HomeMy WebLinkAbout4.513 Original Contract
4.5/3
PROJECT MANUAL
for
LAUREL ST AND OAK ST
CSO OUTFALL REPAIRS
PROJECT 05-24
CITY OF PORT ANGELES
WASHINGTON
August 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
OFFICIAL COpy No.1
For information regarding this project, contact:
Michael Szatlocky, PE, Project Engineer, City of Port Angeles, Phone 360-417-4808
,
"
PROJECT MANUAL
for
LAUREL ST AND OAK ST
CSO OUTFALL REPAIRS
PROJECT 05-24
CITY OF PORT ANGELES
WASHINGTON
August 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
?l:;d::~
City Attorney
-'
Reviewed by: ~
~L.
Deputy Dir tor I -
Prepared by:
~q,~
ichael S. Szatlocky, PE
For information regarding this project, contact:
Michael Szatlocky, PE, Project Engineer, City of Port Angeles, Phone 360-417-4808
TABLE OF CONTENTS
LAUREL ST AND OAK ST
CSO OUTFALL REPAIRS
PROJECT 05-24
PART I PROJECT MANUAL
A. Scope of Work
B. Additional Requirements
C. Bid Form
D. Bid Bond
E. Contract
F. Performance and Payment Bond
G. Escrow Agreement
PART II SPECIFICATIONS
PART III CONSTRUCTION PLANS
PART IV ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Project Safety Procedures
C. Request for Information Form
D. Contract Change Order Form
E. Contractor's Application for Payment Form
F. ISCO Snap-Tite Liner Specifications
PART I
PROJECT MANUAL
LAUREL ST. AND OAK ST.
CSO OUTFALL REPAIRS
PROJECT 05-24
SCOPE OF WORK
The contractor shall furnish and install two pipe liners in the Combined Sewer Overflow (CSO)
outfall lines at Laurel St. and Oak St. north of Railroad Ave. The Laurel St. CSO outfall requires
41 feet of lining for an existing 24" concrete cylinder pipe. The Oak St. CSO outfall requires 54
feet of 14" HOPE lining for an existing 18" ductile iron pipe. A portion of 12" concrete pipe
situated under a sidewalk will be removed prior to placing the new 14" HOPE pipe.
The work will include inspection and cleaning of both pipes prior to the start of work, the removal
and replacement of one or both of the existing tide flex valves, removal and replacement of a
manhole channel, removal and replacement of approximately 26 feet of sidewalk, placement of
HOPE liners in the existing pipes and grouting them in place, filling all voids and creating an
effective, watertight seal. See Part III, Drawings, for additional requirements to complete the
work. The following listed items are the major portion of the required tasks:
Mobilization
Protect, Restore & Cleanup
Provide temporary water pollution & erosion control
Provide temporary traffic control & f1aggers
Remove exist. 24" Tideflex valve from 18" DIP
Clean existing 18" DIP pipeline
Clean existing 24" cone. pipeline
Saw Cut & Remove 90 s.f. of exist. cone. sidewalk
Remove 10 c.y. of exist. rock rip-rap & store on site
Trench excavation including trench safety system (approx. 43 c.y.)
Remove Exist. 12" Cone. Pipe
Remove Exist. Manhole Channel
Install approximately 441.f. of 14" HOPE liner pipe in 18" DIP pipe
Install approximately 40 I.f. of 22" HOPE "Snap-Loc" or equal liner pipe in 24" Cone. pipe
Grout Liners in Place
Test storm sewer pipe
Restore cone. manhole channel
Place approx. 50 c.y. of controlled density fill in trench
Replace PCC sidewalk
Replace Light Rock Rip-Rap in Loose Condition w/on Site Stored Material
Remove & Replace Fence
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 1
All work to complete the installation, including the furnishing of all plant, labor, tools, equipment,
transportation, and material needed in the repair is included in the bid.
If construction discloses structural problems with the pipe or other conditions beyond the
allowable limit for simple construction, a negotiated time and materials change order may be
initiated to allow the Contractor to correct the problem.
All other work shall meet the requirements of the Standard Specifications for Road, Bridge, and
Municipal Construction prepared by the Washington State Department of Transportation, as well
as the Specifications in Part II of this Project Manual.
The engineer's estimate for this project is $50,000 - $55,000.
ADDITIONAL REQUIREMENTS
1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the
Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362. Questions may be directed to Michael
Szatlocky, PE, Project Engineer, at 360-417-4808.
2. Bids shall be submitted no later than 2 PM. October 21. 2005.
Each bid shall be submitted on the required bid form contained in Part I of the Project
Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the
Bid Form must be fully completed and executed when submitted. Only one copy of the
Bid Form is required. Each bid shall be accompanied by a bid deposit in the form of a
cashier's check, postal money order, or surety bond made out 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.
3. Bids will be opened at 2:00 PM, October 21, 2005 in the Public Works Conference Room
in the downstairs of City Hall. Unofficial bid tabulations will be posted on the City
website at www.citvofpa.us by 5:00 PM, October 21, 2005.
4. The most recently issued Washington State Prevailing Wage Rates for Clallam County,
a copy of which is attached to this Project Manual, shall apply to this Contract.
5. The Owner may waive any informalities or minor defects or reject any and all bids. Any
bid may be withdrawn prior to the scheduled time for the opening of bids or authorized
postponement thereof. Any bid received after the time and date specified shall not be
considered. No bidder will be permitted to withdraw its bid between the closing time for
receipt of bids and execution of the Contract, unless the award is delayed for a period
exceeding sixty(60) calendar days. A conditional or qualified bid will not be accepted.
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
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 2
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 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.
6. 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 attached
form provided by the Owner, specify the name, contact phone, and address of the
surety, and shall include a power of attorney appointing the signatory of the bond(s) as
the person authorized to execute it (them).
The notice of award will be accompanied by the necessary Contract and bond forms. In
case of failure of the bidder to execute the Contract, the Owner may, at its option,
consider the bidder in default, in which case the bid deposit accompanying the bid shall
become the property of the Owner.
7. The Owner, within ten (10) calendar days of receipt of the acceptable bid, 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 party to whom the Contract is awarded will be required to
execute the Contract and obtain the Performance and Payment Bond within ten (10)
calendar days from the date the notice of award is delivered to the bidder. Such bond(s)
shall be on the form provided by the Owner, specify the name, contact phone, and
address of the surety, and shall include a power of attorney appointing the signatory of
the bond(s) as the person authorized to execute it (them).
8. 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.
9. The performance period for this work is 40 working days. Contractor shall mobilize and
commence work within 10 days of receipt of the notice to proceed.
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 3
Oct 21 05 10:40a
GRECOR Construction
360 4381932
p. 1
BID FORM
Page 1 of2
City of Port Angeles
Department of Public Works
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
The undersigned, hereinafter called the bidder, declares mat me omy p~l::'UJ1\.~} LU....."'''''''''"... ~~~ ~.- --
those named herein; that the bid is in all respects fair and without fraud; and that it is made without any
connection or collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plan, specifications, and contract
docwnents, 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
infonnation 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
aniving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF
PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of t.l1e surety who will
provide the performance bond is:
ST. ?..tv I /A-ttveb-<-5
Surety
:?6J'u B~k.. "I' ~/;<" /uJrt,
S~c;,~ ad~gs ~ ?;t:.A+I-l..(. 58/0 \
2C G - 3 e b - .5 "') )'D
Surety Contact and Phone Number M,,-A-k:.
Laurel St. and Oak S1. B..a.1J Sa III
CSO Outfall Repairs
"-
;:}NDi. AZJ J / /3US), Co"D4.r~ SLoTT
gent
f 0130)<. 30/8 &ofhe./I, wq. 980 if/
Agent Address
....
ANdy Pl2./i / ~ t.f2S- lf89-<fSDD
Agent Contact and Phone Number
Part I - 4
Jct 21 05 10:40a
GRECOR Construction
360 4381932
f'.2
BID FORM
Page 2 of2
Item
No. Description of Item Quantity Units Amount
1 Oak Street CSO Repair 1 Lump Sum $ ~ B. ~'79. DC
2 Laurel Street CSO Repair 1 Lump Sum $ '2-Z. ()bD . "0
Sales Tax (8.3%)
$ 50) 'i7~. 00
$ '1. 2 31, 2-h
$ S 5. ")../D.2"
Bid Subtotal
Total Bid
ADDENDAACKNO~~EDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). /11//1- to this Project
Manual. The name of the bidder submitting this bid and its business phone number and address, to which
address an communications concerned with this bid and with the Contract shan be sent, are listed below.
Bidder'sfirmname 0Rf..[DR... (oNSrQUC-T/~^I
Complete address if 3 ? [) ul- ~k.IG.O w R d 56 Su ,'k .;t:!-1 01 y UK{. 9'8S13
(Street address) (Slate)' (Zip)
Telephone No. 36-0 -- '-I g 8'-17 I 7
Signedby ~~ Title t)tpA/-2-L
Printed Name: Gte E.,/ LlrA/bernO
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.
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 5
Oct 21 05 10:40a
GRECOR Construction
360 4381932
10.3
BID BOND FORM
Herewith find deposit in the form of a cashier's check, postal money order or Bid Bond in
the amount of $ '2.770. oU which amount is not less than five {5%) percent of
lhetotalbid. ~
SIGN HERE
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, as Principal and as Surety,
are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum
of Dollars, for the payment of which the Principal and the Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,
by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal
for.
Laurel Sf. and Oak Sf. CSO Outfall Repairs
05-24
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 tenns of said bid and award and
shall give bond for the faithful performance thereof, with Surety or Sureties approved by the
Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the
penal amount of the deposit specified in the advertisement for bids, then this obligation shall be
null and void; otherwise it shall be and remain in full force and effect and the Surety shall
forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this
bond.
SIGNED, SEALED AND DATED THIS _ day of
,20_.
Principal
Surety
Agent
Agent Address
Surety address
Laurel S1. and Oak St.
CSO Outfall Repairs
Part I - 6
,: ,~J '" ':' ..,;,.... ,~
'. i{EY' BANK OF. WASHINGTON'
. '1633 .E: 1ST. aT . :'
PORT ANGELES. . WA 98362
PAY
TO THE
ORDER OF
"
'>.;'oFFlce ~
~ I ': ." ~ >
"
CITY OF PORT ANGELES
$
******2.710.00
***Two Thousand Seven Hundred Seventy and 00/100***
Dm~
AUT 0 IZE~.~NATUR ~
DOLLARS ~
MEMO GREGOR CONSTRUCTION PROJECT 05 - 24
fssu~d by Integrated Payment Systems loc" Englewood, Colorado
Wells Fargo l3arJl< Ltd , lvs Arigel~i1h1ornia
1110 0 0 . 5 ~ III I:. 2 2 0 ~ ? . ? . I: b 8 000 g 5 2 ~ ~ 5 b ? 0 III
_.:I:a'I":U":t.=-"]W.:'''Ut~itt:{'IIIi'IJ'''':I::r:'..]:a.:1~'I'IIiIh'II::i~I.It:"'i'[ct:t.......It'J.'l:.ct:""]I"'."'.'UI'.:h'j['I'II:1....::I:{.h'I..,.':t~~::i:...li'I:$.......'.:I.II:.I.l=-.'i'I..:ltJ.,n'1.....:I:II.[ct:II:t.........Jill:lllil..:I:IIL'IIl.]ll..
,I
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this /5tA.. day of '-!'tr,J). 2005, by and
between the City of Port Angeles, a non-charter code city of the ~ Washington,
hereinafter referred to as "the City", and Grecor Construction, 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. ScoDe of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order
to accomplish the following project:
LAUREL ST. AND OAK ST
CSO OUTFALL REPAIRS
PROJECT 05-24
In accordance with and as described in this Contract and the Project Manual, which include the
attached plans and scope of work, and shall perform any alterations in or additions to the work
provided under this Contract and every part thereof. The Contractor shall provide and bear the
expense of all equipment, work, and labor of any sort whatsoever that may be required for the
transfer of materials and for constructing and completing the work provided for in this Contract,
except as may otherwise be provided in the Project Manual.
2. Time for Performance and Liquidated Damaqes.
a. Time is of the essence in the performance of this Contract and in adhering to the
time frames specified herein. The Contractor shall commence work within 10
days of receipt of the notice to proceed, unless a different time frame is expressly
provided in writing by the City. Project is to be completed within 60 calendar
days of receipt of notice to proceed.
b. If said work is not completed within the time for physical completion, the
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 8
Contractor may be required at the City's sole discretion to pay to the City
liquidated damages of two hundred dollars ($200.00) for each and every day said
work remains uncompleted after the expiration of the specified time.
3. Compensation and Method of Pavment.
a. The City shall pay the Contractor for work performed under this Contract as
detailed in the bid, at the completion of work and submission of a detailed
invoice.
b. Payments for any alterations in or additions to the work provided under this
Contract shall be on a negotiated time and materials basis.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an
employee, agent, servant, or representative of the City, and the employees of the Contractor are
not entitled to any of the benefits the City provides for its employees. The Contractor shall be
solely and entirely responsible for its acts and the acts of its agents, employees, servants,
subcontractors, or representatives during the performance of this Contract. The Contractor
shall assume full responsibility for payment of all wages and salaries and all federal, state, and
local taxes or contributions imposed or required, including, but not limited to, unemployment
insurance, workers compensation insurance, social security, and income tax withholding.
5. Prevailina Waae Reauirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with
the State prevailing wage requirements. The Washington State Prevailing Wage Rates For
Public Works Contracts, Clallam County, incorporated in this Contract have been established by
the Department of Labor & Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply
with the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
a. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or lawsuits, including attorney fees, arising out of or in
connection with the performance of this Contract, except for injuries and
damages caused by the sole negligence of the City. It is further provided that no
liability shall attach to the City by reason of entering into this Contract, except as
expressly provided herein.
Laurel 51. and Oak 51.
C50 Outfall Repairs
Part I - 9
b. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4 24.115, then, in the event of liability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
7. Insurance.
The Contractor shall procure and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall
constitute a material breach of contract upon which the City may, after giving five working days
notice to the Contractor to correct the breach, immediately terminate the Contract or at its
discretion, procure or renew such insurance and pay any and all premiums in connection therewith,
with any sums so expended to be repaid to the City on demand, or at the sole discretion of the
City, off set against funds due the Contractor from the City.
a. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
i. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
ii. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
stop gap liability, independent contractors, products-completed operations,
personal injury and advertising injury, and liability assumed under an insured
Contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85.
There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion, collapse or underground
property damage. The City shall be named as an insured under the
Contractor's Commercial General Liability insurance policy with respect to
the work performed for the City using ISO Additional Insured endorsement
CG 20 10 10 01 and Additional Insured-Completed Operations endorsement
CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
Hi. Workers' Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
b. Minimum Amounts of Insurance
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 10
The Contractor shall maintain the following insurance limits:
i. Automobile Liabilitv insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
ii. Commercial General Liabilitv insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate and a
$2,000,000 products-completed operations aggregate limit.
c. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
i. The Contractor's insurance coverage shall be primary insurance as respect
to the City. Any Insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
ii. The Contractor'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 insurers with a current A.M. Best rating of not less than A:VII.
e. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the insurance requirements of the Contractor before commencement of the
work.
8. Compliance with Laws.
a. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
b. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
c. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non-discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era
veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in
particular:
Laurel St. and Oak St.
CSO Outfall Repairs
Partl-ll
a. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above-stated minorities.
b. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring
the service of all patrons and customers without discrimination with respect to the
above-stated minority status.
10. Assianment.
a. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City, nor shall the Contractor subcontract any part of the services to be performed
hereunder without first obtaining the consent of the City.
b. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
commencing after the date of the bid or other event establishing the price of this
Contract. In addition, the Contractor warrants and represents that each of its
suppliers and subcontractors shall assign any and all such claims for overcharges to
the City in accordance with the terms of this provision. The Contractor further
agrees to give the City immediate notice of the existence of any such claim.
11. Contract Administration.
This Contract shall be administered by Gt( ey Lrt/l/6 gn.{.. 0 on behalf of the
Contractor and by Michael Szatlocky, PE, Project Manager, on behalf of the City. Any written
notices required by the terms of this Contract shall be served or mailed to the following addresses:
Contractor: "Citv:
(), R.J~ LO~ Colli s r/VV e-rU) AJ
Lf3'J J)~f~t'Z-,z,c1A/ IGi> 56 Sv<":k 7
01.." WH-, 9fJSJ3
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 first set forth above.
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 12
'-
CONTRACTOR:
G 12..Eco ~ Co 1\1.5 jJ'?J-}L77 O'L r
Name of Contractor
BY:~~
CITY OF PORT ANGELES:
Title: 0 tv I'l/ E/(.,
By:
/~ (\~~ ~
Mayor DePU.TY
Apprj,ved as \0 Form: J/. ___
V~~~
City Attorney
Attest:
.1)0 fty~ j )<<nA
City CI 7
Laurel S1. and Oak S1.
CSO Outfall Repairs
Part I - 13
- . .
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
Bond # 104621978
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, ~Lo IC CoA..l.s~as Principal, andTravelers Casualty
and Surety Company of America a corporation, organized and existing under the
laws of the State of Washington, as a surety corporation, and qualified under the laws of the State
of Washington to become surety upon bonds of contractors with municipal corporations as surety,
ar~)ointly an~ sevFiqJlY_h~!p ~nQJirml~RJ>~H?o t9IL~~fj~ of Port Angele~ in the penal sum of $
..:>~ 2-10. 2~ -tHo an~ 26{~tlCl forlKe payment of which sum on demand we
bind ourselves and our successors, heirs, administrators or personal representatives, as the case
may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the
ordinances of the City of Port Angeles.
Dated at OI'tIYlP;,<t ,Washington,this g-udayof It/tJ~,20~.
The conditions of the above obligation are such that:
WHEREAS, the CUy of Port Angeles has let or is about to let to the said G ~ cO ~
L-DN5T/WC-Ttt> -v' the above bounded Principal, a certain contract, the
said contract providing for the Laurel & Oak Street CSO Outfall Repairs (which contract is referred
to herein and is made a part hereof as though attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time set forth; now,
therefore,
...
If the said Principal, (;f(eW/C {oAfSr/L-Vc..rIOA/ ,shall faithfully
perform all of the provisions of said contract in the manner and within the time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all laborers,
mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or
subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify
and hold the City of Port Angeles harmless from any damage or expense by reason of failure of
performance as specified in said contract or from defects appearing or developing in the material
or workmanship provided or performed under said contract within a period of one year after its
acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void;
but otherwise, it shall be and remain in full force and effect.
Signed this 8th day of November
,2005.
Travelers Casualty and Surety
Company of America
Surety
BV 'L, ic fRr1Ol--.-
1 1 um, At orneY-ln-Fact
(JMwl'L ~ &r/fA.I-Cr r D"L J
pri~
By .
.r'
{)WAI-bt,
Title
Attorney.~in-Fact
Title
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 14
P.O. Box 3018, Bothell, WA 98041-3018
Surety Address
Andy Prill 425-489-4500
Surety Contact and Phone Number
Laurel 81. and Oak 81.
C80 Outfall Repairs
P.O. Box 3018, Bothell, WA 98041-3018
Agent Address
Andy Prill 425-489-4500
Agent Contact and Phone Number
Part I - 15
.STPAUL
TRAVELERS
IMPORTANT DISCLOSURE NOTICE OF TERRORISM
INSURANCE COVERAGE
On Nov. 26, 2002, President Bush signed into law the Terrorism
Risk I nsurance Act of 2002 (the "Act"). The Act establishes a
short-term program under which the federal government will share
in the payment of covered losses caused by certain acts of
international terrorism. We are providing you with this notice to
inform you of the key features of tbe Act, and to let you know what
effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for
certain losses caused by international acts of terrorism as defined
in the Act. The Act further provides that the federal government
will pay a share of such losses. Specifically, the federal
government will pay 90 percent of the amount of covered losses
caused by certain acts of terrorism, which is in excess of an
insurer's statutorily established deductible for that year. The Act
also caps the amount of terrorism-related losses for which the
federal government or an insurer can be responsible at
$100 billion, provided that the insurer has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or
bond being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and imbedded in your overall
premium, and is no more than one percent of your premium.
ILT-lOI8 (9/04)
.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASU-A..LTY Al',m SUF..ETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations dilly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Darlene Jakielski, Julie M. Glover, M.J. Cotton, Nancy J. Osborne, S.M. Scott, Steven
K Bush, Michael A. Murphy, Jim W. Doyle, Lawrence J. Newton, Andy D. Prill, Jim S. Kuich, John C. Beeson, Viki Baum,
of Bothell, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute
and acknowledge, at any place within the United States, the following instrument(s): by hislher sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the dilly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any VIce Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certIficate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or condItIonal undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescnbed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SPRETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED. That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsinrile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valId and bmding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile sew shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(02-05) Unlimited
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President and their corporate seals to be hereto affixed this 25th day of April, 2005.
STATE OF CONNECTICUT
}SS. Hartford
COUNTY OF HARTFORD
TRAVELERS CASUALTY AND SURETY COMPANY OF Al'vIERlCA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
/~~~- --
By
George W. Thompson
Senior Vice President
On this 25th day of April, 2005 before me personally came GEORGE W. THOMPSON to me known, who, being by me dilly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
'<<\~
~~
My commission expires June 30, 2006 Notary Public
Marie C. Tetreault
CERTIFICATE
I, the undersigned, Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut Dated this 8 t h
November , 2005.
day of
. A\\~\\\1l1d\,lII/lIRRJ
..<<;, ~\lll SUij.,Jo
1:$'/'...... c
0$1_
i J i HAI'\Ti'ORO.
~~;:.... COON...
~ .........
" .. "'~'/I!
Itnlll,,"a.1\\'\~\'\:
~~~
---
By
Nicholas Seminara
Senior Vice President
.
\
~
ESCROW AGREEMENT for RETAINED PERCENTAGE
Laurel 51. and Oak St.
eso Outfall Repairs
Escrow No.:
City of Port Angeles Contract No. 05-24
Completion Date:
TO:
No
N-Jledd?
.-I
~:5ClZ-o eN
A- 6/2.fe~;l..q-
Au-~
THIS ESCROW AGREEMENT is for the investment of the retained percentage of the above contract, in
accordance with chapter 60.28 of the Revised Code of Washington. It is limited to FDIC insured
Washington State Chartered Banks who are covered by the State of Washington Public Deposit
Protection Act.
The undersigned, , (as "Contractor"), has directed the CITY OF PORT
ANGELES (as "City"), to deliver to you its warrants which shall be payable to you and/or the contractor.
The warrants are to be held and disposed of by you in accordance with the following instruction:
INSTRUCTIONS
1. Upon delivery the warrants shall be endorsed by you and forwarded to the City for collection. You
shall use the monies to purchase investments selected by the Contractor and approved by the City.
You may follow the last written direction received by you from the Contractor, for each purchase,
provided the direction otherwise conforms with this agreement. Acceptable investments are:
A. Bills, certificates, notes or bonds of the United States;
B. Other obligations of the United States or its agencies;
C. Obligations of any corporation wholly owned by the Government of the United States;
D. Indebtedness of the Federal National Mortgage Association;
E. Time deposits in commercial banks;
F.Other investments, except stocks, selected by the Contractor, subject to express prior written
consent of the City.
2. The investments shall be in a form which allows you alone to reconvert them into money if you are
required to do so by the City.
3. The investments must mature on or prior to the date set for the completion of the contract,
including extension there of or thirty (30) days following the final acceptance of the work.
4. When interest on the investments accrues and is paid, you shall collect the interest and forward it
to the Contractor unless otherwise directed by the Contractor.
5. You are not authorized to deliver to the Contractor all or any part of the investments held by you
pursuant to this agreement (or any monies derived from the sale of such investments, or the
negotiation of the City's warrants) except in accordance with the written instructions from the City.
Compliance with such instructions shall relieve you of any further liability related thereto.
6. In the event the City orders you, in writing, to reconvert the investments and return all monies, you
shall do so within thirty (30) days of receipt of the order.
7. The Contractor agrees to compensate you for your services in accordance with your current
published schedule of applicable escrow fees. Payment of all fees shall be the sole responsibility of
the Contractor and shall not be deducted from any monies placed with you pursuant to this
agreement until and unless the City directs the release to the Contractor of the investments and
monies held hereunder, whereupon you shall be entitled to reimburse yourself from such monies for
the entire amount of your fee.
8. This agreement shall not be binding until signed by both parties and accepted by you.
Laurel S1. and Oak St.
CSO Outfall Repairs
Part I - 16
"
9. This document contains the entire agreement between you, the Contractor, and the City, with
respect to this Escrow, and you are not a party to, nor bound by any instrument or agreement other
than this. You shall not be required to take notice of any default or any other matter, nor be bound by
nor required to give notice or demand, nor required to take any action whatever except as herein
expressly provided. You shall not be liable for any loss or damage not caused by your own
negligence or willful misconduct.
CONTRACTOR
Federal Tax I.D. No.
By:
Title:
Address:
DATE:
CITY OF PORT ANGELES
By:
Title:
DATE:
THE ABOVE ESCROW AGREEMENT RECEIVED AND ACCEPTED on the _ day of
20_
BANK
By:
Title:
Address:
Phone:
DISTRIBUTION:
City Clerk
Financial Institution
Contractor
File Copy
Laurel St. and Oak St.
CSO Outfall Repairs
Part I - 17
ACORD,. CERTIFICATE OF LIABILITY INSURANCE CSR CD I DATE (MM/DDIYYYY)
GRECO-1 11/08/05
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Bush, Cotton & Scott LLC HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P. O. Box 3018 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Bothell WA 98041-3018
Phone: 425-489-4500 Fax:425-489-4501 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A Ohio Casualty Insurance Co.
INSURER B
GRECOR Construction INSURER C
439 Dutterow Rd. SE #9 INSURER D
Olympia WA 98513
INSURER E
COVERAGES
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
'LTR ~SR[ TYPE OF INSURANCE POLICY NUMBER P_l!.L!~(nEFFEglxE P~k~CEY(~~~~J..~N LIMITS
DATE MM/DDNY
GENERAL LIABILITY EACH OCCURRENCE $ 1000000
- PRE'MISES (E;~~~~~nce)
A X COMMERCIAL GENERAL LIABILITY BH0533691l0 06/24/05 06/24/06 $ 100000
I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 5000
PERSONAL & ADV INJURY $ 1000000
X STOP GAP LIAB GENERAL AGGREGATE $2000000
-
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2000000
I /xl PRO- nLOC
POLICY X JECT
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000
-
A X ANY AUTO BA0533691l0 06/24/05 06/24/06 (Ea aCCIdent)
-
ALL OWNED AUTOS BODILY INJURY
- $
SCHEDULED AUTOS (Per person)
-
HIRED AUTOS BODILY INJURY
- $
NON-OWNED AUTOS (Per aCCIdent)
-
- PROPERTY DAMAGE $
(Per aCCident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
=1 ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $
~ OCCUR D CLAIMS MADE AGGREGATE $
$
~ DEDUCTIBLE $
RETENTION $ $
WORKERS COMPENSATION AND I TORY L1Mlni I IUJ~-
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $
~~~(;I~'i'.s~W'5v~~~c'5~s below E L DISEASE - POLICY LIMIT $
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
IT IS AGREED THAT THE CITYI OF PORT ANGELES IS INCLUDED AS ADDITIONAL
INSURED AS REQUIRED BY WRITTEN CONTRACT PER ATTACHED MASTER PAK ENDORSEMENT.
RE: LAUREL STREET AND OAK STREET CSO OUTFALL REPAIRS, PROJECT 05-24.
CERTIFICATE HOLDER
CANCELLATION
City of Port Angeles
P.O. Box 1150
Port Angeles WA 98362-0217
CIPORTA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 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 OBLIGATION OR liABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES
AU E R TIVE
@ACORD CORPORATION 1988
ACORD 25 (2001/08)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL GENERAL LIABILITY
CG84181203
GENERAL LIABILITY
MASTER PAl( PLUS..
FOR CONSTRUCTION
ThIs endorsement modtfleslnsurllnce proYJded under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
INDEX
SUBJECT
BLANKET ADDITIONAL INSURED (OWNERS. LESSEES. CONTRACTORS OR LESSORS)
FIRE. LIGHTNING. EXPLOSION AND SPRINKLER lEAKAGE DAMAGE TO PREMISES YOU RENT
NON-OWN ED WATERCRAFT
SUPPLEMENTARY PAYMENTS (BAil BONDS)
PERSONAL AND ADVERTISING INJURY. ELECTRONIC PUBLICATION EXTENSION
AGGREGATE LIMITS (PER LOCATION)
AGGREGATE LIMITS (PER PROJECT)
VOLllNTARY PROPERTY DAMAGE COVERAGE
OFF PREMISES CARE. CUSTODY OR CONTROL COVERAGE
NEWLY FORMED OR ACOUIRED ORGANIZATIONS
DunES IN THE EVENT OF OCCURRENCE. OFFENSE. CLAIM OR SUIT
BODILY INJURY (MENTAL ANGUISH)
WAIVER OFTRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
MEDICAL PAYMENTS
BROAD NAMED INSURED
BROADENED MOBILE EaUIPMENT
INCIDENTAL MALPRACTICE LIABILITY
NON-OWNED AIRCRAFT
PROPERTY DAMAGE. ELEVATORS
lnclude3 COPYrighted material af ISO PropertIes. Inc. WIth Its permission
CG B4 16 12 03 ~ ISO PropertIes, loe. 2003
PAGE
=
~
~
~
.
~=
'~
=
I~
'~
;:
;;;;;;;;;
4
4
Pege' of 9
1. BLANKET ADDITIONAL INSURED (Owners, lessees. Contractors or lessors)
(Includes iI Primary/Non-Contributory prOVISIon)
Who 15 An Insured Section illS amended to Include as an Insured any person or organization whom you are
requIred to nama as iHl additional Insured on this polley In a wrrtten contract or written agreement The
written contract or written agreement must be currently in effect or becoming effective during the term of
this parley and executed prIor to the "bodily Inlury," "property damage" or "personal and advertiSIng
Injury."
The Insurance provIded the additional Insured IS limited as follows'
A.. The person or orgamzatlon Is only in additlonallnsured With respect to lIabilIty
1. Arising out of real propeny, as described In a written contract or wrltten agreement, that you own,
rent,lesse, or occupy, or
2. Caused In whole or In part by your ongoing operations performed for that Insured
The Insurance prOVIded the additional Insured In l.A 2 above does not apply 10
a. Coverage A - BDdily Injury and Property Damage liability, Coverage B - Personal and Ad~
vertlsJng Injury Uabdlty or defense coverage under the Supplementary Payments ariSing out
of an architect's, engmeer's or surveyor's rendenng at or failure to render any profeSSional
services InCluding.
{1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opln.
Ions, repor1s, surveys, field orders, change orders or drawings and specifications, and
(2) Supervisory, Inspection, architectural or engineering actiVIties
"Bodily lnfury" or "property damage" oc:curnng after.
(1} All work. Including materials. parts or equipment furnIshed In connectIon with such work.
on the project (other than service, maintenance or repaIrs) were performed by or on
behalf of the additional Insured(s) at the sIte where the covered operations have been
completed, or
{2) That portion of "your work" out of which the injury or damage arises has been put to Its
Intended usa by any person or organization other than another contractor or subcontrac.
tor engaged In performing operatIons for a prlnclpel as part of the same project
B The hmlts of insurance applicable to the addltfonaJ Insured are those specified In a written contract or
wrllten agreement or the limIts of Insurance as stated In the Declarations of this policy and defIned In
Section III ~ limits Of Insurance ofthts policy, whichever are lesS' These limns are InclUSive of al1d not
In addItion to the ltmlls of Insuranc" available under this policy.
C. The Insurance provided the addItional Insured does nol apply to the lIability resulting from the sole
negUgence of the: additional Insured.
Includes copyrighted malenal of ISO Propertles, loc. with Its permiSSion
CG 84161203 CI ISO Properties, fnc, 2003
Page 2 of 9
o As respects the coverage provided to the additional Insured under this endorsement, Section IV.
Conditions Is amended as follows
The following IS added to Condition 2. Duties In The Event Of Occurrence. Offense, Claim, or SUit:
An additional Insured under this endorsement wlJl as soon as practicable'
Give written notice of an "occurrence" or an offense. that may result In a claim or "SUlt'
under this Insurance to us,
b Tender the defense and Indemnity of any claim or "SUIt" to all Insurers whom also have
Insurance available to the addltlonallnsured; and
~
~
""""'"
""'-=
~
I """'"
1==
==
==
==
~
~
~
~
Agree to male avallBble any other Insurance which the addlllonallnsured has for a loss
we cover underthls Coverage Part.
The following IS added to Condition 3 Legal Action Against Us
We have no duty to defend or indemnify an additional Insured under this endorsement until we
receive wrItten notice of a claIm or "suit" from the additional Insured
The following IS added to Paragraph 8.. Primary Insurance af Condition 4. Other Insurance'
If the additIonal insured's policy hes an Other Insurance provision making Its policy excess, and a
Named Insured has agreed In a written contract or wntten agreement to provide the additional
Insured co...eraga on a primary and nonconlnb\Jtory basis, thiS policy shall be primary and we Will
not seek contrIbution from the addltlonallnsured's polley for damages we cover
4. The fallOWing Is added to Paragraph b . Excess Insurance of Condition 4. Other Insurance:
Except as provided In Paragraph 4 a. Primary Insurance: as amended above, any coverage provided {
hereunder shall be excess over any other valid and collectible Insurance available to the additIonal
Insured whether pnmary, excess, contingent or on any other baSIS. In the event an additIonal
lnsured has other co...erage available for an "occurrence" by virtue of also being an addlUanal
Insured on olher policIes, thiS Insurance is excess over those other policies
2. FIRE. UGHTNING. EXPLOSION AND SPRINI{lER lEAKAGE DAMAGE TO PREMISES YOU RENT
If Damage To Premises Rented To You under Coverage A Is not othefVv'lse excluded 1rom thIS polley. the
follOWing applies.
A The last paragraph of 2. ExclUSions 0' Section 1- Coverage A is replaced by the following.
If Damage To Premises Rented To You IS not otherwise exduded, ExclUSIOns c through n do not
apply to damage by fire, lightning, "cxploslon" or sprinkler leakage to premises whIle rented to
you or tempora;I)\, occupied by you With permission of the DWrler A separate limIt of Insurance
applies to thiS coverage as deSCribed In Section III. limits Of Insurance.
Includes cOPYrlghled material of ISO Properties. Inc. With Its permiSSIon
CG 84 161203 (ll ISO PropertIes, Inc. 2003
PageJalg
B. Paragraph 6 01 Section III. LImits Of InSurBnclt IS replaced by the following;
6. Subject to 5 above, the higher of $300,000 or the Damage To Premises Rented To You Limit
shown In the Summary of limits and Charges section of this polley IS the most we Will pay
under Coverage A for damages because of "property damage" to premises rented to you or
temporarily occupied by you with the permiSSion 01 the owner BrlSlng aut of anyone flre,
lightning, "explOSion" or sprinkler leakage Incident.
C, Paragraph b (1}(b) of Condition. 4 Other Insurance (Section IV ~ ConditIOns) Is replaced by the
following'
(1) That IS Fire, lIghtnrng, ExplOSion or Spnnkler Leakage Insurance for premIses rented to you or
remporsrJly occupl~d by you With the permission of the owner,
o Paragra ph 9 B. of the definition at "Insured contract" in Section V- Definitions Is replaced by the
following.
9. "Insured contract" means
A contra!:t for the lease of premIses However, that portIon of the contract for a lease of
premises that Indemnifies any person or organization tor damages by fire, IIghlnlng,
"exploslonu or sprinkler leakage to premises while rented to you or temporarily occupIed
by you WIth the permIssion of the owner IS not an "lnsured contract",
E. The follOWing deflnltJon IS added to Section V. Definitions;
"Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting
forth of material end eVidence of the scattenng of debris to IDeations further than would have
resulted by gra"'lty alone.
"Explosion" does not Include any of the follOWing.
1. ArtIficIally generated electrical currenllncludmg electrical arCing that dIsturbs electrIcal
devices, appliances or wires;
2. Aupture or bursllng of water pIpes,
ExplOSIon of steam boilers, steam pIpes, steam engines or steam turbines owned or
leased by you, or operated under your control. or
Rupture or bursting caused by centrifugal force
NON.OWNED WATERCRAFT
Subparagraph Q (2) of Paragraph 2.. Exclusions of Section I. Coverage A is replaced by the following
(2) A w,tert:reft you do not own that I.:
(el less than 51 teet long; and
(b) Not being used to carry persons or property for a charge,
4 SUPPLEMENTARY PAYMENTS
In the Supplementary Payments. Coverages A and B provision.
The limit for the cost of ball bonds In Paragraph l.b. is changed from $250 to S 1000
Includes copYrighted materIal of ISO Properties .lnc ,with Its permISSion
CG 84 16 12 03 e ISO Propcrtle~. Ine. 2003
Page4of9
PERSONAL AND ADVERTISING INJURV. ELECTRONIC PUBLICATION EXTENSION
Paragraphs 14.b . d. and e of Se.c:tion V. DefinitIons are replaced by the followIng.
b. MaflClous prosecution or abuse 01 process;
d. Oral. written. televised, vIdeotaped or electronic publication at material that slanders or lIbels a
person or organization or disparages a person's or organization's goods, products or services,
Orar. written, televIsed, videotaped or electronic publication at material that violates a person's
right of privacy;
~
~
~
~
=
I~
~
!!
f~
I~
1~9.
~
==
~
~
~
The followIng Is added to Paragraph 14 "Personal and Advertising Injury" of Section V. Definitions.
DiscriminatIon or humiliation that results In Injury to the feelings or reputation of a natural person,
but only If such dlscnmlnatlon or humiliatIon Is.
(1) Not done Intentlonalty by or at the direction of
(a) An Insured, Of
(b) Any "e:>:ecutlVe offlcer'l director, stockholder, panner or member of the Insured: and
(2) Not directly or Indirectly related to the employment, prospectIVe employment or terminatIon
of employment of any person or persons by any Insured
Subparagraphs b. and c. of 2., Exclusions of SectIon I - Coverage B - ?ersona( And Advert/sing 'nJury
Liability are replaced by the follOWing.
b. Material Published With Knowledge Of FalSIty
'"Personal and advertising mJury" arising out of oral, written, televised, videotaped or electronic (
publication of materlal,lf done by or at the direction of the Insured with knowledge ot Its falSIty,
c Material Published Prior To Polley Period
"Personal and advertising Injury" anslng out of oral, written, televised, vIdeotaped or e.lectronic
publ1catlon of material whose first publicatIon took. place before the beginning of the policy pe.
f1od,
AGGREGATE LIMITS OF INSURANCE /PER LOCATION)
The General Aggregate limIt under Section 111 limits Of Insurance applies separately to each of your
"locatIons" awned by or renled to you or temporarily occupied by you wllh the permisSion of the owner
"location" means prem~ses involVing the same Of connecting Jots, or premises whose connection IS
Interrupted only by a street, roadway, waterway or rlght-ot-way of a railroad
7. AGGREGATE LIMITS OF INSURANCE {PER PROJECl1
The General Aggregate limit under Section III Limits Of Insurance applIes separately to each of your
projects away from premises owned by or rented to you.
Includes copynghted malerlal of ISO Properties, 1m:, With Its permiSSion
cn B4 16 1203 e ISO Properties, loe, 2003
Page 5 of 9
8. VOLUNTARY PROPERTY DAMAGE COVERAGE
At your request, we will pay for "loss. to property of others caused by your business operatIons The most
we will pay for this coverage Is $500 each "occurrencB." The "loss" must occur durlng the policy period
The "occurrence" must tak.e place In the '.coverage territory"
"Loss" means unintended damage Dr destructIon '"loss" does not mean dIsappearance, abstract/on
Orlheft
This coverage does not apply to
1, Damage arisIng our of the use of any "auto".
2 Property you own, occupy, rent or lease from others, or
3. Property on your premises for sale, service, repair or storage
None of the other policy exe/uslons apply to this coverage
If the policy to which this endorsement 15 attached is written WIth a property damage liabilIty deductlble,
the deductible shall apply to Voluntary Property Damage The limit oi coverage slated above shall not be
reduced by the amount of thiS deductible
OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE
A. We will pay those sums that you become legally obligated to pay as damages because of "property
damage" to personal property of others while In your or your "employees" ca re, custody or contra I or
real property 01 others over which you or your "employees" are e:r:erclslng physical control ii the
"property damage" anses out of your busIness operatIons ThIS Coverage Is subject to secllons B.. C..
D. and E. below
B. Exclusions
This Insurance shall not apply to
1. "Property damage" of propertY at premises owned, rented,leased, operaled or used by you,
2. "Property damage" at property whlleln transit,
3. The cost 01 repairing or replaCing
(a) Any of your work defectively or Incorrectly done by you or by others on your behalf, or
(b) Any product manufactured, sold or supplfed by you. unless the" property damage" Is caused
dIrectly by you after delivery 01 the product or completion of tile work and resultIng from a
subsequent undertaking, or
4. IIProperty damage" of property caused by or ads{ng out o( the "Products-completed t>peral!ons
hazard"
C. limits Of Insurance. The most we will pay for "property damage" under thiS Section 9 Is $25,000 for
each "occurrence", The mosl we Will pay for the sum of all damages covered under this SectIon 9
because of "property damage" is an annual aggregate limit of $25.000.
The Limits of Insurance provided under this Section 9 are InclUSIve at and not In addition (0 any other
limits provided In the policy or endorsements attached to It.
D. Deductible - We will not pay for "property damage" In anyone "occurrence" until the amount of
"property damage." exceeds $250 If the policy to which thIS endorsement Is attached contains a
"property damage" deductIble, that deductible shall apply If It IS greater than $250
E In the eV9nt 01 "propeny damage" covered bV lhls endorsemenl. you shall, if requested by us, replace
the property or furnIsh the labor and materials necessary for repairs thereto at your actual cost,
excluding profit or overhead charges
Includes copYrighted malerlal of JSO PropertIes. loc . With Its permISSion.
CG 841612 OJ II ISO PropertIes, Inc. 2003
Page 6 of 9
"
10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS
A. In Paragraph 4 of Beetlon II - Who Is An Insured Is deleted and replaced by the following
4
Any business entity acquired by you or Im:orporated or organized by you under the laws ot any (
individual state of the United States of Amenca over whIch you maintaIn majority ownership
InterBst exceeding fifty percent Such acquJrl:d or newly formed organizatIon will qualify as a
Named Insured If there IS no sImilar Insurance available to that entity However'
.
a. Coverage under this provISion applies only until the explratlon of the policy pened In
which the entity W83 acquIred or Incorporated or organized by you
b. Coverage A does not apply to "bodily inJury" or "property damage" that occurred before
the entity was acqUired or Incorporated Dr organIzed by you
~
~
=
=
=:,4
~
==
~
=
~
~
~15
~
~
~
c. Coverage 8 daes not apply to "personal and advertISing injury" arIsIng out of an offense
[:ommltted before the entity was acqUIred or Incorporated or organized by you
Records and deScrlpllons of operatlOns must be maintained by the first Named Insured
B. ThIS Section 10 does not apply to newly formed or acquired organizatIons 1# coverage IS
excluded either by provisIons of the Coverage Part or by other endorsementls) attached to It
11 DUTIES IN THE EVENT OF OCCURRENCE. OFFENSE. CLAIM OR SUIT
A. The requIrements In SectIon IV - Conditions, Paragraph 2 a, that you must see to It that we are
notIfied of an "occurrence" apphas only when the "occurrence' IS l:.nown 10
1. You, If you are an indiVIdual,
2 A partner, If you are a partnershIp;
3. A member or manager, if you are a limited lIablhty company,
4. An executIve officer or desJgnee, If you are a corporation,
S A trustee, If you are a trust, or
6. A deSIgnee, If you are any other type of organIzation
B. The requirements In Section IV. CondItions Paragraph 2.b that you must see to It thai we receive
written nollce of B claim or "suit" Will not be considered breached unless the breach occurs after
such claim or "SUit" Is known to
,. You, If you are an individual,
2. A partner, If you are a partnershIp;
3. A member or manager If you are a limited liability company,
4 An executive officer or deSignee If you are a corporaHon
5. A truste!!, If you ar!! a trust. or
6. A deslgne!!, l1 you are any olhertype oforgamzatlon
Knowledge of an "occurrence," claim or "SUit" by the agent, servant or "employee" of any Insured
shall not In Itself constitute knowledge of the Insured unless an officer or deSignee shall have received
nollce from Its agent, servant or "employee"
CG84161203
Includes copyrighted materlaf of ISO Properties, Inc, with Its permission
ID ISO Proper(J~s, Ine, 2003
Page 7 of 9
12 BODILY INJURY
Paragraph 3 of the deflmllon of "bodily inJury" In ths Section V. Definitions Is replaced by the fallowing
"Bodily injury" means bodily InJUry, sickness or dlseasa sustained by a person, includIng mental
angUIsh or death reSUlting from any of these at any time.
13 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS
We have the fight to rseover our payments from anyone liable for an InjUry covered by thIS policy We wilt
not enforce our nght agaInst any person or organization for whom you perform work. under a written
contract that requrres you to obtain thIs agreement from us
ThIS agreement shall not operate directly or Indirectly to benefit anyone not named In the agreement
MEDICAL PAYMENTS
If Coverage C Medical Payments IS not otherwise excluded, the Medical Expense limit prOVided by this
policy shall be the greater of
A. $10,000, or
8. The amount shown In the Declarations
BROAD NAMEO INSURED
Paragraph 2 a (1)(dl of Section 11- Who Is An Insured Is replaced by the following
(d) AriSIng out of his or her providing orialllng to provIde prOfessional health care servIces However,
this exclUSion does not apply to nurses, emergency medlcallechnlclans or pararnedlcs who are
employed by you to prOVide medIcal or paramedical services to your employees
16 BROADENED MOBILE EQUIPMENT
Paragraph 12 f (1) of Sl!Ictlon V - Definitions Is replaced by the following
(I) Equipment designed primarily for
{a} Snow removal,
(b) Road maintenance, but not construction or resurfacIng; or
(e) Street cleaning prOVIded that vehIcles have a Gross Veh!c1e Weight of 1,000 pounds or great.
er,
17 INCIDENTAL MALPRACTICE L1ABILilY
Paragraph 3. of Section V. Definitions Is replaced by the foUowlng'
"Bodily injury" means bodily Injury, su:kness. dIsease or "mcldenlal medIcal malpractIce" sus-
tained by a person. Including mental angUIsh or death resulting rrom any of these at any tIme
The following IS added to Section V - Definitions:
23. "InCidental medIcal malpractice" means Inlury arising out of the negligent rendering or failure to
render medIcal or paramedical services to persons by any phYSICian, dentist, nurse, emergency
medical techniCian or paramedic who IS employed by you to provide such services prOVided you
are not engaged in the business or occupation of providing any services referred to In thIS defini-
tion
Includes copyrIghted material of ISO Properties, Inc., with Its permiSSIon
CG 84 16 12 03 S ISO Properties, lnc, 2003
Page80f9
18. NON.OWNEO AIRCRAFT
The following IS added to Subparagraph g. of 2., Exclusions of Section I ~ Coverage A BodIly Injury And
Property Damage uabllity:
(6} an aircraft with a paid crew, that Is hired, chartered or loaned but 15 not owned by any Insured
19 PROPERTY DAMAGE-ELEVATORS
The following Is added to Subparagraph J. of 2. Exclusions of Section I - Coverage A Bodily InJury And
Property Damage liabIlity:
Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators.
All other terms and conditions of your policy remaIn unchanged
Includes copyrighted malerlal of ISO Properties. Inc, with lis permission
CO 841612 03 co ISO Properties, Ine, 2003
Page 9 of 9
"
PART II
SPECIFICATIONS FOR THE LAUREL ST. AND OAK ST.
CSO OUTFALL REPAIRS
PROJECT 05-24
A. OUTLINE AND TIMING OF WORK
These specifications cover the lining of two CSO Outfall pipes to repair seepage of
seawater into the lines. The first work area is located north of the Coho ferry terminal
building at Laurel St and Railroad Ave. The second work area is located at the corner of
Oak St and Railroad Ave.
At the Coho location the existing 24" diameter concrete CSO pipe runs from a manhole
in the dock, northeast, to its daylight location in the harbor between the Coho dock and
the landing mall. At its daylight point, the invert is located 1.02 ft below mean low low
water. The pipe outlet is fitted with a 29" TideFlex, one-way valve which is attached to
an 11 foot long section of 22" OD steel pipe. The steel pipe extends 7-9 feet into the
concrete pipe and is grouted at the outlet end of the concrete pipe. Short liner sections
will be assembled and inserted into the concrete pipe at the manhole. It will be
necessary to remove the existing concrete channel prior to construction, and replace the
channel after the insert is placed and grouted. The manhole and pipe are considered
confined spaces and suitable precautions will be taken.
At the Oak St site, an 12" diameter concrete pipe runs from a manhole at the intersection
of Oak St. and Railroad Ave., a distance of 26' northerly under the sidewalk to a sheet
pipe wall. The concrete pipe dips at a 450 angle from the manhole for a distance of 5'
where the alignment changes to a nearly flat grade. Portions of the pipe are fractured
and in need of replacement. From the sheet pile wall, the pipe changes to 18" DIP
which daylights at approximate elevation of 3 ft in an area of large rock rip-rap. The 18"
pipe end is fitted with a 22 inch TideFlex valve that needs to be removed to allow for
liner installation. Installation of a 14" HDPE liner involves removal of a portion of
sidewalk, excavation to uncover the concrete pipe, replacement of the fractured concrete
pipe with 14" HDPE pipe, and continuation of the HDPE liner to the end of the 18" pipe.
The liner will be grouted in place. The trench will be backfilled with CDF aggregate and
the sidewalk replaced in kind. The pipes and upstream manhole are considered
confined spaces and suitable precautions will be taken.
Work shall commence within 10 days of receipt of the notice to proceed. Th~ Contractor
has 40 calendar days from receipt of the notice to proceed to complete the work.
Construction at the ferry terminal may be restricted to evenings only to accommodate
ferry traffic and take advantage of exceptionally low tides.
B. SCOPE OF WORK
The contractor shall furnish and install two pipe liners in the CSO outfall lines at Laurel
Laurel S1. and Oak S1.
CSO Outfall Repairs Part II - 1
St. and Oak St. north of Railroad Ave. The work will include inspection and cleaning of
both pipes prior to the start of work, the removal and replacement of the existing tide flex
valves, placement of HOPE liners in the existing pipes and grouting them in place, filling
all voids and creating an effective, watertight seal.
All work to complete the installation, including the furnishing of all plant, labor, tools,
equipment, transportation, and material needed in the repair is included in the bid.
If construction discloses structural problems with the pipes or other conditions beyond
the allowable limit for simple construction, a negotiated time and materials change order
will be initiated to allow the Contractor to correct the problem.
All other work shall meet the requirements of the Standard Specifications for Road,
Bridge, and Municipal Construction prepared by the Washington State Department of
Transportation, the Uniform Building Code (1997 Ed.), as well as the Specifications in
Part II of this Project Manual.
The Contractor shall provide safety, ventilation, hearing and other required equipment.
See the Safety requirements below.
Compensation shall be on fixed price basis. Washington State Prevailing Wage Rates
for Clallam County shall apply for this work.
C. REOUIREMENTS FOR THE CONTRACTOR EMPLOYEES
Contractor employees' cars and Contractor's cars and trucks shall be parked in areas
expressly set aside and designated as parking areas.
D. CONTRACTOR FUNCTIONS
1. The Contractor shall furnish and provide all materials, labor, supervision, tools,
apparatus, conveyance, equipments and incidental expense for accomplishing
the work covered by this Contract.
2. The Contractor shall provide its own tool room facilities, offices, change houses
and shop in the area allotted by the Project Engineer.
3. The Contractor shall record the scope of repairs which are made during the
course of construction on two sets of whiteprints, which shall show the installed
"as built" and which shall be turned over to the City Project Engineer at the
completion of the project.
4. The Project Engineer must first approve all additional repairs not specified. The
Project Engineer shall be notified ahead of time of anticipated quantities of
material and cost before the City will issue written authorization for additional
work.
Laurel St. and Oak St.
CSO Outfall Repairs
Part II - 2
E. UNLOADING- STORAGE AND RECEIVING OF MATERIALS
1. Storage space is limited and it is the Contractor's responsibility to assure that the
equipment is adequately protected against damage by exposure to the weather
or from other causes.
2. The City assumes no responsibility for materials, tools and equipment belonging
to the Contractor left on City premises.
G. GENERAL
1. All work done by the Contractor and not specifically outline in scope by these
Specifications shall be discussed with the City Project Engineer and authorized in
writing before the Contractor proceeds with the work.
2. The Contractor may establish headquarters and other necessary installations
such as tool room facilities and materials storage on the City's property only at
locations designated or approved by the City Project Engineer.
3. All other work completed or in progress, as well as machinery and equipment
that may be damaged through the execution of the work hereunder, shall be
protected by the Contractor, and such protection shall remain and be maintained
until its removal is directed by the City Project Engineer.
4. The Contractor shall clean up the work area on a day-fo-day basis with all
rubbish assembled at the site of installation for removal by the Contractor. At final
completion of all work, the Contractor shall leave the entire premises within the
site of the operations clean and free from rubbish resulting from the construction
operations.
H. MATERIALS AND WORKMANSHIP
1. Materials
a) All materials shall be installed accurately in strict accordance with the
manufacturer's recommendations, these specifications, the project
construction plans, and the requirements of the project manual.
b) All materials supplied by the Contractor shall be new and shall conform to
the specifications, drawings and mechanical standards.
c) The Contractor shall make no materials substitutions unless the City
Project Engineer approves them in writing.
2. Workmanship
a) Qualified craftsmen must perform all work in a neat and workmanlike
manner and conforming to code and industry standards for good
workmanship.
Laurel St. and Oak St.
CSO Outfall Repairs Part II - 3
b) All tradesmen and supervisors shall be skilled and experience in the class
of work at which they are employed. The work shall conform in all
respects to the accepted standards of workmanship and quality for the
various trades.
I. SAFETY
Safety Standards for Construction Work, 296-155 WAC, shall be adhered to by the
Contractor. The Contractor shall take special note to follow the guidelines in Part Q
of296-155 WAC, Underground Construction. These include special respiratory
requirements, a confined space program, hearing conservation, and hazardous
materials handling.
The Contractor shall submit to the Project Engineer for approval a work plan that
addresses all safety aspects of the job and shall include information on materials with
MSDS, mobile equipment, cutting equipment (if proposed), carbon monoxide-producing
equipment, lighting (type and stringing), protection for cords, and all other aspects of
underground construction as spelled out in 296-155 WAC.
This information will be reviewed with the Department of Labor and Industries to ensure
compliance with WISHA Safety Standards. Changes to the work plan to address
deficiencies will be required before work shall commence.
J. TRAFFIC CONTROL
The Contractor shall develop a traffic control plan necessary for their method of
performing the work, and submit it to the Engineer for approval before any work involving
the plan begins. No work shall occur that alters existing traffic control before approval of
the plan. The plan shall be in accordance with this section, the Standard Plans, and the
Manual on Uniform Traffic Control Devices (MUTCD). The following is a list of special
traffic control requirements that shall be incorporated into the traffic control plan:
1. If it is necessary to close a lane of traffic, only one block shall be closed at a
time.
2. The use of existing parking lanes (Le., indicate if parking lanes will be used
as pedestrian walkways, traffic lanes, closed to all pedestrian and traffic
travel, or a combination of uses).
3. Access for Clallam Transit and other carriers shall be maintained at all times.
4. Access to the Black Ball ferry terminal shall be maintained at all times.
Construction hours will be coordinated with Black Ball Transport, Inc., to
minimize disturbance to ferry schedules.
5. Standard Plan K-2 shall be used for this project for the traffic control plan.
The minimum lane width shall be eleven (11) feet. The Contractor shall
provide alternate traffic control Plans for approval by the Engineer, as
necessary to accommodate any changes.
All signs required by the approved traffic control plan(s) as well as any other appropriate
signs prescribed by the Engineer, except for the project sign, shall be furnished by the
Contractor. The Contractor shall provide the posts or supports and erect and maintain
Laurel 81. and Oak 81.
C80 Outfall Repairs Part II - 4
the signs in a clean, neat, and presentable condition until the necessity for them has
ceased.
K. ENVIORNMENTAL
The harbor is a sensitive area and the contractor must take the necessary precautions to
ensure that there is no infiltration of materials, specifically concrete, into the harbor.
During work the tide-flex valve must either be clamped or bagged to prevent leakage into
the harbor.
L. PRE-CONSTRUCTION CONFERENCE
A pre-construction conference will be held 1 :00 PM, October 31, 2005, in the Upstairs
Engineering Conference Room at City Hall, to discuss scheduling of the work and all
details of the job.
Laurel St. and Oak St.
CSO Outfall Repairs
Part II - 5
PART III
CONSTRUCTION PLANS
Laurel St. and Oak St.
CSO Outfall Repairs
...~RO.
EOI! n
It)
~
N
......
,...
p~.,.
"'....~
S If",^
'''l'8~
Oak Street Sight
Laurel Street Sight
~
o
c
o
'in
.~
a:
Vicinity Map
N.T.S.
Legend
SANITARY SEWER. EXIST --
--
STORMDRAIN. EXIST
FENCE. EXIST --0 0
LINER, NEW
MANHOLE. EXIST ~
AC PAVING. EXIST I
CONC. PAVING, EXIST I -,
<J
It)
0 CONC. PLUG. EXIST =I
I")
N
co TIDE FLEX VALVE. EXIST. :u
.!
c
0
'0
0::
CALL BEFORE YOU DIG
1-800-424-5555
FOR UNDERGROUND UTILITY
LOCA TJON SERVICE
Sheet Index
SHEET
NO. DESCRIPTION
1 TITLE SHEET
2 LAUREL STREET OUTFALL
3 OAK STREET OUTFALL
4 DETAILS
REV. DATE
9/16/05
9/16/05
9/16/05
9/16/05
General Notes
1. ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS,
THE CURRENT EDITION OF THE STATE OF WASHINGTON STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND
MUNICIPAL CONSTRUCTION, AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS OR CONDITIONS AND REQUIREMENTS.
2. TEMPORARY EROSION/WATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH THE CITY CLEARING
AND GRADING ORDINANCE AND WSDOT / APWA SPECIFICATION 1-07.15.
3. EXISTING AND NEWLY CONSTRUCTED STORM WATER DRAINAGE SYSTEMS SHALL BE PROTECTED FROM
CONSTRUCTION SITE RUNOFF.
4. A PRECONSTRUCTION MEETING SHALL BE HELD WITH THE CITY PRIOR TO THE START OF CONSTRUCTION.
5. ALL APPROVALS AND PERMITS REQUIRED BY THE CITY SHALL BE OBTAINED BY THE CONTRACTOR' PRIOR TO
THE START OF CONSTRUCTION, UNLESS OTHERWISE APPROVED BY THE CITY ENGINEER.
6. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING
UTILITIES. THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING
UNDERGROUND LOCATE AT 1-800-424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK.
o
If)N
~lD
~I")
xlX>
00>~
I/) lD _~
W zv
.~ dOo
'-'1/).1-1
z~o..'-'"
<(0:: ~lf)
o IV
~;: ~o
OUI-;:lD
o..-W I")
..JW _........
Lo..lDo::l/)
0:::::> I- W ..
o..l/)~~
~ I'-'O
- I-ZI
U If)<(o..
.1-
Wo::
~O
No..
I")
e
C)
-
7. IF THE CURRENT WSDOT STANDARD "K" PLANS ARE NOT UTILIZED, THE CONTRACTOR SHALL PROVIDE A W
TRAFFIC CONTROL PLAN(S) FOR REVIEW AND APPROVAL BY THE CITY ENGINEER IN ACCORDANCE WITH THE MANUAL:i. It)
ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). ~
8. THE CONTRACTOR SHALL HAVE A COPY OF THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES. C)
9. SPECIAL STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS.
10. CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 A.M. TO 10 P.M., UNLESS OTHERWISE.APPROVED
IN WRITING.
11. THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE
NEED FOR AN INSPECTION, UNLESS OTHERWISE INFORMED.
12, PER THE PROVISIONS OF THE CURRENT WSDOT STANDARD SPECIFICATIONS RELATED TO PUBLIC CONVENIENCE
AND SAFETY. THE CONTRACTOR SHALL MAINTAIN READY ACCESS TO DRIVEWAYS, HOUSES, AND BUILDINGS ALONG
THE LINE OF WORK.
13. A MINIMUM OF ONE WAY TRAVEL THROUGH THE PROJECT AREA SHALL BE MAINTAINED AT ALL TIMES.
CONTRACTOR SHALL COORDINATE ALL TEMPORARY CLOSINGS; CONSTRUCTION WORK; AND, CONSTRUCTION STAGING
AREAS IN THE VICINITY OF THE BLACK BALL FERRY DOCK WITH THE FERRY OPERATOR.
14. SHOULD ACCESS TO A PROPERTY ADJOINING THE PROJECT REQUIRE TEMPORARY CLOSURE ANTICIPATED
TO HAVE A DURATION EXCEEDING 15 MINUTES, THE CONTRACTOR SHALL COORDINATE THE TEMPORARY CLOSURE
OF 24 HOURS ADVANCE WITH THAT PROPERTY OWNER/RESIDENT. A MINIMUM IF NOTIFICATION SHALL BE
PROVIDED TO THE PROPERTY OWNER/RESIDENT PRIOR TO ANY SUCH TEMPORARY CLOSURE.
15. TEMPORARY BENCH MARK & DATUM: OUTFALL MANHOLE RIM NORTH OF BLACKBALL FERRY TERMINAL.
ELEVATION = 14.32 MEAN LOW LOW WATER LEVEL. TO CONVERT TO NAVD 88 SUBTRACT 05'
MLLW CORRESPONDS TO NOM TIDE CHARTS.
~
u::>>
=
S
CD
"i$'
c..
a.
t:Ii
c..
l-
ea
=-.....
&!=
- CD
"ii.c
=co
= .-
=:
= .....
C'-' .-
If)u.....
o
o
N
lD
~
0::
W
lD
~ S 1.
I/)
fi
c
l1
I
N
I
,..
u
z
Z
::J
~
Ul
i
ii:
II)
~
.
~
co
j
~
s::
o
'0;
.~
Ill:
~
~
Sl 0
J!
o
c
....
o
ii:
@
Ferry Parking Lot
EXIST. 24" CONC. CYL. PIPE
EXIST. 22ft 0:0. SLEEVE
EXIST. '24ft CONC. CYL. PIPE
, ~ ~
INSTALL APPR . 41 LF OF 22" 00 X 3' LONG +
SNAP TIGHT SE R LINER OR APPROVED EQUAL 0
10
~I"
+~
oZ
....:J
<i.ICl
I-Z
(f)W
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ /
/ I
Ferry Terminal
-7
I
I
EXIST. AC 'PARKING LOT
REMOVE E~ST. CONC. CH1NNEL TO
ALLOW FO LINER INSERT. REFORM
CONC. CH NEL AFTER U ER
INSTALLATI N.
EXIST. 24"1 CONC. 'CYL. PI~E
NEW PRESSURE GROUT
I-
WI Wi
W a..
:c -
(f) a..
~I
x
W
5
STA. 10+ 0 EXIST. M.H.
RIM=14.3 FL E.=3.92
BEGIN UNI G
-5_
CI Sta.
T. 22" 0.0. SLEEVE
10+
10+50
Sewer Line Pronle
SCALE: H: 1"=10'; V: 1ft=5'
Harbor
EXIST. 29'" TIDEFLEX VAL
lEX/SUAf@QB 1 FlOOR_
;
LO 0
o LON
o ....to
N ....1"')
xIX)
cD (f) 0 en ....
.... W lD -....
a:: ~ '5~
W C>(f)ql- I
lD z:::.:::o..C>.....
:t < a:: Z LO
~ 1-0 :Ev
a.. a:: 3= (f) -
W oul-~g
(f) ll.:J W I"')
I.J...lDw .-
::JO::(f)
Oll.FW"
(f).JW
>- wz
I- :cC>0
- FZ
u LO<5:
'1-
Wo::
....0
No..
I"')
8
I::)
-
W
.J ""11')
<
U
(I)
I::)
;s
I
t:Ii
... -
e-
If>> =
arllll-
1:.....
~=
01=
IE:: ...
=CD
=. CD
=1:-
~...
'EC.-D
..... -
SCD
=1:-
==
Cf.:t =
c:.:t ....
82
:g
It)
N
CD
<
'"
Z
Z
:J
Ill:
~
Ul
~q/ 'If 'I'
,or, 1'[Tl-
, :... ~ ,\?
I' - -l./
_ _ _ _; - ~ldeW~'k ~J I q
_~XIST. 1'" FORCE M~~, ~II f
_ _ _ I'r' /" --<I ' ([) ,
~XIST. 18" ~rr- ~ I OIl'
- - - -= "l~ \) i '\.
\ '- / '
1-' I
Oak St. ~ 'V'I ,.I
j~ WOOD PILE (1l'P.)
~~
~ -.J PLYWOOD SHORING
<LLJ
csE
~!
i)
Harbor
'\ CONC. STATUE
/ BASE TO ~
REMAIN -:!:'
I' \""'
- ./
EXIST. 18" DI CSO PIPE TO REMAIN
/ / LARGE ROCK
Q) / / EXIST. 20" 1lDEFlEX VALVE
. a==A~ PJE~
.
ii
G:
I
) en 1.1
en I I
It) . I I
0 N
It) I I
N 0
,... W I I
Z
0 I
0 I
Z
~ <( I I
20 CD
0 <( I i
c
0
'iij
!
CONC. PILE
.
'<t
L{)o:::
+w
oz
"'-:J
..(0
r-Z
(f)W
FERNCO ADAPTOR
H COVER
REMOVE 112" CONC. & REPLACE
W/APPROX 44 FT OF 14" aD
HDPE LINER
Plan View
W
U
Z
REMOVE & RE LACE ~
EXIST. SIDEWA
15
12 CONC
10
( I(
I I II
I en I
en
I . I
N
~ I
I
CD
L<(
DIMENSIO
& 18" D
; NEW PR SSURE GROUT
'<t 0
L{) Z
~L{)~
. -I
.r')
<( II 0
I--IZ
(f) lI.. W
5
III
0
III
N
,...
0
~
0
...
0
ii:
E>Qg 'i1!i OR FLOOR
--
EXIST.
CONC.
PLUG
EXIST. 21" FORCE MA N
-5
CI Sta.
Storm Drain Profile
SCALE: H: 1"=10'; V: 1"=5'
10+50
10+
EXIST. 5.5' W x
5.5' W x 2.25' H
CONC. STATUE BASE
~,
, ~. .~ ~'..
" '
,
.'- ....
4:4 . .~. 4
~" ,<1_,
, ~,
.
,~
./.. ...
EXIST. 8" STORM DRAIN
APPROX. GROUNDWATER
LEVEL
~
SAW CUT & REMOVE
EXIST. CONC. SLAB.
r N. OF STATUE BASE.
APPROX. 6' REPLACE IN KIND. ~
u
APPROX. 4' (f)
15"
CDF FILL
EXIST. 12" CONC. S.S.
TO BE REPLACED
AS NEEDED
Section @ Statue Base - Sta. 10+05
SCALE: H: 1/4"=1'
L{)
o
o
N
o
L{)N
"'-10
"'-r')
u:i XlXl
...- (f) 0 0)
W CD .:::
0::: -I ..5 ~
~ ~(f)~1- I
~ z~o..0"
W<(O::: ~L{)
I- 0 ::c '<t
0.. I- 3: (f) ......
W 0::: <( 0
(f) OUI-3:1D
o..:Jw r')
u...CD~vi'-'
0::> r- W ..
o..(f)-IW
~ ::c~t5
- l-'Z::C
U L{)<(o..
w~
...-0
No..
r')
~
~
....
It)
~
~
In
=
'S
CD
"'!!!!!!!!'I_
=-
I:... ca
a.. .....
..~
t!=
"E =
1::1. ~
CD=
~=
- c:..
:!~
'Ei~
=~
=ca
~=
S3
LAUREL ST. LINER DETAILS
NEW LINER DETA1L
AT CONNECTION WITH EXIST. LINER
10
~
N
'"
(!)
z
Z
:J
II:
~
Ul
"PRO STIK" BUTYL
SEALENT OR EQUIV.
~ --. ~\l X
EXIST. CON. CYL
24" CSO PIPE
WALL t=2.5"
ii
ii:
NEW 22" 0.0.
SNAP TIGHT
LINER OR APP'D EQUAL
EXISTING 22" 0.0. LINER
NEW SNAP- TIGHT LINER
OR EQUIV,
WALL t=O.68"
HOPE LINER CONNECTOR SEGMENT
SEE DETAIL 1-1 BELOW
NEW F ABRICA TED
CONNECTOR SEGMENT
NEW PRESSURE GROUT
10
C
..,
N
llD
EXIST. LINER
WALL t=0.5"
EXIST. CON. CYL
24" CSO PIPE
WALL t=2.5"
NEW LINER DETAIL
AT MANHOLE
DETAIL 1-1
NEW LINER CONNECTOR SEGMENT
EXIST. CON. CYL
24" CSO PIPE
WALL t=2.5"
.!
o
o
<:
o
'0;
'i
II:
8" SEGMENT OF NEW HOPE PIPE
CUT TO MATCH 1.0. OF NEW LINER
AND REJOIN TO FORM JOINER PIECE
PRESSURE GROUT ANNULAR SPACES
AND SEAL ENDS W /RAPID SET
NON-SHRINK GROUT
ROUND EDGES FOR SMOOTH TRANSITION
NEW 22" 0.0. SNAP TIGHT LINER
OR APPROVED EQUAL
NEW LINER
GROUT
EXIST. STL LINER
USE "PRO STlK" BUYTL SEALENT
BETWEEN NEW AND EXISIT. LINER
TO CREATE EFFECTIVE SEAL
OAK ST. LINER DETAILS
INSTALL 16" FERNCO
ADAPTOR OR EQUIV. ~
~EXIST' 18" 0.1.
CSO PIPE
WALL t=1"
~--~--
!- .,..
I --
\
SECTION A- A
A AT OUTFALL
INSTALL FERNCO
WA TERSTOP OR EQUIV.
'AND GROUT IN PLACE
Y\
~
r:;
~
~
USE FERNCO WA TERSTOP OR EQUIV.
AND GROUT IN PLACE TO
CREA TE WA TER- TIGHT SEAL
EXIST. 18" 0.1.
CSO PIPE
WALL t=,"
10
C
..,
N
llD
NOTE: SEE PROJECT MANUAL FOR ALL MATERIAL SPECIFICATIONS
EQUIVALENT PRODUCTS MUST BE APPROVED BY THE ENGINEER
NEW 14" 0.0. HDPE LINER
DRILL FILL HOLE
AND VENT
/\(\ I
I '
: I
! '
'\ '~~. .
'>L 'CNEW 14" 0.0.
SNAP- TlTE LINER
OR EQUIV.
j
o
o
e
>c!
=
a::
a.
NEW 16" 0.0.
SNAP- TlTE LINER
OR EQUIV.
EXIST. 12" CONC.
DRAIN LINE
t t
- 1
t
N
...
o
ii:
A
,.
10 0
o ION
O. .... to
N ....1")
xU)
to en om....
.....W lD:i~
~....J dOO
w~en.1-1
III Z ~ a.. C> "
~ <~ ~~
a.. 1-;: en -
w ~ <0
en' 0 t) I- ;: to
o..::i~ ..!:1
u..lD~en
o:::ll-W"
o..enLLl~
~ :cC>O
- FZ:C
t) 10<0..
w~
....0
No..
I")
~
~
<:
W
...J
<
t)
en
~
..
N
I
'-"='
=
....
=
a:t
"e
c..
a..
eIi
c..
"e;
=-
a:t
=
-
"Ci
....
....
=
=
=
C'-'
~
Cf.t
-
.-
ea
~
CD
=
S4
PART IV
ATTACHMENTS
Laurel St. and Oak St.
CSO Outfall Repairs
Attachment A:
Washington State Prevailing Wage Rates for Clallam County
Available at: www.lnLwa.Qov/prevailinQwaQe/Default.htm or
http://www.wsdot.wa.Qov/eesc/desiQn/proiectdev/AdReadv/CombinedWaQe.htm
Laurel St. and Oak St.
eso Outfall Repairs
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.
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
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
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
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
$50.60
$54.40
$48.88
$52.50
$26.72
$47.15
$50.60
$50.84
$46.37
$33.64
$35.46
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1N 50
1C 5N
1M 5A
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 8A
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
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
4A 5A
4A 5A
4A 5A
4A 5A
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL L1NEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $13.80
FENCE LABORER $11.60
FLAGGERS
JOURNEY LEVEL $28.78 1N 50
GLAZIERS
JOURNEY LEVEL $41.15 1H 5G
HEAT & FROST INSULA TORS AND ASBESTOS WORKERS
MECHANIC $43.18 1S 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $33.94 1N 5D
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K 5B
MATE, LAUNCH OPERATOR $33.24 1K 5B
INSULATION APPLICATORS
JOURNEY LEVEL $20.50
IRONWORKERS
JOURNEY LEVEL $44.62 10 5A
LABORERS
ASPHALT RAKER $33.94 1N 5D
BALLAST REGULATOR MACHINE $33.46 1N 50
BATCH WEIGHMAN $28.78 1N 5D
BRUSH CUTTER $33.46 1N 5D
BRUSH HOG FEEDER $33.46 1N 50
BURNERS $33.46 1N 50
CARPENTER TENDER $33.46 1N 5D
CASSION WORKER $34.30 1N 5D
CEMENT DUMPER/PAVING $33.94 1N 5D
CEMENT FINISHER TENDER $33.46 1N 50
CHANGE-HOUSE MAN OR DRY SHACKMAN $33.46 1N 50
CHIPPING GUN (OVER 30 LBS) $33.94 1N 5D
CHIPPING GUN (UNDER 30 LBS) $33.46 1N 5D
CHOKER SETTER $33.46 1N 5D
CHUCK TENDER $33.46 1N 5D
CLEAN-UP LABORER $33.46 1N 5D
CONCRETE DUMPER/CHUTE OPERATOR $33.94 1N 5D
CONCRETE FORM STRIPPER $33.46 1N 5D
CONCRETE SAW OPERATOR $33.94 1N 5D
CRUSHER FEEDER $28.78 1N 5D
CURING LABORER $33.46 1N 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $33.46 1N 50
DITCH DIGGER $33.46 1N 5D
DIVER $34.30 1N 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $33.94 1N 50
Page 2
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DRILL OPERATOR, AIRTRAC $34.30 1N 5D
DUMPMAN $33.46 1N 5D
EPOXY TECHNICIAN $33.46 1N 5D
EROSION CONTROL WORKER $33.46 1N 5D
FALLER/BUCKER, CHAIN SAW $33.94 1N 5D
FINAL DETAIL CLEANUP (Le., dusting, vacuuming, window cleaning; NOT $26.46 1N 5D
construction debris cleanup)
FINE GRADERS $33.46 1N 5D
FIRE WATCH $28.78 1N 5D
FORM SETTER $33.46 1N 5D
GABION BASKET BUILDER $33.46 1N 5D
GENERAL LABORER $33.46 1N 5D
GRADE CHECKER & TRANSIT PERSON $33.94 1N 5D
GRINDERS $33.46 1N 5D
GROUT MACHINE TENDER $33.46 1N 5D
GUARDRAIL ERECTOR $33.46 1N 5D
HAZARDOUS WASTE WORKER LEVEL A $34.30 1N 5D
HAZARDOUS WASTE WORKER LEVEL B $33.94 1N 5D
HAZARDOUS WASTE WORKER LEVEL C $33.46 1N 5D
HIGH SCALER $34.30 1N 5D
HOD CARRIER/MORTARMAN $33.94 1N 5D
JACKHAMMER $33.94 1N 5D
LASER BEAM OPERATOR $33.94 1N 5D
MANHOLE BUILDER.MUDMAN $33.94 1N 5D
MATERIAL YARDMAN $33.46 1N 5D
MINER $34.30 1N 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $33.94 1N 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $33.94 1N 5D
PILOT CAR $28.78 1N 5D
PIPE POT TENDER $33.94 1N 5D
PIPE RELlNER (NOT INSERT TYPE) $33.94 1N 5D
PIPELAYER & CAULKER $33.94 1N 5D
PIPELAYER & CAULKER (LEAD) $34.30 1N 5D
PIPEWRAPPER $33.94 1N 5D
POT TENDER $33.46 1N 5D
POWDERMAN $34.30 1N 50
POWDERMAN HELPER $33.46 1N 5D
POWERJACKS $33.94 1N 5D
RAILROAD SPIKE PULLER (POWER) $33.94 1N 5D
RE-TIMBERMAN $34.30 1N 5D
RIPRAP MAN $33.46 1N 5D
RODDER $33.94 1N 5D
SCAFFOLD ERECTOR $33.46 1N 5D
SCALE PERSON $33.46 1N 5D
SIGNALMAN $33.46 1N 5D
SLOPER (OVER 20") $33.94 1N 5D
SLOPER SPRA YMAN $33.46 1N 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $33.94 1N 5D
SPREADER (CONCRETE) $33.94 1N 5D
STAKE HOPPER $33.46 1N 5D
STOCKPILER $33.46 1N 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $33.94 1N 5D
TAMPER (MULTIPLE & SELF PROPELLED) $33.94 1N 5D
TOOLROOM MAN (AT JOB SITE) $33.46 1N 5D
TOPPER-TAILER $33.46 1N 5D
TRACK LABORER $33.46 1N 5D
Page 3
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRACK LINER (POWER) $33.94 1N 5D
TRUCK SPOTTER $33.46 1N 5D
TUGGER OPERATOR $33.94 1N 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $33.46 1N 5D
VIBRATOR $33.94 1N 5D
VINYL SEAMER $33.46 1N 5D
WELDER $33.46 1N 5D
WELL-POINT LABORER $33.94 1N 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81
LANDSCAPING OR PLANTING LABORERS $7.93
LATHERS
JOURNEY LEVEL $40.22 1M 5D
PAINTERS
JOURNEY LEVEL $32.00 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $52.41 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $38.42 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $41.12 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41.59 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $42.13 1T 5D 8L
BACKHOES, (75 HP & UNDER) $40.71 1T 5D 8L
BACKHOES, (OVER 75 HP) $41.12 1T 5D 8L
BARRIER MACHINE (ZIPPER) $41.12 1T 5D 8L
BATCH PLANT OPERA TOR, CONCRETE $41.12 1T 5D 8L
BELT LOADERS (ELEVATING TYPE) $40.71 1T 5D 8L
BOBCAT (SKID STEER) $38.42 1T 5D 8L
BROOMS $38.42 1T 5D 8L
BUMP CUTTER $41.12 1T 5D 8L
CABLEWAYS $41.59 1T 5D 8L
CHIPPER $41.12 1T 5D 8L
COMPRESSORS $38.42 1T 5D 8L
CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T 5D 8L
CONCRETE PUMPS $40.71 1T 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L
CONVEYORS $40.71 1T 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 5D 8L
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 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42.68 1T 5D 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $38.42 1T 5D 8L
CRANES,A-FRAME,OVER10TON $40.71 1T 5D 8L
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 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $41.59 1T 5D 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
CRUSHERS $41.12 1T 5D 8L
Page 4
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DECK ENGINEER/DECK WINCHES (POWER) $41.12 1T 50 8L
DERRICK, BUILDING $41.59 1T 50 8L
DOZERS, 0-9 & UNDER $40.71 1T 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40.71 1T 50 8L
DRILLING MACHINE $41.12 1T 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $38.42 1T 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 50 8L
FINISHING MACHINE/BIDWELL 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
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
HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 1T 50 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $41.12 1T 50 8L
HYDRALlFTSlBOOM TRUCKS (10 TON & UNDER) $38.42 1T 50 8L
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $40.71 1T 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YO) $41.59 1T 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $42.13 1T 50 8L
LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $41.12 1T 50 8L
LOCOMOTIVES, ALL $41.12 1T 50 8L
MECHANICS, ALL $41.59 1T 50 8L
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
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 1T 50 8L
OPERATOR
PAVEMENT BREAKER $38.42 1T 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 50 8L
PLANT OILER (ASPHALT, CRUSHER) $40.71 1T 50 8L
POSTHOLE DIGGER, MECHANICAL $38.42 1T 50 8L
POWER PLANT $38.42 1T 50 8L
PUMPS, WATER $38.42 1T 50 8L
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
ROLLAGON $41.59 1T 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $38.42 1T 50 8L
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $40.71 1T 50 8L
ROTa-MILL, ROTO-GRINDER $41.12 1T 50 8L
SAWS, CONCRETE $40.71 1T 50 8L
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 8L
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $40.71 1T 50 8L
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 8L
TOWER BUCKET ELEVATORS $40.71 1T 50 8L
TRACTORS, (75 HP & UNDER) $40.71 1T 50 8L
TRACTORS, (OVER 75 HP) $41.12 1T 50 8L
TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 50 8L
Page 5
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRANSPORTERS. ALL TRACK OR TRUCK TYPE $41.59 1T 50 aL
TRENCHING MACHINES $40.71 1T 50 aL
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $40.71 1T 50 aL
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $41.12 1T 50 aL
TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 50 aL
WHEEL TRACTORS. FARMALL TYPE $38.42 1T SO aL
YO YO PAY DOZER $41.12 1T 50 aL
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.88 4A SA
SPRAY PERSON $32.16 4A 5A
TREE EQUIPMENT OPERATOR $32.59 4A SA
TREE TRIMMER $30.31 4A 5A
TREE TRIMMER GROUND PERSON $22.76 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $27.68
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $48.22 1E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.04 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $28.92 2B 5A
HOLE DIGGER/GROUND PERSON $16.22 2B 5A
INSTALLER (REPAIRER) $27.74 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $26.90 2B SA
SPECIAL APPARATUS INSTALLER I $28.92 2B 5A
SPECIAL APPARATUS INSTALLER II $28.34 26 SA
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 28 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 2B 5A
TELEVISION GROUND PERSON $15.39 2B SA
TELEVISION L1NEPERSONIINSTALLER $20.45 2B 5A
TELEVISION SYSTEM TECHNICIAN $24.32 28 SA
TELEVISION TECHNICIAN $21.88 26 SA
TREE TRIMMER $26.90 26 SA
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $38.43 1B 5A
TILE. MARBLE & TERRAZZO FINISHERS
FINISHER $32.26 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $33.40 1K 5A
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 50 aL
TRANSIT MIXER $23.73 1
Page 6
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
Classification
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
$11.60
$9.45
$11.60
Page 7
BENEFIT CODE KEY - EFFECTIVE 08-31-05
..**..................***..........**..***.***..........................................................................
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 ACTUALLY PROVIDED FOR THE WORKER.
1. 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 SATURDAYS 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.
C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, 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 SA TURDA YS (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 MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON
SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME
HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY
THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE. MONDAY THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS 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 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.
M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) 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.
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) 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.
O. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY,
AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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.
BENEFIT CODE KEY - EFFECTIVE 08-J-I-05.
-2-
1.
Q.
THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS 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 (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.
S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL
OTHER OVERTIME HOURS WORKED, 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.
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 SATURDAY 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.
2. 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 SA TURDA Y 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 ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE 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-HALFTIMES 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 AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
I. 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 HOLIDA Y 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 SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
BENEFIT CODE KEY - EFFECTIVE 08-31-05
-3-
2.
P.
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 TWO TIMES THE HOURLY RATE OF WAGE.
4.
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 SATURDAYS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
5.
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).
E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11).
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)
1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6).
J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
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).
P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9).
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6).
R. 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).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (10).
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).
BENEFIT CODE KEY - EFFECTIVE 08-31-05
-4-
5.
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).
Z. HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Y.
6.
A.
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).
B. 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).
C. 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).
D. 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).
I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
L. 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)
Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDA Y~
PRESIDENTS' DAY.
T. 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).
U. 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).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9).
W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10).
X. 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 (I I).
NOTE CODES
8.
A.
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
C. 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 ISO' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
BENEFIT CODE KEY - EFFECTIVE 08-31-05..
-5-
D. WORKERS WORKING 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: $0.75,
LEVEL B: $0.50, AND LEVEL C: $0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00,
LEVELS C & D: $0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00,
LEVEL B: $0.75, LEVEL C: $0 50, AND LEVEL D: $0.25.
Attachment B:
Project Safety Procedures
Laurel St. and Oak St.
CSO Outfall Repairs
PROJECT SAFETY PROCEDURES
SAFETY
Safety Standards for Construction Work, 296-155 WAC, shall be adhered to by the
Contractor. The Contractor shall take special note to follow the guidelines in Part Q of296-
155 WAC, Underground Construction. These include special respiratory requirements, a
confined space program, hearing conservation, and hazardous materials handling.
The Contractor shall submit to the Project Engineer for approval a work plan that addresses
all safety aspects of the job and shall include information on materials with MSDS, mobile
equipment, cutting equipment (if proposed), carbon monoxide-producing equipment, lighting
(type and stringing), protection for cords, and all other aspects of underground construction
as spelled out in 296-155 WAC.
This information will be reviewed with the Department of Labor and Industries to ensure
compliance with WISHA Safety Standards. Changes to the work plan to address
deficiencies will be required before work shall commence.
DEFINITIONS
WAC 296-155-725, Definitions applicable to this part.
1) "Acceptable" means any device, equipment, or appliance that is either approved by
MSHA and maintained in permissible condition, or is listed or labeled for the class
and location under Part I of this chapter.
2) "High air" means air pressure used to supply power to pneumatic tools and devices.
3) "Low air" means air supplied to pressurize working chambers and locks.
4) "Rapid excavation machine" means tunnel boring machines, shields, road headers, or
any other similar excavation machine.
5) "Pressure" means a force acting on a unit area. Usually shown as pounds per square
inch. (p.s.i.)
6) "Absolute pressure" (p.s.i.a.) means the sum of the atmospheric pressure and gauge
pressure (p.s.i.g.)
7) "Atmospheric pressure" means the pressure of air at sea level, usually 14.7 p.s.i.a. (1
atmosphere), or 0 p.s.i.g.
8) "Gauge pressure" (p.s.i.g.) means pressure measured by a gauge and indicating the
pressure exceeding atmospheric.
9) "C.F.R." means Code of Federal Regulations.
1 0) "MSHA" means Mine Safety and Health Administration.
11) "NIOSH" means National Institute for Occupational Safety and Health.
TUNNELS AND SHAFTS
WAC 296-155-730, Tunnels and shafts. WISHA Regional Directive 80-7
1. Scope and Application.
a. This section applies to the construction of underground tunnels, shafts,
Laurel St. and Oak St.
CSO Outfall Repairs
Project Safety Procedures 1
chambers, and passageways. This section also applies to cut-and-cover
excavations which are both physically connected to ongoing underground
construction operations within the scope of this section, and covered in such a
manner as to create conditions characteristic of underground construction.
b. This section does not apply to excavation and trenching operations covered by
part N of this chapter, such as foundation operations for above-ground structures
that are not physically connected to underground construction operations, and
surface excavation.
c. The employer shall comply with the requirements of this part and chapter in
addition to applicable requirements of chapter 296-36 WAC, Safety standards--
Compressed air work.
2. Access and egress.
a. Each operation shall have a check-in/check-out system that will provide positive
identification of every employee underground. An accurate record of identification
and location of the employees shall be kept on the surface. This procedure is not
required when the construction of underground facilities designed for human
occupancy has been sufficiently completed so that the permanent environmental
controls are effective, and when the remaining construction activity will not cause
any environmental hazard, or structural failure within the facilities.
b. The employer shall provide and maintain safe means of access and egress to all
work stations.
c. The employer shall provide access and egress in such a manner that employees
are protected from being struck by excavators, haulage machines, trains, and
other mobile equipment.
d. The employer shall control access to all openings to prevent unauthorized entry
underground. Unused chutes, manways, or other openings shall be tightly
covered, bulkheaded, or fenced off, and shall be posted with warning signs
indicating "keep out" or similar language. Completed or unused sections of the
underground facility shall be barricaded.
SAFETY INSTRUCTION
All employees shall be instructed in the recognition and avoidance of hazards associated
with underground construction activities including, where appropriate, the following subjects:
1. Air monitoring;
2. Ventilation;
3. Confined space entry procedures;
4. Illumination;
5. Communications;
6. Flood control;
7. Mechanical equipment;
8. Personal protective equipment
9. Fire prevention and protection; and
10. Emergency procedures, including evacuation plans and check-in/check-out systems.
Laurel St. and Oak St.
CSO Outfall Repairs
Project Safety Procedures
2
NOTIFICATION
1. Oncoming shifts shall be informed of any hazardous occurrences or conditions that
have affected, or might affect employee safety, including liberation of gas, equipment
failures, flooding, fire, or explosions.
2. Information specified in (1) of this subsection shall be recorded in a shift journal which
shall be current prior to the end of each shift, and shall be located above ground.
3. Oncoming supervisory personnel shall read the notification prior to going
underground, and shall signify their understanding of the contents by affixing their
respective initials to the log.
4. The hazard notification log shall be retained on the site until the completion of the
project.
5. The employer shall establish and maintain direct communications for coordination of
activities with the other employers whose operations at the jobsite affect or may
affect the safety of employees underground.
COMMUNICATIONS
1. When natural unassisted voice communication is ineffective, a power-assisted means
of voice communication shall be used to provide communication between the work
face, the bottom of the shaft, and the surface.
2. Communication systems shall be tested upon initial entry of each shift to the
underground, and as often as necessary at later times, to ensure that they are in
working order.
3. Any employee working alone underground in a hazardous location, who is both out of
the range of natural unassisted voice communication and not under observation by
other persons, shall be provided with an effective means of obtaining assistance in
an emergency.
EMERGENCY PROVISIONS
The employer shall make advance arrangements for hoisting capability to be readily
available in an emergency.
SELF-RESCUERS
The employer shall provide self-rescuers having current approval from the National Institute
for Occupational Safety and Health and the Mine Safety and Health Administration to be
immediately available to all employees at work stations in underground areas where
employees might be trapped by smoke or gas. The selection, issuance, use, and care of
respirators shall be in accordance with the requirements of WAC 296-62-071 through 296-
62-07121.
Laurel S1. and Oak S1.
CSO Outfall Repairs
Project Safety Procedures
3
DESIGNATED PERSON
At least one designated person shall be on duty above ground whenever any employee is
working underground. This designated person shall be responsible for securing immediate
aid and keeping an accurate record of the number, identification, and location of employees
who are underground in case of emergency. The designated person must not be so busy
with other responsibilities that the personnel counting and identification function is
encumbered.
EMERGENCY LIGHTING
Each employee underground shall have an acceptable portable hand lamp or cap lamp in
his or her work area for emergency use, unless natural light or an emergency lighting
system provides adequate illumination for escape.
RESCUE TEAMS
1. The employer shall provide (or make arrangements in advance with locally available
rescue services to provide) at least one 5-person rescue team to be either on the
jobsite or within one-half hour travel time from the entry point.
2. The employer shall ensure that rescue teams are familiar with conditions at the
jobsite.
HAZARDOUS CLASSIFICATIONS
1. Potentially Qassy operations. Underground construction operations shall be classified
as potentially gassy if either
a. Air monitoring discloses 10 percent or more of the lower explosive limit for
methane or other flammable gases measured at 12 inches (304.8 mm) +1-
0.25 inch (6.35 mm) from the. roof, face, floor, or walls in any underground
work area for more than a 24-hour period; or
b. The history of the geographical area or geological formation indicates that 10
percent or more of the lower explosive limit for methane or other flammable
gases is likely to be encountered in such underground operations.
2. Gassy operations. Underground Construction operations shall be classified as gassy
if:
a. Air monitoring discloses 10 percent or more of the lower explosive limit for
methane or other flammable gases measured at 12 inches (304.8 mm) +1-0.25
inch (6.35 mm) from the roof, face, floor, or walls in any underground work
area for three consecutive days; or
b. There has been an ignition of methane or of other flammable gases
emanating from the strata that indicates the presence of such gases; or
c. The underground construction operation is both connected to an underground
work area which is currently classified as gassy and is also subject to a
continuous course of air containing the flammable gas concentration.
Laurel S1. and Oak S1.
CSO Outfall Repairs
Project Safety Procedures 4
3. Declassification to potentiallv qassv operations. Underground construction gassy
operations may be declassified to potentially gassy when air monitoring results
remain under 10 percent of the lower explosive limit for methane or other flammable
gases for three consecutive dates.
GASSY OPERATION - ADDITIONAL REQUIREMENTS
Only acceptable equipment, maintained in suitable condition, shall be used in gassy
operations.
1. Mobile diesel-powered equipment used in gassy operations shall be either approved
in accordance with the requirements of 30 CFR Part 36 (formerly Schedule 31) by
MSHA, or shall be demonstrated by the employer to be fully equivalent to such
MSHA-approved equipment, and shall be operated in accordance with that part.
2. Each entrance to a gassy operation shall be prominently posted with signs notifying
all entrants of the gassy classification.
3. Smoking shall be prohibited in all gassy operations and the employer shall be
responsible for collecting all personal sources of ignition, such as matches and
lighters, from all persons entering a gassy operation.
4. A fire watch as described in WAC 296-155-410(5) shall be maintained when hot work
is performed.
5. Once an operation has met the criteria warranting classification as gassy, all
operations in the affected area, except the following, shall be discontinued until the
operation either is in compliance with all of the gassy operation requirements or has
been declassified in accordance with this subsection:
a. Operations related to the control of the gas concentration
b. Installation of new equipment, or conversion of existing equipment, to comply
with this subsection; and
c. Installation of above-ground controls for reversing the air flow.
AIR QUALITY AND MONITORING
1. General. Air quality limits and control requirements specified in chapter 296-62 WAC
shall apply except as modified by this subsection.
2. The employer shall assign a competent person who shall perform all air monitoring
required by this section.
3. Where this section requires monitoring of airborne contaminants "as often as
necessary," the competent person shall make a reasonable determination as to
which substances to monitor and how frequently to monitor, considering at least the
following factors:
a. Location of jobsite: Proximity to fuel tanks, sewers, gas lines, old landfills,
coal deposits, and swamps;
b. Geology: Geological studies of the jobsite, particularly involving the soil type
and its permeability;
c. History: Presence of air contaminants in nearby jobsites, changes in levels of
substances monitored on the prior shift; and
d. Work practices and jobsite conditions: The use of diesel engines, use of
explosives, use of fuel gas, volume and flow of ventilation, visible
Laurel St. and Oak St.
CSO Outfall Repairs
Project Safety Procedures 5
atmospheric conditions, decompression of the atmosphere, welding, cutting
and hot work, and employees' physical reactions to working underground.
4. The employer shall provide testing and monitoring instruments which are capable of
achieving compliance with the provisions of this subsection, and:
a. Shall maintain the testing and monitoring instruments in good condition;
b. Shall calibrate the instruments on a frequency not to exceed 6 months.
5. Exposure to airborne contaminants shall not exceed the levels established by chapter
296-62 WAC.
6. Respirators shall not be substituted for environmental control measures. However,
where environmental controls have not yet been developed, or when necessary by
the nature of the work involved (for example, welding, sand blasting, lead burning),
an employee may work for short periods of time in concentrations of airborne
contaminants which exceed the limit of permissible exposure referred to in (4) of this
subsection, if the employee wears a respiratory protective device approved by
MSHANIOSH as protection against the particular hazards involved, and the selection
and use of respirators complies with the provisions of WAC 296-62-071 through 296-
62-07121.
7. Employees shall be withdrawn from areas in which there is a concentration of an
airborne contaminant which exceeds the permissible exposure limit listed for that
contaminant, except as modified in (14.a) and (14.b) of this subsection.
8. The atmosphere in all underground work areas shall be tested as often as necessary
to assure that the atmosphere at normal atmospheric pressure contains at least 19.5
percent oxygen and no more than 22 percent oxygen. Tests for oxygen content shall
be made before tests for air contaminants.
9. Field-type oxygen analyzers, or other suitable devices, shall be used to test for oxygen
deficiency.
10. The atmosphere in all underground work areas shall be tested quantitatively for
carbon monoxide, nitrogen dioxide, hydrogen sulfide, and other toxic gases, dust,
vapors, mists, and fumes as often as necessary to ensure that the permissible
exposure limits prescribed in Chapter 296-62 WAC, are not exceeded.
11. The atmosphere in all underground work areas shall be tested quantitatively for
methane and other flammable gases as often as necessary to determine:
a. Whether action is to be taken under (7), (14), and (15) of this subsection; and
b. Whether an operation is to be classified potentially gassy or gassy.
12. If diesel-engine or gasoline-engine driven ventilating fans or compressors are used,
an initial test shall be made of the inlet air of the fan or compressor, with the engines
operating, to ensure that the air supply is not contaminated by engine exhaust.
13. Testing shall be performed as often as necessary to ensure that the ventilation
requirements of subsection (15) of this section are met.
14. Whenever air monitoring indicates the presence of 5 ppm or more of hydrogen
sulfide, a test shall be conducted in the affected underground work area(s), at least
at the beginning and midpoint of each shift, until the concentration of hydrogen
sulfide has been less than 5 ppm for 3 consecutive days.
a. Whenever hydrogen sulfide is detected in an amount exceeding 10 ppm, a
continuous sampling and indicating hydrogen sulfide monitor shall be used to
monitor the affected work area.
b. Employees shall be informed when a concentration of 10 ppm hydrogen sulfide is
exceeded.
c. The Continuous sampling and indicating hydrogen sulfide monitor shall be
designed, installed, and maintained to provide a visual and aural alarm when the
laurel St. and Oak St.
CSO Outfall Repairs
Project Safety Procedures
6
hydrogen sulfide concentration reaches 15 ppm to signal that additional measures,
such as respirator use, increased ventilation, or evacuation, might be necessary to
maintain hydrogen sulfide exposure below the permissible exposure limit.
15. When the competent person determines, on the basis of air monitoring results or
other information, that air contaminants may be present in sufficient quantity to be
dangerous to life, the employer shall:
a. Prominently post a notice at all entrances to the underground jobsite to inform all
entrants of the hazardous Condition; and
b. Immediately increase sampling frequency levels to insure workers are not
exposed to identified Contaminants in excess of the permissible exposure limit(s);
and
c. Ensure that all necessary precautions are taken to comply with pertinent
requirements of this section, and chapter 296-62 WAC.
16. Whenever five percent or more of the lower explosive limit for methane or other
flammable gases is detected in any underground work area(s) or in the air return,
steps shall be taken to increase ventilation air volume or otherwise control the gas
concentration, unless the employer is operating in accordance with the potentially
gassy or gassy operation requirements. Such additional ventilation Controls may be
discontinued when gas concentrations are reduced below five percent of the lower
explOSive limit, but shall be re-instituted whenever the five percent level is exceeded.
17. Whenever 10 percent or more of the lower explosive limit for methane or other
flammable gases is detected in the vicinity of welding, cutting, or other hot work,
such work shall be suspended until the concentration of such flammable gas is
reduced to less than 10 percent of the lower explosive limit.
18. Whenever 20 percent or more of the lower explosive limit for methane or other
flammable gases is detected in any underground work area(s) or in the air return:
a. All employees, except those necessary to eliminate the hazard, shall be
immediately withdrawn to a safe location above ground; and
b. Employees who remain underground to correct or eliminate the hazard described
in (t) above shall be equipped with approved, pressure demand mode, self-
contained breathing apparatus, arid shall have received adequate training in the
proper use of that equipment.
c. Electrical power, except for acceptable pumping and ventilation equipment, shall
be cut off to the area endangered by the flammable gas until the concentration of
such gas is reduced to less than 20 percent of the lower explosive limit.
19. Additional monitorinq for potentiallv Classv and Classv operations. Operations which
meet the criteria for potentially gassy and gassy operations shall be subject to the
additional monitoring requirements of this subsection.
a. A test for oxygen content shall be conducted in the affected underground work
areas and work areas immediately adjacent to such areas at least at the
beginning and midpoint of each shift.
VENTILATION
1. Fresh air shall be supplied to all underground work areas in sufficient quantities to
prevent dangerous or harmful accumulation of dust, fumes, mists, vapors, or gases.
2. Mechanical ventilation shall be provided in all underground work areas except when
the employer can demonstrate that natural ventilation provides the necessary air
quality through sufficient air volume and air flow.
3. A minimum of 200 cubic feet (5.7 m3) of fresh air per minute shall be supplied for
Laurel S1. and Oak S1.
CSO Outfall Repairs
Project Safety Procedures 7
each employee underground.
4. The Linear velocity of air flow in the tunnel bore and in all other underground work
areas shall be at least 30 feet (9.15 m) per minute where conditions likely to produce
dust, fumes, mists, vapors, or gases in harmful or explosive quantities are present.
5. The direction of mechanical air flow shall be reversible.
6. When ventilation has been reduced to the extent that hazardous levels of methane or
flammable gas may have accumulated, a competent person shall test all affected
areas after ventilation has been restored and shall determine whether the
atmosphere is within flammable limits before any power, other than for acceptable
equipment, is restored or work is resumed.
7. Whenever the ventilation system has been shut down with all employees out of the
underground area, only competent persons authorized to test for air contaminants
shall be allowed underground until the ventilation has been restored and all affected
areas have been tested for air contaminants and declared safe.
8. When drilling rock or concrete, appropriate dust control measures shall be taken to
maintain dust levels within limits set in chapter 296-62 WAC. Such measures may
include, but are not limited to, wet drilling, the use of vacuum collectors, and water
mix spray systems.
9. Internal combustion engines, except diesel-powered engines on mobile equipment,
are prohibited underground.
FIRE PREVENTION AND CONTROL
Fire prevention and protection requirements applicable to underground construction
operations are found in Part D of this chapter except as modified by the following additional
standards.
1. Open flames and fires are prohibited in all underground construction operations
except as permitted for welding, cutting, and other hot work operations.
a. Smoking may be allowed only in areas free of fire and explosion hazards.
b. Readily visible signs prohibiting smoking and open flames shall be posted in
areas having fire or explosion hazards.
c. The carrying of matches, lighters, or other flame-producing smoking materials
shall be prohibited in all underground operations where fire or explosion
hazards exist.
2. Flammable or combustible materials shall not be stored above ground within 100 feet
(30.48 m) of any access opening to any underground operation.
3. Leaks and spills of flammable or combustible fluids shall be cleaned up immediately.
4. A fire extinguisher of at least 4A:40B:C rating or other equivalent extinguishing means
shall be provided at the head pulley and at the tail pulley of underground belt
conveyors.
WELDING, CUTTING, AND OTHER HOT WORK
In addition to the requirements of Part H of this chapter, the following requirements shall
apply to underground welding, cutting, and other hot work.
1. No more than the amount of fuel gas and oxygen cylinders necessary to perform
welding, cutting, or other hot work during the next 24-hour period shall be permitted
underground.
Laurel S1. and Oak S1.
CSO Outfall Repairs
Project Safety Procedures
8
2. Noncombustible barriers shall be installed below welding, cutting, or other hot work
being done in or over a shaft or raise.
ELECTRICAL SAFETY
This subsection applies in addition to the general requirements for electrical safety.
1. Electric power lines shall be insulated or located away from water line, telephone
lines, air lines, or other conductive materials so that a damaged circuit will not
energize the other systems.
2. Lighting circuits shall be located so that movement of personnel or equipment will not
damage the circuits or disrupt service.
Laurel St. and Oak St.
eso Outfall Repairs
Project Safety Procedures
9
Attachment C:
Request for Information Form
Laurel St. and Oak St.
CSO Outfall Repairs
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME: WILLIAM SHORE MEMORIAL POOL - TUNNEL HATCH
PROJECT/CONTRACT NUMBER:
ORIGINATOR:
DOwner
o Contractor
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DATE REPLY REQUESTED:
CRITICAL TO SCHEDULE: 0 YES 0 NO
ORIGINATOR SIGNATURE:
DATE:
COMMENTS:
RFI Number:
Laurel 51. and Oak 51.
C50 Outfall Repairs
Attachment D:
Contract Change Order Form
Laurel St. and Oak St.
eso Outfall Repairs
CONTRACT CHANGE ORDER (ceo) NO.
Project Name
Date
Contractor
Project No.
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [
Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing
contract items and/or adds and/or deletes bid items as follows:
em Description
No.
Unit
$ Cost Per Unit $ Cost
Orig.
Rev.
2
Orig.
Rev.
I ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
* * * * *
DAYS: XX DAYS:YV DAYS: ZZ DAYS: XX+ZZ-YV DAYS: YV+ZZ
* Amount with applicable sales tax included
All work, matenals and measurements to be in accordance with the provisions of the original 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.
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE:
Laurel St. and Oak St.
eso Outfall Repairs
Attachment E:
Contractor's Application for Payment Form
Laurel 51. and Oak 51.
C50 Outfall Repairs
CONTRACTOR'S APPLICATION FOR PAYMENT
WILLIAM SHORE MEMORIAL POOL - TUNNEL HA TCH
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, W A 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order 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], As Applicable $
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
Laurel 51. and Oak 51.
CSO Outfall Repairs
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 of the payment requested herein, all payments, less applicable
retention, will be made through the period covered by this pay request to all my lower-tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out
of the performance of all said lower-tire work.
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
laurel St. and Oak St.
eso Outfall Repairs
Attachment F:
ISCO Snap-Tite Pipe Liner Specifications
Laurel S1. and Oak S1.
eso Outfall Repairs
Laurel St. and Oak St.
CSO Outfall Repairs
Isca Industries, LLC
Snap- Tite & Butress-Loc
HOPE Pipe Liners
926 Baxter Ave.
Box 4545
Louisville, Kentucky 40204
1-800-345-4726
Appendix F
Snap-lite Liners
Installation Procedure
Step 1
Select and prepare the existing culvert. Inspect the culvert to ensure the liner can be
inserted without obstruction. Flush and/or clean the existing culvert.
Step 2
Insert one end of Snap-Tite liner into existing culvert. This can be done by pulling or
pushing the pipe using a variety of techniques. Leave about five feet exposed prior to
this step. It may be necessary to create a "nose cone" by cutting the ends of the pipe.
See diagram of nose cone in the Nose Cone Design section.
Step 3
Position the next section of Snap- Tite liner with proper alignment. Place the opposing
end of a second section against the exposed end of the first section. The two sections
must be in alignment and have the same slope.
Step 4
Install a gasket. Install a gasket on the male end to ensure a water-tight seal. The gasket
should be installed in the groove furthest from the end.
Step 5
Attach the chains and couplings. Double-wrap the chains approximately two feet from
the coupling or tighten with chain binders. Attach one chain hoist on each side of the
coupling.
Step 6
Snap liner together. Align the ends with the male bevel inside of the female bevel. Pull
the couplings together, forcing the female end to expand and allow the male end to
move into the female end. When lands and grooves are aligned the couplings will "snap"
and lock together.
Step 7
Push joined liners into culvert and repeat until completely lined. Remove chains, push
joined liners into culvert and repeat steps 1-5. Each new piece of pipe is snapped onto
the preceding pipe and pushed or pulled into the culvert, leaving enough pipe protru.ding
from the culvert to join with the next length of pipe.
Step 8
Seal the culvert ends and grout the annular space. Seal the annular space between the
Snap- Tite liner and the existing pipe with an appropriate grout. It is recommended that
the annular space between the existing culvert and the liner pipe be grouted. This will
help fill the voids created by previous washouts, provide additional structural support,
and prevent point loading. For specifications or more information, call your local Ready
Mix supplier or the National Ready Mixed Concrete Association at (301) 587-1400. The
Flowable Fill Specifications section contains a suggested guide specification for flowable
fill from the Texas Aggregates and Concrete Association.
Laurel St. and Oak St.
eso Outfall Repairs
Appendix F