (Project 05-16)
Porl Angeles Lahdfill
Stormwater System
,Part 1-14
355-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
POWER OF ATTORNEY
~/,/
Know All Men By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having Its
principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint
Mark S. Richardson, Elizabeth L. McGreer and Lisa Hawkins of Lewiston, ID (EACH)
its true and lawful Attorney(s)-in-Fact, to make, execute, sear, and deliver from the date of issuance of this power for and
on its behalf as surety, and as its act and deed:
Any and all bonds and undertakings
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond
within the dollar limit of authority as set forth herein.
The Company may revoke this appointment at any time.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its
regularly elected officers at its principal office in Kansas City, Missouri.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of
the Company on March 3. 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by
the undersigned Secretary as being in full force and effect:
''VOTED. That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing
and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,
and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such
officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution
adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003:
VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees
deSignated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the
resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified
with respect to any bond or undertaking to which it is attached. shall continue to be valid and binding upon the Company.
00ML0013 00 03 03
Page 1 of 2
Printed in U.S.A.
In,Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their
-..
. authorized officers, this 1st day of March ,20..9.i-..
Arch Insurance Company
Attested and Certified
~/,U~
Thomas P. Luckstone, Vice President
Joseph S. L
STATE OF CONNECTICUT SS
COUNTY OF FAIRFIELD SS
I Melissa B. Gilligan. a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known
to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch
Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the
foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly
authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said
corporation and as their own free and voluntary acts for the uses and purposes therein set forth.
/'7?v.tXY7 ;:xJtL/lq/7 /)
Melissa . Gilligan, Notary Public
My commission expires 2-28-05
CERTIFICATION
I, Joseph S. Labell, Corporate Secretary of the Arcl1lnsurance Company, do hereby certify that the attached Power of
Attorney dated March 1. 2004 on behalf of the person(s) as listed above is a true and correct copy and that
the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;
and I do further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on
the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance
Company on this 27th day of October , 2005 .
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein
and they have no authority to bind the Company except in the manner and to the extent herein stated.
Home Office: Kansas City, MO
OOML0013 000303
Page 2 of 2
Printed in U.S.A.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DelHur Industries, Inc.
Projects Under. Construction
Contract Amount
$1,185,72875
$10,955,48300
I $5,480,07647
I $3,299,696 00
I $4,054,90912
I
I
I
I
I
I
I
I
I
I
I
I
Estimated Completion Class of Work
11/05 1, 2
Title/Contract No.
Landfill 14, Cell 2
Construction
12/05
1,2,7,15,20 Integrated Disposal
Facility
08/06
1, 2 East Boulder Stage 2
Tailings Storage Facility
07/06
1 2 118K Bunal Grounds
10/06
1 2 100K Cleanup
Agency Address
Chemical Waste Management
17629 Cedar Spnngs Lane
Arlington, OR 97812
Sam Jines (541) 454-3201
CH2M HIli Hanford Group, Inc
POBox 1500
Rlchland, WA 99352-1505
Tim Hubbard (509) 373-9137
Stillwater Mining Company
2562 Nye Road
Nye, MT 59061
Ken Jokl (406) 328-8605
Washington Closure Hanford
3070 George Washington Way
Rlchland, WA 99354
P T Jewell (509) 375-4644
Duratek Federal Services, Inc
POBox 850
Rlchland, WA 99352-1505
Vlcotr Magnus (509) 308-5721
I Delhur Industries, Inc.
Complete Project Listing
I Contract Amount Date Complete Class of Work Title/Contract No. Agency Address
$10,158,25013 09/05 1,2, 15 Sacramento River Road Federal Highway Administration
POBox 1680
I Cloudcroft, NM 88317
Richard Gillette (505) 443-0003
$3,117,62000 11/05 1,2 Stage 1 - Heap Leach Lisbon Valley Mining Company
I Pad and Ponds 900 Denver Center BUilding
1776 Llncol n Street
Denver, CO 80203
Peter Thatcher 604-669-8444
I $1,674,61600 10/05 1,2 Sltework Excavation Lisbon Valley Mining Company
900 Denver Center BUilding
1776 Lincol n Street
I Denver, CO 80203
Peter Thatcher 604-669-8444
$10,997,75878 07/05 1,2 Flowery Trail Road Federal Highway Administration
I 107 West Main Street
POBox 1220
Chewelah, WA 99109-9257
I Linda Persoon 509-935-7175
$569,90000 06/05 1,2 Cell F & G Excavation Waste Control Specialists, LLC
East + West Landfill POBox 1129
Andrews, TX 79714-1129
I Ton Jones (432) 523-4444
$9,844,06378 09/04 1,2 Hertzler Tailings Stillwater MIning Company
Impoundment 2562 Nye Road
I Nye, MT 59061
Ken Jokl 406-328-8605
$1,298,700 00 07/04 1,2 Knott Landfill - Cell 3 Deschutes County
I Improvements Dept of Solid Waste
61000 SE 27th Street
Bend, OR 97702
I Tlmm Schimke (541) 317-3163
$903,268 00 06/04 1,2 Wasco County Landfill Waste Connections, Inc
Cell3A POBox 61726
Vancouver, WA 98666
I John Rodgers (360) 695-4858
$608,557 00 04/04 1,2 Finley Buttes Regional Waste Connections, Inc
Landfill 501 SE Columbia Shores Blvd
I SUite 350
Vancouver, WA 98661
Dan Swanson (503) 288-7844
I $20,108,11700 02/04 1,2 Horsetooth ReservOir Bureau of Reclamation
Spring, Soldier, and Dixon POBox 36900
Dams Billings, MT 59107-6900
I Field Office Ft CollinS, CO
Terrence Lewton (970) 212-2740
$9,839,91498 05/03 1,2 Gilt Edge Mine Superfund Bureau of Reclamation
Site - Ruby Gulch POBox 25007, D-7810
I Denver, CO 80225-0007
Cheryl Rolland (605) 578-2109
$4,479,79869 02/03 1,2 Cedar Hills Regional King County
I Landfill Area 5 Stage 2 Solid Waste DIVISion
Closure, Area 6 Phase 1 400 Yessler BUilding
Excavation and Area 5 Room 600
I LOURA Construction Seattle, WA 98104
Victor 0 Okereke (206) 296-4422
I Delhur Industries, Inc.
Complete Project Listing 2
I Contract Amount Date Complete Class of Work Title/Contract No. Agency Address
$7,573,911 16 11/02 1,2 Horsetooth Dam Filter & Bureau of Reclamation
Drain Modification 316 North 26th Street
I Billings, MT 59101
Gerl Voto (406) 247-7809
$504,36827 1 0/02 2,19 Edlz Hook Beach Feed Seattle District
I Erosion Control Corp of Engineers
POBox 3755
Seattle, WA 98124-3755
I Anita Repanlch (206) 764-6805
$21,69584 1 0/02 2,19 Dungeness Levee Rehab Seattle District
Corp of Engineers
POBox 3755
I Seattle, WA 98124-3755
Anita Repanlch (206) 764-6805
$4,007,70323 09/02 1,2 Short Mountain Landfill Lane County
I Phase IVa Improvements Waste Management DIvIsion
3100 E 17th Avenue
Eugene, OR 97403
I Ken Kohl (541) 682-3811
$72,223 50 04/02 1,2 North Winfield Pit Crush Dept of Natural Resources
POBox 47030
I Olympia, WA 98504-7030
Eric Carlson (360) 374-2828
$2,348,79656 11/01 1,2 Pend Orellle Mine AMEC E&C Services Limited
1385 Cedar Avenue
I Trail, BC V1R4C3
Tony VecchiO (250) 368-2433
$20,135,293 96 11/01 1,2 Summltvllle Mine Colorado Dept of PubliC Health
I Reclamation Superfund Site 4300 Cherry Creek Dr S
BUilding B, 2nd Floor
Denver, CO 80246-1560
I Angus Campbell (303) 692-3385
$1,621,58696 1 % 1 1,2 Cedar Hills Regional King County
Landfill Area 5 Stage 1 Solid Waste DIVISion
I 400 Yessler BUilding
Rom 600
Seattle, WA 98104
Victor 0 Okereke (206) 296-4422
I $1,097,50038 09/01 1,2 LaUridsen City of Port Angeles
Boulevard/Edgewood Drive POBox 1150
Port Angeles, W A 98362
I Gary Kenworthy (360) 417-4700
$2,164,432 13 7/01 1,2 Monticello Mlllslte City of Monlicello
Reclamalion POBox 457
I 17 North 100 East
Monticello, UT 84535
Trent Schafer (435) 587-2271
$412,288 70 7/01 1,2 Foxhlll Landfill Union County Planning Department
I 1001 4th Street
La Grande, OR 97850
Hanley JenkinS II (541) 963-1014
I $241 ,420 00 5/01 1,2 Clallam County Crushing Clallam County Road Department
2001 P. 0 Box 863
Port Angeles, WA 98362
I Steve Hauff (360) 417-2000
I Delhur Industries, Inc.
Complete Project Listing 3
I Contract Amount Date Complete Class of Work Title/Contract No. Agency Address
$171,31019 5/01 1,2 Monticello Haul Road MACTEC-ERS
2597 B 3/4 Road
I Grand Junction, CO 81503
Fred Hudson (970) 248-6000
$512,14230 4/01 1,2 Exploration Benches Colorado Dept of PubliC Health
I 4300 Cherry Creek Dr S
BUilding B, 2nd Floor
Denver, CO 80246-1560
I Angus Campbell (303) 692-3385
$308,11500 4/01 1,2 JA Jones Remedial Adon Bechtel Hanford, Inc
3350 George Washington Way
Rlchland, WA 99352
I Dawn Perry (509) 372-9061
$1,392,692 24 1/01 1,2 Hoko Ozette & Swan Road Clallam Co Road Department
POBox 863
I Port Angeles, WA 98362
Steve Hauff (360) 417-2000
$505,91213 11/00 1,2 OlympiC View Landfill OlympiC View Landfill
I 10015 SW Barney White Road
Port Orchard, WA 98366
Lee Wilson (360) 674-2331
$728,09457 1 0/00 1,2 PA Airport Taxllane Port of Port Angeles
I POBox 1350
Port Angeles, WA 98363
Ken Sweeney (360)-417-3452
I $6,174,043 30 10/00 1,2 Cedar Hills Regional King County
Landfill Area 4 Stage 4 Solid Waste DIvIsion
Closure & Phase 3 821 Second Avenue, 8th Floor
I Development Exchange BUilding
Seattle, WA 98104
Victor 0 Okereke (206) 296-4422
I $106,26303 9/00 1, 15 Summltvllle Passive Mine COM Federal Programs Corp
Drainage Treatment 1526 Cole Blvd, Bldg 3, Ste 150
System Golden, CO 80401
I John DavIs (303) 232-0131
$275,290 00 7/00 1,2 Clallam County Crushing Clallam Co Road Department
2000 POBox 863
Port Angeles, WA 98362
I Steve Hauff (360) 417-2000
$185,206 02 2/00 1,2 ITT Rayonler Erosion Cant ITT Rayonler
POBox 191
I Port Angeles, W A 98362
Jim Nelson (360) 457-3391
$529,676 00 1 0/99 1,2 Lake Crescent VICInity Slide WA Dept of Transportation
I 1707 South C Street
Port Angeles, WA 98362
Jerry Moore (360) 457-2575
$423,679 00 1 0/99 1,2 Mt Pleasant Road Clallam Co Road Department
I POBox 863
Port Angeles, WA 98362
Steve Hauff (360) 417-2000
I $755,06050 1 0/99 1,2 Coffin Butte Landfill Valley Landfill, Inc
525 NW 2nd Avenue
Corvallis, OR 97339
I John Stein (541) 740-7352
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DelHur Industries, Inc.
Landfill Cell Construction
Port Angeles Landfill Improvements
Owner:
Contact:
Contract Amount:
City of Port Angeles
Gary Kenworthy - (360) 457-0411
$3,744,871 00
Project Description:
Construction of approximately 5-acre landfill cell and closure of 10-acre cell Project
involved 400,000 yards of excavation, 689,000 sJ HDPE liner, 119,800 c.y. of
impermeable material, gas and leachate collection system, and transfer station
I Delhur Industries, Inc.
Equipment List
Last Update: 07/21/05
I Equipment Code Description Year Make Model
C1 PAYHAULER 73 INTERNATIONAL 350 WATER TRUCK
I C2 PAYHAULER 75 INTERNATIONAL 350C
C3 PAYHAULER 76 INTERNATIONAL 350C
C4 PAYHAULER 74 INTERNATIONAL 180/50 TON
I C5 PAYHAULER 74 INTERNATIONAL 180/50 TON
C6 PAYHAULER 74 INTERNATIONAL 180/50 TON
C8 PAYHAULER 73 INTERNATIONAL 350C
C9 PAYHAULER 74 INTERNATIONAL 350C
I C11 PAYHAULER 94 INTERNATIONAL 350C
C12 PAYHAULER 89 INTERNATIONAL 350C
C13 PAYHAULER 89 INTERNATIONAL 350C
I C14 PAYHAULER 89 INTERNATIONAL 350C
C15 PAYHAULER 98 INTERNATIONAL 350C
C16 PAYHAULER 98 I NTERNA TIONAL 350C
I C17 PAYHAULER 90 PAYHAULER 350C
C18 PAYHAULER 90 PAYHAULER 350C
C19 PAYHAULER 97 PAYHAULER 350C
I C20 PAYHAULER 97 PAYHAULER 350C
C24 VOLVO 97 VOLVO A40 6X6 ARTICULAT
C25 VOLVO 97 VOLVO A40 6X6 ARTICULAT
C26 VOLVO 97 VOLVO A40 6X6 ARTICULAT
I C27 VOLVO 97 VOLVO A40 6X6 ARTICULAT
C28 PAYHAULER 98 PAYHAULER 350C ROCK TRUCK
C29 PAYHAULER 97 PAYHAULER 350C TRUCK
I C30 PAYHAULER 96 PAYHAULER 350C TRUCK
C31 PAYHAULER 97 PAYHAULER 350C TRUCK
C32 PAYHAULER 97 PAYHAULER 350C TRUCK
I SC1 SCRAPER 73 CATERPILLAR 613 ELEVATOR
SC2 SCRAPER 80 CATERPILLAR 631D
SC3 SCRAPER 79 CATERPILLAR 631D
I SC4 SCRAPER 77 CATERPILLAR 6310
SC5 SCRAPER 77 CATERPILLAR 631D
SC6 SCRAPER 76 CATERPILLAR 631D
I EX2 EXCAVATOR 78 CASE 580C
EX9 EXCAVATOR 88 CATERPILLAR 245
I EX10 EXCAVATOR 77 CASE 580C
EX 11 EXCAVATOR 89 HITACHI EX700
EX12 EXCAVATOR 95 HITACHI EX700
I EX13 EXCAVATOR 97 HITACHI EX310H
EX14 EXCAVATOR 96 CATERPILLAR 307
EX15 EXCAVATOR 95 CATERPILLAR 330
EX16 EXCAVATOR 96 CATERPILLAR 312
I EX17 EXCAVATOR 99 CATERPILLAR 330 BL
EX18 EXCAVATOR 99 CATERPILLAR 312BL
EX19 EXCAVATOR 1 CATERPILLAR 5110B
I EX20 EXCAVATOR CATERPILLAR 349BL
EX21 EXCAVATOR 3 CATERPILLAR 385BL
EX22 EXCAVATOR 3 CATERPILLAR 330CL
I DZ1 DOZER 72 CATERPILLAR D4
DZ4 DOZER 76 CASE 450C
DZ5 DOZER 79 CATERPILLAR D9H
I DZ7 DOZER 76 CATERPILLAR D9H
I Delhur Industries, Inc.
Equipment List 3
Last Update: 07/21/05
I Equipment Code Description Year Make Model
FL2 FORKLIFT 83 TOYOTA 02-3FD35
I FL3 FORKLIFT 82 HYSTER H50J
FL4 FORKLIFT LI FT ALL M80 8000 L8
I 601 CRUSHER 61 PIONEER JAW
602 CRUSHER 61 PIONEER ROLL CRUSHER
603 CRUSHER 60 PIONEER ROLL CRUSHER
604 CRUSHER 68 TELESMITH SCREEN
I 605 CRUSHER HOPPER/BUNKER
606 CRUSHER CONVEYOR BEL TS
607 CRUSHER EL JAY SCREEN/2 DECK
I 608 CRUSHER STACKER
609 CRUSHER 73 ELJAY ROLL CONE RRC54
611 CRUSHER 63 FRUEHAUF 4VAN (TEST)
I 614 CRUSHER 70 GMC RECIPRO FEEDER
615 CRUSHER SYNTRON VIBRATING FEEDER
616 CRUSHER 89 EAGLE SANDSCREW
I 617 CRUSHER 78 AGG WASH/SAND SANDSCREEN
618 CRUSHER 68 PEERLESS 4 LOWBOY
619 CRUSHER ALUMINUM CONVEYOR
620 CRUSHER 85 SCALE SYSTEM 10-20A-1-36
I 621 CRUSHER 85 RADIAL STACK CONVEYOR
622 CRUSHER ELJAY 5X16 3-DECK
623 CRUSHER UNIVERSAL 5424 TWIN ROLL
I 624 CRUSHER BLUE FEEDER 30 YD SURGE BIN
625 CRUSHER PIONEER PORTABLE JAW
626 CRUSHER 90 CEDAR IND BEL T FEEDER
I 627 CRUSHER 36X12 BELT FEEDER
628 CRUSHER 92 OTC 36"X25' FINE SAND SCREW
629 CRUSHER 92 BUNKER STAR WARS JR
I 630 CRUSHER THUNDERBIRD SCREEN
632 CRUSHER CRUSHER
633 CRUSHER CRUSHER #2
634 CRUSHER SCREEN PLANT
I 635 CRUSHER 94 ELJAY INCLINED SCREEN
637 CRUSHER 94 DEMING ELEC. WATER PUMP
638 CRUSHER 98 CONV.36"WX60'L
I 639 CRUSHER 98 CONV.36"WX60'L
640 CRUSHER ALLIS-CHALMERS BLUE CRUSHER
641 CRUSHER JCI SCREENING PLANT
I 642 CRUSHER 1
643 CRUSHER 99 JCI 6X20 SCREEN
644 CRUSHER 2 JCI 6X20 3-DECK
645 CRUSHER 2 CANICA 105 V S.1.
I 646 CRUSHER HEWITT-ROBINS PORTABLE JAW
647 CRUSHER NIC 60X50 APRON
648 CRUSHER 93 EL-RUSS STACKING CONVEYOR
I 649 CRUSHER TOSHIBA G3 TOXVERT 130
650 CRUSHER THUNDERBIRD STACKABLE CONVEYOR
651 CRUSHER PORTEC 36 X 40 CONVEYOR
I 1601 PUG MILL BARBER GREEN FEEDER W/CONVEYOR
1602 PUG MILL BARBER GREEN
I 1603 PUG MILL LOADOUT CONVEYOR
1604 PUG MILL PORTABLE SILO
I Delhur Industries, Inc.
Equipment List 4
Last Update: 07/21/05
I Equipment Code Description Year Make Model
1606 PUG MILL 77 300 KW TRAILMOBILE
I 1608 PUG MILL 79 LOADING STAR WARS BUNKER
1609 PUG MILL HECLA MINING CEMENT SILO
1610 PUG MILL EAGLE BASE MIX CONVEYOR
I 1611 PUG MILL LOADOUT BUNKER
1612 PUG MILL 92 CATERPILLAR 3406 ENGINE
1613 PUG MILL 80 300 KW TIMPTE GENERATOR VAN
1614 PUG MILL DRUM SDG750 TRANSFER BLOWER
I 1615 PUG MILL WESTEC 36X12 BELT FEEDER
1616 PUG MILL KLINE WATER TOWER
1617 PUG MILL LATTACE FRAME STACKING CONVEYOR
I 1618 PUG MILL OCEAN CONTAIN CONTROL VAN
1619 PUG MILL 94 #3 SILO
1620 PUG MILL EAGLE UNDERBEL T
I 1621 PUG MILL 95 WESTEC STACKING CONVEYOR
1622 PUG MILL 95 WESTEC STACKING CONVEYOR
1623 PUG MILL 99 FABRICATED FEEDER - DOZER TRAP
I 1606 GENERATOR 77 TRAILMOBILE GEN VAN W/SWITCH
636 GENERATOR CATERPILLAR 3406 PGS
631 GENERATOR CATERPILLAR DIESEL SET 3306
I 1607 GENERATOR CATERPILLAR 250KW GENERATOR
1612 GENERATOR 92 CATERPILLAR 300KW GENERATOR
1613 GENERATOR 80 TIMPTE 45' GEN VAN
I 116 TRUCK 81 GMC BRIGIDIER WATER TRUCK
117 TRUCK 72 KENWORTH WATER TRUCK
I 118 TRUCK 80 FORD FUEL TRUCK
119 TRUCK 73 KENWORTH TRACTOR
120 TRUCK 73 KENWORTH 6X6
I 121 TRUCK 74 KENWORTH BOOM TRUCK
123 TRUCK 74 KENWORTH 6X6
127 TRUCK 77 KENWORTH DUMP
129 TRUCK 78 KENWORTH DUMP
I 130 TRUCK 74 KENWROTH 6X6
131 TRUCK 74 KENWORTH 6X6
132 TRUCK KENWORTH LUBE TRUCK
I 133 TRUCK 88 KENWORTH TRACTOR
135 TRUCK 90 MACK RD688S DUMP
136 TRUCK 90 MACK RD688S DUMP
I 137 TRUCK 90 MACK RD688S RD688S
139 TRUCK ACP MIXER
140 TRUCK 85 GMC BRIGIDIER LUBE
141 TRUCK 80 INTERNATIONAL WATER TRUCK
I 142 TRUCK 80 INTERNATIONAL FUEL/SERVICE
143 TRUCK 93 MACK 10 YD MIXER
144 TRUCK 96 MACK DUMP
I 145 TRUCK 97 KENWORTH TRACTOR
146 TRUCK 96 MACK DUMP
147 TRUCK 85 GMC BOOMTRUCK
I 149 TRUCK 93 GMC GENERAL
151 TRUCK 90 PETERBIL T 320 T/A VACTOR
152 TRUCK 82 KENWORTH LUBE TRUCK
I 153 TRUCK 79 KENWORTH W900 FUEL & LUBE
154 TRUCK 3 FORD 750 SERVICE TRUCK
I Delhur Industries, Inc.
Equipment List 5
Last Update: 07/21/05
I Equipment Code Description Year Make Model
156 TRUCK 96 PETERBIL T TRACTOR
I A134 TRUCK 90 PEERLESS DUMP BOX
ACP0201 TRUCK 67 CHALLENGER MIXER TRAILER
219 TRUCK 69 CHEVROLET FLATBED 2 TON
I 240 TRUCK 80 FORD BOOM/FLATBED
271 TRUCK 89 FORD F350 FLATBED
273 TRUCK 91 FORD F350 FLATBED
274 TRUCK 91 FORD F350 FLATBED
I 277 TRUCK 91 INTERNATIONAL IHC 4700 FLATBED
280 TRUCK 92 GMC SIERRA 1/2 TON
281 TRUCK 79 FORD BOOM/FLATBED
I 282 TRUCK 94 FORD X15 SUPERCAB 155
286 TRUCK 94 FORD F150
287 TRUCK 95 DODGE RAM 2500
I 288 TRUCK 94 FORD BOOM/FLATBED
289 TRUCK 95 GMC SIERRA 3/4 TON
290 TRUCK 95 FORD F150
I 292 TRUCK 95 FORD F250
294 TRUCK 97 FORD F800
295 TRUCK 97 FORD F250 HD
297 TRUCK 97 FORD F150
I 299 TRUCK 98 FORD F150
2100 TRUCK 98 FORD F150
2101 TRUCK 98 FORD F150
I 2102 TRUCK 99 FORD F250 SO
2103 TRUCK 97 JEEP GRAND CHEROKEE
2104 TRUCK 99 FORD F150
I 2105 TRUCK 99 FORD F150
2106 TRUCK 98 FORD SUPER CLUB WAGON
2107 TRUCK 98 FORD ECONOLlNE ES VAN
2108 TRUCK 99 FORD F150 XCAB
I 2109 TRUCK 0 FORD F250 STYLESIDE
2110 TRUCK 0 FORD F250 SUPERCAB
2111 TRUCK 0 FORD F350 CREWCAB
I 2112 TRUCK 0 FORD F250
2114 TRUCK 1 FORD F750 SERVICE
2115 TRUCK 2 TOYOTA TUNDRA XCAB
I 2116 TRUCK 2 FORD F250 SUPERCAB
2118 TRUCK 3 FORD F150
2119 TRUCK 3 FORD F350
I 2120 TRUCK 3 FORD F350
2121 TRUCK 3 FORD F350
2122 TRUCK 3 FORD F350
2123 TRUCK 3 FORD F250
I 2124 TRUCK 03 FORD F150
2125 TRUCK 96 FORD F450 SERVICE
I 405 TRAILER 67 CHALLENGER MIXER TRAILER
408 TRAILER 42 FRUEHAUF SEMI VAN TRAILER
409 TRAILER 66 GALLION ROCK TRAILER
I 410 TRAILER 66 GALLION ROCK TRAILER
412 TRAILER 75 HYSTER TIL T TRAILER
413 TRAILER 75 HYSTER LOWBOY TIL T TRAILER
414 TRAILER 66 PEERLESS BELLY DUMP
I 416 TRAILER 80 PEERLESS BELL Y DUMP
I Delhur Industries, Inc.
Equipment List 6
Last Update: 07/21/05
I Equipment Code Description Year Make Model
421 TRAILER 83 TRUCKWELD PUP
I 422 TRAILER 86 TRAIL KING LOWBOY
423 TRAILER 86 GENERAL BOOSTER AXLE
426 TRAILER 77 TRUCKWELD PUP
I 427 TRAILER 77 TRUCKWELD PUP
429 TRAILER 78 TRUCKWELD PUP
434 TRAILER 72 SCHNITZER 40' FLATBED
435 TRAILER 78 SCHNITZER 40' FLATBED
I 436 TRAILER 80 HYSTER TILT
438 TRAILER 82 PEERLESS BOOSTER AXLE
439 TRAILER 74 LIBERTY OFFICE TRAILER
I 440 TRAILER 77 MICRO OFFICE TRAILER
441 TRAILER 75 EVERGREEN TOOL TRAILER
443 TRAILER 66 FRUEHAUF VAN
I 444 TRAILER 66 FRUEHAUF VAN-GENERATOR
446 TRAILER 83 SPARTAN BELLY DUMP
447 TRAILER 83 TIMPTE BEALL BELL Y DUMP
I 451 TRAILER 79 MAXHAUL PONY TRAILER
452 TRAILER 91 TRAIL KING FLATBED
453 TRAILER 20' OCEAN CARGO TOOL TRAILER
454 TRAILER 20' OCEAN CARGO TOOL TRAILER
I 455 TRAILER 20' INSUL OCEAN INSULATED TRAILER
456 TRAILER 69 UTILITY 40' FLATBED
457 TRAILER 69 UTILITY 40' FLATBED
I 458 TRAILER 69 UTI L1TY UTILITY DOLLY
459 TRAILER 87 ARROW BOARD LIGHT PLANT
460 TRAILER 85 WESCO 24' SEMI FLATBED
I 461 TRAILER 91 TRAIL KING TRI AXLE LOW
462 TRAILER 93 WILSTON 6'X14' TILT BED
463 TRAILER 93 TK22FA-051 SINGLE AXEL
478 TRAILER 94 BEAL PONY TRAILER
I 479 TRAILER 94 BEAL DUMP
482 TRAILER 76 FRUEHAUF 45' - 0 DRY VAN
483 TRAILER 96 ASPEN 45 TON TRIAXLE
I 484 TRAILER 90 TRAIL KING DOUBLE DROP
485 TRAILER 97 PIONEER LO PRO/HI-LIFT
486 TRAILER 97 PIONEER LO PRO/HI-LIFT
I 487 TRAILER 85 VAN FRUEHAUF
488 TRAILER 84 VAN FRUEHAUF
489 TRAILER 84 UTILITY DOLLY
I 490 TRAILER 76 TAURUS
491 TRAILER 89 GREAT DANE
492 TRAILER
493 TRAILER 99 TOWMASTER T-50
I 494 TRAILER 2 ASPEN 80 TON GOOSENECK LOWBOY
495 TRAILER 87 GREAT DANE 48' INSULATED VAN
496 TRAILER AZTEC CARGO CONTAINER
I
I
I
I
I
I
I
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). I to this Project
Manual. The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the Contract shall be sent, are listed below.
Bidder's firm name J)e,\huv ~clu~~'es, ~C.
Complete address <1-3.33 ~ W1W~W Aa.e::>s ~d Part- ithje{~sJ uJ It-
(Street address) State)
Qg3t,3
(ZIp)
I
Telephone No. 3fd) - Y-S 7 - J /3 3
Signed by 1.l;w. II~
Printed Name: J YY\ IdD I~
Title
~J~~~Y1t
I
I
I
Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted.
(2) If the bidder is a corporation, this bid must be executed by its duly authorized officials.
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part 1-13
255-2191-013 (05/04)
October 2005
- ---~~--- ---------.-,.----- ---------~---_.- -- ~----~- -- ---~--------------------.,,----- ""-~---..._.-'-- ----- ------------.
I-
.
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
-.
.- "'\ Washington
'< Department of
I FISH and
WilDLIFE
HYDRAULIC PROJECT APPROVAL
RCW 77 .55 100 - Appeal pursuant to Chapter 34.05 RCW
Issue Date: September 16, 2005
Project Expiration Date: September 15, 2006
Control Number:
FPAlPublic Notice #:
PERMITTEE
AUTHORIZED AGENT
City of Port Angeles
ATTENTION: Glen Cutler
P.O. Box 1150
Port Angeles, WA 98362
360-417 -4800( )
Fax: 360-417-4542
Parametrix
ATTENTION: Bill Webb
5700 Kitsap Way Suite 202
Bremerton, WA 98312-2234
360-850-5303
Fax: 360-479-5961
Project Name:
Project Description:
Storm Water Streatment, PA Landfill Project
Construct stormwater outfall near Dry Creek for PA Landfill project.
PROVISIONS
1. The temporary culvert may be installed anytime of the year, provided all work is done above the
OHWL. In addition, all erosion control measures shall be installed to ensure good water quality.
2. The temporary culvert shall be installed in the dry or in isolation from stream flow.
3. Clean, angular rock may be used for fill provided rounded rock is unavailable. This rock shall be
removed from the site restored to preproject conditions upon removal of the temporary culvert.
4. The temporary culvert shall consist of a single barrel, a minimum of 30 inches in diameter.
5. Approach material shall be structurally stable and be composed of material that if eroded into the
stream shall not be detrimental to fish life.
6. The temporary culvert and fill shall be removed, and the disturbed bed and bank areas shall be
reshaped to preproject configuration. Within seven calendar days of project completion, all
disturbed areas shall be protected from erosion using vegetation or other means. Within one year
of project completion, the banks shall be revegetated with native or other approved woody species.
Vegetative cuttings shall be planted at a maximum interval of three feet (on center) and maintained
as necessary for three years to ensure 80 percent survival.
PROJECT LOCATIONS
Page 1 of 4
I
1- _ .
HYDRAULIC PROJECT APPROVAL
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
.
,:or' . :-, Washington
t.. '. : ' Department of
I ' "'" FISH and
/ WilDLIFE
t ..,~"<.
I
1/1
,
I~
'I.,
0,.---.,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
RCW 77 .55.100 - Appeal pursuant to Chapter 34 05 RCW
Is,~!le Date: September 16, 200?
P~bject Expiration Date: September 15, 2006
Control Number:
FPAlPublic Notice #:
1 02966-1
N/A
Location #1 Dry Creek
WORK START: September 16, 2005 IWORK END: September 15, 2006
WRIA' Waterbody: Tnbutary to.
-
18.0265 Dry Creek Strait Of Juan De Fuca
1/4 SEC Section: Township: Range. latitude. longitude: County:
- - -
SW 114 36 31 N 07W N 48.13404 W 123.52078 Clallam
location #1 DriVing Directions
Mouth of Dry Creek
APPLY TO ALL HYDRAULIC PROJECT APPROVALS
This Hydraulic Project Approval pertains only to the provisions of the Washington State Fisheries and Wildlife Code,
specifically RCW 77.55 (formerly RCW 75.20). Additional authorization from other public agencies may be necessary
for this project. The person(s) to whom this Hydraulic Project Approval is issued is responsible for applying for and
obtaining any additional authorization from other public agencies (local, state and/or federal) that may be necessary for
this project.
This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the
person(s) to whom this Hydraulic Project Approval is issued and operator(s) performing the work.
This Hydraulic Project Approval does not authorize trespass. It is the responsibility of the permit holder to secure any
landowner permissions or use authorizations as needed for the proJect.
The person(s) to whom this Hydraulic Project Approval is Issued and operator(s) performing the work may be held liable
for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic
Project Approval.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one
hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment.
All Hydraulic Project Approvals issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions,
conditions or revocation If the Department of Fish and Wildlife determines that new biological or physical information
indicates the need for such action. The person(s) to whom this Hydraulic Project Approval is issued has the right
pursuant to Chapter 34.04 RCW to appeal such decisions. All Hydraulic Project Approvals issued pursuant to RCW
77 .55.110 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation With the
person(s) to whom this Hydraulic Project Approval is Issued: PROVIDED HOWEVER, that such modifications shall be
subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.170.
CHAPTER 77.55 RCW RE-CODIFIED:
Chapter 77.55 RCW was re-organized and re-codified by the 2005 Legislature in Second Substitute House Bill 1346,
signed into law by Governor Gregoire as Chapter 146, Laws of 2005. Chapter 146, Laws of 2005 became effective July
24, 2005. The Code Reviser's Office is in the process of completing the re-codification and conversion of the bill into
RCW. The RCW referenced at the top of this HPA has been superseded by Chapter 146; Laws of 2005. Until the re-
codification process has been completed, the following reflects the section(s) of Chapter 146, Laws of 2005 under
which sections of former Chapter 77.55 RCW can now be found:
FORMER CHAPTER 146
TITLE 77.55 RCW LAWS of 2005
RCW 77 .55.010
Sec. 406
Page 2 of 4
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
-
. ,::;:"" Washington
, Department of
FISH and
WILDLIFE
HYDRAULIC PROJECT APPROVAL
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
RCW 77 55100 - Appeal pursuant to Chapter 34.05 RCW
Issue Date: September 16, 2005
Project Expiration Date: September 15, 2006
Control Number:
FPAlPublic Notice #:
102966-1
N/A
RCW 77 .55.100
RCW 77.55.110
RCW 77 .55.150
RCW 77.55.200
RCW 77.55.210
RCW 77 .55.220
RCW 77.55.270
RCW 77 .55.280
RCW 77.55.290
Sec. 101,201,301,507, 508,601,605
Sec. 101,201
Sec. 101,303,401
Sec. 501
Sec. 504
Sec. 101,502
Sec. 101,402
Sec. 403
Sec. 505
APPEALS INFORMATION
IF YOU WISH TO APPEAL THE ISSUANCE OR DENIAL OF, OR CONDITIONS PROVIDED IN A HYDRAULIC
PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE.
A.INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100,
77 .55.110, 77.55.140, 77.55.190, 77.55.200, and 77 .55.290: A person who is aggrieved or adversely affected by the
following Department actions may request an informal review of:
(A)The denial or Issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval; or
(B)An order imposing civil penalties. A request for an INFORMAL REVIEW shall be in WRITING to the Department of
Fish and Wildlife HPA Appeals Coordinator, 600 Capitol Way North, Olympia, Washington 98501-1091 and shall be
RECEIVED by the Department within 30-days of the denial or issuance of a Hydraulic Project Approval or receipt of an
order imposing Civil penalties. If agreed to by the aggrieved party, and the aggrieved party is the Hydraulic Project
Approval applicant, resolution of the concerns will be facilitated through discussions with the Area Habitat Biologist and
his/her supervisor. If resolution is not reached, or the aggrieved party is not the Hydraulic Project Approval applicant,
the Habitat Environmental Services Division Manager or his/her designee shall conduct a review and recommend a
decision to the Director or his/her designee. If you are not satisfied with the results of this informal appeal, a formal
appeal may be filed.
B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100
OR 77.55.140: A person who is aggrieved or adversely affected by the following Department actions may request a
formal review of:
(A) The denial or issuance of a Hydraulic Project Approval, or the conditions or provisions made part of a Hydraulic
Project Approval;
(B) An order imposing Civil penalties; or
(C) Any other 'agency action' for which an adjudicative proceeding is required under the Administrative Procedure Act,
Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRITING to the Department of Fish and Wildlife HPA Appeals
Coordinator, shall be plainly labeled as 'REQUEST FOR FORMAL APPEAL' and shall be RECEIVED DURING OFFICE
HOURS by the Department at 600 Capitol Way North, Olympia, Washington 98501-1091, within 30-days of the
Department action that is being challenged. The time period for requesting a formal appeal is suspended during
consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a formal
appeal shall be within 30-days of the date of the Department's written decision in response to the informal appeal.
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110, 77.55.200, 77.55.230,
or 77.55.290: A person who is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project
Approval, or the conditions or provisions made part of a Hydraulic Project Approval may request a formal appeal. The
request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental
Hearings Office, 4224 Sixth Avenue SE, Building Two - Rowe Six, Lacey, Washington 98504; telephone 360/459-6327.
D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 43.21L RCW: A person who
is aggrieved or adversely affected by the denial or issuance of a Hydraulic Project Approval, or the conditions or
Page 3 of4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,. ,
. .
^~. ':-.. Washington
I , Department of
FISH and
WilDLIFE
HYDRAULIC PROJECT APPROVAL
Coastal
48 Devonshire Road
Montesano, WA 98563
(360) 249-4628
RCW 77 .55.100 - Appeal pursuant to Chapter 34 05 RCW
Issue Date: September 16, 2005
Project Expiration Date: September 15, 2006
Control Number:
FPAlPublic Notice #:
102966-1
N/A
provisions made part of a Hydraulic Project Approval may request a formal appeal. The FORMAL APPEAL shall be in
accordance with the provisions of Chapter 43.21 L RCW and Chapter 199-08 WAC. The request for FORMAL APPEAL
shall be in WRITING to the Environmental and Land Use Hearings Board at Environmental Hearings Office,
Environmental and Land Use Hearings Board, 4224 Sixth Avenue SE, Building Two - Rowe Six, P.O. Box 40903,
Lacey, Washington 98504; telephone 360/459-6327.
E. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL
RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION SHALL BE FINAL
AND UNAPPEALABLE.
ENFORCEMENT: Sergeant Henry ( ) P3
David Molenaar
Habitat Biologist
CC: Stephan Kalinowski, WDFW
Tim Rymer, WDFW
Bob Barnard, WDFW
Martha Hurd, WADNR, Port Angeles
for Director
WDFW
360-249-1224
Mike McHenry, Lower Elwha Tribe
Jeffery Stewart, Ecology, Lacey
Patrick Crain, Clallum County
Jill Johnson, Parametrix
Page 4 of 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART II
Contract Forms to be Submitted
Following Award of Contract
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this&aay of ~" _ . , ~nf' by and
between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred
to as "the City", and Delhur Insdustries Corporation, a Washington Corporation, hereinafter referred to as
"the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring
specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein,
the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Port Angeles Landfill Stormwater System (project No. 05-16)
in accordance with and as described in
A. this Contract, and
B. the Project Manual, which include the attached plans, Specifications, Special Provisions,
submittal requirements, attachments, addenda (if any), Bid Form, Performance and
Payment Bond, and
C. the Standard Specifications for Road, Bridge, and MuniCIpal Construction prepared by
the Washington State Department of Transportation, as may be specifically modified in
the attached Specifications and/or Special Provisions, hereinafter referred to as "the
standard specifications",
and shall perform any alterations in or additions to the work proVlded under this Contract and every part
thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort
whatsoever that may be required for the transfer of materials and for constructmg and completing the
work provided for m this Contract, except as may otherwise be provided in the Project Manual.
2. Time for Performance and Liquidated Damages.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10) calendar
days after notice to proceed from the City, and SaId work shall be physically completed
CIty of Port Angeles (Project 05-16)
Port Angeles Landfill
Storm water System
Part 11-1
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. h' 60 Wr";: "ld ft 'd' d 1 d'f~ . fr .
WIt In <A Cft ftF ays a er saI notIce to procee , un ess a 1 lerent tIme ame IS
expressly provided in writing by the CIty.
B. If said work is not completed within the time for physical completion, the Contractor may
be required at the City's sole discretIon to pay to the City liquidated damages as set forth
in the Project Manual, for each and every day said work remains uncompleted after the
expiration of the specified time.
3. Compensation and Method ofPavment.
A. The City shall pay the Contractor for work performed under this Contract as detailed in
the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of such
work, unless otherwise permitted by law and approved in writing by the City. No
payment shall be made for any work rendered by the Contractor except as identified and
set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the City's
standard payment request form.
D. Payments for any alterations in or additions to the work provided under thIS Contract
shall be in accordance with the Request for Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval of
the RFI and/or CCO, the Contractor shall submit the standard payment request formes).
E. The Contractor shall submit payment requests with a completed Application for Payment
form, an example of which IS included In the Attachments to thIS Contract. This form
includes a lien waiver certification and shall be notarized before submission.
ApplicatIons for payment not signed or notarized shall be considered incomplete and
Ineligible for payment consideratIOn. The CIty shall initiate authonzation for payment
after receipt of a satisfactorily completed payment request form and shall make payment
to the Contractor within approximately thirty (30) days thereafter.
4. Independent Contractor Relationship.
The relatIOnship created by this Contract is that of independent contracting entities. No agent,
employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant,
or representatIve of the City, and the employees of the Contractor are not entitled to any of the benefits
the City provides for ItS employees. The Contractor shall be solely and entirely responsible for its acts
and the acts of ItS agents, employees, servants, subcontractors, or representatives during the performance
of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and
all federal, state, and local taxes or contrIbutIOns imposed or required, includIng, but not limIted to,
unemployment Insurance, workers compensation insurance, social security, and income tax withholding.
5. PrevailIng Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the Washington
State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC.
The Contractor shall document compliance with said requirements and shall file with the City appropriate
affidaVIts, certificates, and/or statements of complIance with the State prevailing wage reqUIrements. The
CIty of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part 11-2
255-2191-013 (05/04)
October 2005
I
I
Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in
this Contract have been established by the Department of Labor & Industries and are included as an
Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the
Contractor shall comply with the prevailing wage and documentation requirements as set forth herein.
I
I
I
6. Indemnification and Hold Harmless.
I
I
A. The Contractor shall defend, indemnIfy, and hold harmless the City, its officers, officials,
employees, and volunteers against and from any and all claims, injuries, damages, losses,
or lawsuits, including attorney fees, arising out of or in connection with the performance
of this Contract, except for injunes and damages caused by the sole negligence of the
City. It is further provided that no liability shall attach to the City by reason of entering
into this Contract, except as expressly provided herein.
I
I
B. Should a court of competent jurisdiction determine that this Contract is subject to RCW
4.24.115, then, in the event ofliability for damages arising out of bodily injury to persons
or damages to property caused by or resulting from the concurrent negligence of the
Contractor and the City, its officers, officials, employees, and volunteers, the
Contractor's liability hereunder shall be only to the extent of the Contractor's negligence.
It is further specifically and expressly understood that the indemnification provided
herein constitutes the Contractor's waiver of unmunity under Industrial Insurance, Title
51 RCW, solely for the purposes of thIS indemnIfication. This waiver has been mutually
negotiated by the parties. The provisions of thIS sectIon shall survive the expiration or
termination of this Contract.
I
I
7. Insurance.
I
I
I
The Contractor shall procure, and maintain for the duratIOn of the Contract, insurance against
claims for injUrIeS to persons or damage to property which may arise from or In connection WIth the
performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. FaIlure by the Contractor to mamtain the insurance as required shall constitute a material
breach of contract upon which the CIty may, after givmg five working days notice to the Contractor to
correct the breach, immediately terminate the Contract or at its discretion, procure or renew such
insurance and pay any and all premIums m connectIon therewith, with any sums so expended to be repaid
to the CIty on demand, or at the sole discretion of the City, off set agamst funds due the Contractor from
the City.
A. MinImum Scope of Insurance - The Contractor shall obtain Insurance of the types
descnbed below:
I
1. Automobile Liability insurance covenng all owned, non-owned, hired and leased
vehIcles. Coverage shall be written on Insurance Services Office (ISO) form CA
0001 or a substitute form providmg equivalent liability coverage. If necessary,
the policy shall be endorsed to provide contractual liabIlity coverage.
I
11. Commercial General Liability insurance shall be written on ISO occurrence form
CG 00 Oland shall cover liability arising from premIses, operations, stop gap
liability, independent contractors, products-completed operations, personal injury
and advertising injury, and liability assumed under an Insured Contract. The
Commercial General Liability insurance shall be endorsed to provide the
Aggregate Per Project Endorsement ISO form CG 2503 11 85. There shall be no
I
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
PartlI-3
255-2191-013 (05/04)
October 2005
I
I
I
I
endorsement or modification of the Commercial General LIability insurance for
liability arising from explosion, collapse or underground property damage. The
City shall be named as an insured under the Contractor's Commercial General
Liability insurance policy with respect to the work performed for the City using
ISO AdditIonal Insured endorsement CG 20 10 10 Oland Additional Insured-
Completed Operations endorsement CG 20 37 10 01 or substItute endorsements
providing equivalent coverage.
I
I
111.
Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
I
B.
Minimum Amounts of Insurance - The Contractor shall maintain the following insurance
limits:
I
1. Automobile Liability insurance with a minimum combined smgle limit for bodily
injury and property damage of $1,000,000 per accident.
11. Commercial General Liability insurance shall be written with limits no less than
$1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000
products-completed operations aggregate limit.
I
I
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the followmg provisions for
Automobile LiabIlity and Commercial General LiabIlity insurance.
I
1.
The Contractor's insurance coverage shall be primary insurance with respect to
the City. Any insurance, self-msurance, or insurance pool coverage maintained
by the CIty shall be in excess of the Contractor's insurance and shall not
contribute with it.
I
I
I
11. The Contractor's insurance shall not be cancelled or reduced as to coverage by
either party, except after forty-five (45) days prior written notice by certified
mail, return receipt requested, has been given to the City.
D.
AcceptabIlity of Insurers
Insurance is to be placed with msurers with a current A.M. Best rating of not less than A:VII.
I
I
E. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, mcluding but not necessarily limited to the additional msured endorsement,
evidencing the insurance requirements of the Contractor before commencement of the work.
I
F.
Subcontractors
I
I
I
The Contractor shall include all subcontractors as insureds under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for subcontractors
shall be subject to all of the same insurance requirements as stated herein for the Contractor.
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Pari II-4
255-2191-013 (05/04)
October 2005
I:
I
8.
Compliance wIth Laws.
I
A. The Contractor shall comply with all applicable federal, state, and local laws, including
regulations for hcensing, certification, and operation of facilities and programs, and
accreditation and licensmg of individuals, and any other standards or cnteria as set forth
in the Project Manual.
I
I
B. The Contractor shall pay any applicable business and permit fees and taxes which may be
required for the performance of the work.
I
C. The Contractor shall comply with all legal and permitting requirements as set forth in the
Proj ect Manual.
9.
Non-dIscrimination.
I
The parties shall conduct their busmess in a manner which assures fair, equal and
nondIscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical or mental handicap, or national origin, and, m particular:
I"
I
A. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are members
of the above-stated minorities.
I
I
I
I
I
I
B. The parties will comply strictly with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of
nondIscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimmation with respect to the above-
stated minority status.
10.
Assignment.
A. The Contractor shall not aSSIgn this Contract or any interest herein, nor any money due to
or to become due hereunder, without first obtaming the written consent of the City, nor
shall the Contractor subcontract any part of the services to be performed hereunder
without first obtaimng the consent of the City.
B. The Contractor hereby assigns to the City any and all claims for overcharges resulting
from antitrust violatIOns as to goods and materials purchased in connection WIth thIS
Contract, except as to overcharges resultmg from antitrust violations commencing after
the date of the bid or other event establishmg the price of this Contract. In addition, the
Contractor warrants and represents that each of its suppliers and subcontractors shall
assign any and all such claIms for overcharges to the City in accordance with the terms of
this provision. The Contractor further agrees to give the City immediate notice of the
existence of any such claIm.
I
I
I
11. Contract Admimstration.
This Contract shall be administered by TIM HOLTH, PRES. on behalf of the Contractor and by
Michael Szatlocky, PE, on behalf of the City. Any written notices required by the terms of this Contract
shall be served or mailed to the following addresses:
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part 11-5
255-2191-013 (05/04)
October 2005
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR
DELHUR INDUSTRIES, INC.
P.O. BOX 1116
PORT ANGELES, WA 98362
CITY
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
12. Interpretation and Venue.
This Contract shall be interpreted and construed in accordance with the laws of the State of
Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam
County, Washington.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day
and year ftrst set forth above.
CONTRACTOR
DELHUR INDUSTRIES, INC.
Name of Contractor
By: 7.1~ J-Id-teJ
TItle:
PRESIDENl'
Attest:
.bn SP~. J...)ptru.
. Cle
CIty of Port Angeles (Project 05-16)
Port Angeles Landfill
Stonnwater System
Part 11-6
255-2191-013 (05/04)
October 2005
That we, the undersigned, Delhur Industries, Inc. as Principal, and
Arch Insurance Company a corporation, organized and existing under the laws of the
I State of Washington, as s surety corporation, and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations as surety, are jointly- and severally
held and firmly bound to the City of Port Angeles in the penal sum of ~ 641 ,654.12
SIX Hundred Forty 6ne Thousand Six for the payment of which sum on demand we bind ourselves and our successors heirs
Indred Fifty Four and 12/100 ' ,
adlllillisuaLUI"S UI personal representative, as the case may be.
This obligation is entered into pmsuant to the statutes of the State of Washington and the ordinances of
the City of Port Angeles.
Dated at Port Angeles
I
I. .
.
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
J
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
Bond # SU 5018346
KNOW ALL MEN BY THESE PRESENTS:
Washington, this 17th day of
November
2005.
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said
Delhur Industries, Inc. the above bounded
principal, a certain contract, The said contract being numbered 05-16, and providing for Port Angeles
Landfill Stormwater System (which contract is referred to herein and is made a part hereof as though
attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to
perform the WOlK therein provided for in the manner and within the time set fort~ now, therefore,
if the said Princip;ll Delhur Industries, Inc. . shall faithfully perform
all of the provisions of said contract in the manner and within the time therein set forth, or within such
extensions of time as may be granted under said contract, and shall pay all laborers, mechanics,
subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with
provisions and Supplies for the canying on of said work, and shall indemnify and bold the City of Port
Angeles harmless from any damage or expense by reason of failure of performance as specified in said
contract or from defects appearing or developing in the material or workmanship provided or performed.
under said contract within a period of one year after its acceptance thereof by the City of Port Angeles,
then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and
effect.
.2005
Signed this 21 st day of November
~. nee py
. to
B ~
Mark S. Richardson, Attorney-in-Fact
Title
.135 N. Los Robles Ave, Suite 825, Pasadena, CA 91101
Surety Address
Delhur Industries, Inc.
Principal
By &-. -Z, :J &0 ;L-
A.L Sample, Secretary
Title
McGreerand Company, Inc., 313 0 St, #202 Lewiston, 1083501
Agent Address
MarX S. Richardson, 208-746-7478
Agent Contact and Phone Number
Jeny Park, 626-639-5253
Surety Contact and Phone Number
CIty afPort Angeles (project 05-16)
Port Angeles Landfill
Starmwater System
Part II 7
255-2191-013 (05/04)
October 2005
II
!
.
1
.
I
I
I
1
I
1
I
1
I
1
I
I
I
I
1
I
I
In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their
authorized officers..this 1st day.of March , 20~.
Arch Insurance Company
Attested and Certified
Joseph S. L
~ /~~-
Thomas P. Luckstone, Vice President
STATE OF CONNECTICUT SS
COUNTY OF FAIRFIELD SS
I Melissa B. Gilligan, a Notary Public. do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known
to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch
Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the
foregoing instrument, appeared before me this day in person and severally acknowledged that they bei!'lg thereunto quly
authorized signed, sealed with the corporate seal and deliver~d the said instrument as the free and voluntary act of said
corporation and as their own free and voluntary acts for the uses and purposes therein set forth.
. OFFICIAl SEAl.
MaISSA B. GIl..OOAN, ~ PIilIic .
Stale d Connecticut
Convnission Expires Febru 28. 2005
~~fxM/./'q/7/)
Melissa . Gilligan. Notary Public
My commission expires 2-28-05
CERTIFICATION
. .
I, Joseph S. Labell, Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of
Attorney dated March 1. 2004 on behalf of the person(s) as listed above Is a true and Correct copy and that
the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate;
and I do further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on
~e date of execution of the attached Power of Attorney the duly ~Iected Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance
Company on this 17th day of NUVt:III~1 ' 2065-' ./~ -
Joseph S
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically rtamed the~1h
and they have no authority to bind the Company except in the manner and to the extent herein stated.
Home Office: Kansas City, MO
00ML0013 000303
Page 2 of 2
Pri~ted In U.S.A.
I
I
I
'I
I
I
I
1
I
1
I
I
I
I
I
I
I
I
I
POWER OF ATTORNEY
"
Know All Men By These Presents:
.
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its
principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint
Mark S. Richardson, Elizabeth L. McGreer and Lisa Hawkins of Lewiston, 10 (EACH)
its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this powerfor and
on its behalf as surety, and as its act and deed:
My and all bonds and undertakings
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings -that guarantee the
payment or collection of cmypromissory note. check; draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds.in oeder to.bring..each~ch bond
within the dollar limit of authority as set forth herein.
The Company may revoke this appointment at any tirpe.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Company as fully and amply to all intents and purposes, as if the same Iia~. 'be~ri duly executed and acknowledged by its
regularly eJected officers at its principal office in Kansas City, Missouri. .,
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of-the Soard-of Directors of
the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by
the undersigned Secretary as being in full force and effect:
"VOTED. That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing
and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,
and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto.' bonds and
undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such
officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution
adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003:
VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or .their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary. the seal of the Company, and
certifications by the Secretary, may be affuced..by facsimile on any power of attorney or bond executed pursuant to the
resolution adopted by the Board of Directors on March 3. 2003, and any such power so executed. sealed and certified
with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.
00ML0013 00 03 03
Page 1 of 2
Printed in U.S.A.
I
I
I
I
I
I
1
1
1
I
I
I
I
I
I
I
I
I
I
KITSAP BANK
CONTRACTOR'S ESCROW AGREEMENT
To: Kitsap Bank ("Bank")
Branch: Port Angeles Washington Kitsap Bank Account Number:
1770292518 ("Account")
Account Type:
(circle one)
Premium Fund ~et FU~ Savings Time Certificate
Public Body: City of Port Angeles
("Owner")
Authorized Representative(s):
Address:
Telephone Number:
Contractor:
Delhur Industries
("Contractor")
Authorized Representative: _Anthony Sample
Address:
_4333 Tumwater Access P.O Box 1116 Port Angeles WA 98362
Telephone Number: _457-1133
Project Name:
("Project")
_Port Angeles Landfill Storm Water System 05-16
Estimated Completion Date:
Contract Number:
Project # 05 16
THIS AGREEMENT is hereby made and entered into by and among Owner, Contractor
and Bank.
WHEREAS, this Agreement is for the investment or retention in the Account of the
retained percentages of the Project in accordance with 60.28 RCW; and
WHEREAS, Contractor has directed Owner to deliver to Bank warrants, checks or drafts
which shall be payable to the Bank and the Contractor jointly. Such warrants, checks, or drafts
are to be held or disposed of by Bank in accordance with the following instructions, and upon the
terms and conditions hereinafter set forth.
P:pub_data\forms\fsr\contractor's escrow agreement.doc (10/31/02)
Page 1 of 5
I
1
I
1
1
I
I
I
I
I
1
I
I
I
I
I
I
I
1
FOR AND IN CONSIDERATION of the mutual benefits contained herein, Owner,
Contractor and Bank agree as follows:
1. Warrants, checks or drafts payable to Contractor and Bank, jointly, shall be
endorsed by the Bank and forwarded for collection so that the proceeds thereof may be received
by the Bank and deposited in the Account. The power of endorsement hereby granted to Bank
by the Contractor shall be deemed a power coupled with an interest and shall be irrevocable
during the term of this Escrow Agreement. Although Bank may be a payee named in such
warrants or checks as may be delivered to the Bank, the Bank's duties and responsibilities with
respect to the same shall be only those duties and responsibilities which a depository bank would
have pursuant to Article 4A of the Uniform Commercial Code of the State of Washington for an
item deposited with it for collections as of the date such check or warrant shall be delivered to
the Bank. The proceeds from collection shall be used by the Bank to deposit funds into the
Account.
2. In the event the Account is a Time Certificate, it must mature on or before the
date set for completion of the Project, including extensions thereof, or 30 days following the
final acceptance of the Project. The Estimated Completion Date of the Project is set forth above.
The Owner shall advise the Bank, in writing, of any change in the Estimated Completion Date.
If the Estimated Completion Date is changed, the Bank is authorized to reinvest the funds held
hereunder in accordance with the new Estimated Completion Date.
3. None of the funds held in the Account shall be delivered to the Contractor except
in accordance with written instructions from Owner, or by order of a court of competent
jurisdiction. The Owner shall inform the Bank and keep the Bank informed, in writing, of the
name of the person or persons with authority to give the Bank such written instructions.
Compliance with such written instructions or with a court order by the Bank shall relieve the
Bank of any further liability related thereto.
4. When interest on the Account accrues and is paid, the Bank will post such interest
to the Account. Interest is owned by the Contractor. Subject to the terms, conditions and
penalties of the Account, the Bank will deliver the accrued interest to Contractor upon written
request signed by Contractor.
5. Notwithstanding any provision of this Agreement, in the event the Owner requests
the Bank in writing to withdraw the funds from the Account and return such funds, together with
any other funds held by the Bank in the Account, to the Owner, the Bank shall comply with said
written request of Owner within 35 days of receipt of such request. Compliance by the Bank
with such written request shall relieve the Bank of any further liability related thereto.
6. The Bank may deliver the funds in the Account to persons other than the
Contractor or the Owner, in accordance with a written request signed by the Owner.
7. The Contractor shall pay any fees charged by the Bank for services provided
hereunder. Payment of all fees shall be the sole responsibility of the Contractor and shall not be
deducted from any funds deposited in the Account, unless and until the Owner directs the release
P:pub _ data\forms\fsr\contractor's escrow agreement.doc (10/31/02)
Page 2 of 5
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
1
I
I
of the funds in the Account to the Contractor whereupon the Bank shall be granted a first lien
upon said funds released and shall be entitled to reimburse itself from such funds for the entire
amount of the Bank's fees. In the event that the Bank is made a party to any litigation with
respect to the funds in the account, or in the event that the conditions of this Agreement are not
promptly fulfilled and that the Bank is required to render any service not provided for in this
Agreement, or that there is any assignment of the interest of this Agreement or any modification
thereof, the Bank shall be entitled to reasonable compensation for such extraordinary services
from the Contractor and reimbursement from the Contractor for all costs and expenses, including
attorney fees occasioned by such default, delay, controversy or litigation.
8. In the event the Bank at any time and for any reason desires to be relieved of its
obligations under this Agreement, the Bank shall give written notice to the Owner and the
Contractor. The Owner and the Contractor shall, within 20 days of receipt of such notice, jointly
appoint a successor escrow holder, and instruct the Bank to deliver all funds held in the account
to said successor escrow. In the event the Bank is not notified of the appointment of the
successor escrow holder within 20 days, the Bank may deliver the funds in the Account to
Owner, subject to the terms, conditions and penalties of the Account. Upon doing so, the Bank
is absolved from all further charges and obligations in connection with this Agreement.
9. The Bank may consult with independent legal counsel in the event of any dispute
or questions as to the construction of any of the provisions of this Agreement or the duties of the
Bank hereunder. The Bank shall incur no liability and shall be fully protected and acting in
accordance with the opinion and instruction of such counsel. The Bank shall have the right to
file legal proceedings, including interpleader to determine the proper disposition of funds
hereunder, all costs thereof constituting an expense of administration of this Agreement.
10. The Contractor agrees to indemnify, defend and hold harmless the Bank, its
officers, directors, employees, agents, affiliates, predecessors and assigns (collectively
"Indemnified Parties") from any and all claims, liabilities, debts, demands, damages, expenses,
accounts, attorney fees, actions, causes of action, contribution actions, proceedings, agreements,
contracts, judgments, executions or suits of any kind or nature suffered or incurred by the
Indemnified Parties or any of them arising out of or in connection with this Agreement, except
that this indemnity obligation shall not apply in the event of the gross negligence or willful
misconduct of the Indemnified Parties or any of them. This Indemnity Obligation shall survive
termination of this Agreement.
11. The duties and responsibilities of the Bank shall be limited to those expressly set
forth in this Agreement; provided, however, that with the written consent of the Bank, the duties
and responsibilities in this Agreement may be amended at any time by an instrument in writing
signed by the Contractor and the Owner. With the exception of this Agreement, the Bank is not
responsible for, or chargeable with knowledge of, any terms or provisions contained in either the
underlying contract referred to in this Agreement or any other separate agreements and
understandings between the Contractor and the Owner. The Bank shall not be liable for the
accuracy of any calculations or the sufficiency of any funds for any purpose. The Bank shall not
have any liability under this Agreement except to the extent of its own gross negligence or
P:pub _ data\fonns\fsr\contractor's escrow agreement.doc (lO/31/02)
Page 3 of5
I
I
I
I
I
1
1
I
I
I
I
I
I
I
I
I
I
I
1
willful misconduct. In no event shall the Bank be liable for any special, indirect or consequential
damages.
12. This Agreement shall not be binding until executed by the Contractor and the
Owner, and accepted by the Bank.
13. This Agreement contains the entire agreement between the Contractor, the Owner
and the Bank with respect to this escrow. The Bank is not a party to nor bound by any
instrument of agreement other than this Agreement. The Bank shall not be required to take
notice of any default or any other matter, nor be bound by nor required to give notice or demand,
nor required to take any action whatsoever, except as herein expressly provided. The Bank shall
not be liable for any loss or damage not caused by the Bank's own negligence or willful
misconduct.
14. This Agreement shall be binding upon the assigns, successors, personal
representatives and heirs of the parties hereto.
The undersigned have read and hereby approve of the above Agreement and instructions
as given above which govern the administration of this escrow, and do hereby execute this
Agreement on the day of , 20
CONTRACTOR:
Name of Contractor: Delhur Industries Inc
By:
d.-Z.~.~
Anthony Sample J
Print Name: _Anthony Sample
Title: Secretaryffreasurer
Date: / / /:21../ () )
.
OWNER:
Name of Owner:
_City of Port Angeles
By:
(signature )
Print Name:
Title:
Date:
P:pub _ data\forms\fsr\contractor's escrow agreement.doc (10/3 1/02)
Page 4 of 5
I
I
I,
I
1
I
I
I
I
I
I
I
I
I
1
I
I
I
I
By. ~~~
Print Name:
Nancy Sievers
Title:
_Operations Officer
II/Z?//O<f
r .
Date:
The above escrow instructions were received and accepted by Kitsap Bank on the
day of , 20
KITSAP BANK:
By:
(sIgnature)
Print Name:
Title:
P:pub _ data\forms\fsr\contractor's escrow agreement.doc (10/31/02)
Page 5 of 5
ACORD.
CERTIFICATE OF LIABILITY INSURANCE
OP ID DATE(MMlDDNYVY)
DELHU-l 11 21 05
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
.M. Fryer & Sons Ins. Inc.
.0. Box 1347
Port Angeles ~ 98362
hone:360-457-1144 Fax:360-457-9440
INSURERS AFFORDING COVERAGE
NAIC#
Delhur Industries Inc
P. O. Box 1116
Port Angeles ~ 98362
COVERAGES
INSURER A
INSURER B
INSURER C:
INSURER D.
INSURER E
Evanston Insurance Com an
North Pacific
23892
I r THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IITR NSRI TYPE OF INSURANCE POLICY NUMBER DATE iMMlDDIYY) DATE MMlDDIYYI UMITS
GENERAL UABIUTY EACH OCCURRENCE $ 5,000,000
~
A X X COMMERCIAL GENERAL LIABILITY 04PKG00336 05/01/04 05/01/05 PREMISES rEa occurence) $ 50,000
II I CLAIMS MADE ~ OCCUR MED EXP (Any one person) $ 5,000
PERSONAL & ADV INJURY $5,000,000
I--
GENERAL AGGREGATE $ 5,000,000
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 5,000,000
t II POLICY -5[1 ~~;: n LOC
AUTOMOBILE UABlUTY COMBINED SINGLE LIMIT $1,000,000
I--
X ~ ANY AUTO C21109057 05/01/04 05/01/05 (Ea accident)
II ALL OWNED AUTOS BODILY INJURY
~ $
SCHEDULED AUTOS (Per parson)
~
~ HIRED AUTOS BODILY INJURY
$
X NON-DWNED AUTOS (Per accident)
Il ~
~ PROPERTY DAMAGE $
(Per acadant)
GARAGE UABIUTY AUTO ONLY. EA ACCIDENT $
Il R ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
EXCESSlUMBRELLA UABIUTY EACH OCCURRENCE $
tJ OCCUR o CLAIMS MADE AGGREGATE $
I $
R DEDUCTIBLE $
RETENTION $ $
I~ WORKERS COMPENSATION AND X I TORY LIMITS 1 IU~~-
EMPLOYERS' UABIUTY 05PKG00336 05/01/05 05/01/06 $ 500,000
ANY PROPRIETORlPARTNERlEXECUTIVE E.L EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? E L. DISEASE - EA EMPLOYEE $ 500,000
If rn' descrtba under E L DISEASE - POLICY LIMIT $ 500,000
Ir S ECIAL PROVISIONS below
OTHER
I E:R1P11ON OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
erations of the above insured for Port Angeles Landfill Stormwater System
(Project No. 05-16)
II
City of Port Angeles
PO Box 1150
Port Angeles WA 98362
CANCELLATION
CITYOFP SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBUGATlON OR UABIUTY OF KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
CERTIFICATE HOLDER
CORD 25 (2001/08)
RD CORPORATION 1988
I.
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
PART III
Specifications, Special Provisions, and Submittals
I
I
I
I
I
INTRODUCTION/ORDER OF PRECEDENCE
1. Special Provisions as set forth on the following pages.
2. Submittal requirements, as listed on the following pages.
3. Project Plans.
4. Amendments to the Standard Plans and Specifications.
I
I
5. Washington State Department of Transportation's 2004 Standard Specifications for Road, Bridge,
and Municipal Construction (English Units), referred to herein as the Standard Specifications.
This includes Section 1-99, APWA SUPPLEMENT.
6. Washington State Department of Transportation's Standard Plans.
7. Attachments (exclusive of the above-mentioned).
I
STANDARD SPECIFICATIONS
1
I
I
This Contract incorporates the Washington State Department of Transportation's 2004 Standard
Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the
Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications
describe the general requirements, description, materials, construction requirements, measurement and
payment of work to be completed under this Contract.
I
Section 1-99, APWA SUPPLEMENT, of the 2004 Standard Specifications for Road, Bridge, and
Municipal Construction, shall be included and made a part of the contract specifications.
STANDARD PLANS
The Washington State Department of Transportation's Standard Plans for Road, Bridge and Municipal
Construction, up to and including any official changes to these Plans, are hereby made a part of this
Contract.
I
I
SPECIAL PROVISIONS
The following Special Provisions supersede any conflicting provisions of the Standard Specifications and
are made a part of this Contract. The sections referenced in these Special Provisions refer to sections of
the Standard Specifications.
I
I
I
I
Czty of Port Angeles (ProJect 05-/6)
Port Angeles Landfill
Stormwater System
Part III-I
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
I
I
DIVISION 1
GENERAL REQUIREMENTS
1-01
DEFINITIONS AND TERMS
1-01.2
Abbreviations
1-01.2(2)
Items of Work and Units of Measurement
Supplement this Section with the following:
HDPE High Density Polyethylene
1-01.3 Definitions
Section 1-01.3 is supplemented with the following:
I
The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this
project.
The term "State" is redefined to mean the City of Port Angeles for this project.
I
I
The term "Commission" is redefined for this project to mean the City Council of the City of Port
Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of
Port Angeles.
I
I
The term "Department" is redefined to mean the City of Port Angeles Department of Public Works &
Utilities for this project.
The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer
for the City of Port Angeles.
I
I
I
The terms "Contract" and "Project Manual" are interchangeable.
The term "Landfill" is defined as the City of Port Angeles solid waste landfill facility.
1-02.2
Plans and Specifications
Section 1-02.2 is replaced with the following:
Information as to where plans and specifications can be obtained or reviewed will be found in the
advertisement for the work placed in the Owner's official newspaper.
I
1-02.5
Proposal Forms
The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project.
I
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part /11-2
255-2191-013 (05/04)
October 2005
I
I
I
1-02.9
Delivery of Proposal
I
I
Section 1-02.9 is modified in its entirety for this project to now read as follows:
Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS, INFORMA nON FOR BIDDERS, and BIDDER'S CHECK LIST.
I
I
I
I
1-03
AWARD AND EXECUTION OF CONTRACT
1-03.4
Contract Bond
Section 1-03.4 will be revised as follows:
1-03.4
Performance and Payment Bond
In accordance with Section 1-03.4 of the Standard Specifications, the Contractor shall execute a
Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's
name and address and shall include a power-of-attorney appointing the signatory of the bond as the
person authorized to execute it.
1-04 SCOPE OF THE WORK
I
1-04.3
Description of Work
New Section
I
The project to be bid consists of three major elements. The first is the conversion of two existing ponds
(a leachate pond and a sedimentation pond) to stormwater quality treatment facilities.
I
I
The second element of work is to upgrade the existing landfill stormwater collection and conveyance
system. This element will include the installation of new conveyance piping and catch basins and
upgrade of existing structures at the landfill. The work also includes the installation of a new conveyance
system for discharge of treated stormwater from landfill to the Strait of Juan de Fuca north of the facility.
I
I
I
I
The third element of work is to improve the existing access road from the landfill to facilitate construction
of the treated storm water discharge system.. This element will include the realignment of portions of the
existing roadway, constructing new roadway to a location near the mouth of Dry Creek, and construction
of a gabion cribbing retaining wall.
1-04.4
Changes
Section 1-04.4 is supplemented with the following:
All revisions, clarifications, field requests and field authorizations for construction contracts shall be
documented using the "Request for Information" form No. PW 404_02 (see Attachment B of this
Project Manual). A construction contract change order may be initiated by the Contractor, City
inspector, or Architect/Engineer by using the Contract Change Order form, No. PW 404_04 (see
Attachment B of this Project Manual).
Definitions:
I
I
Cay of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Pari III-3
255-2191-013 (05/04)
October 2005
I
I
I.
1. RFI:
Request for Information (Form No. PW 404_02)
I
I
I
2. CCO:
Contract Change Order (Form No. PW 404_04)
1-04.11
Final Cleanup
Section 1-04.11 is supplemented with the following:
The work done under this item consists of restoring, cleaning and repairing private property impacted
by the work, and restoration of other existing features of the landscape which are deemed necessary
by the Engineer. (see Section 1-07.16 same)
I
The Contractor shall follow its trenching operation as soon as possible with its restoration work. The
Contractor will not be permitted to leave any particular area unrestored for more than two (2) weeks
except in the case where he may be doing repair work on a line which has failed to meet test
specifications. Such restoration shall follow immediately.
I
1-05 CONTROL OF WORK
I
1-05.3
Plans and Working Drawings
I
Section 1-05.3 is supplemented with the following:
1
Unless otherwise required by the Submittal Requirements, Section 1-05.3 of the Standard
Specifications shall apply.
1-05.4
Conformity With and Deviations from Plans and Stakes
I
1
Section 1-05.4 is supplemented with the following:
The Contractor shall furnish all land surveys and construction staking necessary for the completion
and acceptance of this project. All survey work shall be laid out and checked by a professional
surveyor, licensed in the State of Washington. The Contractor shall furnish a certificate or document
signed by the surveyor, certifying that the completed lines, levels and elevations are in conformity
with the Contract.
I
I
The Contractor shall verify all lines, levels and elevations indicated in the Contract before any
excavation or construction begins. Any discrepancy shall be immediately brought to the attention of
the Engineer and any change shall be made in accordance with his instruction. The Contractor shall
not be entitled to any additional payment ifhe fails to report the discrepancies before proceeding with
work within the area affected by the discrepancies.
I
The cost of work under this Section shall not be paid for directly, but shall be considered incidental
and included in the prices bid for the appropriate items in the "Proposal."
I
1-05.5
As-Built Drawings
New Section
I
I
As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a
record of the construction as installed and completed by the Contractor. They shall include all the
City of Port Angeles (ProJect 05- 1 6)
Port Angeles Landfill
Stormwater Syslem
Part 111-4
255-2191-0/3 (05/04)
October 2005
1
I
I
I
information shown on the contract set of drawings and a record of all construction deviations,
modifications or changes from those drawings which were incorporated in the work; all additional work
not appearing on the contract drawings; all design submittals, including electrical schematics; and all
changes which are made after final inspection of the contract work.
I
The Contractor shall mark up a set of full size plans using red ink to show the as-built conditions. These
as-built marked prints shall be kept current and available on the job site at all times, and be made
available to the City Engineer upon request. The changes from the contract plans which are made in the
work or additional information which might be uncovered in the course of construction shall be
accurately and neatly recorded as they occur by means of details and notes. No construction work shall
be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the
following:
I
1
1. The location and description of any utilities or other installations known to exist and or
encountered within the construction area. The location of these utilities shall include an accurate
description, dimensions, and at least two ties to permanent features for all utilities encountered.
I
I
2. The location and description of all facilities and appurtenances installed by the Contractor. The
location of facilities and appurtenances shall include accurate dimensions and at least two ties to
permanent features for all major components, including gate valves.
1
I
The City of Port Angeles has the right to deny progress payments for completed work if as-built
records, as required by this section, are not available on the job site for the work that has been
completed by the date of the payment request.
Final as-builts shall be delivered to the City Engineer at the time of final inspection for review and
approval. As-built drawings must be approved by the City Engineer before final payment will be made.
See Submittal Requirements for additional information.
I
1-05.10
Guarantees
Section 1-05.10 is supplemented with the following:
I
I
I
The Contractor shall guarantee all materials and equipment furnished and work performed for a
period of one (1) year from the date of substantial completion. The Contractor shall warrant and
guarantee for a period of one (1) year from the date of substantial completion of the system that the
completed system is free from all defects due to faulty materials or workmanship, and the Contractor
shall promptly make such corrections as may be necessary by reason of such defects including the
repairs of any damage to other parts of the system resulting from such defects. The City will give
notice of observed defects with reasonable promptness. In the event that the Contractor should fail to
make such repairs, adjustments, or other work that may be made necessary by such defects, the City
may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond
shall remain in full force and effect through the guarantee period.
I
1-07.2(2)
State Sales Tax: Work on State-Owned or Private Land
1
Section 1-07.2(2) is supplemented with the following:
The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to
collect state sales tax from the Contracting Agency. The provisions of Section 1 07.2(2) apply.
I
I
CIty of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwater System
Part III-5
255-2191-013(05/04)
October 2005
I
I
I
1-07.14
Responsibility for Damage
1
Supplement this Section with the following:
I
Underground utilities, groundwater monitoring wells, landfill gas wells, piezometers, landfill gas
probes and gas collection lines are located on-site. The Contractor shall locate and protect
underground utilities, wells, probes, and gas lines, and shall take all necessary precautions to avoid
disturbing any underground utilities, well, probe casing, and gas lines on or off the landfill. The
Contractor shall not encroach within 10- feet of any monitoring well or probe without approval of the
Engineer. If the Engineer determines that a well or probe casing has been disturbed, a gas line
damaged, or other utilities damaged, the Contractor shall be responsible for all damages and repair to
the satisfaction of the Owner and regulatory agencies. This could include replacement of a well or
probe which could result in a cost of $50,000.00 or more for replacement.
I
I
I
1-07.16
Protection and Restoration of Property
Section 1-07.16 is supplemented with the following:
I
The work done under this item consists of restoring, cleaning and repairing private property impacted
by the work, and restoration of other existing features of the landscape which are deemed necessary
by the Engineer.
1
The Contractor shall follow its trenching operation as soon as possible with its restoration work. The
Contractor will not be permitted to leave any particular area unrestored for more than two (2) weeks
except in the case where he may be doing repair work on a line which has failed to meet test
specifications. Such restoration shall follow immediately.
I
I
Installation of culverts and piping across roadways shall be accomplished such that at least one-way
traffic is maintained at all times, unless an outage to the road for a short period is obtained from the
landfill supervisor.
I
1-07.17
Utilities and Similar Facilities
Section 1-07.17 is supplemented with the following:
I
Locations and dimensions shown in the plans for existing facilities are in accordance with available
information obtained without uncovering, measuring, or other verification. The Contractor is
responsible for field verifying the location of utilities, piping, and other subsurface structures prior to
excavation.
I
I
Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate,
replace, or construct their facilities unless otherwise provided for in the Plans or these Special
Provisions. Such adjustment, relocation, replacement, or construction will be done during the
prosecution of the work for this project.
I
The Contractor shall call the Utility Location Request Center (One Call Center), for field location not
less than two (2), nor more than ten (10), business days before the scheduled date for commencement
of excavation which may affect underground utility facilities, unless otherwise agreed upon by the
parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local,
I
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part IlI-6
255-2191-013 (05/04)
October 2005
I
1
I
I
state or federal holiday. The telephone number for the One Call Center for this project is
1-800-424-5555.
I
I
The Contractor is alerted to the existence of Chapter 19.22 RCW, a law relating to underground
utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's
expense.
No excavation shall begin until all known facilities in the vicinity of excavation areas have been
located and marked.
I
The following addresses and telephone numbers of utility companies known or suspected of having
underground facilities within the project limits are supplied for the Contractor's convenience:
1
1. Qwest Communications (telecommunications)
635 Oakridge Drive
Port Angeles, W A 98362
Telephone: 452-2184
I
1
2. City of Port Angeles
Department of Public Works & Utilities (water, sewer, storm water, power)
321 East Fifth Street
Port Angeles, W A 98362
Telephone: 417-4807 (Underground utility location assistance)
I
I
3. Northland Cable Television (cable TV)
725 East First Street
Port Angeles, W A 98362
Telephone: 452-8466
1-07.18 Public Liability and Property Damage Insurance
I
Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7
of the City's standard Public Works Contract included in this Project Manual.
1-07.23
Public Convenience and Safety
I
I
I
Section 1-07.23 is supplemented with the following:
Port Angeles Landfill will be open to the public and solid waste haulers during construction. Access
roads into the landfill run along the east side of the landfill and to the west. The Contractor shall
provide for traffic control during this project when the Contractor's construction activities adversely
impact the landfill operations.
I
The construction safety zone for this project is 10 feet from the outside edge of the traveled way.
During the actual hours of work only materials absolutely necessary to construction shall be within
the safety zone and only construction vehicles absolutely necessary to construction shall be allowed
within the safety zone or allowed to stop or park on the shoulder of the roadway.
I
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park
within the safety zone at any time unless protected as described above.
I
CIty of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwater System
Part IlI-7
255-2191-013 (05/04)
October 2005
I
I
I
I
Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each work day
or sooner if there is an unanticipated adverse impact on the safety of the traveling public.
I
Deviation from the above requirements shall not occur unless the Contractor has requested the
deviation in writing and the Engineer has provided written approval.
In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the following
provisions shall apply:
1
1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights
or sirens. The Contractor shall alert all flaggers and personnel of this requirement.
I
2. The Contractor shall notify the Engineer at least one (1) work day in advance of the need to
restrict parking within the project limits.
I
3. Prior to cutting across driveways and business or parking accesses, the Contractor MUST
NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE.
I
4. Every effort shall be made to limit restrictions to access of businesses to short periods of time.
The Contractor may be required to address business access concerns on short notice.
Modification(s) to the contract to compensate the Contractor for changes due to access concerns
shall only be made if such change results in an impact on the delivery schedule of more than one
day and/or a significant change in labor or equipment requirements.
I
1-07.28
Health and Safety Plan
New Section
1
I
1-07.28(1) Present Site Characterization
I
The Landfill receives mixed municipal solid waste; has a leachate collection, pumping and pretreatment
system; and collects and flares landfill gas from the old closed landfill and from the existing operating
landfill. The exact nature of materials and wastes disposed of at the landfill is unknown. The possibility
exists of encountering gases and/or other substances during the work that may be potentially hazardous to
the safety and health of personnel, especially those working in the vicinity of open excavations and pipes
venting gases. Since other substances and gases may be present and may be found during work pursuant
to the Contract, the Contractor shall consider the possibility of encountering other substances in preparing
the Site Safety and Health Program.
I
I
The work of installing gas headers and storm water facilities will require working in and near areas of
waste disposal. The Contractor shall be aware of the potential for landfill gas and leachate to be present
at all locations.
I
The Contractor shall provide all personnel working on the project with required orientation and training
on the potential hazards anticipated and the appropriate use of safety equipment.
1-07.28(2)
Contractor's Responsibility for Health and Safety for Hazardous Waste Operations
I
Due to the nature of the Port Angeles Landfill, the Contractor is cautioned that there is a possibility of
encountering potentially hazardous gases, liquids, and other substances that may be harmful to personal
health and safety while performing elements of the work. The Contractor shall do whatever is necessary
for health and safety, and be solely and completely responsible for conditions on the site for this project,
I
I
Czty of Port Angeles (PrOject 05-16)
Port Angeles Landfill
Stormwater System
Pari IlI-8
255-2191-013 (05/04)
October 2005
I
I
I
1
including safety of all persons, employees, and property during the contract period. This requirement
shall apply continuously and not be limited to working hours.
I
For all work conducted for this project at the Port Angeles Landfill, the Contractor shall ensure
compliance with all requirements of the Federal Occupational Health and Safety Act of 1970 (OSHA),
including OSHA 29 CFR Part 1910.120 Hazardous Waste Operations and Emergency response, Final
Rule, and with the Washington Industrial Health and Safety Act of 1973 (WISHA), WAC 296-62 Part P,
as they apply to health and safety provisions for hazardous waste operations, and all other applicable
federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any
regulations that may be specified in other parts of this Contract.
I
I
I
The Contractor shall at all times provide proper facilities for safe access to the work by authorized
persons. The Contractor shall develop and maintain, for the duration of this contract, a site specific health
and safety plan that will effectively incorporate and implement all required safety provisions.
I
A Health and Safety Plan shall be submitted by the Contractor within 14 days after notice to proceed.
The Engineer will review the Contractor's Health and Safety Plan, but this is not intended as approval of
the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in,
on, or near the work areas.
The Site Health and Safety Plan shall, at a minimum, include the following considerations:
1
1. Names of key personnel and alternates responsible for site health and safety and appointment of a
Site Health and Safety Officer.
1
2. Health and safety risk analysis for each site task and operation.
I
3. Employee training assignments.
4. Personal protective equipment to be used by employees for each of the site tasks and operations
being conducted.
I
I
I
5. Medical surveillance requirements.
6. Frequency and types of air monitoring, personnel monitoring, and environmental sampling
techniques and instrumentation to be used. Methods of maintenance and calibration of
monitoring and sampling equipment to be used.
7. Site control measures.
I
8. Decontamination procedures.
9. Site standard operating procedures.
I
10. Emergency response plan including the necessary personal protective equipment and other
equipment.
I
I
City of Port Angeles (Project 05-16)
Port Angeles Landfill
Stomrwater System
Part 1II-9
255-2191-013 (05/04)
October 2005
1
I
I
11. Confined space entry procedures.
I
12. Spill containment program.
I
In the event the Health and Safety Plan is found to be inadequate, as determined by any regulatory agency
of jurisdiction, to protect the employees and the public, the Health and Safety Plan shall be modified to
meet the requirements of those regulatory agencies.
I
1-07.28(3)
Measurement and Payment
I
Measurement and payment shall be by lump sum for all requirements specified.
1-08.0
Preliminary Matters (APW A only)
I
1-08.0(2)
Hours of Work (APWA only)
I
See Section 1-08.0 of the APW A Supplement (Section 1-99) to the Standard Specifications for hours of
work allowed under this Contract. This section is further supplemented by the following:
1
Normal hours of operation for the landfill are 8:00 a.m. to 5:00 p.m., Monday through Saturday.
Access to the site will be allowed as early as 7:00 a.m. Work beyond these hours may be authorized,
at the City's option, if coordinated with the landfill manager.
1-08.5
Time for Completion
I
Section 1-08.5 is supplemented with the following:
I
Time is of the essence in the performance of this Contract and in adhering to the time frames
specified herein. The Contractor shall commence work within ten (10) calendar days after notice to
proceed from the City, and said work shall be physically completed within sixty (60) working days
after said notice to proceed, unless a different time frame is expressly provided in writing by the City.
I
I
I
If said work is not completed within the time for physical completion, the Contractor may be required
at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual,
for each and every day said work remains uncompleted after the expiration of the specified time.
1-09.9
Payments
Section 1-09.9 is supplemented with the following:
I
The Contractor shall submit payment requests with a completed "Application for Payment" form, an
example of which is included as Attachment C to this Contract. This form includes a lien waiver
certification, and shall be notarized before submission. Applications for payment not signed or
notarized shall be considered incomplete and ineligible for payment consideration.
I
END OF DIVISION 1
I
I
City of Pori Angeles (ProJect 05-16)
Pori Angeles Landfill
Slormwaler System
Part JIl-JO
255-2191-013 (05/04)
OClober 2005
1
I
1
1
DIVISION 2
EARTHWORK
2-01
CLEARING, GRUBBING AND ROADSIDE CLEANUP
1
2-01.2(2)
Disposal Method No.2 - Waste Site
1
Replace this section with the following:
Debris shall be hauled to the Landfill and disposed of as directed by the City. No disposal tipping fee
will be assessed.
1
2-01.4
Measurement
I,
Supplement this section with the following:
Measurement of Clearing and Grubbing will be in acres.
1
2-01.5
Payment
Section 2-10.5 is supplemented with the following:
1
"Clearing and Grubbing", Acres.
1
I
2-09
STRUCTURE EXCA V A TION
2-09.4
Measurement
Section 2-09.4 is supplemented with the following:
Measurement of Shoring or Extra Excavation Class B will be in linear feet.
I
I
I
I
2-10
DITCH EXCAVATION
2-10.4
Measurement
Section 2-10.4 is supplemented with the following:
Measurement of Ditch Excavation will be in linear feet.
2-10.5
Payment
Section 2-10.5 is supplemented with the following:
I
"Shoring or Extra Excavation Class B", Linear Feet.
I
Payment for "Shoring or Extra Excavation Class B" shall include all costs associated with excavation
and/or construction of shoring.
I
City of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stonnwater System
Part 111-11
255-2191-013 (05/04)
October 2005
I
I..
I
"Ditch Excavation", Linear Feet.
I
Approximately 320 linear feet of ditch will be excavated. All material that is removed shall be
weighed on the Landfill truck scale prior to disposal in the Landfill.
I
Payment for "Ditch Excavation" shall include all costs associated with excavation, hauling, weighing,
and disposal in the Landfill. No disposal tipping fee will be assessed.
1
END OF DIVISION 2
1
I
I
I
1
I
I
I
I
I
1
1
1
CIty of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stomrwater System
PartllI- J 2
255-2191-013 (05/04)
October 2005
I
1
1
I
DIVISION 3
PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING
3-02
STOCKPILING AGGREGATES
I
3-02.2(1 )
Stockpile Sites Provided by the Contracting Agency
I
Section 3-02.2(1) is supplemented with the following:
I
The City has specified several sites for stockpiling aggregates from the road construction activities.
On-site stockpile sites are defined as within the Clearing Limits, Off-site stockpile sites are defined as
outside the Clearing Limits.
3-02.4
Measurement
I
I
Section 3-04 is supplemented with the following:
Specific materials or aggregates designated in the proposal to be in stockpile will be measured by the
cubic yard.
3-02.5
Payment
I
Section 3-05 is supplemented with the following:
I
Off-site stockpiling cost shall include additional cost for haul.
END OF DIVISION 3
1
I
I
I
I
I
I
I
Clly of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwater System
Part Ill-13
255-2191-013 (05/04)
October 2005
I
I
I
I
1
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT
5-04.3(5)E Pavement Repairs
I
Section 5-04.3(5)E is supplemented with the following:
I
I
1
I
Pavement that is removed and/or damaged during installation of the stormwater piping system, catch
basins, or other project-related tasks shall be replaced. The pavement repair shall be to the full width and
length of the removed and/or damaged section. Pavement repair shall be completed using
5-04.4
Measurement
Supplement this section with the following:
Measurement of Pavement Repair will be in square yards.
5-04.5
Payment
Section 5-04.5 is supplemented with the following:
"Pavement Repairs", Square Yards.
1
Payment for "Pavement Repair" shall include all cost for sawcutting, commercial HMA, grading, base
material, labor, tools, testing, and equipment necessary for installation.
I
1
I
I
I
I
I
I
Cay of Port Angeles (proJect 05-16)
Port Angeles Landfill
Stormwater System
Part III-14
255-2191-013 (05/04)
October 2005
I
I
I
I
I
I
1
I
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER
MAINS, AND CONDUITS
7-04
STORM SEWERS
7-04.2
Materials
Section 7-04.2 is supplemented with the following:
High Density Polyethylene Storm Sewer .................................9-05.21
7-04.3
Construction Requirements
Section 7-04.3 is supplemented with the following:
I
A visual inspection by the Engineer or designated representative shall be made of all piping systems
prior to their being covered with backfill or concrete. The Engineer may require a system test by
plugging the pipes and filling the system with water having no less than a 5-foot head. The system
shall show no evidence of leakage during a period of at least 15 minutes. If leaks are observed, the
system shall be repaired and retested.
I
I
1
7-04.4
Measurement
Supplement this Section with the following:
Measurement and payment for the corrugated polyethylene and HDPE storm sewer shall include all
costs for materials, labor, tools, equipment, and all other incidental cost necessary to furnish and
install (including trenching and backfill) the pipe and fittings.
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
I
I
I
I
7-05.4
Measurement
Supplement this Section with the following:
Measurement and payment shall also include all costs associated with excavation and backfill, and all
other indicated costs associated with installing the catch basin. It shall also include the cost for the
manhole ring and cover.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(2)J HDPE Pipe and Fittings
New Section
I
This section applies to all HDPE piping and fittings used for force main and/or installed on slopes greater
than 50 percent.
I
I
I
All pipe and fittings shall be new and supplied in the nominal diameter shown on the Plans.
Clly of Port Angeles (Project 05- 1 6)
Port Angeles Landfill
S/ormwater System
Part 1lI-15
255-2191-013 (05/04)
October 2005
I
1
All piping shall have airtight joints and all joints shall be thermal butt-fusion welded.
1
1
,
I
The butt-fusion shall be accomplished according to the pipe manufacturer's recommendation.
The individual lengths of pipe and all fittings shall be jointed together by thermal butt-fusion. This pipe
shall be fused of the same type, grade and class of polyethylene compound and supplied by the same raw
material.
Butt-fusion shall be made only when the pipe materials to jointed are clean and dry, and only at ambient
temperatures of 400 Fahrenheit and above, or as approved by the Engineer.
I
When necessary to cut the HOPE pipe, the pipe shall be cut using a chain saw, a tool, or tools specifically
designed to leave a smooth, even and square end on the pipe material to be cut. Cut ends shall be reamed
to the full inside diameter of the pipe.
I
The Contractor shall remove all HDPE shavings and debris from bore of pipe as a result of cutting, butt-
fusion, or placement prior to fusing pipe or piping shall be flushed prior to testing.
I
I
The Contractor shall take care when handling the pipe so as to not damage it by dragging it over sharp
and cutting objects. Sections of the pipe with gouges or cuts shall be removed and ends of rejoined.
For aboveground HOPE piping installation, pipe anchors will be constructed, installed, and placed as
shown on the Plans.
I
7-20
HDPE FORCE MAIN- LEACHATE
NEW SECTION
1
7-20.1
Description
I
This work will consist of installation and testing of new HOPE force main bypass between existing force
mains at two locations per the Plans. This work will also including several modifications to the current
leachate handling system.
I
7-20.2
Materials
I
I
Section 7-04.2 is supplemented with the following:
High Oensity Polyethylene Piping and Fittings .......................9-05.21
7-20.3
Construction Requirements
General installation requirements are presented in Section 7-08.3(2)1.
I
Butt fusion of the HOPE pipe and fittings shall be performed in accordance with the pipe manufacturer's
recommendations as to equipment and technique. The fusion operation shall be performed by an
individual who has demonstrated the ability to fuse HOPE in the manner recommended by the pipe
supplier. The interior beads of all butt fusion joints shall be removed per the manufacturer's
recommended procedures. Prior to the removal of beads from the full length pipe sections, the installer
I
I
I
Cuy of Port Angeles (Project 05- 1 6)
Port Angeles Landfill
Stormwater System
Part 111-16
255-2191-013 (05/04)
October 2005
I
I
I
shall demonstrate the performance of the "bead removal" machine on a short section of pipe that will
allow the Project Engineer to visually inspect the finish joint.
I
Fabricated fittings shall be of the same size and SDR as the adjoining pipe. Interior fittings beads shall be
removed. Bends in the HDPE force main shall be manufactured to the degree of bend shown on the
Plans.
I
Cast-in-place concrete thrust blocks shall be placed at all angles, bends, and when fittings are used to
change direction (vertical or horizontal) using wet concrete against earth in accordance with
manufacturer's recommendations and allowed to cure prior to testing pipe. Concrete thrust blocks shall
be designed to provide blocking adequate to withstand a 250 psi test pressure.
I
Open pipes ends at the west and east connections of the HOPE bypass will be plugged water tight or
capped per the Plans.
I
7-20.3(1)
Pressure Testing
I
I
All sections of pressure tight lines shall be hydrostatically tested for leaks at a pressure of 125 psi for a
period of two hours. Lines shall be filled with water to expel all air. The Contractor shall provide and
install a pressure gauge reading in 1 psi increments. The Contractor shall also plug and/or provide all
temporary materials necessary to isolate test lines from the rest of the system.
I
Pressure loss in excess of 1 psi during the two-hour test period will be cause for rejection and re-
performance of the test. The Contractor shall make any/all repairs and shall bleed the system of suspected
entrapped air and then re-conduct the pressure test to the Project Engineer's satisfaction. The test shall be
repeated as many times as deemed necessary by the Project Engineer, at no additional cost.
7-20.3(2)
Leachate System Modifications
I
Completely remove existing valve box located southwest of wetpond 1. Plug water tight the existing 6-
inch pipe to the east and west, and 8-inch line to the north. Backfill and compact the excavation.
I
I
I
Install new 6-inch diameter check valve in the upper leachate pond recirculation box per the Plans. The
check valve shall be Mueller MU-CO 060A212206-0239 or equivalent.
7-20.4
Measurement
Measurement of HOPE for Force Main will be in linear feet.
Measurement for Pressure Testing of HOPE Force Main will be in linear feet.
Measurement of Concrete Thrust Blocks will be per each.
I
Measurement for Leachate System Modifications will be lump sum.
I
7-20.5
Payment
"HOPE for Force Main", Linear Feet.
I
I
Cuy of Port Angeles (Project 05-16)
Port Angeles Landfill
Stormwater System
Part 1II-J7
255-2191-013 (05/04)
October 2005
I
I
I
I
1
Payment for "HDPE for Force Main" shall include all cost for materials, labor, tools, and equipment
necessary for installation.
"Concrete Thrust Block", Each.
Payment for "Concrete Thrust Block" shall include all cost for concrete, materials, labor, tools, testing,
and equipment necessary for installation.
I
"Pressure Testing", Linear Feet
"Leachate System Modification", Lump Sum
I
7-21
STORMWATER OUTFALL
NEW SECTION
I
7-21.1
Description
This work will consist of installation of the storm water system outfall to the Strait of Juan de Fuca/Dry
Creek.
I
7-21.2
Construction Requirements
I
The outfall will be completed per the Plans.
7-21.3
Measurement
I
Measurement ofHDPE for Force Main will be in linear feet.
Measurement for Storm water Outfall will be lump sum.
I
7-21.4
Payment
I
"Stormwater Outfall", Lump Sum
Payment for "Stormwater Outfall" shall include all cost for materials, labor, tools, testing, and equipment
necessary to install the outfall.
I
I
I
END OF DIVISION 7
I
I
I
CIty of Port Angeles (ProJect 05-16)
Port Angeles Landfill
Stormwater System
Part Ill-i8
255-2191-013 (05/04)
October 2005
I
I
I
I
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-12
CHAIN LINK FENCE AND WIRE FENCE
I
8-12.3(1)F Chain Link Fence and Gate Replacement
New Section
I
8-12.5
Payment
Section 8-12.5 is supplemented with the following:
I
"Chain Link Fence and Gate Replacement", Lump Sum.
I
Payment for "Chain Link Fence and Gate Replacement" shall include all costs associated with
replacing any section of chain link fencing and any gates removed during construction, including
posts, top railing, chain link fabric, chain link gates, and associated labor.
I
8-30
POND CONVERSION
NEW SECTION
8-30.1
Description
I
I
Two existing ponds will be converted to wetponds for stormwater quality treatment. Wetpond 1
construction will include the conversion of a current leachate pond including removal of existing aerators
and associated hardware, cleaning of the existing pond geomembrane, capping and/or grouting of existing
inlet and outlet piping, installation of new inlet and outlet structures, and installation of a soil berm to
divide the pond into two cells.
I
Wetpond 2 construction will include the conversion of the current landfill sedimentation pond including
installation of a soil berm to divide the pond into two cells, modification to the existing outlet system, and
abandonment of current bottom drain system.
I
8-30.2
Materials
I
Material shall be in accordance with the standard specification and the following:
Borrow for Pond Cell Berms............................................... 9-03.14(3)
8-30.3
Construction Requirements
I
I
8-30.3(1)
Wetpond 1
Remove all aerators and associated hardware, abandon existing outlet structure, all existing pond inlet and
outlet lines per the Plans.
I
Clean existing pond geomembrane liner and discharge rinse material through current leachate handling
system. Repair geomembrane liner, as needed.
I
I
I
CIty of Port Angeles (Project 05-/6)
Port Angeles Landfill
Stormwater System
Part 1II-J9
255-219/-0/3 (05/04)
October 2005
I
I
I
1
Extreme care shall be taken while working within the pond to ensure that the existing geomembrane is not
damaged. Any damage to the geomembrane shall be repaired at the Contractor's expense. All damage to
the HDPE geomembrane shall be documented and repaired.
8-30.3(2)
Wetpond 2
I
Extreme care shall be taken while working within the pond to ensure that the existing geomembrane is not
damaged. Any damage to the geomembrane shall be repaired at the Contractor's expense. Any gravel
removed from the bottom of the basin shall be replaced with gravel backfill for drains to ensure a 12-inch
minimum protective layer. Use only a low ground pressure tracked vehicle within the basin. A person
with a shovel shall at all times accompany and guide the operator of the excavation vehicle to ensure no
damage to the liner occurs. All damage to the HDPE geomembrane shall be documented and repaired.
I
I
Clean the existing silt from the bottom of the pond, including the material that is accumulated at the 24-
inch outfall on the north side of the pond.
Abandon existing bottom drain line system per the Plans.
I
I
8-30.3(3)
Repairs to Geomembrane Liner
Tears, pinches, mechanical damage, holes, blisters and areas with undispersed raw materials or foreign
material contamination shall be repaired with patches. Patches shall be made of the same geomembrane,
and extend a minimum of 6-inches beyond the edge for defects. Repairs shall be non-destructively tested.
The Engineer may also elect to perform a destructive seam test on a suspect area.
I
8-30.4
Pond Cell Berm
I
I
Pond Cell Berms shall be construction as shown on the Plans and following the Standard Specification,
Sections 2-03.3(14)B and 2-03.3(l4)C, Method C.
The pond cell berm shall be placed directly on the existing geomembrane liner.
8-30.5
Pond Outlet Structure
Pond outlet structures shall be constructed and installed per Plans.
I
I
Valves on the drainage line shall be flange mounted sluice gate type. A rod extension will be included to
allow the operator to opened/closed the valve from the top of outlet structure.
8-30.6
Measurement
Measurement of Borrow for Pond Cell Berm will be in cubic yards.
I
Measurement of Pond Outlet Structures will be per each.
I
Measurement for Wetpond 1 Berm Construction will be lump sum.
Measurement for Wetpond 1 Berm Construction will be lump sum.
I
I
CIty of Port Angeles (proJect 05-16)
Port Angeles Landfill
Stormwater System
Part IIl-20
255-2191-0/3 (05/04)
October 2005
I
I
1
8-30.7
Payment
I
"Borrow for Pond Cell Berm", Cubic Yards.
1
Payment for "Borrow for Pond Cell Berm" shall include all cost for materials, labor, tools, testing, and
equipment necessary to install the berms in each of the ponds.
"Pond Outlet Structures", Each.
,I
1
Payment for "Pond Outlet Structure" shall include all cost for materials (including the manhole, piping,
valves, etc.), labor, and equipment necessary to properly construct and install the outfall structure as
shown on the Plans.
"Wetpond 1 Berm Construction", Lump Sum.
I'
"Wetpond 2 Berm Construction", Lump Sum.
I
Payment for "Wetpond 1 Berm Construction" and "Wetpond 1 Berm Construction" shall include all cost
for labor, and equipment necessary to properly construct, compact, and test as shown on the Plans.
END OF DIVISION 8
I
1
1
1
I
I
I
1
I
I
CIty of Port Angeles (ProJect 05- 1 6)
POri Angeles Landfill
Stormwater System
Part Ill-21
255-2191-013 (05/04)
October 2005
I
I
I
I
DIVISION 9
MATERIALS
9-05
DRAINAGE STRUCTURES, CULVERTS AND CONDUITS
I
9-05.20
Corrugated Polyethylene Storm Sewer Pipe
I
Section 9-05.20 is revised as follows:
All corrugated polyethylene storm sewer pipe and fittings shall meet the requirements of AASHTO M
294 Type S.
I
9-05.21
High Density Polyethylene (HDPE) Pipe and Fittings
New Section
I
The pipe and fabricated fittings used for force main, unless otherwise designated on the Plans, shall be
produced from virgin quality PE 3408 HDPE resin having a cell classification of PE 345464 per ASTM
D3350. The pipe size shall be as shown on the Plans.
I
HDPE pipe used for force main will have a DR number of 13.5 or less.
1
I
The pipe shall contain no compound except that generated on the manufacturer's own plant from resin of
the same specifications from the same raw supplier.
I
The HDPE pipe shall be homogenous throughout and free from visible cracks, holes, foreign inclusions,
or other injurious defects. The pipe shall be uniform in color, opacity, density, and other physical
properties. The following information shall be continuously marked on the pipe or spaced at intervals not
exceeding 5 feet:
I. Name and/or trademark of the pipe manufacturer.
I
2. Nominal pipe size.
3. DR#.
I
I
4. PE 3408.
5. Manufacturing standard reference.
6. A production code from which the date and place of manufacture can be determined.
I
All HDPE pipe and fittings shall be thermal butt-fused. No repair couplings shall be allowed.
I
Polyethylene compound shall be protected against ultra-violet degradation by carbon black In
concentration of not less than two percent.
I
I
Clly of Port Angeles (Project 05- 1 6)
Port Angeles Landfill
Slormwaler System
Part lIJ-22
255-2191-0/3 (05/04)
October 2005
I
I
I
9-14.2 Seed
9-14 EROSION CONTROL AND ROADSIDE PLANTING
I
'I
Section 9-14.2 is supplemented with the following:
Grass Seed Mix for bioswale shall meet the following:
I
I
Tall or meadow fescue
Seaside/colonial bentgrass
Redtop
1
END OF DIVISION 9
1
1
1
I
1
1
1
1
I
I
1
Cuyof POri Angeles (ProJect 05-16)
POri Angeles Landfill
Stormwater System
Part III-23
I
78-80 percent
1 0-15 percent
5-10 percent
255-2191 -0 13 (05/04)
October 2005
I
I
1
I
1
1
I
I
I
I
I
1
I
I
1
I
I
I
I
PART IV
Attachments
I
I
1
I
I
1
I
I
I
1
1
1
I
I
I
I
I
I
I
City of Port Angeles
Port Angeles Landfill
Stormwater System (Project No. 05-16)
ATTACHMENT A
Washington State
Prevailing Wage Rates
for Clallam County
I.
I
I"
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia. WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits.
On public works projects. workers' wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements is provided on the Benefit Code Key.
I
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
I
I'
I'
I'
I
I
I
I
I
I
I
I
I
I
I
Classification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE. DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING. PULLING. PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
$33.46
$44.97
$41.17
$14.67
$40.23
$40.07
$40.07
$40.17
$40.22
$40.20
$40.20
$40.20
$41.07
$40.27
$40.20
$40.20
$40.20
$40.20
$33.46
$83.19
$39.51
$40.77
$40.28
$40.77
$40.82
$42.34
$40.28
$40.77
$40.40
$40.29
$9.37
(See Benefit Code Key)
Over
Time Holiday Note
~ Code ~
1N
50
1C
5N
1M
SA
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1N 50
1M 50 SA
1M 50
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1E 5P
1 CLALLAM COUNTY
Effective 08-31-05
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code Code Code
ELECTRICIANS - INSIDE
CABLE SPLICER $50.60 10 SA
CABLE SPLICER (TUNNEL) $54.40 10 5A
I CERTIFIED WELDER $48.88 10 5A
CERTIFIED WELDER (TUNNEL) $52.50 10 SA
CONSTRUCTION STOCK PERSON $26.72 10 SA
JOURNEY LEVEL $47.15 10 SA
1 JOURNEY LEVEL (TUNNEL) $50.60 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
1 ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
I HEADGROUNDPERSON $35.46 4A SA
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A SA
JOURNEY LEVEL lINEPERSON $46.37 4A 5A
I LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A SA
ELECTRONIC TECHNICIANS
I ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
1 ALL CLASSIFICATIONS $13.50 1
FENCE ERECTORS
FENCE ERECTOR $13.80 1
FENCE LABORER $11.60 1
1 FLAGGERS
JOURNEY LEVEL $28.78 1N 50
GLAZIERS
JOURNEY LEVEL $41.15 1H 5G
I HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $43.18 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00 1
HOD CARRIERS & MASON TENDERS
I JOURNEY LEVEL $33.94 1N 50
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
I JOURNEY LEVEL $9.07 1
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
I DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K 5B
MATE. LAUNCH OPERATOR $33.24 1K 58
Page 2
I
I
I
1
I
CLALLAM COUNTY
Effective 08.31.05
*****************************************************************************************************************
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR. FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY lEVEL
IRONWORKERS
JOURNEY lEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 lBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
DITCH DIGGER
DIVER
oRlll OPERATOR (HYDRAULIC, DIAMOND)
DRill OPERATOR, AIRTRAC
oUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAil CLEANUP (i.e.. dusting, vacuuming. window cleaning; NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUilDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$9.73
$11.48
$12.78
$7.35
$10.53
$20.50
$44.62
$33.94
$33.46
$28.78
$33.46
$33.46
$33.46
$33.46
$34.30
$33.94
$33.46
$33.46
$33.94
$33.46
$33.46
$33.46
$33.46
$33.94
$33.46
$33.94
$28.78
$33.46
$33.46
$33.46
$34.30
$33.94
$34.30
$33.46
$33.46
$33.46
$33.94
$26.46
$33.46
$28.78
$33.46
$33.46
$33.46
$33.94
$33.46
$33.46
(See Benefit Code Key)
Over
Time Holiday Note
~ Code ~
1
1
1
1
1
10 SA
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 50
1N 5D
1N 50
1N 50
1N 50
1N 50
I CLALLAM COUNTY
Effective 08-31-05
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE ~ Code Code
GUARDRAIL ERECTOR $33.46 iN 50
HAZARDOUS WASTE WORKER LEVEL A $34.30 iN 50
HAZARDOUS WASTE WORKER LEVEL B $33.94 iN 50
1 HAZARDOUS WASTE WORKER LEVEL C $33.46 iN 50
HIGH SCALER $34.30 iN 50
HOD CARRIERlMORTARMAN $33.94 iN 50
JACKHAMMER $33.94 iN 50
I LASER BEAM OPERATOR $33.94 iN 50
MANHOLE BUILDER-MUDMAN $33.94 iN 50
MATERIAL YARDMAN $33.46 iN 50
MINER $34.30 iN 50
1 NOZZLEMAN, CONCRETE PUMP. GREEN CUTTER WHEN USING HIGH $33.94 iN 50
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE. WATER BLASTER
PAVEMENT BREAKER $33.94 iN 50
I PILOT CAR $28.78 iN SO
PIPE POT TENDER $33.94 iN SO
PIPE RELINER (NOT INSERT TYPE) $33.94 iN 50
PIPELAYER & CAULKER $33.94 iN SO
I PIPELAYER & CAULKER (LEAD) $34.30 iN SO
PIPEWRAPPER $33.94 iN 50
POT TENDER $33.46 iN SO
POWOERMAN $34.30 iN SO
I POWOERMAN HELPER $33.46 iN SO
POWERJACKS $33.94 iN SO
RAILROAD SPIKE PULLER (POWER) $33.94 iN 50
RE- TIMBERMAN $34.30 iN SO
I RIPRAP MAN $33.46 iN SO
ROOOER $33.94 iN SO
SCAFFOLD ERECTOR $33.46 iN SO
SCALE PERSON $33.46 iN 50
I SIGNALMAN $33.46 iN SO
SLOPER (OVER 20") $33.94 i,N SO
SLOPER SPRAYMAN $33.46 iN 50
SPREADER (CLARY POWER OR SIMILAR TYPES) $33.94 iN SO
I SPREADER (CONCRETE) $33.94 iN 50
STAKE HOPPER $33.46 iN SO
STOCKPILER $33.46 iN SO
TAMPER & SIMILAR ELECTRIC, AIR & GAS $33.94 iN 50
I TAMPER (MULTIPLE & SELF PROPELLED) $33.94 iN SO
TOOLROOM MAN (AT JOB SITE) $33.46 iN SO
TOPPER-TAILER $33.46 iN SO
TRACK LABORER $33.46 iN SO
I TRACK LINER (POWER) $33.94 iN SO
TRUCK SPOTTER $33.46 iN SO
TUGGER OPERATOR $33.94 iN SO
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $33.46 iN 50
VIBRATOR $33.94 iN SO
I VINYL SEAMER $33.46 iN SO
WELDER $33.46 iN SO
WELL-POINT LABORER $33.94 iN SO
I Page 4
1
I
1
1 CLALLAM COUNTY
Effective 08-31-05
1 *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code ~ Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $33.46 1N 5D
PIPE LAYER $33.94 1N 5D
I LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1
LANDSCAPING OR PLANTING LABORERS $7.93 1
I LATHERS
JOURNEY LEVEL $40.22 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $15.16 1
1 LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
PAINTERS
I JOURNEY LEVEL $32.00 2B SA
PLASTERERS
JOURNEY LEVEL $25.83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
1 JOURNEY LEVEL $7.93
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $52.41 1G SA
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $38.42 1T 5D 8L
1 BACKHOE, EXCAVATOR. SHOVEL (3 YD & UNDER) $41.12 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $41.59 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH $42.13 1T 50 8L
BACKHOES, (75 HP & UNDER) $40.71 1T 5D 8L
I BACKHOES, (OVER 75 HP) $41.12 1T 50 8L
BARRIER MACHINE (ZIPPER) $41.12 1T 50 8L
BATCH PLANT OPERATOR, CONCRETE $41.12 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $40.71 1T 50 8L
I BOBCAT (SKID STEER) $38.42 1T 50 8L
BROOMS $38.42 1T 50 8L
BUMP CUTTER $41.12 1T 50 8L
CABLEWAYS $41.59 1T 50 8L
I CHIPPER $41.12 1T 50 8L
COMPRESSORS $38.42 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T 50 8L
CONCRETE PUMPS $40.71 1T 50 8L
I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 50 8L
CONVEYORS $40.71 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 5D 8L
I CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $41.59 1T 5D 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $42.13 1T 50 8L
WITH ATTACHMENTS)
I CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42.68 1T 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $38.42 1T 50 8L
CRANES, A-FRAME. OVER 10 TON $40.71 1T 50 8L
1 Page 5
I
I
I
I CLALLAM COUNTY
Effective 08-31-05
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code ~ ~
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43.22 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD. BRIDGE TYPE ( 20 - 44 TONS) $41.12 1T 50 8L
I CRANES. OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $41.59 1T 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $42.13 1T 5D 8L
CRANES, TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $42.13 1T 5D 8L
CRANES, TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $42.68 1T 5D 8L
I CRUSHERS $41.12 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $41.12 1T 5D 8L
DERRICK, BUILDING $41.59 1T 50 8L
DOZERS, 0-9 & UNDER $40.71 1T 5D 8L
I DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40.71 1T 5D 8L
DRILLING MACHINE $41.12 1T 5D 8L
ELEVATOR AND MANU FT. PERMANENT AND SHAFT-TYPE $38.42 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 50 8L
I FINISHING MACHINElBIDWELL GAMACO AND SIMILAR EQUIP $41.12 1T 50 8L
FORK LIFTS, (3000 LBS AND OVER) $40.71 1T 50 8L
FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 50 8L
GRADE ENGINEER $40.71 1T 50 8L
I GRADECHECKER AND STAKE MAN $38.42 1T 50 8L
GUARDRAIL PUNCH $41.12 1T 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $40.71 1T 50 8L
HORIZONTALlDIRECTIONAL DRILL LOCATOR $40.71 1T 50 8L
1 HORIZONTALlDIRECTIONAL DRILL OPERATOR $41.12 1T 50 8L
HYDRALIFTSlBOOM TRUCKS (10 TON & UNDER) $38.42 1T 50 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $40.71 1T 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $41.59 1T 50 8L
1 LOADERS, OVERHEAD (8 YO & OVER) $42.13 1T 50 8L
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $41.12 1T 5D 8L
LOCOMOTIVES, ALL $41.12 1T 50 8L
MECHANICS, ALL $41.59 1T 50 8L
I MIXERS, ASPHALT PLANT $41.12 1T 50 8L
MOTOR PATROL GRADER (FINISHING) $41.12 1T 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $40.71 1T 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41.59 1T 50 8L
I OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 1T 50 8L
OPERATOR
PAVEMENT BREAKER $38.42 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 50 8L
I PLANT OILER (ASPHALT, CRUSHER) $40.71 1T 5D 8L
POSTHOLE DIGGER. MECHANICAL $38.42 1T 50 8L
POWER PLANT $38.42 1T 50 8L
PUMPS, WATER $38.42 1T 50 8L
I QUAD 9,0-10, AND HD-41 $41.59 1T 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 1T 50 8L
EQUIP
RIGGER AND BELLMAN $38.42 1T 50 8L
I ROLLAGON $41.59 1T 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $38.42 1T 50 8L
ROLLERS. PLANTMIX OR MUL TILIFT MATERIALS $40.71 1T 50 8L
ROTO-MILL, ROTO-GRINDER $41.12 1T 50 8L
SAWS, CONCRETE $40.71 1T 50 8L
I
Page 6
I
I
I
I
I
I
1
1
I
I
I
I
1
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.12 1T 50 8L
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP. ARTICULATING $41.59 1T 50 aL
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY All $40.71 1T 50 aL
SCREED MAN $41.12 1T 50 8L
SHOTCRETE GUNITE $38.42 1T 50 8L
SLlPFORM PAVERS $41.59 1T 50 8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX $41.12 1T 50 8L
SUBGRADE TRIMMER $41.12 1T 50 aL
TOWER BUCKET ELEVATORS $40.71 1T 50 8L
TRACTORS, (75 HP & UNDER) $40.71 1T 50 aL
TRACTORS, (OVER 75 HP) $41.12 1T 50 aL
TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 50 8L
TRANSPORTERS, All TRACK OR TRUCK TYPE $41.59 1T 50 8L
TRENCHING MACHINES $40.71 1T 50 8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $40.71 1T 50 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $41.12 1T 50 8L
TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 50 8L
WHEEL TRACTORS. FARMALl TYPE $38.42 1T 50 aL
YO YO PAY DOZER $41.12 1T 50 8l
POWER EQUIPMENT OPERATORS- UNDERGROUND SewER &
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.88 4A SA
SPRAY PERSON $32.16 4A SA
TREE EQUIPMENT OPERATOR $32.59 4A SA
TREE TRIMMER $30.31 4A SA
TREE TRIMMER GROUNDPERSON $22.76 4A SA
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $41.17 1M SA
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25.63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18.00 1
RESID!:NTIAL ELECTRICIANS
JOURNEY LEVEL $27.78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $16.84 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9.86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.08 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $15.97 1
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $14.60 1
Page 7
I CLALLAM COUNTY
Effective 08-31-05
1 *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL $49.71 1G 5A
RESIDENTIAL SHEET METAL WORKERS
I JOURNEY LEVEL (FIELD OR SHOP) $31.02 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
I JOURNEY LEVEL $19.67 1
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
I SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $48.22 1E 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29
I SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.04 1B 5A
SOLAR CONTROLS FOR WINDOWS
1 JOURNEY LEVEL $10.31 18 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
1 JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
I PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $28.92 28 5A
I HOLE DIGGER/GROUND PERSON $16.22 28 5A
INSTALLER (REPAIRER) $27.74 28 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $26.90 28 5A
SPECIAL APPARATUS INSTALLER I $28.92 28 5A
I SPECIAL APPARATUS INSTALLER II $28.34 28 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 28 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 28 5A
TELEVISION GROUND PERSON $15.39 28 5A
I TELEVISION llNEPERSONIINSTALLER $20.45 28 5A
TELEVISION SYSTEM TECHNICIAN $24.32 28 5A
TELEVISION TECHNICIAN $21.88 28 5A
TREE TRIMMER $26.90 28 5A
I TERRAZZO WORKERS & TilE SETTERS
JOURNEY LEVEL $38.43 18 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $32.26 1B 5A
I TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $33.40 1K 5A
Page 8
I
I
I
I
I
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
I
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $37.94 1T 50 aL
ASPHALT MIX (OVER 16 YARDS) $38.52 1T 50 aL
DUMP TRUCK $20.23 1
DUMP TRUCK & TRAILER $20.23 1
OTHER TRUCKS $38.52 1T 5D aL
TRANSIT MIXER $23.73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60 1
OILER $9.45 1
WELL DRILLER $11.60 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 9
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODE KEY - EFFECTIVE 03-03-05
...........***.............***.**.*.................***.................................................................
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
, HOURLY RATE OF THE COST OF FRINGE BENEFITS ACI'UALL Y PROVIDED FOR THE WORKER.
I.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A.
ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B.
ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D.
THE FIRST EIGHT (8) HOURS ON SA TURDA YS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8)
HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
E.
ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE
FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
F.
THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G.
THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H.
ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
I.
ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE.
WORK PERFORMED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WORK PERFORMED
ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY.
THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
J.
K.
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L.
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DA Y SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
M.
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
N.
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) SHALL BE PAID ATONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
I , ..
I l.
I
, ,
I-
I
I
I
2.
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-2-
P. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID ATONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SA TURDA Y TO 6:00AM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE
HOURLY RATE OF WAGE.
W. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID ATONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE
K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY.
M ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2.
4.
5.
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-3-
O.
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
A
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
A.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
B.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C.
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DAY (9).
E.
G.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6).
I.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
N
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
O.
P.
HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SA TURDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9).
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
Q.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7112).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS.
R.
S.
V
PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
X
HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y.
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8).
HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
z.
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-4-
PAID HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9).
HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDA Y~ PRESIDENTS' DAY.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8).
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
PAID HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10).
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE CHRISTMAS DAY (10).
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALFTIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE:
OVER 50' TO 100' - $ 1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 1 SO' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER ISO' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8.
BENEFIT CODE KEY - EFFECTIVE 03-03-05
-5-
D.
WORKERS WORK1NG WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: SO.75,
LEVEL B: SO.50, AND LEVEL C: SO.25.
M.
WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: S1.00,
LEVELS C & D $0 50
N.
WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: S1.00,
LEVEL B: SO.75, LEVEL C: SO.50, AND LEVEL D: SO.25.
I'
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
Port Angeles Landfill
Stormwater System (Project No. 05-16)
ATTACHMENT B
Request for Information (RFI) and
Construction Change Order (CCO) Forms
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~ ~ORT A!\\
B
if~
~~iJ'O'"
REQUEST FOR INFORMATION (RFI) FORM
Project Name:
RFI No.
Project/Contract Number:
Originator:
o Contractor
o Inspector
Item:
Reference Drawing or Specification:
Description of Clarification/Request:
Date Reply Requested:
Critical to Schedule:
DYes 0 No
Originator Signature:
Date:
COMMENTS:
I
I
CONTRACT CHANGE ORDER (CCO) NO.
I
Project Name:
Date:
Project No.:
Contractor:
I
DESCRIPTION OF WORK
I
You are ordered to perfonn the following described work upon receipt of an approved copy of this Change Order:
1. Describe work here
2. Additional work, etc...
I
I
Such work will be compensated by: Check one or more of the following as applicable [ ] Increase or [ ] Decrease
in bid items; [ ] Force Account; [ ] Negotiated Price The described work affects the existing contract items and/or
adds and/or deletes bid items as follows:
I
Item
No.
1
Oeser! tlon
RFINo.
UnIt
*$ Cost per *$
Unit Cost
I
2.
Ong
Rev.
Ong.
Rev
I
.Est. Net Change This Total Change Orders, .Est. Contract After
.Orlginal Contract *Current Contract Chanae Order Ineludina This One This Chanae Order
Days: XX Days: YV Days: lZ. Days: XX+lZ.-YV Days: YV+lZ.
I
*Sales Tax not Included.
I
I
All work, materials, and measurements to be In accordance with the provisions of the origlOal contract and/or the standard
specifications and special provisions for the type of construction involved. The payments and/or additional time specified and
agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work
described herein. including delays to the overall project.
I
I
Pro'ect En lOeer
Cit En Ineer
Contractor
Public Works & Utilities Director
I
roval Date:
I
I
I
I,
I:'
, .
, .
I',':"
I'
I
I,
,I,
I
I
I
I
I
I
I
I
I
I
I
I
{, "
City of Port Angeles
Port Angeles Landfill
Stormwater System (Project No. 05-16)
ATTACHMENT C
Contractor's Application for Payment Form
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
~'l'OATAN;
t ~
if
~U~ "I
<B ~
i$tl:ili<sjij40
CONTRACTOR'S APPLICATION FOR PAYMENT
Port Angeles Landfill Storm water System (Project No. 05-16)
Page 1 of2
To:
Date:
From:
(Contractor
Name and
Address)
Payment Request #:
Period From:
To (End of Period):
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount (Excluding Sales Tax) $
2 Approved Change Order No (s) _ (Excluding Sales Tax) $
3 Adjusted Contract Amount (1+2) $
4 Value of Work Completed to Date (per attached breakdown) $
5 Material Stored on Site (per attached breakdown) $
6 Subtotal (4+5) $
7 8.3% Sales Tax (at 8.3% of subtotal) $
8 Less Amount Retained (at 5% of subtotal) $
9 Subtotal (6+7-8) $
10 Total Previously Paid (Deduction) $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases,
up through the date hereof, any and all claims for costs or item extensions arising out of or relating to
extra or changed work or delays or acceleration not speCifically identified and reserved in the amounts
identified below or previously acknowledged in writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials
supplied through the ending period date noted above represent the actual value of accomplishment under
the terms of the contract (and all authorized changes) between the Applicant and the City of Port
Angeles, relating to the above-referenced project, and that the remaining contract balance is sufficient to
cover all costs of completing the work in accordance with the Contract Documents.
Continued on Page 2
I',..
r "' ~
" ,
. ~.. ~
'I:~':'
I .'
\, "
I",",.
I','.'"
"
I::'
I::'
,',
I'"
,I
I
I'
I
I
I
I
I
I
I
I
i
, .
- ',:,' ,
,1.
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
<'. ~ I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for
~'. the periods covered by previous payment(s) received by the Applicant to (1) all lower-tier subcontractors!
,:' 'suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of
, this contract. I further certify that I have complied with all federal, state and local tax laws, including
Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar
as applicable to the performance of this work, and have paid all such taxes, premiums and!or
assessments arising out of the performance of the work.
',', I further certify that, to the best of my knowledge, information and belief, all work for which previous
payment(s) have been received shall be free and clear of liens, claims, security interests and
encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities
making a claim by reason of having provided labor, materials and equipment relating to the work.
Within seven (7) days of receipt ofthe payment requested herein, all payments, less applicable retention,
will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers
and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said
lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME And TITLE:
SUBSCRIBED AND SWORN to before me this _ day of
,20_.
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager:
Date
City Engineer:
Date
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
City of Port Angeles
Port Angeles Landfill
Stormwater System (Project No. 05-16)
ATTACHMENT D
Project Plans (Half Size)
I A
,I'
I,
I
1,--
I
I
I
I
I
I
I
I
I 8
I
~
I
I i
~
0:
fl
...
I ...
J.
III
~
..
.,
I l%
0
&
~
0:
OJ
ell"
~i
I ~ ~ REVISIONS
..
~
..
I ~
t1!
-<
Q
B
, 0
c
E
F
POR T ANGELES LANDFILL
STORMWATER SYSTEM DESIGN
CITY OF PORT ANGELES, WASHINGTON
DEPARTMENT OF PUBLIC WORKS
PROJECT NUMBER 05-16
DIRECTOR OF PUBLIC WORKS AND UTILITIES:
Glenn A. Cutler, P.E.
CITY ENGINEER: Gary W. Kenworthy, P.E.
SOLID WASTE SUPERINTENDENT:
Tom McCabe
VICINITY MAP
~
INDEX TO DRAWINGS
DWG NO. SHT NO. SHEET TITLE
GENERAL
1 Gl COVER SHEET
2 G2 LEGEND, ABBREVIATIONS AND NOTES
STORMWATER
3 SOl STORt.rWATER SYSTEM - OVERAI..L SITE PLAN
4 SD2 STORMW"'TER SYSTEM - DISCHARGE UNE PLAN &: PROALE
5 SD3 STORMW"'TER SYSTEM - DISCHARGE UNE PLAN &: PROALE
6 SD4 WETPOND 1 /IilfA
7 SD5 WETl'OND 1 PROALE AND SECTION
8 S06 WETl'OND 2 /IilfA
9 S07 WETl'OND 2 PROAlES AND SECTION
10 SOS STORotW"'TER SURFACE CONVEYANCE
11 SD9 STORMWATER DETAILS
12 SOlO STORMWATER DETAILS
ROADWAY
13 Cl ROADWAY AUGNMENT - OVERAI..L SITE PLAN
14 C2 ROADWAY AUGNMENT - IDAPOR/IilY EROSION &:
SEDIMENTATION CONTROl PLAN
15 C3 ROADWAY AUGNMENT - A UNE PLAN &: PROALE
51A A1+00 TO 51A A6+5O
16 C4 ROADWAY AUGNMENT - A UNE PLAN &: PROALE
51A A6+5O TO 51A A12+5O
17 C5 ROADWAY AUGNMENT - A UNE PLAN &: PROALE
51A A12+5O TO 51A A19+87.06
18 C6 ROADWAY SECTIONS
PROJECT
LOCATION
<:
OAt[
DESIGNED
S. ELKIND
J PETERSON
I I
ONE INCH AT FULL SCALE.
IF NOT. SCALE ACCORDINGLY
BY
PRO..ECT HAIlE
CITY OF PORT ANGELES
..........NG .......ING ENYl_TALSClENCES STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGELES, WASHINGTON
APPRO
G
TO HURRICANE
RIDGE
lOCATION MAP
~
100% FINAL SUBMITTAL
r
I
COVER SHEET
H
2
4
5
DRAlWNG NO.
1 OF 18
G1
J:
I
c
Z
W
C)
W
....I
~
'" =I
i ~
I i I
!l "
\ I
Cl
LL
~ ~
it ~
III
~
~ ~
I ! ! ~
! 1 1
I II
~
Z Z
I 5
8 ~
CI)
Z
o
~
~
~
1XI
1XI
<
Z
~ Z
~ i !
~
l!i l!i
~ Ei G:l t: !l: !!!
w
!Z
~
m t
,...~ ~ ~
ig ~:il G!l! -il
af!: "'Ii: ~- <
i~~ ~~ ~I !!
"'~~ ilj;;:; I'l;;:; 2l~
i!'Qu. ~ ~U1 ~ffi
~~~f ~~ ~i ~~
~~~e:. ~~ ~~ ~~
8~~12 ~:! ~~ ~~
~~~~ Iii~ lii~ ~~
ilj~~~ ~~ cj ~~
~~ ~ ~if ~13 ~tl.
~d ~ ~S ~i! i~~
f3 ;j~~ffi ctl. ::a~ ~el~
I- ~~b~ ~~ ~~ !!l~~
~ oF,l'" >- '" "''-u
....I ~8~0~'" ~: ~lii ~~~
< ~Ill~ ~~ ~~ 1Il~?5
~ ",00 iii", F~ ~o
~ n~~ ~~ 81 ~~~
~ ~~~~ U ~~ t:~i
Q
.;
tl
lD
~
Z
w
::E
w
~
c-
z::>>
<S
....10:::
0....1
0:::0
1-0:::
ZI-
Oz
00
zo
Qz
00
0-
~!;;:
WI-
::EZ
::>>W
::E:!!!
-0
~W
::E0
<(
} ~~"/
N ,..; ..,:
lJl
'"
j!:
~~
~e
>-'"
t=
~~
~g
dill
f!:~
~~
~rj
F::E
<F
~~
~~
OUl
~~
~~
~~
~li
~G
~~cn
:gs~
~
ffi~~~
~~<~ tl~!a
,!.~~~ ~l'sli
iiJhli ~~G
Ul:S F ~:Jii!.
b~~ 0 ::aillliijd
~~;~~ ~~~~
3~~"" ~'" UI
Li.::lo-~~ jg~j:!;;;
U):CUC!) 8:Z~
!:!i!1,a,.~at 10::)1'1
FI!!i!<~1'l ~13~~
-i1ill:S.-~ FG
<t;>-U11'. !i!:J2!i!
""1!/!1i~S <~~<
<c5l5lD< U1"'~l
~!::~"'O sl'!oo
lJl",~a~ tl.~l's~
~j!:oI~ bl '"
lllill~"~ ",l's~j!:
lI!a:l5<~ l!!~~~
lIlul1l!l:S j!:!i!"'1'l
Zo ~lD~
~~~I~ l'sg;~~
ilj~ul UI ~o~c
~o~ ~ ~~a:o
g~<r;;t; ffi:S~~
i!<a:;;:;o-~ ~~o~
l:S~~~tl. ~:5gtl.
:gill!s~ :gM~
Z
o
F:;
~ m
i ! ~ i i
N
~ ~
-' ~
U III
$
f!:~~'"
I!!;;:;ilji!'
ci!'~~
s.~e:
!i!l!i!i!e
ul!lOz:
~~~~
~~iil~
It:a!~!a
M~~l:!
~i~~ ~
litIilS~~~~
u ~e
a; ~ ~
1Il~~u\'ll!
-i ::c '" iil
~~f!:~~
~;i~~
U <'"
g~~fl3
i!<d"'z'"
l:Sf!:u~S
~~~I",
on
l:; ON
d~J~~
d'J::J~!llIll!e
zll~!:loo
-ii::C=>F::alil
!1 lIl!::a~"'9
~~!i8~e!i
lDi'::a I'lt:::
8~~:I:i!i~~
I!!i~i~
~~:idZ"'j
<u~
e~~~...",
~!i:!~0 ~
13~~o~~~
~?;;~@~~~
dS~::Et~Pi
~:ll's:J 0
!It- l5~zffi
f!:~~~~PilD
lSllle~~ii!i
~~I~i:~
~!fi",~lt-i .
i!<li:i!'zi:i; ~
~~~a~g~~
~~~~~~~!
,.;
I
'"
(i)
c
4 I ) t II
I~
I ~
l's i
~ ~
lli
l3 ~ ~
~ ~ III z I ~~ ~ ; ~
~ ~ ~ ~ f ~ ~ ~~ ~ ~ ~ ~
~ ! ~ ~ ~ ~ ~ ~ I~ ~ I ~ ~ ~
'"
U
c;l i:!
z ~ '.J ~ I!!
~ ~ ~ g S ; ~ ; ~ : ~
- ~ ~ Iii 13 J; G i:! ~ tl.
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ i
~
~ ~
6 ~
i i
1.0 -@o @ <:> -*- c 'J:f..
I
I
I
i
i !5
i i i i
8
+
o
z
2 z
~
~ ~ 8 . ~
~
it
L
d;
I
z
~ ~
ffi ~ ;
~ ~ ~
€.
r'l
CXlCXl
0<0
<(~
Z"
:iEz
:::l ..
~2
Q~
..J~
~
zei!
~~
015
:1:>
~
-;-
ill'
01
o
,
...
,...
o
~
15
tl.
~
F
m
~
~
3
tl.
ei
~
cii ~
~ ~
o CD
z ~
~ ~
ii: it
ii: ~
,.;
~
13 ~
~~~~~
5~~~~
5~~~~
~ffi~p;e
513~!ir;}
~~Uii1
l!l iil .tl.
?5~8~g
~2"'f!:!(
z~!;i....",~
o "'j!:oljj
~~~...!lt",
~",~~f!:j!:
zl!i~g!zuz:
82 U1\l1s;
~~ gM
F i!:tl.U1
~ti=>~1::
~~~~I~
~~iili!itl.~
~",~r;}!ltl!i
uffiu~~1i:
~xwQ. Q.
5~ffi ~ -
5~iilll",~
~~~;;I~i
;;! F~bl-
a;:ww:;I_a
uOJz:~ol;
~jiii~
.,;
LJ
!i,;
... llii!i III
o<=>
~~~;~lll~
iUloiE...o
ll=>collu
~:~~ffi~~
:I:"'o",~i
F lD i!'
~~~I~",~
~~~~~~~~
~~!!;:dad
h~~=~~~
Z",U1"'~?;;~;;:;
8m::J~~U')6o
",!g?;;U16~8~
~2!i!!!'~iE"'~
ffijgiEulo::EA'"
i1il!lti!'~lX!a
~~~Ie~~~
iE~j!:~~~~1ll
~~~~lll;<~
~~g8~~~~
~~i~~il~
Z:~8!i"'8ll~
8~U1lilj!:U1I!'<l:
g
.,
z
o
~~ ri
~ ~!a ~ ~
~ n ~I
~~ ~: ~~
\Ji J'
z
o
!;i
z
C)
u;
w
Q
z
o
~
o
w
CI)
c
z
<
....I
~
C
!:if
ilio
-;;.ili
-' l!a -'
~ ~-' ~
l5 o~ 0
~~ ~~ ~
o~ o!l1 ~
\1' @
lC~~i
ii\[5~lt
-'~"'~
Llll~
8~;;I;;!
lSUI~E;
::E;;t;~
-oC;Ja:::
1ll~:!::E
O:lSe
~-U1
z~r;}~
o a..5
~~~i1l
'" '"
i~~~
0",~!1i .
o..l!! -,0
~~~~~
~g9~~
. 0'"
~~z:ffi~
CDZWCSiS
i~~~~
!(eii\!~
::Ets~oUJ
1!!~~r;}lD
~:!(;l~
;;ilD::E!iUl
E;::jl!!lillC
~~~[5ii\
~~I~
=10... .
~LJ~ !(~o~
d", ~lIli@~
~!; ~n~~
h~ ~g~;ESI
OUlI:: 13tJ~~
~~~ ~~I5LJ
U1!i0 88zo
ltJ F- 30
u~'" z~13ull
~r;}~ 0;;;8;;:;
ul5~ 155",~!:i
;;:;i:i~ ~~~~i5
llio~ "'U1"'8!E
~ &~ VI W Q.
i!l~~ lli5~...l.
OC(a ~a:20Q]
~l!i~ ffi~;!~
z!ltffi 5$"'=I~
of!: ~FO!(U
13t;~ r;}'
~~~ ~~~~~
8111!i! !(~~~~
~i?;; l'sll~!.i~'
-0::8 -'F~I.I,;;
llig;e li1",~~U1-
"''''u z"'o 115
~U 85:il33
::!
oj
<on
r~
z 6
o lii'"
~ ~I e ~ ~;
~ ~ Ow 0 ~!a
~ r:; CI) z ~~
~ 013
~~
_15
~~
r-- ... .-----,
IS
lD
::a
i efl
~ ~I = ~ ~!
5::! ~ ~ ~~
~ ~ ~ ~ I~
~ ~~
o!l1
~~
?;;
~~~~~
~e~rj~
'" U1U
lD"';;:;i:!~
;;I~~'.J~
~"'~IiI-
!l1~~::a~
~i~!2
::a!a!\!~'"
~ ~r;}~ lS
Z zO:::::I
8~~1ll~
~8~!g~
~e:O::E
15 <~lS ~
~i!ig::E~
iill!il5~g:
~h~g
~8~~~
15l3~2if
~ i~ i ~ ~
o -0
~iifelll!
Gol::i -
'" o~l:l
~~i8!lt
'!.
III
~
d'"
z-
oLL
jO
!N
N
C)
..J
g
:E
r:D
::J
en
..J
c(
Z
u:::
~
.,
Q
Q
...
en
w
I-
o
Z
~
UJ
Z
o
~
:>
w
It
m
m
<(
ci
z
w
C)
W
.J
z
CI z
U)ifi ~
~QlD Cl
W == ":' ~
Clw:g (J)
~ t- . <(
t-~O ~
IXU)z ui
OIXt- w
II.w~ iil
Il.~" C)
O~~ ~
~ 211. I-
-IX 0::
(.) 0 l(
~ t-
z U)
I
I
~
~
.
i
~
I
!
I
l's'"
lC"'~'"
::Eu '"
lD~~j!;~
il!i~
!Zffi~i 0
8tl.", z
lS~e ~
::az~lSz
8~lJli!'8
Vl8~ou
~ll!!l1~~
~~lll~g;
iE~::j~~
"'o~ '"
lSeUlg~
~~~l!i~~
ffi~ ur;}
tl. Zz
d8~~
CLLaJO~
~~~w>
!(~~U
;:Ii 13 tJ
~~~13~
~~Cl~'"
ljil!l",!1i
~lllh~
19;;l",U10
H~~8
~
..
..
~
~
..
~
<J
I SO-6Z-CDq~6IZ~BX I Jd-JdS I qltOJ.~Odt~OI6IZ~8 'S.JJllX WDtS.ll ~O/Zl/ol '3J.VQ
:SJllVftl
-':-"-,'- -'- - - - - - - - - - - - --
~
,...
,.:c ~
gm G
~~ >-5U1
~~5U~
I CF~~ ""
g=>,... I!:
~<iffil!l~
~~~~~'"
~~~~~:
'^ 15;;;i!< lD
~oz:l:SiljA
i!'~!9"'lI<iil
~",~j!:~~
13 i!'lDl's~
~ihsl
~~o!i!~~
t;;l;;:;~e:
~ilj~lQ~~
l's""au:J
o....:r<CCF=
~t;~~~=>
F~6U1FUul
gFlil....o~~
-,8.!.~~~i
~~it:~~l'sl!i
cd
~ ::a
=> elS!I!
.~ e::a~
~;J !3~::a
i~ ~~~
lS IIlm~
!i~ ~ii
i!2 '" lD
~ ~ ~~s
~ !ei;'i<
j08 tl.~?;;
l!i~~ ~l's~
~h ~~~
~lilo ~~9
8~~ ~~5
l5~~ ~~l!iK!
~!~ !::!!;:13ii\
l5i~ li?;;;I~
~o_ ... Ii:
!:J:iz: 0 '"
l!!15i zooffi
-i::E 5lSl!lg
<!!,~ ~:!1i:o
~S~ ljj)~~
9 M
fb
tl. 0
U UI
,...
~8>- ~~; ~
UI ilj"'l!iul ~
2i~ liij!:~~ ~g
3t;; ~ ~ ~~
~~ ~~~8 ~l's
l5;;:; j!:ag~ IllS
a; 13 ;;:;.l.G~ ~~
o l!!i5~~ ilj::a
m~ iGSlli!>;g.
ij ~lllt:o~':'
iS~ul lDj!:~~ i'l>J
,,,is;!; Cl.~l!s ~a
i!'l!ij2 ~lj~lD a.l.
~~'" ei~a8 ~~
u; ~<(i!' Ii:~ul~ ~iilul
w -i~i5 ~gl5::a e ~
1-0 ~5Fl lllc~u l5ffi~
(l)o::~ ~u~ 175Q..u
z !t':~ lJl05~ l!l~5
C) l=!v'!!;l ~I!!",..s iil'"
Z ~8 "'gill., l!!ffi91
- f!:U\U1 j!:f!:o.l. ffioo
~ ~~i ~~;~ !U
C) j!:~l:S ?5l1lliilJl ~::alii
N
ii5 0 lS
dlll;~ ::E~jl
:gUl~~~ e~",~
UlC~~ ~~i~
lS~ii\~~ ~~f~
m~~2i~ 8:~~
~~g~~ ~5ii!~
~~~~e In~
::alDU::E:l offi~g,
~~~;~ ~~~lD
!lt~!;i~1Il ~ l's~
~:(l1!\i 150~tl.
ffillili:~~ ~~~~
:!!O!CIii tl.!e~!lt
lll~~"'~ ~tl.ctl's
... o~lQ~ jgl!l~z
~lS~Cl~~ 15;;1~~
~~~~~S ~iiii15
j~8~:~ ~~~~
lii~lll~"'z ut:~;:;
o =I~~- z~~i!'
:~~~~ ~ h~?;;~
~!l!~~~~ 8~~m~
.
on
cd
UI
~~li 21
~:Jffi~<~
U~~gi~
~o ~-'
~~~~~
'~.l.zi~
b;i~~
zOUP'1
~8a:ffilii
.blS
~i~~~~
~l!l~9g~
~lllctliia~
U~~~~
8:gi5i2~1Il
I~~d~
::a~~~~13
l!!u"'i!il5~
~~~i!::iii!
~8~5~~
~~!zg~~
~1~T8i
lili5!::t:!i!i!8
'" u
i!'~~ ~
~~13", ::l
~ffi",~~ e
~~~tl.h8
i;;l~~~~~
~f!:"'i!'U1,.,
e ~~
131::11115ffis<
oj: :z:D:::::)
~~ffi:2.~B
:i"'~"'U1"'!i!
I!!lli15~~t",
~!C:a::LL1 CD
dO:~~~
zl!iej!:id~
~Iii~ .5;131
O.....,,:...J~IC)
~~~3~!
~fil~ii:'cl1!tJ
~~~!!;:~~~
~51i:~tF;8
13!::~~~~~
~l!li!l!~lSo
tl.;;I iEi!'~:(
~~itl.?;;Ili~~
~~~~hlS~
~ii!:ilt;~~::E~
:2~i~~::!~tn
~88~~~~~
,.:
co
N
<:t
J:
/
"'..."'...'" --.-,,/-'
,,'
"
/~>> ,
",/ .,. ,,/
,//,/',/
,,,./" ~ ./"
/" / /'
",,,/ ",'" /,,--
""'".,/''; ,/,/"-,,
, ' ,
_____~/~L
" /j'
, ,
",/' ,,/
I' ~ ...."
, "
,,/'j // 1
/".,,/" //\ ...,
/,',<>/ ' "V'\:,--
.,' ...}"'t"......_'....
'\)i \ ''-"
., : \. ",
II 1 "....
"
'"
Cl
'.,
LL
co
C
CI)
ti
w
::z::
CI)
~
I
I
I
I
I
I
I
I
I r
L'" ,/
,/
"",,~'
, '" ------ /
/ /,/'"
,::>/
""-
"
I
\'"
"-
<:: ~:
/
////
/,,//
,,;'" /"
(
'.
....--~
or'
---
w
c
o
III
b-"12
~~Q
""l1r
.:IQ4,
~&'
'"
Ltl
d'"
Z- ~
..u. C
I 0 ~^
i'" V,
-I
g
:E
III
::)
U)
-I
<(
Z
u:
~
o
C
C
....
:Ez
~:3
>0.
enW
Q:t-
W-
t-en
~::f
:E~
Q:W
0>
t-O
en
z
Cl z
II)U) ~
~l!lco Cl
W:=";" z
ClW'" i:
~I-~ en
(1)0 ~
I->-Z
~~t; !Ii
~
Il.WW w
11.1--. Cl
O~~ z
'"
~::l!ll. ~
-0:: 0
00 ll.
~ I-
z II)
~
IE
I
I
i
!
N I
8 !
N
Z ~
:5 ;;:; 0
a.. ~ 51
UI
0
\...
>-
Ol
~
a
II>
~
2
<I
,<,
Ilfd-as[IOI81~tl8X 13d-3dS I ~-8~-C.crtl8X I 'Pl:10181~tl8X I qltOl~dl:1018Im :S.J3llX WGK:lO ;0/90/01 '31VO
'53OV~'
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
N
J:
""-/",,
"
, '
'-'
Cl
;,,,/;
/'
/,/
/1 //
/
/
I
L-i
I *:
( L_
l
"" !l!i1i
, '" (\~
" z'"
Ul"?
Ul!!:! <'\
UlO::
Ww
U Ul \
I 6rl " ~ (j Ul
ow....
ww~
UlUlw
~co
" ~ ~~ ~ a ~
"" '0:: J+
'......., \
LL
I I
I /
I I
'I- / .,--
I I
r/~ ~:::,
~ ,1_" -"
I J ((/(~, .../ f I
\JU:~ '\ / /(
/ I( f:~ / / /
I If' f I I I
I I ( '-' \ '-'J/
I .. \/
\ I I '"
I '
I I ) II~I"
X / l_~.--
11/
.' i\
I"
/ "
I
\
)
,
,
)/
"
v
,
,
,
"
'I
II
, ,
, I
, /
/ I
/ ,
/ ,
/ \.
/ '\
I ,
I ,
" \
I ,
I ,
I ,
I ,
I ,
/ "
" ,
,//'''~ ......
('
I
---.
q...-.
/'
w
/'
/
,,,...../;
__ ""r
Irrl"
I
/
o
o
III
<(
0>
-
-
-
-
-
-
z ~
::5 ;;:;
Do ~
~
~
~
------~----...
\
(,
'" \
~ I
"'... 1
~~ t
t;it 1
Bo I
I
\
I
I
1
I
/
I
I
1
I
I
r
I
,-
"
/'
J'
,
"-
....
O~~M/l~ ~: '1
O<l"OI' I
"I~ 9HQ I V!S
on onos IN.
1: :idU o'S 1lS
Z!l'SII roo 11
~6'iH I M 31
l~'9~ I rll~
91+6 VIS:
on onos 1M
Z 3dIJ. ovS 6B:l
lil
!i
o
I
J
fl
II
II
I'
'I
1 .
\I
I,
\ \
\ 1
I \
I I
'"
'"
li:
~o
0",
ig
~
IZ'OD 1 !AD 31
It'OOI NI 31
6l'90! rll~
1:9+S VIS:
on ones 1M
Z 34<\1. .'. zt~
v
o
~
S!
~
o
'"
lil
-----------------
~
,..
d
~
t
~
~
~
~
"!
o
II
UI
~
U
"P!
~
..,
~
~
~
III
~
~
~
0-
~
, ,
"'1\\
t, ,I
~!!: \ \
!2j,,- I I
/:So \
6t Z6 1110 3( ~,
61>'Z6 Nt 3t \ \
tL'96 "Ill ,I
6SH VIS: \
on onos AI
~ 3dAl .VS nB:>
8
- ------- +
v'6n ~
------, +
D'vvl ::
- - o'-il.l--
----0.1 t i ---
8
~tT-.1;
-em-
---------- ~
9'911
-r'Soi'-- .t
~ZOI
8
-ozoi- - +
61n6 1110 31
$.I I$. NI 31
I'jl~
OI:+t VIS: ---;---
on ohoS M 6L6
z: 3dA!. .is tie:>
--~--
~ ~ ~ ~ ~ 8
~ ~ ~ ~ * *
----------------------
'"
"-
'"
~'"'
~"P!
i3;
~~
-
-
-
<J)
~
C>
!;!
g
~
'"
"-
it
-
-
6Qn
W 11\1nO :ES
(MN .Zl) 00 SL 1110 31
(N .Of) 01" U ).nQ ~I
(3s .01:) 09'11 NI 31
0'9 I iI1l3 I'I'~
.96+Z VIS:
on onos lito
:l
1
I
I
I
I
I
I I!
I I J,
~ \ l~
6l~ !: ~
~~ \ \ ~
~~ I \ ~
"-'-' \ \
~ ~\
W lIV.I30 33S \
00'931 I
t6.+0 V15 l \
1l'I.-llIlQ ~ '"
I/>
9Ztl
t'Ovl
S'6r1
L'Ot~
grtl
~'lrI
D'tll
8
O'S6 ~
9'9S
l't~
Sri
Z'tl
t'Z1
rOL
8
8
+
00
~ ~~
u:: a n
~ ~~
Do '"'
~
8
+
N
;t
000
z~
oLL
zo
Iv
N
C
U)
..J
g
:E
In
::J
en
..J
~
Z
u:
~
o
o
....
W
..J
u:
:E~
Wc..
t;~
>-z
U)ct
O::..J
wc..
I-W
~~
:EW
0::C)
00::
I-ct
U):z:
o
~
c
Z
0 z
Ul0 12
~l!l1O Cl
w:E~ z
Owl/) i:
zl-C> ~
c(UlO
I->z
O::UlU 1Ii
011: w
...J
A.ww w
IL<-' ~
03:~ <(
~:EA. I-
0::
-0:: 0
Uo lL
~ I-
z Ul
t;
~
f
I
I
~
I
I
10
~
~
~
<I
I 3<j-3dS I SD-8t-t-D<r~BX I ~d-DStI018It~BX I .PtI018It~8X , QltD!SDdtI018Itlt8 :SJ3/OC wdBo:tl GD/tl/Ol '3l.YO
:S~Y"'
-
-
-
-
-
-
-
-
'" II)
N
dill C"')
%~
..LL C
%0
~II) tn
l'S
W
:I: .J
u:
..J :!E~
g Wo.
tioes
:e >-z
CD tnc(
~ O::.J
rn wOo
..J I-W
'" <(
~ Z ~~
~~ '" iL
cD~ ;;:; :!Ew
"'... ~ ";!.
:ll- o::(!)
~~ Q
I lil ~ ~ Pl 0 Q 00::
z'" ~ ~ .... I-c(
Cl I 1\ 09tl ~
~~t tn:I:
S'grl 31 0
... ~
,. \ 3Yru:lnylS .l31IllD I C
\ I I
(03Nlnll311O 38 Oi Hid30) I ---OStl
· I -I 3Nn 3l:<'HOVll I @)
->>", I I
'" t?s- I I
~ .."'01: , -'
~ " f ~
(03Nlnlf3l3(J 38 Oi HJd~ I ~ Z
0 08tL 0
3NIl~ 11\J0 I III :e I/) in z
I ~ UI ~~U> ~
I
I 0 W:E'" z
.
-\ I UI OW"" J:
ZI-C> ~
\, I "- <1/)0
I I->-z
I' I 08tl ~:l; ui
u. ,~ w
I -'
\ ~ ILwW W
/,/ \ 1&.1-3 Cl
\ l:; o~o: z
I ... 0(
f ~:Ea. I-
, I a:
, 8 -0:
, I + Uo 0
... t'Ltl Q.
'" ~ ~ w I-
CJ! ~ ~ I/)
%
I I
I
I
I
z:ttl 311 O'Ltl
It'~+tl ,.IS \ I
on ones M
~ 3d.U ,8t !:a:J. I
I ~
, t 8 I
-' , f ~
' ) I , , f ~9tL
, I' "
, I I I
~; :' ,
w \\ f I
~ ~
, I
.<;/~ < ~ t
< I
, t
, ~ t'9tl
,
, , lil r1
" , "0
" J\
/ , o I
, , t; z I el
, , => 1 ~ w S!5!
" ,
, \..,,\ Z ~ ~ 1 ....I
8 . 8 u: a a
, t + :s ;;:; ~ i <> I ~ ~
f , ~ , z L'Stl 0 ~~
, ~ , Q. ~ ~ m I !!l ~
, , I .. tl-
t ~" \ ...
I I on
\ , , I
" , < I
, .,
, , I
,
, ....._-. ~ , I O'Stl
.\..... I
I
0 I
I
I ~
~ ntl
I ~
\ Ie
\ .0:",
L80 Oi 99:> NOlLl \ .. ~~
aNn nyOlS OaSOdOYd I ~~
I LZtl
[Nl O"ZZ I 3/ I !'"
M Ol~l 31 I 1;S~
(:l ntl3/ j
'1'80+ L L VlS I
011 onos M
Z'ttl ~
u
m
:il:
< ~ ~ r,
ID ...,,/',
Iii ,"-" ,
z~.iV )
~~~ /
<"':< I,
5'1;;
Wll>1I
.....:;......"'..:.:
( (rr;::;-~.
"i!&' u, ,-
",' , ':-' ! { \'
~" ~''''':.~~'~\II
~'\.\\11'
\~~\~i} ~
\~rl ~
,j
,
~
~s
~z
08
~I
~'"
"-Ill
~
t'rtl
8
~
ii
UI
~
9'~tl
~
'::1
80S J33HS 33S.
(MN) OO~1 JJ111' 3t
(3) O'Wl NI 31
..
~
~ ~
\
I
I
I
1
-r--r-
! ! ~
R'7.tl
8
~
o
..
>-
CD
to!
..
.,
0(
'"
~
2
<J
I ]d-3dS I SO-tll:-Coq-_ 11fd-ast10181~ 1'P[10181~_ I C1J.oLWdl:I0181~1l8:S.DllX '"dol'!:l W~l/Ol '3lVO
'53DVIII
-
-
-
'-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
N
..,
III
J:
o
~
"
~12
it",
S~
s~
~~
~~
.. ~o
5 ~~
3 ~~,
~ P.;~Z
W ~ ~
15 :ijffi5
CI lO:5~
EIY
~ ~ ~ ~ 8 ~ ~~ ~ I~
o 6 ~~~ ~ ~ ~ ~ -<
~ . I!! "'015 ~ ~ ~~ ~ ai", ~~'"
UI ~ g:", 0 ZZ 2 ~~"'''' itit~
~~ ~~i!' ~ ~~O~ >0 ~~~
~~ ~ ~ ~2~~ ffi~~~ <~~
o 2 z~~ G ~ 2 '" ,.~-
F~ 0 ~Q ~ a5~o ~~~S ~e~o
Os ~~. ~ ~mOZ Z~~~ ~ -
~o ~ ~~~~ ~ ~~8~ -~o~ ~~~
~~~ ~ ~Z '" .., Ii:~ ~~w- ~~~
~< ~"i~8~ ~~~~ ~~Z
~~~. ~ "'2 ~~~a 0
rfl ,,;;:; ~ ~ ~8~~ x. ~~~~ ~~:~ ~!~
i Z~~ ~ "re lil~ . 13~~ ~>o~ ~~iil!2
~ ~!~ ; IiI: ~~ i:~~ ;~~~ a~~~
i ,~~ j ~~~~ ~~ ~~~~ i~~~ 8~~~U1
~ 8~lil _ 2~~~ ~~ ~~I!!~ _~~m 9<~
~B E1B G B B B
Ei ~
~ ~ ~~
o Z ~!!!
~ ~ '"
~ ~ 1lIi!' ~
;;:; 8 i3~
~ ~ ~~ ~ ~
a ~ ~~ ~ g:
~ ~ 08Z ~ ti ~
~ ~ " 13 is ~
13 i=d zi ~ ~.
t:;8 ~~ ~o ~ ~ J!:
019 ;!~ ~~ 0 ~ z~
~z g", 2~ ~ ~ ~5
o!Q itS: ~~ u ~ CSl:i
B B 0 ~@]@]
~
'"
o
0::
11.
'"
Z
~
C)
LL
\,
",
I
I
,
\
o
1'0
1'0 '
I
.-:
, '
\ 1
w
,
,
o
.q-
1'0
....., "-
'X"
, ,
,_/
I
I~
/(1
V I~
I 1/
I '/
I Ii
I 'i
,
I I:
_Ii
II!
Ii
, I ti
111 !z ~
, ,f<t. ~ 0
II ,~ N
ill ~
ii'
0<0
z-
"u.
10
~CD
~
c
en
..J
~
:E
a:l
;:)
(f)
..J
c(
Z
~
~
(:)
(:)
"""
~
D::
<(
'l""
c
z
o
0.
I-
W
3:
z
o
lIliii z
~:!lCl) ~
W==:b ~
OWe:> ~
~~g ~
~~13 ~
Q.ww W
u.l-a Cl
o~~ ~
~~Q. ~
00 ~
~ In
~
IE
I
I
!
I
'---x___
ox~-
.... ~
--\ "
\ ;';s.':, +.\ ~'"
\\\~) a~
...... - / I
... "" ;
" .. l
\~
o
0;' .-
(..r-- - ~
, ,
/ /(!;/
/ l -,' ----
/ ~,' /--,~",",
~i--'// II / "'\ \\
" .}i /
) ,~ :/--' :' / /<,:.,\ I
;<q ,: //\\
/~ / ~/ / /'1 \: I
I I-J I ,I / I ','
\ 9/ :l / I //C~ ,I I
+\(, )~! II ,/ 1 ~ ~ ,;' I
\/---' :' /1 ~i-!j I
I (,' UI I! /
I // l!) J/
; ! N II
" I {
,- " I i I xl:,
/I~'\ I : / /
: \ / /
't /
;" ii" \ \' r- / /
\ ", -'_J" /,' ,
" I /
"~'-- / ,/ ,/
\ ;" \\ "'" - ------ // /'
,) '... ....... ...........-..... -, -~--~-" ,
t"" lif ", '.... /"
,.<>'t"'", C~,' <'",,--~',~' -------,- //'
: /:l.}" '" -", "'-) /)- ,,0" ---.- ,/ /,//,/
} ( r fJ .......... ~ I r ' / I I"
If / ! I ............ '.. ........._ ,~ l' ~'/' ,/ // /
r / I ""-- "...... -,~. ",-",'" //' ;':/::" ~
V f x___ ______. --- --__ ______ --0' /"" " / /
I >Iv- "'___,---- _ _ /' / '~ /:)
: ^' -t ....,. '-..~ -- ",,/../ A '!h
_ ( h \\ ,\x-::~~~2;>/ ( tyJ
~~ \ \ :
I
I
{
\
.' -
,
i
,
!
!
,
,
~ i
JJ
,
,;
,
II!
'ii
,f
Iii
1/ I
l , ,
'.. '" : j 1'/
, I
o /1 ,:'
, I
/1 /
I '
1 /I
, ,
/ II
f ,
/ /1
I ,
;' / I
/ !i
: ;..
/ /J
, {
I J~
I If
,
I ,
I I I
al
;
,
,
l~
I~z
105
! ~'"
" ~U1
: a~
,I o:~
I
!
I
.'
/
,/'//""
<(
!l
S
i
~
o
~
Io!
~
i
~
<3
I Hd-osr~181~HBll I ld-]dS I ~0-8~-l-.crll8X I .ptlOI81~HBllI qltD!GOdI:10181~Ha 'S.JlllX wdtO'~1 ~D/~I/Ol 'l!VO
'53DV"1
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
N
'Ot
It)
dCO
z-
",LL
10
.....
!
II)
o
en
J:
...I Z
g 0
i=
:E ~O
m w
:) oen
UJ Zo
...I Oz
<C 11.<(
Z I-W
u: W..J
';!. 3:-
LL.
0 0
0
... ~
Cl 11.
Z
Cl z
(/)iii i2
w~U)
...I .. Cl
w~J. z
J:
~WQ III
1-, ~
(/)0
~ ~ ~ :l ~ I->-Z ui
O:UlI-
00:0 w
LL -J
Il.WW w
ILl-.... Cl
I O~~ ~
J ~~ll. Ii:
10 " :::~ 00: 0
... o ll.
l! Iii
g~f ~" 0 0 z
0 g .,; t;
filJ;j1 ~5 '" ~
.. ...
I
\
t
i
~ ~ ~ ~ ~ I
~
w !
S'Ltl
~Q A:m I
3QVllfl
~~ lSlX3 O'8t1
c(
~ W ~~ Z o.
w:::! N '"
'" !.!!. 0 II II
I C> '" z ZLL
I.. ~~i -0 ~~ t= ~;
t'9tl ~o:: U
l1. W :J:
21 ~~lll " CI)
! ~~g .S
,7 '" ~
'"
9'8t1 ~EID iElY:J:~ Z
0
!i
0 W ~ l.J 3" ~
~ ~~~ N~
~ ~ :1! ~ ~ ~~ [jl~Q ~l!i
III l"~~ ~~
I
I !!!' !!! !!!
I
I
I on
u 1 8
:1! ~ ~ :l ~ N
f5
III
~
lL
III
>-
OJ
~
.,
<
i
<J
;'.
I 3d-3dS I GO-e~-C'cr_ Illd-ostlolel~_ I 'Pl:IOlel~lIlIX I qltD.lGOdl:LOI81~1l8 ,S,J3llX Wdgl'~l GO/~l/ol 'l1VO
:sJOV"1
-
-
...
-,-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
z
!2 ~
UlUl
Wl!lco
oJ .. Cl
W::&iu\ Z
OWe:> J:
III
~... . ~
UlO
"'>z
~~l; <If
w
LL -'
A.WW W
II.!;("' Cl
.,,--';- O~~ z
\ " <(
/ , ~::&iA. ...
, / \ \ a;
, -0: 0
~"..;; , ... Uo 11.
, ,/ , 'I ...
I Ul
( Z
I 11) ...
~ ~ \ "<t- i
I
! ' I
I X
"1 " I
I
, , \
,/,// ' I i
\
I ~
//,f'''-'' I
I I I
I \
\ lu_ ___ ----~ "
I -,
\
VI I , ,
'. ,
1 , , \
w '- \ !
, '" I
" , c '.
UI
...
c , , 8 I
UI ,
, , ili
"
~ , ~
\ Ii:
\ ~
os '. Q.
C .,
"
I
\
'.
N
oot
III
i
ci
~
~ ~
~ lli ~
~ f; ~
~ ~ ~
~ ~ !
~ ~EID" i
"'0 ~ 1II~ :"L);;\ ~
z Iii ~~F-
ffi /j~ ~;;i ~~
~ ~lll ?;;~ :~
~ 8lil ~lil ~~
~E1 B
~!iI ~~ ~ _~
~~;~ ~~ ;;:;:b
c!iJ~.. ~Ei l!!~..,z
&J::IOC o. Z .~o
~e~~ ~~ ~~~~
~~~~ ~i~ ~~~~
El~'l!~ 1-8 U2Ei
~:~5i~ mili Ei~~~
Eii!iull.., ~15llJ \!~:Ei~
~~!a~ ~~lii ~d~~
~frll!!~~ !>;~~ /j~~~'"
zcz~'" ~liii!' NCZZ
~~g_lil ~~l'S ~~~~T
~!!j~138 g..,~ frl!!j~~:
a;/jCl;;:;ili ~i!'j!: ",/jF;;:;U1
.
.
N
C> Z
~ ~
13 0
~ i 5
!5 Z Ei
C> ~ ~
Z ...
!ji ~lJ C>
~ g~ i
Z~
c c 8
~ ~~ ~
G ;;:;lii ~
BEl EI
Ei
Ei
c
i
C>
~~
~~
sll!
=~
~~
Iii ~z
15 ..,5
z F~
.... ~~.
~ ~?iz
W ~ ~
ffi :ijlli~
o di/j
Ell::]
GEl
Cl
c
()
OJ
.....,.........
:xl",
~.,;
~!
.'"
z..,
---
/
" -', t'(';:;~-~~:~~:4-~;~~:~:
'\ "( // /' /' /- :,': - -.",'
',\\t(,,/"../" ./ ,-" ~ " '~... ...........
\\\'~"" I; ~" " ....
~\l\ f'" It) '"
\,\\.1'-.. \' ... "
'\\\ ""... \ ~ "'" ",
'\>.', " '. I _....~,_
\:\ ''\\ \1 J // /;: . : '!::........~~......~
'~','l ~/.J" ...... '>'"
\'> ,II )..../~' ~- -~ '.... ", ~,
,\' 11,f/ J I'/,~ n '""
\"\I;I/:!I/~:I~/:; "~" ~..<\
\ \ })/~/I~lJl~;I/ "'..."', '\ '\. \
// :li/f//.'/:~r~ "I... <"...."'\
/(,1, Ilj/~II;Z/.,,, "" '" "
;/lil{r~rr::r/:j:l/h: "" ...,,>.. '<"" '<
~I III! r110'1,~rJr ... '''I.''' ",'''I.
/.',II,,1I/r,111J/, ......~ "
,11}t/ ,,0 f/rl/II' "......., "'...., "
,.) //IIIIJ//'IIIII/r.........'.......' .... "~
/~:::f:~~;~~:/lf~':/~ -~ <"..., >>...>,
~-:-~ ",-:-,.",////X',;;fflt'l I ... ""... '....
/~~~i!t:fifj~:;::;:~~?~~/~:~...:> '" ~::'
/""-;/...~-:,;:"......~:.--;';~;-:,,/.../Il%f:./ '''. '" ...'..................
/;,~/m;if!f!;';/';,./://U/?/II/r.,......... "', ..., ...."
---
'.......~
...",...,,//
/
_ ~M"""
"
"
/
\
--
/
<(
~ y ~ '~-....__.
/'
,
,
,
\
~: :':1 / t
,
..-it
//..~
g~ CO
~l5 c
lco en
..J
g
:E
m
:)
UJ
..J
<C
z
u.
tft.
<<:)
<<:)
...
~
a:
<(
N
C
Z
o
a.
to-
W
3:
8
lil
11
w~
~~
~ 1;1
:II)
"c
I-w
~~
I) co
o I..:
11I0
ZZ
O!!O
C!i on
8 8
N
ffi
co
~
Q.
&;
Io!
..
o
..
~
E
<J
I ~d-osrID181~tI8X I 3<j-3dS I W-8~-CocrtI8X I .Pl:1D181~~8X I cntO.lWdl:10181~~~ :s.nlDC wdHl:~1 GO/~l/ol :]lVO
:s3llVIl1
-
-
-,
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
-
A
I
I
I
I
~I
I
I
I
I
I
I
I
~
J.
I III
-
8
I
~
,!.,
.;
I I
IE
,
lil
..
0
I ~
II<
l!l
.
...
..
0
&
I ~
II<
!!1
~
..
.,
'"
I 5
~
II<
OJ
Mcii
~b
;!l!i
I E
~ ~ REVISIONS
~
..
s
I ~
t1!
-<
.,
DAlE
B
BY
OESI~~IND
J. PET1ERSON
c
o
G
H
E
F
Ii:'
u
160 160
...
150 ~~ 150
'"
r---
,/
140 140
4015
130 18. CPEP 130
Ss1.7X 2,.
~~i#i
fl~u 2
R ~
120 ~~~ ~b 120
~I~
..,<Ow
J1
'" 0
0 01 C!I ,., '" ~
'" cSl !;j! ~ :!: :!:
:::! ....
-, -,
!
B-L1NE
PROFILE
HORIZ: 1 a4O'
VERT: 1=10'
","
.r
140
115
140
----~~--
135
135
130
130
4
125
125
120
120
115
SECTION B
5
~
HORlZ: 1 a20'
VERT: 1=5'
I I
ONE INCH AT FULL SCALE.
IF NOT, SCALE ACCORDINGLY
SD7
100% FINAL SUBMITTAL
PROLCT HAIlE
ORA'MNG HO
9 OF 18
CITY OF PORT ANGELES
STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGELES. WASHINGTON
EHGINEEAIHG PLANNING IENYlRONMENTAL 8ClENCES
WETPOND 2
PROFILES AND SECTION
N
v
s
i3
z
J:
~
~ !
o 15
:c '"
~ m
i j
:>
o
..
z
Iii
13
:31 ~
~ ~
BB
,
,
~
~~
Cl
_..J
"'~
~o
~~
I !
I /
; r'
I I
'-- '
-- ':::-.... ",
....~... ........
,
/
1
I
,
1
I
''-...-
~
h
/-,~a
, G:l
\,\ ~~z
, z'"
\ ~
'\~~ \
~o \
.,j,
,
,
1-
':.--=-=-."~i:- ~-.-~'.~-~~~~:::......
"
,
,
,
,
\
\.
\.
'"
'... "
""""'"
,
,
,
,
,
'.
,
,
,
,
,
,
,
"
u.
:':~-~::-:':-:-::~~-:-:_--, '.,
__.' ---- '0,.. - '0_" l?
.." ~ ._......- ~~~. ....- ~'... . ..~.}.l.;.._ ~ .....
- - ...... -, ~ -- ...~..,( ~......::Ol~.. ........_, " "
"--/'/--_?--~)L.- ""../'_"--_"'_
//,/ ~..-:,<~~:=~" })J--: -", .' / '" "'" ~~-...:::~_... '
/ ~~/'~" "...., / (~ ''\., \ , ; ~ --~. "'" \, '" ........')..,.."",
I/"" / "" _~ . ~~, i {/ ,// { '\ ~- ...... ,.
I /' / ,,/ - 'j / JI."" -""-", ,'" ./ " ~~ <~ ~- '" "'~......... /'
; ,/' ..",,/ ...~__~__... /1__ ---'... \ ~---- ,," "-i::.,.... {'.- ...........~....
i j /' ,,~ '~ ~- --........ \ : :,',._ ..,./ / ,..., ",~ ," ~"
f / / /'/ //\....~\ \1 t f - ,,///' r----;.------- ..-/ //....-------- --..\.". ~~ " -'
., : :' / Q \ \ 1 / I ./ (,~,-~/---- ----, <~ 1
i \ 1/1 : !l!
/' ~ J I , ;', I / I i ,i }'''' ~ II ,1
I ;/V),/ / /g f / Iff ' / I "\ Ii
, I /~~ /; ';/ "'/,/ / / / IS ) /1 I \ I Ii
i 1-1 if / / /; // Q. 1 1 Ill'
I / i ,,", 1 1 Q': :: \
jf I I if lilt jl)!;~ / ~ /7 \,,\\ ~!!! 0 II III
/ ~ \ l[ /- ( /I'~ 1 ~ .' (V
~~~ !, ; :LDP+~+p~/~,:: I lDP~lDP ~DP_'_"_'.'_,\" \ \"\ \\ - X J .~
'I I t l I 1" I I, \ ................
/ I.' '/, ...._...
,: r ,I ,'\\!;,', Q f:! Q.. / ~
" I : : ~~,: ) f I : 9 , ... ~..~... \ \ l, 1 I
: t :Ilt:r I:: 1-' \ "
1 J f f I "1 " ,/"' ,:~,;I I
'I "'! " !' / /
: :0..//111/// / ~1
! l !9i l ! / J~f /" / / / 9 /' ~ j: ",I I \ I
~ \ 111 ( / Y / ,.,,1 / / .... \ 1''''' 1 I I
I I I r:, I : I' I I "... ............." ""~ ..,.,'t ; ~ ::.J\; ,,',I ,II I \",/ \
\ \ 1;;:;////; _
, J I t r I I..."
\ 2f) 1'1 Afl I :
" "" """~..J' /,?/ '1/.1 ./ 1"-\ '3\ '9 ,I,: ,: / \
"", ,// :/,:" ,/)
" ",:' o~~ :)~,<>> /' \ /\ \;'/ j I I
'" ~-Q."/~/ /' / / II. 0.. / "
-~=:..~::::::::>' ~ ,/~," 0 ----\ '\ J \ ,;, : l ~
:---.~~~.oO -_'--''':_-, ,,'-\"- ,/'. t '\\ \ \ "\ \
--, ---.2i,j:'_-/ ._/-o.--~._\ ". '~",-'9. /..-/ \, \\,,\ "'" ,
.----- f<-- /- Col,oO .-- -~'-:, ' ~, ' "" i '; , \,
~~~u;: '\:; i~\ :' '~1<:'\::~~)':,~\,\ \ \ \! I i \ /
,. :~ u l~ j,..-I l ... " J ) \ II % \ ~ !
,/ i /( /; \ \ \ / (I \ I
c_: // \ ... \ { /, \ '" \: / ~ U \
------ -.. .-~-, <~ :... \ \\, ,\<~>:~:>~~=:-:=~i::':,:::--", "" ~'- '-" \ \ ~,\\ ., I(~?ii~~-:
: \ \ "~_ ''''~.....-' _.....-.._'....~~ -~...~.........." ......... ........."""" ". \ ~\\ "... ii lIt .~-' -
......... 1 " \ ........... ...'..... ...___.~ ~~'''' ''''',Q --....... ......, ~'... ", ....... --..........~" 1.\", zx f/II : /
"" ( \ '" IQo '-"" "-" '-"- il"'-', ~""<"'~""-:' -'" ,/ \\, "~li: /i.; (I.,
-,---::-:-::::::5~:::..,-, \, ,,__ \'-"'.'.',," ""~~"'--,-:::::"~ ':.',>~,~:~~:' ': ':,:~:'::-, '--1 \ \\, ~~ i'l I \:1 ~X
::::>___ \:" ,'.- ,) .> ') ,-- "V' "-"-, ". --":--) '\" "', '-"-."':::::----~"-! J ,I I ' . 1111 \ 0,~
~.... (.. ..... ~_.. ~ t ~ _ '... .. '._ ........."'.....'''' _~"',....-......../_........,.,.. - ..._--~..--r:~_:.....--~~-..~.. ///1/,/ (\ ,......
---00.''''> - ~'- -, '0 '--'''''' ", ___'''-----.><~:~::;i).- {/,/ /' __ _,-" .--//,' , , 'J.J \<S~
:: -~. - - ~- ~'.___.~::'>- ~...::-,.~-7-~~~~:;:':'::9-3::::>.-;;. '" / '-:;- ~/</ L::/ ! ',,< /' ,-'
. :'~:-:==--""". -=::'~?:,;:-"_"';_':__ '''_____ ( avoH~s3:>:>Y\lS3M\ ."- ' --.-- > ;< /7 \. / /
...;;.; -<:---:__.... :-.:':- --"- . -- .: .:';:::: -.::::--:-::?:'~~::>- -" , '
... '.... /~..~~_/. ~~..:-:::...~- ,,-~ ~---~ _U) ( f:':~, ,," '-_ ,/ S~>,--7~'~~~~='.~:__~.~~-~,~~~~:~~~::
, " ') - " ",,' ( , /' '// -.... .-----' .." ".---- -
" ( J! ", "" "",~'>,-~~ \ I ' / /<~;'/;::>::;>~:~ ~,';',:.:~;,:i;~:> ~~-.:?"
I., \ l ~ ..., ......,.. ...... ~ ,/' /1 ~/:/>>//:/~~~~~: :::~..:~::~ --'~;
, ' \ \,j I "'" /"., ,,'-, ,--~,:~~:'~~:~::~:,:,=~,',~,-~,,',',,",. VI,- ///////j//f:;:'-"--:::--::':,:,--,-,'--=::::-::-:---::-:=--::::-
\ I. , \ ...,.....~_........,. " ".~ f (,' /""("':',.'I':'<~/'//I(//~/'~ - ,,- .-'7--- - :--~ .-r-.:.......
\ \ \, __- ,....... \ / :I/<,...~,///If~[l / ........~ ./ I
"'-, ", \, '" 0 ~ --____ "". ......, ", \, f / I '( 1 I I , /'>' I I' "
:::'~ ... \, \. \ t: ~ -........ '...., , I: /f J"// //,,:,,\'1 \\ ~~__ ~,;~' /
::~'::"""~~"''''''' \, \ \ / ._______~~_~___'.._ "...\ \" \ \ \ :: : l f{//~,//:,\'I l\\....~- ~_.....~ ,/ /
..~:':":............:::,........:j...;~~,_\... /..../...:....~___~.. ..,'........., \\ \ \ ~ t llllI/I!1 ////llt ; ;}\ .....,.,,...../1 // .../...
......... ,.............~ ...-... ...', \ ./ .... ....'" ..~_u~ ~--'... '- .. \ \ I I II 1/'/ illl / 'Ill ~ .....'" J / /'
:'~......~.....~~~!P...~....'~~:'::~~~~...?~,..,.. //........:/::/~....::..:~-:...,....~.., "'-" ......:..."..\'\ \ \ i I; //1/:/: //(/ f 1 It -- I ....../ ,,/
"_'f()""",~*,~",~:o,<",~ /"//>"" -------. ',\ \\ \\1 1.'/1//(/1/:',,' II,i rlli n---J,/ // r
~',: '::~:'~~~::~~0!:~:'~~;~::~::-~,~~~>-::-_____~,-<<;</ -;:-==~.:--:'" '- .-'>:' \\\ \ \ \ ' .'.'! I U U U i ~ l ::! ,.../ // .,.
~",-,::-.;:,;;;,{t;A,?~,7~?,~ ;~~'.>".- / ////;/;-_/-":. ""-" "'-~______ "\\,, ,,, \\' ::: :;:1/1:; I::I":!~:! !Zj~ /- / /
>:~:~:~*-~~~~;1f;):~Yf}:\~::~0:~~::::<<:/:<:~:;~:<:~~':--~':~""::'::':::~\<:'~\'.\,"""'" , liilii!!/ffi, /:Jif[[ I: ~// ~--~,/
" -"~"~~~~~<""~""'-~-'/'%"/ ,'/,...., -- -, "-'\"",,\\ '\' , " """ ""I' - I -
~ . ~ ' ',~:-.2 ~,~ , " ~ -' ~, " ' / / ,---- , ',\ " . ' , " \' \ ,; ",: " ",' ,i / - --
~/;:?t~~~~~\i~?;~~~:;;%;~::;:;;:';;/:L:::::~:~'::~':::;\X::~:'\,\\ \\\ \ /\',\\\\\\\\WY:!\' :;::~.;(> / ,~. I ~/
,._-:-.~~"~~,,,.,,~.~~,-:<~,.:.:,-.--....-."././--,. ---""'"\''''\''''' ,\1, ,\\\\\\\~\:,...\\\. "~'.\, // /
~~*0~~~;~~:*?~:~~::':i~~Qf~-:~-:~;;;i0:::;;::-- :: :>:::<~\\\\\\\\\ \\\\\\; ,\ \ \... ""\,, """ \\\\ \", .',,:, ~ ~ / - /
-__'-."~' '~':"'~~"o-~_,,___.--..:..."'o___'__ --_. . -____ "'\\"'\ "'\""\" 1\. , '\"\W:,,,\\\\\\\\\,,>~~:,-:::.--:--.-/ ,,/
:. :M:::.~~,%~~~~;~2~~~~~~~~~~~~~~;~~~~:~~:~;::~H?:___'::_ ~=-~.:::: \\\\\ \\\\\\\\ \ \ \ \\ \\ \,\ \ J \ \''''\'\\'\<''"~<\,~\~:,>::-,~\~\~,,,~:',~,..~'',~~:{a,.~'..~'-,:'~-~:___:-"::"._-:.::~_~.~_:=-.~~~ :' ~ _. _-.'.
-:-::::.-.... .:.-:'~~~I,~\."""'~~~"\'''''~~~ ~......,.:.... --:..~~~:::<:::~-:.:.::.. ..:::::::__::.:.:::__:._:..:::........>,~~\\ \ \,\ \', \ \ \ II \ \ \; \~, \ '\ \ \ \ \1 \, ~ <\2\:_ ~ ___-- _-
~~" ............,..." "....'\~..:"<'~..'~.......,.........:."~............______ '.", \\\ '111\\"1\1'\\1\'" I II ...., '\.......:::....':,.".' -
:;~~~:~~~~.~~~~'...'N"~~~~~~~~\~~~~~~~Z~~~::2:~~::::~::::::: _;::?:::?..S\\' \ \ \ \\ \ \ \\ \ \ \ \ \ \ \ \\ \ \ \ \ \ \ \ \\ 1\ \ \ \ / '\:::\':.~~,~~~;~~~~>~~,~~:~;~~:.-:,~:~ :::::: :",~~~~-'-:-'.:' ~=:';-.-:~;
~~..~u~~:~_~~...~,,~...'\.~......~, """..., ....,::-::_...:::..~....~.....,.......~.......:........:::--....::..___~..__..____:.::: ..........'''',.'\,_\ "",,\.,.,,1, \1\1 1'.", .".,,\\\\ \\1 \ \. \ ,...., ',','.. ~...~,... "... ~,"... ".. ... -- ~ _ ......
~~........ ," ...' '...... ~.~...... .. ....--_ .. . \\ \ 1 \ll\\ \ 1 1 ,\\ 1 \, \.', ~...,...,::--..,~......:~.....:::~........................ "....,. '..,._.... -
........." \~~~~~..~~~~~~~{~::~::~~~~~~~;.=...::.::...:::-~::::-::::-_--_:~.::=.:::-~....\\\\ \\\11 \\\\ \\\\ \\\\ \\\\ \\\\ \\\\ \'\' ' ....~'" ...'... .:::..::................:-.... ~ ", ...... -""
\ \,,~~~~~~::;~~~::....~::::"~<<:::~~--~..:~::~-- --~......:~\\\\'l\ \1\\\\\\11\\\\\ \\\.\\\.\\\x\~.."~\:\,....\,, ,\ I -.....:::....... .."...~... '...... ~ ... ... .....
I 1 \~~~...:~...~.::~:..<::' ~..~-",,::;,,::,:"'~,:...~<,~~ :"'::...:: :~...-.::----=.::.:.:.:.........""\ \ \ I \ ~ ~ \' ", \ '. ,,, '. '. ,\\ \\\\ \ '.:\,\',~. ':'\\\,~,~~, \ " " ,-:' "<~~~~;~~~.~~;~.~~:..~~",,::::,:','~::,.'~,:,',",:~', ",
I II \,..,:.........., ........:.....:._:-..::::.'-~':.................'~.......~.........:::~u...:::~~--_.......\\\ll \\1\ \ll\ \\\, \,\\~~..\...\~....>,\.,\ ...,,''\.........,~,~~<~....,~......... '_. '_'::" ,_,:.:~ '_. _ ~ .
~ \ \~.~~~......~~?~~::~~$~::::~~~:~~\~\~\ \ \ \ \ \\\\\\~\:\~'\~,,::~;s~~~::::,~...<~~~~'~'~~~.:~~~...~...~~'%~~~~~~S\>.... " ~... '.. ......~ .. "'" .......~... " ...... '
! 1 ....." .~~- ~ U_~-::"'"","" ~::::' ...".......... ~'':.~ ...........-....~~ _.. '\ \ ; \ \' \ , \ \... ~ "'\~\'" ~ .....~",,\ " :'\::",''', ....;::......." ...,............'~................~,'......... ~ ........::.~,........ '......~:~,',~~;~,~~,~~~~~~:'~~~:~__~,'.,...,
I ,', ~:--- ~..........>.,'..... ...'.....:--.......''::'^''.--::, .......', ::... -...,\,\\~\ \ \'.:......\".>., \~,>>" ...,'..'..."..~,>>..,,'...'\~....................'...:-...~~...,"::-~'.........'.......~~~;.~..::2<~..:-...: .~::.~~":- ......
''''''.
,
,
"
'.
"
'-"~>
b r /: \
I ;/1 rr:-- ~
\ ~j I/(~: <
\~) :"-7::
~;2/.
a t// /
~ (I /
f i 1 ,/
1'1 !oO./'
Ii I
1, I
11 \ ffi
I' ) ~
I: ( ~
\, \ ~
)II ~
ft \ ~
I: \ e
I, )
~ I' ( ,I. \
!!j \1 '
~~~~~~:;:?:
~ /
NX :
+
UJ
,'. ,.~............... /
1 ('"\: ... ~ ...
......,>. ,...::~.....~
'-,
,
!
I
,
......-\f
/ ;~~: V
l/;:;/
~~...:: '
'--
c
\
,
I
I
:
,
,
i
,
,
\
"
/}
"
II
V
,
,
,
!;
"
V
,
,
,
\
()
III
0(
It)
dCO
z~
"LL
10
<0
l5~
co
o
en
..J
~
i
m
:)
f/)
..J
<C
z
u::
"#.
Q
Q
-
w
o
c(
LLW
0::0
:;:)z
enc(
0::)-
Ww
t->
~~
:EO
0::
o
t-
en
z
C) Z
lIlilj ~
~QU>
W::I!J;
C)Wo i:
~ I- , ~
III 0
I->-z
a: III I- ui
Oa:u UJ
..J
A.ww UJ
u.~... Cl
z
O:t~ 0(
~::I!A. ...
a::
ua: 0
~ 0 0.
Ii;
z
..
u
~
IE
i
I
i
!
I
~ ~
I
l;j
z ~
:3 ;;:; 0
on
Q. ~
0
8
o
N
!l
i
~
~
01)
8
'"
15
1Il
'"
I!!
~
~
m
I!!
<
.,
g
~
<J
11Id-DS1'lD~el~_ I 3.-JdS I ;o-e~-t-ocr_ I 'Pl:lDlel~H8X I cntlUVOdI:IOlel~1I8 '5.J3lDl wdwl,zl gO/~1/01 'lLVO
'530Vnl
-"::_:
" . ' ,~ . ~
j ~ ~ ~ '.;
..
-
,-
-
.-
-
-
-
-
-
-
-
,-
...
-
-
-
'I' A
I, "
:1'
,I
~I,
I
'1,
I
I
1
1
I
I
I
I
r
I ~
-
I
I
0
&
~
0:
OJ
~..
~~
I E
f ~ REVISIONS
...
~
I ~
t1!
-<
.,
B
c
ElEV 146.0
/"BlRO CAGE" OVERflOW STRUCTURE
SEE DETAIL EB
48. 1YPE 0 CATCH
BASIN OR MANHOlE
GROUT CONNECTION WATER
TIGHT, ALL /IilOUND
IS. DIA llVERFlOW PIPE
27 LF. 6. DIA 0 :1:4" C900 PIC
IE 138.0
BEDDING MATERIAL
WETPOND 1 " OUTLET STRUCTURE
DETAIL 11'\
1.=4' SD5,SD6
3/4. DIA SMOOTH GALV
STEEL BARS EQUALLY SPACED
(4. O.C MAX)
NOTE:
METAL P/IilTS: CORROSION RESISTANT, STEEl.
P/IilTS GALVANIZED
PLAN
LOWER GALV. STEEL BAND
3/4. THICK X 4. WIDE
FORMED TO m IN
GROVE OF CB RISER
ElEV 142.0 (DESIGN WATER ElEVATION)
TRASH RACK
SEE DETAIL m
~
BOTTOM ElEV 136.0
NOTE:
,. GROUT ALL PIPE CONNECTIONS WITH
C8 WATER TIGHT. ALL AROUND.
HOOK CLAMPS (4) PlACES
EVENLY SPACED SEE DETAIL
8LOW
PROVIDE t.1AINT. ACCESS BY WELDING (4)
CROSS BARS TO (4) VERTICAL BARS AS
SHOWN, HINGE UPPER ENDS WITH
FlANGES/BOLT AND PROVIDE LOCKING
MECHANISM (WITH PADOCK) ON LOWER
END. LOCATIE lADDER STEPS DIRECTLY
8EL.OW.
3/4. THICK X 4. WIDE LONG SMOOTH GALV STEEL
8/IilS WELDED TO UPPER AND LOWER BAND5
(24 BARS EVENLY SPACED SEE NOTE 1.)
...6
~C8 RISER
HOOK ClAMP J
ANCHORED
TO CB RISER
48., TYPE 2 C8
.. '~-~
~ ~ ' ~ ~..
HOOK CLAMP DETAIL
SECTION A
BIRDCAGE
DETAIL
f3'\
TYP
NO SCALE
DAlE
DESIGNED
S. ELKIND
J. PETERSON
BY
I I
ONE INCH AT FULL SCALE.
IF NOT, SCALE ACCORDINGLY
0<
APPRO
UPPER GALV STEEL BAND
3/4" X 4. WIDE
STO GALV
STEPS
o
E
F
G
"BIRD CNJf.. OVERflOW STRUCTURE
SEE DETAIL EB
48. 1YPE 0 CATCH
BASIN OR lIANHOlE
GROUT CONNECTION WATER
TIGHT, ALL /IilOUND
IS. DIA CMP 90: W..ND
ElEV 131.0
(DESIGN WATER ElEVATION)
BOTTOM ElEV 123.0
ElEV 122.0
EXISTING GRAVEl. LAYER
WETPOND 2 - OUTLET STRUCTURE
DETAIL t2\
1.=4' 505
~
PROPOSED GRAVEl. ACCESS ROAD
PLAN
H
NOTE:
1. 2><4. AND 2><S. DIA DRAIN UNES FROM NORTH
TO BE PlUGGED WATER TIGHT AND ABANOONED.
2. GROUT ALL PIPE CONNECTIONS WITH CS WATER
TIGHT, ALL /IilOUND.
2
~
4
5 CU81C Y/IilDS CONCRETE
POURED AROUND 4S" SEND
TRASH RACK, CHANNEL CATCH BASIN WITH
SEE DETAlL@ GROUT TO HEIGHT OF
CROWN OF OUTlET PIPE
010 _------
t:JJSTlNG-G:E]
SECTION A
CB15 72" TYPE 2
DETAIL
14\
SDS
100% FINAL SUBMITTAL
DRAWING NO.
11 OF lB
1"=3'
PROoECT NAIIE
ENGINEERING PL.AHNJNQ EJMRONMENTALsaINCIS
CITY OF PORT ANGELES
STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGELES, WASHINGTON
STORMWATER DETAILS
SD9
5
I
I,",
I'
I:
1,-
I
I,
I
I
I
I
I
I
1
I
~
I I
Ii:
...
~
e
I ~
0
~
'"
..
ell Iii
~\:;
~l!l
I !
!:!
..
~
I ~
t1!
<:
.,
A
B
6'
11
~
'"
SLOTS TO BE
1 19/32'~/4'
18'
PLATE DETAIL
1/4'x18' WIDE (MIN) GALV SMOOTH
COUPUNG BAND WITH NEOPRENE GASKET
MATCH BOLT HOlES W/ 1/4' PlATE
~
1 F'OR HOPE, PIPE MUST BE FREE TO SUDE INSIDE A 4' lONG SECTION OF'
PIPE ONE SIZE DIAMETER lARGER.
PIPE ANCHOR
DETAIL
11\
TYP
NO SCAlE
MAX
1 5 TIMES 00 + 18
FOUNDATION ZONE "REMOVAl. AND
REPlACEMENT OF UNSUITABlE
MATERIAl' (ONLY WHERE REQUIRED)
0/2
CD
0/2
TYPICAL TRENCH
DETAIL
13\
TYP
NO SCALE
~ REVISIONS
BY
OESl~!fLKIND
J PETERSON
I I
ONE INCH AT FULL SCALE.
IF NOT. SCALE ACCORDIMOL Y
DAlE
c
o
SECTION
DITCH SLOPE
0-5:11:
5-10:11:
CHECK DAII SPACING
150'
100'
50'
>10:11:
QUARRY SPALL DITCH SEDIMENT DAM
DETAIL 12\
NO SCALE TYP
BEVElED END
SECTION
PLAN
E
F
'b
,
N
.
..
,
...
<>
,
~
RIP RAP APRON
PLAN
G
H
8'-6'
4'-4'
I" G/lJ.V EPOXY ANCHOR
BOLT, EMBED ~. MIN.
1'-3'
NOTE:
STRAP SIW.l. BE INSTAU.ED BY CUTTING 4' WIDE
STRIPS OF EXCESS HOPE PIPE AND ANCHORED INTO
ECOlOGY BlOCKS WITH ANCHOR BOLTS.
2
SECTION A
---------------------------,
bJ )
'NcilP RAP APRON 30' DIA HOPE ()
~~~~--------------~~~~~~~~V
,%~~~>y/,V ,."< /. .,,<,
#,.'%.,<'XS
,/~~~'7 SECTION B
. '//.>>~ "
RIP RAP OUTFALL
DETAIL
TRENCH WIDTH
2'g' ANCHOR STRIPS WElDED TO
3/4"OIA 8AR FRAME (4 PLACES)
EQUAUY SPACED F'ASTEN TO PIPE
VllTH STAINLESS STEEL 80lTS AND
NUTs.
3/4'DIA SMOOTH STEEL B/IilS
WELDED TO 8/1il FRAME
ELEVATION
3/4"OlA 8AR FRAME
NOTE:
1. AU STEEL PARTS MUST BE HOT DIPPED GALVANIZED.
TRASH RACK
DETAIL
14\
TYP
SECTION
PROJECT HAIlE
CITY OF PORT ANGELES
STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGELES. WASHINGTON
EJtGINURINQ PUUeIINCJ ENVIRONIIBfTAL lICENCES
NO SCALE
f6'\
S02
~
:Y. "
,
4
~~ENfS' CONCRETE
In
N
N
2.2'
flOW
HOPE WAlL ANCHOR WELDED TO 30'
SWPE, BOTH SIDES, AU /IilOUND
(F'OR 30' HOPE PIPE ONLY)
PROFILE
CONCRETE PIPE ANCHOR
DETAIL 15\
NO SCAlE S02
100% FINAL SUBMITTAL
DRA'MNG NO.
12 OF 18
STORMWA TER DETAILS
SD10
N
.,
It)
J:
./
'i~"'",,'
fpl-- ,
{:~~:-- 1
" ,
" ,
Ii \ ,....,
,~,
\~~y~
,
.... (,~::~;>...-;::::..--'-
IV_"""'- _~-
(---
/
(....\
....... '\ '~'1 " '",
...l'I__....: /~...., ~)jJli \"',,:---
0'"
z'"
..LL
10
~\2
~
o
, , I ...J J-
'''-.
^', g ZZ
, " I W:S
/ /
" :E ~D..
a::l C)W
::J -t-
en ..J_
...J <CCI)
<C ~:j
z
u:: ~~
'if. Ow
Q <C>
Q
.... 00
~
Cl
/'
//,....,
/
,/
..-",;,,,,
"'..............
LL
~_"".r
..,-J""'-
w
o
o
m
<I:
....,
Iii
\!!
a
g
2
<l
I ld-nllO I so-eZ-COq-~8X I -m ,-op '-Zql :s.nllX wOllS'U SO/Zl/Ol 'l.lVO
:slOvnl
-
.,>^,.
-
..
IIIIiI
-
-
-
-
-
-
-
-
-
-
,-
-
-
-or Itl
N
i:2 N
oLL
10 U
!~
I '"
CD
j
J: ~..: Z
>< i It? cj
~ ~i
Iii ..J I-ZD.
! i I!! ~N g Z<C..J
Ii: ~ ~~
!!} wzO
z ~ ~ ~d :EO 0:::
0 ~ z-I-
II CD
@@@ ~ ~~ m C)(J)z
o u :) _00
In ..: U) ..JD::o
..J <cwz
<C >~o
z
u:: <C -
~~~
.......~ ~ ';!!.
............ .....'...'" 0 Col-
\ , , 0 ~D.~
, , " ....
Cl , " , o::::E:E
w_
~~"" I-C
W
en
Z
Cl z
I/)iij f2
ww
....e... Cl
W:::E"; z
Clw'" J:
ZI-Cl rJl
c(I/)O ~
li:~Z ui
o ad:; w
-'
a.Ww w
IL~'" Cl
Z
o~~ <(
r===a. I-
a:
ull: 0
... 0 11.
:t I-
z I/)
~
IE
I
I
~
!
" I
lil
,-
, ,
/ ' .
I
l Z m
' I
, ,
! l
1-1- : ::5 ;;:; S!
()..,\ /
Il, , Q. 5
\.,,,1 UI
0
LL
"
w
o
I
:
I
:
u \,
- --:::---
't...."'.
m
~ Ii;; ..
~ OJ
1 I"
I; ~
"
...-...--....
--.....-..
... --~.._-----
<(
-~~------o-__~. ~ ~-._--.- ----..-____ _:~:~~--- -.. -/1........__ ______
- -.. t -'" --- -...
-~~-.=-::-"7~~~~..:~-.:::...
tJ"'Hd "P W"rIJ Jo 11l1llS
,...,.----
....---
g - --
t--
~~
(
g
2
<l
I ;(J-6t-CDcryBX I 3d-NIlO I -,d I -.p I -CQ 'S,.j3llX wdto t~ ;(J/tl/O~ '31VO
'5311vn,
". t",_ "
~,/ :i 1 '... .' , "'-,
- .' , "
- - - '- I - - - - - - -
-
-
-
-
-
-
-
N
J:
~
i
I!;
i!!
....
Cl
~
~
I-
Z
w
:IE
Z
~
::;
<(
0i-
LL
UJ
o
o
lD
._-~...
'-"'"
. ~~ -
'.................0.......
Ii
~
<(
I ~., ,'_
" ~
,. .
-:'
, '
, ,
,
-'-
-
-
-
-
\
z ~
:5 ;;:; i
Do ~
-
-
Ii!
o
-
~
~
-
w
z
o
j::
u
W
tR
>-
~
:~
o
5
w
III
~
~
~
D::
""
z
o
j::
u
w
en
i I
~
Ill:
~
<< I
~ m
f3 z
w
en
~
~
~
D::
:i!
OS+9V V1S
1--
I
I
I
I
I
I
~l
II
I
I!
gl
~!
I
I
I
I
I
I
....
"l:il
~;;;!!:3~
~~oi~lo
u;.,1 ~
-t:::l<:!Q/Il
lnlaJ.c311::.....
iE~
~
-
..
~1:!.1N_
~
Lo'a; '3011II
tll'l:~-IW ~
M
lD
'"
00 zz '" fJ13 fAd
I v',,+w.. VlS fAd
90'111 = lI313 fAd
sz-t>s:1t.. ViS fAd
I
I
~
I
I
\
I
t
t
f
I
~
I
I
J
I
I
I
I
I
1
I
doU \
lI313 3CMm 03S0d0lId- I
fI3U~fl~- I
I
j
I
~
~
il
o
o
61 IT
80,
,8'8Z
ZLZ
8CSZ
6 VZ
v6ZZ
, Zl
8l"OZ
06\
L681
III
89'Ll
sn
,691
,n
8191
611
Cv'SI
8 II
89'vl
Lvi
8
+
~
8
+
~
8
i
W
....I
~ ~
~
Do
8
+
~
~
!;l
8
+
:c
I/)
i~
aLL
10
<an
i!i-
C")
U
..J
~
i
m
::::I
en
..J
<(
Z
u:
';f!.
Q
Q
"""
o
I-WIt)
Z..J+
wi! CD
:EO<(
ZQ:<(
C)Q.I-
::::i~CI)
<(ZO
~:3:;
3:Q.~
CW-
<(3!:<(
O..J.....
_'~
....<(1-
CI)
z
~ Z
III in 12
~~co Cl
W:::E J; ~
Cl W CO CIl
~Ii;o ~
t:~z ui
OD:l; UJ
lLWW ul
... 1-.... Cl
O~~ ~
~:::E lL ~
U ~ Q.
~ I-
z III
i
I
I
~
~
!
I
I
~
I
..
OJ
~
!
~
<J
I 3<1-"110 I GO-6~-C.q-~8X I -.,j I -.p I -~ql'S.J3lllC W06G'U GD/~l/ol '3!.VO
:sJllV"1
-
-
-
-
-
-
-
-
'I A
.<1
:1
I
'I
I
I
I
I
I
I
I ~
:fl
I
40
I ,
... 01
'"
I ,
I
WI -40'
.,
cl.
.. I
I
I ...,
0
'\
I
~
I i
,
;
elIo!
~b
I ~i!i
E
f ~ REVISIONS
:!
WI
~
I ~
t1!
~
B
c
o
...,.,,'"
MATC~ l!!A A12+50 SEE SHEET C5
. "'""'T[;/- - -
/:'70:1'//,'~ I ~ ,I;
....!I~;)j.. / i; I, el: ! ! o~
.;~.:~?,~'%,,"'/IM/ I: Cl'+
P,,/I;-<7" __//1 ~\ 1
1,/1/ /"1/ ~. ~( ,
/>~l~//;/?/ ~..&... /
t/J/1 {'/f IAo't. \1
/I~/ //~/?' / ~ .."\..
1/ 11// I -., "
II~(: / I ~'"/'i~-'
'j,/ //' /' E>! '
/J /' ; :; ,/ ~,,/
1// " / (.-
, f . I / ,.."
/ j / f / r"'-
/ / :
I I / '
::1--[-,';'
GRAVEL ROAD
ft:'t' ~
9' ~c, ~
Ij~$
<I:-~~
G
ROAD CONSTRUCTION
PLAN
(i)
,
8D
SCAlE IN fEEl'
.
o 40
ROA-DWAY SE;CTION E
OADWAY SECTION B
ROA1)WAY SE;CTlON C
ROADWAY SECTION: E
NEW' GRAVEl. ROAD CONSTRIJCI1ON
!"VI 5l'A - AlI+54.62
WI REV .. &U9
A.O". .. -3.39
K - 44.31
lSO 00' \Ie:
RESURFACE EXISTING GRAVEl. R(W) I
-------------------------1200
I
'"
Cl>
t::...
+"!
~&1
Q Q
~~
~~
N
'"
&1l flCISI1NG ~ III
~ ". GIWlE\ ~ ;::
~~ --_\ ~~
i.. ~ /-~----- ~----- ~ Gj
w 7 --
~ ./ PROPOSED ..... ..... ""'"'
( ~ ~--
J 8~
1
/"
N
'"
0>
~g
:c~
'"
,.,
.0
~~
:c;;;
. q
~~
it~
ril
...
~5!
:c:i1
. .
. .
~ ~ ~ ~
~~ ~if
.!.~~
12.86"
,'56"-
l, S,,--
STA -'7+10 STA A1+8D STA AB+l0
r-----r-r-----
2lI; l.UT ~ ~I~ 2'1 RlC;I1T EO
PROfIlE GIWlE &: PIVOT POINT
2lC lllclIfr EC , _ 2lC l.Ett EC
~~
Ii
II~
:;~ ",'" ...~ -Cl> "'''' 0'" "':ll eofi'l "':ll ...~
'" ...ao ",'" ~~
...~ J!i~ illl)j ~::l oeo ::::~ <<iN :0:8 ~~
-'" ao
A7+OO AB+oo A9+oo Al 0+00 All+00
PROFILE
1"-40'
",Cl>
~~
A12+00
DAlE
DESIGNED
R. KUGEN
J. PETlERSON
BY
I I
ONE INCH AT FULL SCALE.
IF NOT. SCALE ACCORDINGLY
E
F
G
H
SEE GRADING DETAIL BELOW
TAPER DATA
STATION LT
A 6+79.11 4.5
A 7+50 12'
A 8+80 12
A 10+40 5.8'
RT
1
1
1
6.25
o ALIGNMENT DATA
NO. NORTHING fASl1NG DELTA
6 424654.48 984061.98
RAIllllS LENGTH
32'51
48.
2
r40
4
/
I
/ :
~ / /
....../ /
I,' ,
// I :,/
// / /
/,' j I
/ I / .'
\ A im!43 :
"\ 11/ 47.68'/RT /
)1 ! Et <4;9'.19:
'" :////
I;//!
I A 1+6J..58! " /
/1 31.20; RTf / /
II El ~.42! ! /
A 7+60 / ,',' / ;'
11.83' ftTj / / j / .'
a 53." 11//1,
1/ { I f I I '
/ / / / / :
tIJt/:/
A/'1+58.06r' / / /
If )7.0'/Rr / / / I /
1/ JEl. 52.31 ! :' f !
I~/ / ,: / / / / /
~ / A/7+4i92/ / ! / ;'
t' 9'2S'/RT' ' '/ j
I I . / I " I /
~ I! JEL.....52.1j / ,/ /
II "- if' I ( / / / / /
(/1 y1 t / // // // /1/ //
/ I ,I / : / ,/ /
, I 'I"'" ,
I "-I I! / / / '
I ,/1 I ,f /f /) i/ /~
I I II I ( / / / /
r!../ ///' /
J CiJ!):///
I f /' f, ,
11;/ ill:
/ II.!;' / / / /
I Il/ //j/
;;: ( " j
I " I I j I '
I It-/' /';/;,/
1"'.'/,'/ // ;'
1160
I
I~
I~
(/)
w
Ii
1::&
I
r
I
10
I ,
-40 ,
01
: I
/ /
" /
// / II
//1/
, '
/ // I
/ II / /'
1/ / 1/
I' /' I,'
/' ,/ I,'
/ / Ii I
1/ // ~! I
,/ / ,/ /i /
/' / / ,) I
GRADING
DETAIL
12\
5
1"=10'
100% FINAL SUBMITTAL
PRO.ECT NAllE
ORA'MNG NO
16 OF 18
ENGINEERING PLANNING ENVIRONIIENTIU. SCENCES
CITY OF PORT ANGELES
STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGEUES. WASHINGTON
ROADWAY ALIGNMENT
A-LINE PLAN & PROFILE
ST A A6+50 TO ST A A12+50
C4
I A
1-'-
, '
, o~ ~
, ,
I
I
I
I'
I
I
I
I
I
I
I
I
lr
I ,
::I
S
8
,
co
..
,
",
I .;
IE
fl
:1.
I i
I
~
ell ell
~b
~l!i
I E
~ ~ REVISIONS
!:!
S
I ~
t1!
-<
.,
B
o
F
E
c
"
",
",
-----
"..~;::f:..~:;~:-~~=:':~~~~-j-~~
\
PLAN
SCAlE IN FEEr
.
o 40
280
ROADWAY SECTIOIt a
ROADWAY seCTION E
L_~I!E.Ig:~~!!llA.YE!. ~_
240J
J
ROADWAY SECTION D
ROADWAY SECTION E
NEW GRAve. ROAD a>NSlRUCT1ON
fl'II STA = AI5+60
WI El.EV = 131.87
All. = -:;.66
K = 35.32
200,00' VC
RESURFACE
-EXiSTiNG GtWJEi-
ROAD
7.21"
1~..;;;;...,-_,_
~
~ ~
~~ ~~
~m ~m
~ ... < :2 PROf'QSED ;;;: ::?:
GRADE .1; : · I GRADE I 1
~\_____ H_____~~- _H__'_c'~-._ _ _H ~~
-'- ~~-t~---~~.~ I ~~ ,~ ~'~R)
~~i
~UlD
~~~
i~~l!:
III
200J
t 0
...
~I ~~
...on
~o
....-
~l II .
ceJ ~~
~I ~~
...I
oJ
~t
~I
I
40J
I
OJ
I
-40
~ <> 510
~lil ! j:~
"'<-1 - ...
:c;:; -<~
.c ~~
. , ~
~~
~iE --....
L~~::.~
PROFIlE .GRADE .t PMlT POIHl' <::::: ~ RIGIf\' EG
2lt LIft EC
Sf" A 18+80
~/lIClIITtG>
zxlSl'm I
~
....: 0'" 000 "'...... 0....., fDlR~ O'J~~ N~g; q:G;t N~: ,..,~~ ",ur;: "'~ ......
'" -'" ...'" ...
:8 cD ~2 ....., =~= "'",,,, 6~~ ~gE ~~~ ~~~ ~~~ ~~~ ~oi"': ~~ ~oi
-- ~~::
-:;! -- -~~ -::?
A 13+00 A 14+00 AI5+00 A 16+00 A 17+00 A18+00 A19+00
PROFILE
1"-10'
DAlE
r~UGEN
J. PETlERSON
ENGrNEERtNG ~ ENVIRONMENTAL SCIENCES
I I
ONE INCH AT FULL SCALE.
IF NOT. SCALE ACCORDINGLY
BY
PROoJECT N....E
CITY OF PORT ANGELES
STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGELES. WASHINGTON
280
240
200
180
120
80
40
o
-40
G
H
TAPER DATA
STATION LT RT
A 14+25 6
A 14+79 12 12
A 15+00 15.4'
A 17+00 12
A 17+68 12'
A 18+15
o AUGNMENT DATA
NO NORTHING FASTING DELTA RADIUS lENGTH
10 424724.!il 984364.47
08'53 46 80. 2
17.13
336.39
n03
2
. 4
5
100% FINAL SUBMITTAL
ROADWAY ALIGNMENT
A-LINE PLAN & PROFILE
STA A12+50 TO STA A19+87.06
DRAWING NO.
17 OF 18
C5
I
I:
I"
I'
I
I
I
I
I
I
I
I
I
I
I
I
'"
'"
I
"
S
I
~
~
e
8
l%
~
~
'"
OJ
ell..
~b
;Iii
I
A
B
c
o
E
F
t
I
RONJWAY' SURFACE
VflES
,
I
~/- ------------............IEXISTING GRADE ~
--.... I
" ROADWAY, SURF~
'" i'~~-;-~,I
(.-~ -
\ I
r--
\~ :/'~:~:~. ~;.t>". ~ 1~'::~' ~~.r:~... ~~
------~~~~<~..l7-7-""""''''''''''' "';s
COMMON BORROWJ
GEOIDCT1lE
STA Al+OO TO A2+80
B
1.5
-50
2%
4'
UGHT LOOSE R1PRAP
STA Al+00 TO A2+80
I >,>>"';~'9'
~'////'
STA A1+00 TO STA A1+15,5t
STA M+21:1: TO STA A4+33.41
SECTION A
NO SCALE
(EXlSIING GRADE
_ _--____________________---........-------- ~~~~17?--
--------- ---- ----------- --- ,~.
~/7{71(_&~/_v - - ,
,., '..."""
,~~ ~
I
ROADWAY' SURF~
V/IilIES 112'-24'
STA
A7+60 - A7+90
A 8+50 - A9+ 70
I
~
~
2
[
~ f). REVISICWS
t1!
-<
.,
2%
1~
A
STA
AB+20-AB+60
A7+80-AB+20
M+60-A10+54.50
A
15
1.25
1.5
8" CSBC
ROADWAY DrrCH
SEE DETAIL EB
STA A8+40 - A9+60
STA A9+60 - A10+54.5O
DATE
DESIGNED
R. KUGEN
J. PETERSON
BY
APPRO\m
STA A7+60 - STA A10+54.50
SECTION C
NO SCALE
,
"-
"
Ii
I
ROADWAY SURFACE
V/IilIES
I
,
I
GEOTEXTlLE
STA M+33.41.STA A6+79,11
STA A10+54.50 - STA A13+81.19
STA A18+92.46. STA A19+74
SECTION E
STA A2+80TOSTA M+20
RETAINING WALL
SECTION
IF\
C2
NO SCALE
NO SCALE
ENGINEEIaNG PUNNING BMRONIIENTAL ICIENCU
ROADWAY DITCH
SEE DETAIL EB
I~:I
l,. ,.~ ...... ~_...J'~' ",: '.~~~ '. - ~\
I ",.-~ .-., .-.' ". ..'. ,
~ _.a-~~_.&.:
COMMON BORROW
8" CS8C
G
H
STA A6+79.11 .STA A7+60
STA A13+81.18 .STA A14+1 0
SECTION B
NO SCALE
4'
All
2
Ii
I
ROADWAY 'SURFACE
VARIES 12'-24'
./
/'
/'
/'
/'
~
/' ~ 1 51... ...,5+80-Al8-
/'
/'
/'
/~~k:~~~~~--------___
--------------- ;7:-1-:5- .... i
1r/ ----_,
1/ 2~ r----
810SWAlE ~
....'-7..,:;' : '<,
-...
8" CSBC
COMMON BORROW
1.5
'Jl
NO SCALE
STA A13+81.19. STA A18+92.46
SECTION D
ROKJWAY
SURFACE
l:l
~ [EXISTING
; GROUND
~~r-
at;.
<:t:. 9J l'
1.5
7.
~:(
'Z.~:p
~"
?/"V//, ;,0
/.;'"
4
N
r
t
I
ROADWAY 'SURFACE
STA A6+OO - M+ 79 11 I VARIES 110' (MIN) I
ROADWAY DITCH
SEE DETNL EB !
), U"4:=wl-a~L~L~r'-
,-- ~~~~~~~
8" CSBC EXlST1NG ROAD
PROJECT N....E
CITY OF PORT ANGELES
STORMWATER SYSTEM DESIGN
PROJECT NO. 05-16
PORT ANGELES, WASHINGTON
ROADWAY DITCH
DETAIL
NO SCALE
t7\
TYP
5
100% FINAL SUBMITTAL
ORAlMNG NO
18 OF 18
ROADWAY SECTIONS
C6
,I'.,
t ~ j;~_\, :. \
I,:
I'
I'",
"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~~ - ~
, ,
,,\,"\ 'i"
"." .
City of Port Angeles
Port Angeles Landfill
Stormwater System (Project No. 05-16)
~, J"
, \ /
ATTACHMENT E
Contractor's Certificate of Insurance