HomeMy WebLinkAbout4.472 Original Contract
I
I
I
I
-I
I
I
I
I
I
I
I
I
I
I
I
:1
I
I
</. ~ 7 ~
IORIGINAL i\:1.
PROJECT MANUAL
for
PEABODY CREEK WATER MAIN
PROJECT NO. 02-20
CITY OF PORT ANGELES
WASHINGTON
MAY 2004
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
For information regarding this proJect, contact'
Stephen Sperr, City of Port Angeles
360-417-4821
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
for
PEABODY CREEK WATER MAIN
PROJECT NO. 02-20
CITY OF PORT ANGELES
WASHINGTON
MAY 2004
Prepared by:
SKilLINGS - CONNOllY
P.O. Box 5080
lacey, W A 98503
For:
City of Port Angeles
Department of Public Works & Utilities
321 E. Fifth St., P.O. Box 1150
Port Angeles, W A 98362
The above mentioned Project Manual (Bidding and Contract Documents) has been
reviewed and approved for advertisement. Such review includes all plans, specifications,
and permits associated with the project.
Reviewed by: I /
~,_.~~
Deputy Oi ctor'
iZ;;::~~
City Attorney
1- 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART I
BIDDING REQUIREMENTS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
PEABODY CREEK WATER MAIN
PROJECT NO. 02-20
PART I
BIDDING REQUIREMENTS:
Paqe No(s).
Advertisements for Bids..... ........... ...................... ....... ....... ... ............. ......... ....... ............ .1-3
I nformation for Bidders.................................................................,'.............................. ..1-4
Bidder's Checklist .................... .......... ..... ...................... ..... ... .......... ........ ...... ............... ..1-5
Non-Collusion Affidavit................................................................................................. .1-6
Bidder's Construction Experience................................................................................. .1-7
List of Proposed Subcontractors............................................ ....... ................ ............. ....1-8
Bid Form................................................................................................................. 1-9-11
Bid Bond.................................................................................................................... 1-12
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Contract.................................................................................................................... .11-1-6
Performance and Payment Bond................................................................................ .11- 7
Escrow Agreement for Retained Percentage.............................................................. .11- 8
Certificate of Insurance............................................ [provided by Contractor after award]
PART III AMENDMENTS TO THE STANDARD SPECIFICATIONS AND
SPECIAL PROViSiONS................................................................................... .1.... .111-1-19
I
I
PART IV
ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Request For Information (RFI) and Construction Change Order (CCO) Forms
C. Contractor's Application for Payment Form
D. National Park Service Right-of-Way Permit
E. WDFW Hydraulic Project Approval
F. Project Plans (22 pages)
1-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
PEABODY CREEK WATER MAIN
PROJECT 02-20
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362, until 2.00pm, June 24, 2004, and not later, and Will then and there be
opened and publicly read at that time in the City Hall Council Chambers for the construction of the following
improvements:
Installation of approximately 6,400 feet of 4-inch to 3D-inch ductile iron and HOPE water main Including
appurtenances, replaCing eXisting water main that is located both inside Olympic National Park and City nght-
of-way north of the park'.
The City Engineer's estimate for this project IS between $1,500,000 and $2,000,000. The time of completion
(performance period) for thiS Project IS 120 working days. To view detailed plans and specifications (Project
Manual), go to www.bxwa.com on the Internet, or contact the Builders Exchange of Washington at 425-258-
1303.
Detailed plans and specifications (Project Manual) may be obtained from the office of the City Engineer, City
of Port Angeles, upon payment of a non-refundable fee of $50.00. Informational copies of maps, plans and
specifications are on file for inspection in the office of the City Engineer (Phone 360-417-4700). Bidders shall
be qualified for the type of work proposed. A Bidder's Construction Experience Form is included in the
Project Manual.
All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement and
in the Project Manual and said bids shall be accompanied by a bid deposit in the form of a cashier's check,
postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of the total
amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered to
issue said bonds in the State of Washington. The bond shall specify the surety's name, address, contact and
phone number, and shall include a power of attorney appointing the signatory of the bond as the person
authorized to execute it. Should the successful bidder fail to enter into the Contract and furnish satisfactory
performance bond within the tIme stated in the Information for Bidders, the bid deposit shall be forfeited to the
City of Port Angeles. Faxed bids and/or surety bonds will not be accepted.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this
Invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or
handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for
participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the
City for such notification. Further, all bidders are directed to solicit and consider minority and women owned
businesses as potential subcontractors and material suppliers for this project.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone
the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject
any and all bids. If all bids are rejected, the City may elect to re-advertlse for bids. Subject to the foregoing,
the contract will be awarded to the lowest responsible bidder.
Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and
time, the project name and number as it appears in this advertisement and the name and address of the
bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth
Street, P. O. Box 1150, Port Angeles, Washington 98362.
When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a
bond of faithful performance of the Contract in the full amount of the Contract price.
Glenn A. Cutler, P.E.
Director of Public Works & Utilities
Publish: Peninsula Dally News (May 30 and June 6), Daily Journal of Commerce (May 28)
1-3
I
I
INFORMATION FOR BIDDERS
I
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles,
Washington 98362, until the time and date as stated In the ADVERTISEMENT FOR BIDS or as amended through
addendum, and then at said office publicly opened and read aloud.
I
Each bid shall be received by the Owner in the manner set forth In the ADVERTISEMENT FOR BIDS. Each bid must be
submitted In a sealed envelope, so marked as to Indicate its contents without being opened, and addressed in
conformance with the instructions of the ADVERTISEMENT FOR BIDS.
I
Each bid shall be submitted on the reqUired bid form contained In Part I of the Project Manual. All blank spaces for bid
prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted.
Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed,
including any addendum(s), and enclosed In a sealed envelope endorsed with the name of the work. Each bid shall be
accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port
Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by
such bid deposit.
I
I
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 penod exceeding sixty (60) calendar days. A
conditional or qualified bid will not be accepted.
I
The City of Port Angeles reserves the nght to accept the bid that is in the best interest of the City, to postpone the
acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids.
If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded to
the lowest responsIble bIdder.
I
The work Will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and
shall be completed within the time as stated in the Advertisement for bids.
I
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.
I
I
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).
I
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.
I
The Owner, Within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract
signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed
duplicate of the Contract Should the Owner not execute the Contract within such penod, 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.
I
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should
there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual
agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar
day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on
the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction
over construction of the project shall apply to the Contract throughout.
I
I
I
I
1-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S CHECKLIST
1. Has a bid deposit in the form of a surety bond in the proper form, postal money
order, or cashier's check been enclosed with your bid?
2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. Has the non-collusion affidavit been properly executed?
7. Have you shown your contractor's state license number on the bid form?
8. Have you listed all Subcontractors that you will use for the project?
9. Have you filled out the bidder's construction experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the CitYl
I
I
B. Performance bond - To be executed on the form provided by Owner, by the
successful bidder and its surety company. To include name, contact and
phone number, and address of surety and power of attorney of siqnatorv.
C. Insurance certificate(s).
1-5
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON )
)
COUNTY OF SKAG IT)
The undersigned, being first duly sworn on oath, says that the bid herewith
submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf
of any person not therein named; and (s)he further says that the said bidder has not directly
or indirectly induced or solicited any bidder on the above work or supplies to put in a sham
bid, or any other person or corporation to refrain from bidding, and that said bidder has not
in any manner sought by collusion to secure to him/her self an advantage over any other
bidder or bidders.
~.
J.R. NORTON PRESID NT
Signature of Bidder/Contractor
Subscribed and sworn to before me this 24TH day of
JUNE
, 20Q!L.
"
, ,
My Comm. Exp.: MARCH 15, 2008
1-6
I Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com
I
I
I
I
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
1. Name of bidder: SNELSON COMPAN I ES, I NC.
Registration Number: SNELS I *374N9
2. Permanent main office address: 601 W. STATE ST
SEDRO-WOOLLEY WA 98284
I
I
3. When organized: MAY 26. 1948
4. Where incorporated: WASHINGTON STATE
5. How many years have you been engaged in the contracting business under your present firm name?
56 YEARS
6. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate
anticipated dates of completion), contact name and phone number.
WILLIAMS GAS PIPELINE - HYDROTESTING & ANOMALY DIGS $7MM 7/31/04 TROY RUFLIN 801-584-6520
CITY OF ANACORTES - SEWER EXTENSION $108K 7/15/04 JIM IRVING 360-293-1920
WILLIAMS GAS PIPELINE - SPOKANE LATERAL PIGGING $1.4MM 9/30/04 RANDY NELSON 801-584-6826
SKAGIT COUNTY - CONCRETE MAIN ST. CONSTRUCTION $l.lMM 10/1/04 STEVE FLUDE 360-336-9400
SOUTHERN CALIF GAS - LINE 85 REPLACEMENT $17MM 7/30/04 RON BOTT 213-244-5423
7. * General character of work performed by your company: GENERAL CONTRACTOR SPEC I AL I ZING I N UNDERGROUND
UTILTIES, PIPFIINE, GAS OISTRIRIITION, METER & COMPRESSTOR STATION WORK. PIPE AND STRUCTURAL
FABRICATION, DIRECTIONAL DRILL
8. * Have you ever failed to complete any work awarded to you? NO
If so, where and why?
I
I
I
I
9. * Have you ever defaulted on a contract? NO
10. * List the more important projects recently completed by your company, stating approximate cost for
each, the month and year completed, contact name and phone number.
SFF ATTAr.HFO PROJFr.TS lISTINGS
I
I
I
I
I
I
I
I
11. * List your major equipment available for this contract: SEE ATTACHED EQU I PMENT LIST
12. * Experience of bidder in construction similar to this project in work and importance:
SEE ATTACHED PROJECTS LISTING
13. Will you, upon request, fill out a detailed financial statement and fumish any other information that
may be required by the City? YES
* Add separate sheets if necessary.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles.
Date:
JUNE 24, 2004
Bidders S.gnature: C )Q~
Print Name: J . R. NORTON
Title: PRES I DENT
1-7
Jrovlded to BUilders Exchange of WA, Inc For usage Conditions Agreement see WV>NI bxwa com
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LISTING OF PROPOSED SUBCONTRACTORS
Bidder shaUlist all subcontractors proposed to be used on the project. FAILURE TO LIST
SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If
there are no subcontractors, write "NO SUBCONTRACTORS WILL BE USED",
NAME, ADDRESS AND CONTRACTOR'S
REGISTRATION NUMBER DESCRIPTION OF WORK
L..ke'Sde.. 1...du,\vI~'5 '?
sO E.eL p.s<Z. yJ~ ex I\JcS av I,,",~
?o+ A~.s ,vJ20
it '22 ~ - 0)- L~ \('6 -$ \ -~"2' 4 ~D
1-8
Iprovlded to Builders Exchange of WA, Inc For usage Conditions Agreement see wvvw bxwa com
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID FORM (3 pages)
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
BIDDER: SNELSON COMPANIES, INC.
REGISTRATION NO.: SNELSI*374N9
DATE: JUNE 24, 2004
UBI NUMBER: C 298-000-998
The undersigned, hereinafter called the bidder, declares that the only person(s) interested
in this bid are those named herein; that the bid is in all respects fair and without fraud; and
that it is made without any connection or collusion with any other person making a bid on
this project.
The bidder further declares that it has carefully examined the plan, specifications, and
contract documents, hereinafter referred to as the Project Manual, for the construction of
the proposed project improvement(s); that it has personally inspected the site(s); that it has
satisfied itself as to the types and quantities of materials, the types of equipment, the
conditions of the work involved, including the fact that the description of and the quantities
of work and materials, the types of equipment, the conditions of and the work involved as
included herein, are brief and are intended only to indicate the general nature of the work
and to identify the said quantities with the corresponding requirements of the Project
Manual; and that this bid is made in accordance with the provisions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the
interpretation of surface information and has utilized all data which it believes is pertinent
from the City Engineer, hereinafter also referred to as the City or Owner, and such other
source of information as it determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the
LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the
described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the
surety who will provide the performance bond is:
ST PAUL SURETY
Surety
BUSH. COTTON & SCOTT, I I C
Agent
11714 NORTHCREEK PARKWAY N, STE 102
Surety address BOTHELL, WA 98011
JIM DOYLE 425-489-4511
Surety Contact and Phone Number
11714 NORTH CREEK PARKWAY N., STE 102
Agent Address BOTHELL WA 98011
JIM DOYLE 425-489-4511
Agent Contact and Phone Number
1-9
I PrOVided to Builders Exchange of WA, Inc For usage ConditIOns Agreement see V>fINW bxwa com
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Item Estimated Unit Price Extended
No. Sec No. Description of Item Quantitv Units fFi!!ures) Amount
1 1-09 Mobilization 1 Lump $ 1a:>.O<:X:)~ $ ,\oD,ooo.d:>
Sum
2 1-10 Temporary Traffic Control 1 Lump $ 5~"O.C$:> $ S~'t).CO
Devices Sum
3 1-10 Traffic Control Labor (Min. 800 Hours $ &.o1C;-,cD $ 3JDfID. CD
Bid $20.001hr)
4 2-09 Controlled DensIty Fill 2,275 Cubic $ c..l'2.ro $cn; ~':)'"O~
Yards
5 4-04 Crushed Surfacing Top Course 10 Tons $ 7. <i ClC:> $ 2"50.00
6 5-04 Asphalt Cold Patch MlX 10 Tons $ B7.cV $ 87D.ro
7 5-04 Commercial HMA 2,335 Tons $ ,O.cD $ I ~,..Jc,-o.06
8 6-05 Concrete Class 3000 15 Cubic $ ,~.oo $ 1050:00
Yards
9 7-05 Manhole 72 In. Diam., Type 3 2 Each $~cD $ ~Cll:).ciD
10 7-02 Peabody Creek Bypass 1 Lump $ ~O:O.6) $ -40c0.oD
Sum
11 7-09 Shoring or Extra Excavation 45,060 Square $ .\0 $ ~ S"ab.cD
Trench Feet
12 7-09 160 psi HDPE Pipe for Water 405 Linear $ ,--1 0. ro $ <.)1o"DD.6:J
Main 20 In. Diam. Feet
13 7-09 Cl. 52 Ductile Iron Water 15 Linear $ Iu,O,C() $ Z,-tco.CC
Main, 4 In. Diam. Feet
14 7-09 Cl. 52 Ductile Iron Water 10 Linear $ 240.(0 $ '2. 400.00
Main, 6 In. Diam. Feet
15 7-09 Cl. 52 Ductile Iron Water 450 Linear $ '-lo.Db $ I B,cx.:o:W
Main, 8 In. Diam. Feet
16 7-09 Cl. 52 Ductile Iron Water 10 Linear $ 2IDl::D $ :zec:o.CO
Main, lOIn. Diam. Feet
17 7-09 Cl. 52 Ductile Iron Water 565 Linear $ ~:ro $ Z2,O~S-.[D
Main, 12 In. Diam. Feet
18 7-09 Cl. 52 Ductile Iron Water 1,850 Linear $ 7'-/. "DO $ r3lo,qOO.oc
Main, 20 In. Diam. Feet
19 7-09 Cl. 52 Ductile Iron Water 2,020 Linear $ Q7.oo $ / CJt;; q.p. oc:>
Main, 24 In. Diam. Feet
20 7-09 Cl. 52 Ductile Iron Water 1,135 Linear $ I:!:>J: cJD $ 15~, 225'.0:
Main, 30 In. Diam. Feet
21 7-09 PVC Pipe for Water Main, 2 100 Linear $7'-l.cP $ -r,4co.co
In. Diam. Feet
22 7-09 Blowoff Assembly 1 Each $ 15CO.<V $ l"':)c:O .00
23 7-12 Gate Valve, 8 In. 3 Each $ 700. CO $ 2.IDD,cl>
24 7-12 Gate Valve, 12 In. 2 Each $ t2,aD. ct;) $ "2.....wo,Q?
1-10
I Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see VNNI bxwa.com
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Item Estimated Unit Price Extended
No. See No. Description ofltem Quantitv Units (Fil!1lres) Amount
25 7-12 Butterfly Valve 20 In. 2 Each $ 2'SbO.d) $ -5", a:;D. d:)
26 7-12 Butterfly Valve 24 In. 2 Each $ 30;;0D.00 $ -r 000.a:>
27 7-12 Butterfly Valve 30 In. 1 Each $ ....,C::t:O CO $ ..., cxp. cD
28 7-17 PVC Sanitary Sewer Pipe 8 In. 40 Linear $ $ 2.~OO.CO
Diam. Feet (p2.aD
29 8-01 Silt Fence 40 Linear $ y.o() $\(DO.oo
Feet
30 8-01 Salvage Plants Per NPS Permit 1 Lump $ 3 S',C([).a:: $ 35:0r0.0Q
Sum
31 8-01 Maintain Plants Per NPS 1 Lump $ 'ZO,c:LY:> IX) $ 20,o:ca:>
Permit Sum
32 8-01 Replant Per NPS Permit 1 Lump $ 28,cXDtV $ ZB.o:D.OD
Sum
33 8-01 Slope Stabilization 1 Lump $ 3Qc:x:D.d) $ 3O.OD cD
Sum
34 8-01 Lo~ Bridge 1 Each $ q,DCO.cD $ q,ct:().Q)
35 8-01 Streambed Gravel 130 Ton $ (d5.~ $ 9 1.f"50,(O
36 8-02 Topsoil Type C 35 Cubic $ <-14.00 $ II~'OO
Yards
37 8-30 Sod Installation 400 Square $ IO.tO $ ~I~,tl)
Yards
Bid Subtotal
$ 'I \1~, tJ2/.D. CO
Sales Tax (8.3%)
$
Q'.4I%". ql.J
Total Bid
$ 1,"2.1 'I IOl .q..J
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). to this
Project Manual. The name of the bidder submitting this bid and its business phone number and
address, to which address all communications concerned with this bid and with the Contract shall
be sent, are listed below.
Bidder's firm name
SNELSON COMPANIES, INC.
Complete address 601 w. STATE ST.. SEDRO-WOOLLEY WA 98784
(Street address) (State)
(Zip)
Telephone No. ~-856-6511
Signed by ---- l~
Title PRES I DENT
Printed Name:
J.R. NORTON
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.
1-11
I Provided to BUilders Exchange ofWA, Inc For usage Conditions Agreement see wwwbxwacom
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART II
CONTRACT FORMS SUBMITTED FOllOWING AWARD
OF CONTRACT
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this ~ay of July, 2004 by and between the
City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to as
"the City", and Snelson Companies, Inc., a Washington State Corporation, hereinafter referred
to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Peabody Creek Water Main, Project 02-20
in accordance with and as described in this Contract and the Project Manual, which include the
attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if
any), Bid Form, Performance and Payment Bond, and the Standard Specifications for Road, Bridge,
and Municipal Construction prepared by the Washington State Department of Transportation, as
may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter
referred to as "the standard specifications", and shall perform any alterations in or additions to the
work provided under this Contract and every part thereof. The Contractor shall provide and bear
the expense of all equipment, work, and labor of any sort whatsoever that may be required for the
transfer of materials and for constructing and completing the work provided for in this Contract,
except as may otherwise be provided in the Project Manual.
2. Time for Performance and Liquidated Damages.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10)
calendar days after notice to proceed from the City, and said work shall be physically
completed within 120 working days after said notice to proceed, unless a different
time frame is expressly provided in writing by the City.
B. If said work is not completed within the time for physical completion, the Contractor
may be required at the City's sole discretion to pay to the City liquidated damages as
set forth in the Project Manual, for each and every day said work remains
uncompleted after the expiration of the specified time.
II -1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. Compensation and Method ofPavment.
A. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of
such work, unless otherwise permitted by law and approved in writing by the City.
No payment shall be made for any work rendered by the Contractor except as
identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the
City's standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval
of the RFI and/or CCO, the Contractor shall submit the standard payment request
form(s).
E. The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments to this Contract.
This form includes a lien waiver certification and shall be notarized before
submission. Applications for payment not signed or notarized shall be considered
incomplete and ineligible for payment consideration. The City shall initiate
authorization for payment after receipt of a satisfactorily completed payment request
form and shall make payment to the Contractor within approximately thirty (30) days
thereafter.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled to
any of the benefits the City provides for its employees. The Contractor shall be solely and entirely
responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance, workers
cOplpensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the
State prevailing wage requirements. The 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
B-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
B. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of 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 Conhactor, 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:
1. 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.
11. 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.
11-3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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.
111. Workers' Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
B. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1 ,000,000 per accident.
11. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate and a
$2,000,000 products-completed operations aggregate limit.
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.
1. The Contractor's insurance coverage shall be primary insurance with 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.
11. The Contractor's insurance shall not be cancelled or reduced as to coverage
by either party, except after forty-five (45) days prior written notice by
certified mail, return receipt requested, has been given to the City.
D. Acceptability of Insurers
Insurance is to be placed with 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.
F. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for
II-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
subcontractors shall be subject to all of the same insurance requirements as stated herein for
the Contractor.
8. Compliance with Laws.
A. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
B. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
C. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non-discrimination.
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:
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. Assignment.
A. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City, nor shall the Contractor subcontract any part of the services to be performed
hereunder without first obtaining the consent ofthe 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.
II-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11. Contract Administration.
This Contract shall be administered by JEFF KNAPP on behalf of the Contractor
and by Stephen Sperr, Engineering 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: City:
Snelson Companies, Inc.
601 W. State St.
Sedro Woolley, W A 98284
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.
CONTRACTOR:
CITY OF PORT ANGELES:
SNELSON COMPANIES, INC.
~
By:
J.R. NORTON
~[)O~
Mayor
Title: PRES I DENT
Attest:
AD~~ ~^
CIty rk
11-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I >,
I
I
I
I
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond # TD3906
KNOW ALL MEN BY THESE PRE~ENTS:
That we, the undersigned, Snelson Companies, Inc as Principal, and United States Fidelity
and Guaranty Company a corporation, organized and existing under the laws of
the State of - MD " 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, are
jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of
$1.271,101.94 for the 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
, Washington. this _ day of
.20_"
,The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said Snelson Companies,
!!!!~,_Jhe above bounded Principal, a certain contract, the said contract being numbered 02..20
and providing for PeabodY Creek Water Main (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, Snelson Companies, Inc, shall faithfully perform all of the provisions of said
contract in the manner and within the time therein set forth, or within such extensions of time as
may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and
materialmen, and all persons who shall supply said Principal or subcontractors with provisions and
supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles
harmless from any damage or expense by reason of failure of perlormance 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 ~ day of
- -- -- United-- States Fidelity and Guaranty
Company
~u~~. ~
SQKUiCh ~
. "' -- '. Attornejo-in-fact
Title" J
,20_"
- -~
Snelson Companies, Inc.
Princip~
By
J.R. NORTON
PRESIDENT
Title
- 701 ~ifth Ave, #3850, Seattle, WA 98104 PO Box 3018, Bothell, WA 98041-3018
Surety Address Agent Address
. Mike HE!-ner
(206) "386-5750 Jim Kuich (425) 489-4500
Surety Contact and Phone Number Agent Contact and Phone Number
ESCROW AGREEMENT for RETAJNED PERCENTAGE
Peabody Creek Water Main, Project 02-20
ll-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"
I.C.W. GROU1P'
Insurance Company of The West
The Explorer Insurance Company
Independence Casualty and Surety Company
11455 EI Camino Real, San Diego, CA 92130-2045
P.O. BOX 85563, SanDiego, CA 92186-5563
(858) 350-2400 FAX (858) 350-2707
www.icwgroup':com ___ ___
Bond Number: TD'S 10 f!
Terrorism Risk Rider
This rider addresses the requirements of the Terrorism Risk Insurance Act of2002.
In accordance with the above Act, we are providing this disclosure notice for all bonds on which
one or more of the above identified companies is a surety.
Coverage for certified acts of terrorism is included in the attached bond and will be partially
reimbursed by the United States under a formula established by the Act. The United States will
pay 90% of covered terrorism losses in excess of a statutory established deductible to the
insurance company issuing the bond.
In no way will the payment for loss on this bond exceed the limit of liability under this bond.
This rider does not provide coverage for any loss that would otherwise be excluded by the terms
of this bond.
The portion of the premium, for this bond, attributable to coverage for certified acts of terrorism
under the Act is One Dollar ($1.00).
Important Notice: The cost of terrodsm coverage is subject to change on any bond that
pJremnu.nm is charged alfHHla!]y.
I
lheStRlul
POWER OF ATTORNEY
I
Seaboard Surety Compauy
St. Paul Fire and Marine Insurance Company
S1. Paul Guardian Insurance Company
S1. Paul Mercury Insurance Company
United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
I
I
Power of Attorney No.
24148
Certificate No.
2103683
I
KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company IS a corporatIOn duly organIzed under the laws of the State of New York, and that
St Paul FIre and Manne Insurance Company, St Paul GuardIan Insurance Company and St Paul Mercury Insurance Company are corporatIons duly organIzed under
the laws of the State of Mmnesota, and that UnIted States FIdelIty and Guaranty Company IS a corporatIOn duly organIzed under the laws of the State of Maryland, and
that FIdelIty and Guaranty Ins~rance Company IS a corporatIOn duly organIzed under the laws of the State of Iowa, and that FIdelIty and Guaranty Insurance
Underwnters,lnc IS a corporatIOn duly organIzed under the laws of the State of Wlsconsm (herem collectively called the "Companzes"), and that the CompanIes do
hereby make, constItute and appomt
I
I
Steven K. Bush, M. 1. Cotton, Nancy J. Osborne, Mike Amundsen, Darlene Jakielski, S. M. Scott,
Julie M. Glover, Jim W. Doyle, Michael A. Murphy, Lawrence J. Newton, Andy D. Prill,
Roxana Palacios, Jim S. Kuich, Viki Baum and John C. Beeson
I
of the CIty of Bothell ,State Washington ,theIr true and lawful Attorney(s)-m-Fact,
each m theIr separate capaCIty If more than one IS named above, to sign Its name as surety to, and to execute, seal and acknowledge any and all bonds, undertakmgs,
contracts and other wntten mstruments m the nature thereof on behalf of the ~f~panIes I~{helr busmess of guaranteemg the fidelIty of persons, guaranteemg the
performance of contracts and executmg or guaranteemg bonds and undertak!l~g~~l:eqlitred <?r,p<ermllled{ln~any actIOns or proceedmgs allowed by law
"'~:, \:'",..\ -\\\'" \:~,J <.., \\'>.- ,:>
,(Z) \-~ ~ <<~l \t;\- " 1-'-, -(,)' 8th
IN WITNESS WHEREOF, the CompanIes have caused thiS mstrumenno be signed and sealed'thls ,~,
\~')"~4 ;>\'-'~ rt:;;~\;(~ >\' -,,<'\::~~, '" $~' '\1 Y
~ 4 ~ 1~y','~~J '~') ~~~ ,~t2,," ,)-
Seaboard Surety Company ~,' G," ,,1 'j, , United States Fidelity and Guaranty Company
S1. Paul Fire and Marine Ipstif~fice C<<,>nrR~hy Fidelity and Guaranty Insurance Company
'\ '\\ ~v ""-\ ;"v., <:"
S1. Paul Guardian Insurance C~~l!~iiy < \1\ ,A\:{~ Fidelity and Guaranty Insurance Underwriters, Inc.
S PI M I C' '" ~ ,,:;,,\ \ , \",
t. au ercury nsuram,'C< o,wpany, ~\ \: \V '1"\\ ::rv'
,\~ P ~,' \\, ~ ,,\ :(,:~~S
...- p~ /, ,(, \~\'(\'~ v ,\~}~\~,y?"
K;<'"s~", <\,'~v~ \')1 ~~
flcP''''''/<;'\ lf~-...,~ i8"~\~
i~t. SEAL,4V ~ 189G ~ "h..,1977'B
~:.Y ~4Ij) AlM(13 '(~.f }t~)
day of
January
2004
I
I
I
I
~~
~/'COfl.POIt...)"~~
"' - m
i SEAL/IN
~. ....~/
~t:l~
State of Maryland
City of BaltImore
PETER W CARMAN, Vice President
~e.~
THOMAS E HUIBREGTSE, ASSistant Secretary
I
On thIS 8th day of January 2004 ,before me, the underSIgned officer, personally appeared Peter W Cannan and
Thomas E HUibregtse, who acknowledged themselves to be the Vice PresIdent and ASSIstant Secretary, respectIvely, of Seaboard Surety Company, St Paul Fire and
Manne Insurance Company, St Paul GuardIan Insurance Company, St Paul Mercury Insurance Company, UnIted States FIdelIty and Guaranty Company, FidelIty and
Guaranty Insurance Company, and FidelIty and Guaranty Insurance Underwnters, Inc., and that the seals affixed to the foregomg mstrument are the corporate seals of
Said CompanIes; and that they, as such, bemg authonzed so to do, executed the foregomg Instrument for the purposes thereIn contamed by slgnmg the names of the
corporallons by themselves as duly authonzed officers
I
I
In Witness Whereof, I hereunto set my hand and offiCial seal
~t~.~
I
My CommIssIOn expIres the 1st day of July, 2006
REBECCA EASLEY-ONOKALA, NOlary Public
I
I
I
86203 Rev 7-2002 Printed In USA
.. .. , .
I
This Power of Attorney IS granted under and by the authorIty of the followmg resolutlons adopted by the Boards of DIrectors of Seaboard Surety Company, St Paul,
Fire and MarIne Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Umted States FidelIty and Guaranty Company,
FidelIty and Guaranty Insurance Company, and FIdelIty and Guaranty Insurance UnderwrIters, Inc on September 2, 1998, whIch resolutIOns are now in full force and
effect, readmg as follows,
RESOLVED, that m connectIOn wIth the fidelIty and surety msurance business of the Company, all bonds, undertakmgs, contracts and other mstruments relatlng
to saId busmess may be signed, executed, and acknowledged by persons or entltles appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney Issued in
accordance with these resolutIons Said Power(s) of Attorney for and on behalf of the Company may and shall be executed m the name and on behalf of the
Company, eIther by the Chairman, or the President, or any Vice President, or an Assistant Vice PresIdent, Jomtly with the Secretary or an Assistant Secretary,
under their respective deslgnatlons. The sIgnature of such officers may be engraved, prInted or lIthographed The sIgnature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appomting Attorney(s)-m-Fact for purposes
only of executmg and attestmg bonds and undertakmgs and other wrItmgs obligatory m the nature thereof, and subject to any lImItations set forth therein, any
such Power of Attorney or certIficate bearIng such facsimIle signature or facsimIle seal shall be valId and bmdmg upon the Company, and any such power so
executed and certified by such facsimIle signature and facsimile seal shall be valId and bmdmg upon the Company wIth respect to any bond or undertakmg to
which it IS valIdly attached, and
RESOLVED FURTHER, that Attorney(s)-m-Fact shall have the power and authorIty, and, m any case, subject to the terms and limItatIOns of the Power of
Attorney issued them, to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakmgs, and other
wrItmgs oblIgatory in the nature thereof, and any such mstrument executed by such Attorney(s)-m-Fact shall be as bmdmg upon the Company as If Signed by an
Executlve Officer and sealed and attested to by the Secretary of the Company,
I, Thomas E Huibregtse, ASSistant Secretary of Seaboard Surety Company, St Paul Fire and MarIne Insurance Company, St. Paul Guardian Insurance Company,
St Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, FidelIty and Guaranty Insurance Company, and Fidelity and Guaranty Insurance
UnderwrIters, Inc. do hereby certify that the above and foregomg IS a true and correct copy of the Power of Attorney executed by said Compames, which is in full force
and effect and has not been revoked
I
I
I
I
I
I
IN TESTIMONY WHEREOF, I hereunto set my hand this
day of
~e.~1
I
Thomas E, HUibregtse, ASSistant Secretary
the above-named individuals and the details of the bond to which' the'poiv~fo;J attalhed.t"
(\\\<; '\:) r A~ ~~
~\0'~ ~~)~
~~~
:<~U ;r
~
Please refer to the Power of Attorney number,
I
. \ , I
.- \ .
,
, I
I
I
I
I
I
I
I
I
I
-, I
ACORDT" CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDDIYYYY)
07/01/04
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
(206) 892-9200 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ABD Insurance & Financial Services HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
601 Union Street Suite 3310
Seattle, WA 98101 INSU RERS AFFORDING COVERAG E NAIC#
INSURED INSURER A American Home Assurance 19380
Snelson Companies Inc. INSURER B National Union
601 West State Street INSURER C Commerce & Industry Insurance Co
Sedro Woolley, WA 98284 INSURER D
INSURER E
Client#" 69926
SNELSCOMP
I
I
I
COVERAGES
I
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 BYTHE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LTR NSR TYPE OF INSURANCE POLICY NUMBER PJ>l-{~1~~f~8~lE Pg~lflr~~~~N L1M ITS
A GENERAL LIABILITY 3602349 07/01/04 07101/05 EACH OCCURRENCE $1 000,000
- ~~~~f!,~J9E~~~~~?ence \
1L COMMERCIAL GENERAL LIABILITY $300000
- ~ CLAIMS MADE [!] OCCUR MED EXP (Anyone person) $10000
1L Stop Gap (WA) PERSONAL & ADV INJURY $1 000 000
- GENERAL AGGREGA TE $2 000,000
GEN'L AGGREGATELIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2,000,000
I n PRO- IxlLOC
POLICY JECT
A AUTOMOBILE LIABILITY 7204500 07/01/04 07/01/05 COMBINED SINGLE LIMIT
- $1,000,000
X ANY AUTO (Ea accident)
-
ALL OWNED AUTOS BODILY INJURY
- (Per pernon) $
- SCHEDULED AUTOS
X HIREDAUTOS BOOIL Y INJURY
- $
.!... NON-OWNED AUTOS (Per accident)
- PROPERTY DAMAGE $
(Per aCCIdent)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
==i ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
B EXCESSIIJMBRELLA LIABILITY BE5683887 07/01/04 07/01/05 EACH OCCURRENCE $4 000 000
::!J OCCUR D CLAIMS MADE AGGREGATE $4,000 000
$
~ DEDUCTIBLE $
X RETENTION $ 10000 $
A WORKERS COMPENSATION AND 7208198 07/01/04 07/01/05 X I T~f5TATYs I IOl~-
RY LIMIT R
C EMPLOYERS' LIABILITY WC7208080 (CA) 05/10/04 05/10/05 $1,000,000
ANY PROPRIETOR/PARTNER/EXECUT IVE E L EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $1,000,000
~~~~I~s~~~~~~~NS bel"", E L DISEASE - POLICY LIMIT $1,000,000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
RE: Peabody Creek Water Main, Project #02-20. City of Port Angeles is included as
additional insured for general liability coverage as respects its Interest in the
operations of the named insured. Coverage is primary and non-contributory as per
contract.
I
I
I
I
I
I
I
I
I
I
I
CERTIFICATE HOLDER
CANCELLATION
I
City of Port Angeles Public
Works & Utilities Dept
Attn: Steve Sperr
PO Box 1150
Port Angeles, WA 98362-0217
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TOTHE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
I
""~&._.-
I
ACORD 25 (2001/08) 1 of 2
#S593918/M593908
SNELSCOMP
A2J
@ ACORD CORPORATION 1988
I
!'
I
I
IMPORTANT
I
If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
I
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
I
DISCLAIMER
I
I
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
I
I
I
I
I
I
I
I
I
I
I
ACORD 25-5 (2001/08) 2 of 2
#S593918/M593908
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART III
SPECIFICATIONS, SPECIAL PROVISIONS
AND SUBMITTALS
'-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INTRODUCTION/ORDER OF PRECEDENCE
See Section 1-04.2 of the Standard Specifications for the general order of precedence
for inconsistency in the parts of the Contract. In addition, the order of precedence in the
case of conflicting specifications, special provisions, submittal requirements, plans,
drawings, or other technical requirements of this Project Manual is as follows:
1. Special Provisions as set forth on pages III - 1 through III - 16
2. Submittal requirements, as listed on pages III - 16 through III - 19
3. Project Plans, as set forth in Attachment F.
4. Washington State Department of Transportation's 2004 Standard Specifications
for Road, Bridge, and Municipal Construction (English Units), referred to herein
as the Standard Specifications. This includes Section 1-99, APWA
SUPPLEMENT.
5. Washington State Department of Transportation's Standard Plans, as referenced
on page III - 16 .
6. Attachments (exclusive of the above-mentioned) as listed in the Table of
Contents of the Project Manual.
STANDARD SPECIFICATIONS
This Contract incorporates the Washington State Department of Transportation's 2004
Standard Specifications for Road, Bridge, and Municipal Construction (English Units),
referred to herein as the Standard Specifications. Unless otherwise superseded as
detailed above, the Standard Specifications describe the general requirements,
description, materials, construction requirements, measurement and payment of work to
be completed under this Contract.
Section 1-99, APWA SUPPLEMENT, of the 2004 Standard Specifications for Road,
Bridge, and Municipal Construction, shall be included and made a part of the contract
specifications.
SPECIAL PROVISIONS
The following Special Provisions supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract. The Sections referenced in these
Special Provisions refer to Sections of the Standard Specifications.
1-01.3 DEFINITIONS
The term "Contract Bond" is understood to be equal to "Performance and Payment
Bond" for this project.
The term "State" is redefined to mean the City of Port Angeles for this project.
III - 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The term "Commission" is redefined for this project to mean the City Council of the City
of Port Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works
for the City of Port Angeles.
The term "Department" is redefined to mean the City of Port Angeles Department of
Public Works & Utilities for this project.
The terms "Engineer" and "Project Engineer" are redefined for this project to mean the
City Engineer for the City of Port Angeles.
The terms "Contract" and "Project Manual" are interchangeable.
1-02.2 PLANS AND SPECIFICATIONS
Section 1-02.2 of the Standard Specifications is deleted and replaced with the following:
Information as to where plans and specifications can be obtained or reviewed will be
found in the advertisement for the work placed in the Owner's official newspaper.
1-02.5 PROPOSAL FORMS
I
The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for
this project.
1-02.9 DELIVERY OF PROPOSAL
Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to
now read as follows:
Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S
CHECK LIST.
1-03.4 PERFORMANCE AND PAYMENT BOND
In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall
execute a Performance and Payment Bond as provided in the Contract. The bond shall
specify the surety's name and address and shall include a power-of-attorney appointing
the signatory of the bond as the person authorized to execute it.
1-04.4 CHANGES IN WORK
Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the
following:
III - 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All revisions, clarifications, field requests and field authorizations for construction
contracts shall be documented using the "REQUEST FOR INFORMATION" form. A
construction contract change order may be initiated by the Contractor, City inspector, or
Architect/Engineer by using the RFI form, PW-404_02.
Definitions:
a. RFI: Request for Information (City of Port Angeles' Document PW 404_02)
b. CCO: Construction Change Order (City of Port Angeles' Document PW 404_04)
PROTECTION, RESTORATION AND CLEAN-UP
Section 1-04.11, Final Cleanup, and Section 1-07.16, Protection and Restoration of
Property, of the Standard Specifications shall be supplemented with the following:
The work done under this item consists of restoring, cleaning and repairing private
property impacted by the work, and restoration of other existing features of the
landscape which are deemed necessary by the Engineer.
The Contractor shall follow its trenching operation as soon as possible with its
restoration work. The Contractor will not be permitted to leave any particular area
unrestored for more than two weeks except in the case where he may be doing repair
work on a line which has failed to meet test specifications. Such restoration shall follow
immediately.
The lump sum bid item for this work, "Protection, Restoration and Cleanup", shall be full
compensation for all labor, materials, tools, and equipment necessary to complete this
item as specified or as directed by the Engineer.
PLANS AND WORKING DRAWINGS
Unless otherwise required by the Submittal Requirements, Section 1-05.3 of the
Standard Specifications shall apply.
1-05.5 AS-BUILT DRAWINGS
Section 1-05.5 is supplemented with the following:
As-built drawings are required to be maintained by the Contractor. The as-built
drawings shall be a record of the construction as installed and completed by the
Contractor. They shall include all the information shown on the contract set of drawings
and a record of all construction deviations, modifications or changes from those
drawings which were incorporated in the work; all additional work not appearing on the
contract drawings; all design submittals, including electrical schematics; and all changes
which are made after final inspection of the contract work.
The Contractor shall mark up a set of full size plans using red ink to show the as-built
conditions. These as-built marked prints shall be kept current and available on the job
III - 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
site at all times, and be made available to the City Engineer upon request. The
changes from the contract plans which are made in the work or additional information
which might be uncovered in the course of construction shall be accurately and neatly
recorded as they occur by means of details and notes. No construction work shall be
concealed until it has been inspected, approved, and recorded. The drawings shall
show at least the following:
a. The location and description of any utilities or other installations known to
exist and or encountered within the construction area. The location of
these utilities shall include an accurate description, dimensions, and at
least 2 ties to permanent features for all utilities encountered.
b. The location and description of all facilities and appurtenances installed by the
Contractor. The location of facilities and appurtenances shall include accurate
dimensions and at least 2 ties to permanent features for all major components,
including gate valves.
The City of Port Angeles has the right to deny progress payments for completed
work if as-built records, as required by this section, are not available on the job
site for the work that has been completed by the date of the payment request.
Final as-builts shall be delivered to the City Engineer at the time of final inspection for
review and approval. As-built drawings must be approved by the City Engineer before
final payment will be made. See Submittal Requirements for additional information.
1-05.10 GUARANTEES
Section 1-05 is supplemented with the following:
The Contractor shall guarantee all materials and equipment furnished and work
performed for a period of one (1) year from the date of substantial completion. The
Contractor shall warrant and guarantee for a period of one (1) year from the date of
substantial completion of the system that the completed system is free from all defects
due to faulty materials or workmanship, and the Contractor shall promptly make such
corrections as may be necessary by reason of such defects including the repairs of any
damage to other parts of the system resulting from such defects. The City will give
notice of observed defects with reasonable promptness. In the event that the
Contractor should fail to make such repairs, adjustments, or other work that may be
made necessary by such defects, the City may do so and charge the Contractor the
cost thereby incurred. The Performance and Payment Bond shall remain in full force
and effect through the guarantee period.
Measurement and Payment
All costs associated with this item shall be incidental to the contract prices for the
various bid items.
1-07.6 PERMITS AND LICENSES
III - 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Two permits are required for this Contract and are included in the Attachments: A Right-
of-Way Permit from the National Park Service and a WDFW Hydraulic Project Approval
(HPA) permit. All requirements of both permits shall be adhered to by the Contractor.
All costs related to adhering to these permits shall be under the appropriate bid item, or
included in the overall cost of the Contract if no bid item is listed for some of the work -
no additional payment will be made to the Contractor for work required to meet the
requirements of either permit.
1-07.17 UTILITIES AND SIMILAR FACILITIES
Section 1-07.17 is supplemented by the following:
Locations and dimensions shown in the plans for existing facilities are in accordance
with available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans
or these Special Provisions. Such adjustment, relocation, replacement, or construction
will be done during the prosecution of the work for this project.
The Contractor shall call the Utility Location Request Center (One Call Center), for field
location not less than two nor more than ten business days before the scheduled date
for commencement of excavation which may affect underground utility facilities, unless
otherwise agreed upon by the parties involved. A business day is defined as any day
other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone
number for the One Call Center for this project is 1-800-424-5555.
The Contractor is alerted to the existence of Chapter 19.22 RCW, a law relating to
underground utilities. Any cost to the Contractor incurred as a result of this law shall be
at the Contractor's expense.
No excavation shall begin until all known facilities in the vicinity of the excavation area
have been located and marked.
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced
with Sections 6 and 7 of the City's standard Public Works Contract in Part" of the
Project Manual.
1-07.23 PUBLIC CONVENIENCE AND SAFETY
Section 1-07.23 is supplemented with the following:
The construction safety zone for work on this project within City right-of-way is 10 feet
from the outside edge of the traveled way. During the actual hours of work, unless
protected as described above, only materials absolutely necessary to construction shall
be within the safety zone and only construction vehicles absolutely necessary to
construction shall be allowed within the safety zone or allowed to stop or park on the
III - 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be
permitted to park within the safety zone at any time unless protected as described
above.
Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of
each work day, or sooner if there is an unanticipated adverse impact on the safety of
the traveling public.
Deviation from the above requirements shall not occur unless the Contractor has
requested the deviation in writing and the Engineer has provided written approval.
In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the
following provisions shall apply:
1. There shall be no delay to medical, fire, police, or other emergency
vehicles with flashing lights or sirens. The Contractor shall alert all
flaggers and personnel of this requirement.
2. The Contractor shall notify the Engineer at least one work day in advance
of the need to restrict parking within the project limits. The Engineer will
notify the Police Department of the required restricted parking.
3. Prior to cutting across driveways and business or parking accesses, the
Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN
ADVANCE.
4. Every effort shall be made to limit restrictions to access of businesses to
short periods of time. The Contractor may be required to address
business access concerns on short notice. Modification(s) to the contract
to compensate the Contractor for changes due to access concerns shall
only be made if such change results in an impact on the delivery schedule
of more than one day and/or a significant change in labor or equipment
requirements.
Measurement and Payment
The contract lump sum price for "Temporary Traffic Control Except for Flaggers" shall
be full compensation for all costs and expense necessary or incidental to furnishing all
labor, equipment, tools, and materials in connection with maintaining and protecting
traffic, including all costs for sweeping, washing, or otherwise cleaning roadways and
sidewalks of construction debris, including dirt, dust, mud, etc.
HOURS OF WORK
See Section 1-08.0 of the APW A Supplement (Section 1-99) to the Standard
Specifications for hours of work allowed under this contract. This section is further
supplemented by the following:
III - 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The hours for delivery to the Port Angeles Landfill of approved material under this
contract is limited to Monday through Saturday, 9:00 am to 3:30 pm, excluding holidays.
Material delivered and/or disposed of at other hours will not be compensated for under
this contract.
PROGRESS SCHEDULE
Section 1-08.3 is supplemented with the following:
The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM)
schedule, in both electronic and hard copy format. The CPM shall include all aspects of
the contract, including procurement of materials, construction, testing, submittals, and
inspection. It shall incorporate the Construction Sequencing outlined on sheet 22 of the
Plans, and take into account the time limitations on construction activities impacting
Peabody Creek that are specified in the Hydraulic Project Approval permit in the
Attachments.
The Contractor shall develop the CPM using the most current version of SureTrak
software by Primavera Systems, Inc., which shall be capable of operating in a Windows
NT environment.
The Contractor shall submit, within 21 calendar days of award of the contract, 3 sets of
complete CPM time-scaled logic diagram on 22" x 34" sheets with accompan~ing
schedule reports. An electronic copy shall also be submitted. The schedule diagrams
shall show activity numbers, descriptions, early-start dates, float, and all relationships.
The diagrams shall also show the sequence, order, and interdependence of activities in
which the work is to be accomplished.
The Contractor shall submit to the Engineer updates to the CPM schedule monthly with
each Payment Request. The CPM schedule shall be accompanied by a written
narrative report describing current status and identifying potential delays. This report
shall, at a minimum, state whether the contract is on schedule, note any milestones that
will not be met, and comment on the project's current critical path as it relates to
previously submitted critical path.
The CPM deliverables shall be incidental to the contract, and the City will provide no
additional payment for work related to developing and maintaining the CPM schedule as
required in this contract.
The City may withhold payment as a result of incomplete CPM updates, as well as
assess liquidated damages per Section 1-08.9 if the schedule shows that work will not
be completed in a timely manner to meet the performance period of the contract.
TIME FOR COMPLETION
Section 1-08.5 is supplemented with the following:
III - 7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10) calendar
days after notice to proceed from the City, and said work shall be physically completed
within 120 working days after said notice to proceed, unless a different time frame is
expressly provided in writing by the City.
If said work is not completed within the time for physical completion, the Contractor may
be required at the City's sole discretion to pay to the City liquidated damages as set
forth in the Project Manual, for each and every day said work remains uncompleted
after the expiration of the specified time.
PAYMENTS
Section 1-09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments in Part 4 of the
Project Manual. This form includes a lien waiver certification, and shall be notarized
before submission. Applications for payment not signed or notarized shall be
considered incomplete and ineligible for payment consideration.
TRAFFIC CONTROL MANAGEMENT
The third sentence of the first paragraph of Section 1-10.2(1) is revised to read:
The Contractor may designate the project superintendent as the TCS.
TRAFFIC CONTROL PLANS
The first sentence of Section 1-10.2(2) is to be replaced with the following:
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 (MUTeD).
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.
The last sentence of Section 1-10.2(2) is revised to read:
The Contractor's letter designating and adopting the specific traffic control plan(s) or any
proposed modified plan(s) shall be submitted to the Engineer for approval at least ten
calendar days in advance of the time the new plan will be implemented.
III - 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Costs associated with the development of the traffic control plan(s) shall be incidental to
contract prices.
CONSTRUCTION SIGNS
Section 1-10.3(3) is revised to read:
All signs required by the approved traffic control plan(s) as well as any other appropriate
signs prescribed by the Engineer, except for the project sign, shall be furnished by the
Contractor. The Contractor shall provide the posts or supports and erect and maintain
the signs in a clean, neat, and presentable condition until the necessity for them has
ceased. All nonapplicable signs shall be removed or completely covered with metal,
plywood, or an Engineer approved product specifically manufactured for sign covering
during periods when they are not needed. When the need for these signs has ceased,
the Contractor, upon approval of the Engineer, shall remove all signs, posts, and
supports from the project and they shall remain the property of the Contractor, except
for the project sign.
All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's
expense. All signs shall utilize materials, and be fabricated in accordance with, Section
9-28. All signs shall be constructed of Type I or II reflective background sheeting unless
otherwise noted in the Plans.
,
Construction signs will be divided into two classes. Class A construction signs are
those signs that remain in service throughout the construction or during a maj0r phase
of the work. They are mounted on posts, existing fixed structures, or substantial
supports of a semi-permanent nature. Sign and support installation for Class A signs
shall be in accordance with the Contract Plans or the Standard Plans. The following
Class A signs shall be installed by the Contractor at locations designated at the pre-
construction conference:
"Construction Ahead" (4)
"End Construction" (2)
"Project Sign" - provided by the City
Class B construction signs are those signs that are placed and removed daily, or are
used for short durations which may extend for one or more days. They are mounted on
portable or temporary mountings. In the event of disputes, the Engineer will determine
if a construction sign is considered as a Class A or B construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture
on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor,
(2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot
from the ground.
Furnishing Class B signs will be in accordance with Section 1-10.3(3). Payment for
setup and take down of Class B signs will be paid for under the lump sum bid item
III - 9
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
"Temporary Traffic Control Devices", Section 1-07.23.
The condition of the signs shall be new or "Acceptable" as defined in the book, Quality
Standards For Work Zone Traffic Control Devices. The Engineer's decision on the
condition of a sign shall be final.
The book, Quality Standards For Work Zone Traffic Control Devices, is available by
writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy.,
Fredericksburg, VA 22407, telephone: (703) 898-5400, FAX: (703) 898-5510.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the
Engineer deems to be unacceptable while their use is required on the project, shall be
replaced by the Contractor without additional compensation.
PEABODY CREEK BYPASS
Description
This work shall consist of constructing a bypass of Peabody Creek for the duration of
the work done near the creek.
Materials
The culvert shall meet the requirements of Section 7-02.2.
Sandbags and the material inside them shall meet the requirements of the HPA.
I
Construction Requirements
The Contractor shall use a culvert of sufficient size to temporarily direct Peabody Creek
through the construction zone. The ends of the culvert shall be sandbagged to prevent
water from the creek getting into the work zone. When work in the creek is complete,
the Contractor shall remove the sandbags and culvert.
Measurement
When shown as lump sum in the Plans or in the proposal as Peabody Creek bypass, no
specific unit of measurement will apply, but measurement will be for the sum total of all
items to be furnished and installed.
Payment
Payment shall be made in accordance with Section 1-04.1 of the WSDOT Standard
Specifications for the following bid item:
"Peabody Creek Bypass", per lump sum.
The lump sum contract price for "Peabody Creek Bypass" shall be full pay for furnishing
and installing the bypass as shown in the Plans including culvert pipe, streambed
gravel, and complying with the requirements of the HPA.
WATER MAINS
Materials
III - 1 0
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
Section 7-09.2 is supplemented with the following.
High-density polyethylene pipe 9-30.1 (6)
HOPE pipe shall be SDR 11 (Hydrostatic Design Basis of 1,600 psi), rated for 160 psig
working pressure rating. Installation shall be per manufacturer's recommendations.
BUTTERFLY VALVES
Materials
Section 7-12.2 is supplemented with the following.
Butterfly valves shall be Pratt Groundhog, Dresser 450, Mueller Lineseallll, or
approved equal.
SEEPAGE BARRIER
Description
This work shall consist of constructing seepage barriers with controlled density fill as
shown in the Plans.
Materials
The controlled density fill shall meet the requirements of Section 2-09.3(1 )E.
SLOPE STABILIZATION
Description
This work shall consist of restraining logs with an earth anchor system as shown in the
Plans.
Materials
Logs used for slope stabilization shall come from timber that was cleared for the water
line construction.
The earth anchor system shall be Duckbill model 68-DB 1, or approved equal. The
system shall have an anchor holding power of 1,100 Ibs. The wire rope length shall be
a minimum of 2.5 feet.
Construction Requirements
The Contractor shall select two logs that were cleared that meet the requirements
shown in the Plans for length and size. These logs shall be permanently secured
across the trench with the earth anchor system as shown in the Plans.
Measurement
When shown as lump sum in the Plans or in the proposal as slope stabilization, no
specific unit of measurement will apply, but measurement will be for the sum total of all
items to be furnished and installed.
III-11
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
Payment
Payment shall be made in accordance with Section 1-04.1 of the WSDOT Standard
Specifications for the following bid item:
"Slope Stabilization", per lump sum.
The lump sum contract price for "Slope Stabilization" shall be full pay for furnishing,
installing, and securing the logs across the trench.
LOG BRIDGE
Description
This work shall consist of furnishing and installing a log bridge and railing, per the
requirements of the NPS permit.
Materials
The logs used for the log bridge and railing shall meet the requirements of the NPS
permit.
Construction Requirements
The Contractor shall build the log bridge and railing as required by the NPS permit.
Measurement
Log bridge shall be measured per each.
Payment
Payment shall be made in accordance with Section 1-04.1 of the WSDOT Standard
Specifications for the following bid items:
"Log Bridge", per each.
STREAMBED GRAVEL
Section 8-01.3 is supplemented with the following:
Description
This work shall consist of installing streambed gravel in the area impacted by the
pipeline crossing of Peabody Creek.
Materials
The streambed gravel shall be clean, rounded, uniformly graded and meet the following
gradation requirements, per the HPA:
15% 3-6" diameter
40% 1.5-3"
45% 0.25-1.5"
Fines less than 0.25" cannot exceed 3% total volume
Construction Requirements
The trench and all disturbed areas of the streambed shall be backfilled to a depth of five
III - 1 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
feet above the top of the concrete encasement for the water main, and as specified in
the HPA.
Measurement
Streambed gravel shall be measured per ton installed, verified by truck weight ticket(s).
Payment
Payment shall be made in accordance with Section 1_04.1 of the WSDOT Standard
Specifications for the following bid item:
"Streambed Gravel", per ton.
The unit contract price for "Streambed Gravel" shall be full pay for furnishing and
installing streambed gravel as shown in the Plans.
RESTORATION
Description
This work shall consist of salvaging, maintaining, and replanting plants and plant
material in the Olympic National Park.
Materials
No seeding or importing of non-native soil, plants, or plant materials shall be permitted.
No commercially grown plants will be substituted for salvaged material.
Construction Requirements
The Contractor shall limit the impacts of the pipe laying operation to a corridor 20 feet in
width. This 20-ft corridor may be centered about the new pipeline, or may be offset, at
the Contractor's option; however, the 20-ft corridor must stay within the 40-ft easement.
Prior to construction the 20-ft corridor shall be staked on both sides at 50-ft intervals
with a 4-ft lath. Each lath shall be marked with bright paint. Continuous biodegradable
bright survey flagging ribbon shall be tied from lath to lath along both sides of the work
area.
The Contractor must submit the credentials of a landscape professional to the National
Park Service for their approval. The following landscape professional is pre-approved
by the National Park Service.
Sound Native Plants
PO Box 7505
Olympia, WA 98507
(360) 352-4122
http://www.soundnativeplants.com
Once approved, the Contractor shall retain that landscape professional to oversee the
plant salvaging, transporting, maintaining, and replanting as specified herein.
The Park Service and the Agency's representative shall mark and count each plant to
III - 1 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
be salvaged prior to removal of any plants or plant material. All plants to be salvaged
shall be within the 20-ft marked corridor.
Prior to salvaging any plants or plant material, the Contractor shall set up planting beds
at locations on the project premises designated by the Park Service. Water service will
be made available to the Contractor at these locations. The Contractor shall supply
hoses, sprinkler heads, automatic timers, and any other equipment necessary to water
the plants.
The Contractor shall remove and stockpile 6 to 12 inches of surface duff for later use.
The landscape professional shall recommend salvage dates, either in fall or early winter
or in spring before the trees leaf out. Salvaging plants shall not be performed during the
summer months. If this is the only time possible, the plants must be watered deep once
a week. During the recommended dates, the Contractor shall salvage the following
plants, with approximate numbers of each species noted.
Baldhip Rose (Rosa gymnocarpa) 3 plants
Common snowberry (Symphoricarpos albus) 6 plants
Douglas fir (Pseudotsuga menziesii), only seedlings under 5 ft tall any, if found
Dull Oregon grape (Mahonia nervosa) 10 SF area
Evergreen huckleberry (Vaccinium ovatum) 3 plants
Grand fir (Abies grandis), only seedlings under 5 ft tall 1-2 plants
Indian plum (Oemleria cerasiformis) 11 plants
Ocean-spray (Holodiscus discolor) 9 plants
Pacific blackberry (Rubus ursinus) 25 plants
Pacific rhododendron (Rhododendron macrophyllum) 8 plants
Red huckleberry (Vaccinium parvifolium)4 plants
Salal (Gaultheria shallon) 560 SF area
Salmonberry (Rubus spectabilis) 38 plants
Swordfern (Polystichum munitum) 345 fern "clumps"
Vine maple (Acer circinatum) 6 plants
Western hemlock (Tsuga heterophylla), only seedlings under 5 ft tall any, if found
Western red cedar (Thuja plicata), only seedlings under 5 ft tall 1-2 plants
Care shall be taken to remove as much of the root mass as possible with minimal
damage to the tap root and root hairs. The following is a list of recommended steps to
remove the plants from the soil.
1. With a sharp shovel, cut a slit around the plant approximately the same
circumference as the plant's canopy. The slit should be deep enough to ensure as
much root will be salvaged as possible. Typically a depth the full length of the shovel
blade is sufficient.
2. Working around the plant, use the shovel as a lever to force the plant and
attached soil out of the hole.
3. Examine the root ball and use the edge of the shovel to shave off excess soil
beyond the mass of fibrous roots or tap root.
4. When deep tap roots are present, lift the root ball manually, pulling up as much of
the tap root as possible.
III - 14
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5. In loose or sandy soils, plants can be moved as bare-root stock with small
amounts of soil clinging to the root hairs. The roots shall be kept moist by placing the
plants on a tarp and covering them with moist soil from the excavated hole.
The Contractor pot the plants that have been salvaged in containers sized according to
the root ball. The following is a list of commonly used containers for restoration
projects.
1. Supercells, 3.5 cm by 20 cm Ray Leach containers.
2. Plastic bands made from plastic or foil-coated cardstock square tubes. Many
sizes are available from Pacific Western Container and Monarch Manufacturing.
3. Plastic containers, 1 or 2 quart or 1 or 2 gallon.
Only native topsoil shall be used in the pots. Plants shall be transported to the storage
beds within four hours of being out of the ground. The plants shall be placed into the
sawdust and thoroughly watered. No sawdust shall be placed in the pots.
Ferns are not required to be potted, but shall be planted in sawdust with a complete root
ball and native topsoil before the roots dry out.
The alignment of the water line through the Olympic National Park may be adjusted to
avoid large trees. Only those trees and plants necessary to be removed within the
marked 20-ft corridor shall be removed. Tree stumps that do not interfere with
placement of the water line may be left in place.
After the pipe has been laid, backfilled, and tested, and during the planting dates in the
fall recommended by the landscape professional, the Contractor shall replant the
salvaged plants and plant material into the 20-ft corridor. This work shall be done to the
approval of the Park Service and under the full-time direct supervision of the landscape
professional previously approved. There will be no plant establishment period.
The plants and plant materials shall be planted in natural groupings in the 20-ft corridor.
Dig a hole 2 inches deeper and 2 inches wider than the root ball. Fill the hole with water
and allow to percolate. Place the root ball in the hole such that it is level with the
ground and that the nose of the plant is not buried. Hand pack the soil around the root
ball to ensure no air gaps or pockets around the root ball. Pour a gallon of water mixed
with 135 mL of vitamin B-1 on top 0 f the loose soil and allow this to settle. Fill the hole
with soil and hand pack. Build a 2-inch high berm of soil around the edge of the plants
just beyond the width of the root ball. The berm should be large enough to hold one
gallon of water.
All plants will be planted in native topsoil (not imported) and bedded with 6 to 12 inches
of the salvaged duff.
Measurement
When shown as lump sum in the Plans or in the proposal as salvage plants per NPS
permit, no specific unit of measurement will apply, but measurement will be for the sum
total of all plants to be salvaged and transported to the maintenance locations.
III - 1 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
When shown as lump sum in the Plans or in the proposal as maintain plants per NPS
permit, no specific unit of measurement will apply, but measurement will be for the sum
total of all plants to be watered and maintained in the storage beds.
When shown as lump sum in the Plans or in the proposal as replant per NPS permit, no
specific unit of measurement will apply, but measurement will be for the sum total of all
plants to be replanted and for the storage beds to be restored.
Payment
Payment shall be made in accordance with Section 1-04.1 of the WSDOT Standard
Specifications for the following bid items:
"Salvage Plants per NPS Permit", per lump sum.
The lump sum contract price for "Maintain Plants per NPS Permit" shall be full pay for all
materials, labor, tools, equipment, and supplies necessary to designate the areas along
the pipeline to be disturbed, identify plants to be salvaged, salvage and pot the plants,
transport the plants to the storage beds, and storage bed preparation.
"Maintain Plants per NPS Permit", per lump sum.
The lump sum contract price for "Maintain Plants per NPS Permit" shall be full pay for all
materials, labor, tools, equipment, and supplies necessary for watering all plants in the
storage beds.
"Replant per NPS Permit", per lump sum.
The lump sum contract price for "Replant per NPS Permit" shall be full pay for all
materials, labor, tools, equipment, and supplies necessary to transport the plants from
the storage beds to their final planting location, replant the plants in native topsoil,
restore the surface duff, cleanup of the storage bed areas, and restoration of the
storage bed areas to a condition similar to or better than original.
STANDARD PLANS
The Washington State Department of Transportation's Standard Plans for Road, Bridge
and Municipal Construction, up to and including any official changes to these Plans
issued through June 1, 2004 are hereby made a part of this contract. Any conflicts
between the Standard Plans and other parts of this contract will be resolved as stated in
the Order of Precedence at the beginning of Part III.
SUBMITTAL REQUIREMENTS
The following is an index of the section contained under Submittal Requirements:
SR-01 Material Submittals
SR-02 Design Submittals
III - 1 6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SR-03 Progress Schedule
SR-04 As-Built Drawings
SR-05 Other Post-Construction Submittals
SR-06 Itemized List Of Submittals
SR-07 Submittals Review Form
SR-01 MATERIAL SUBMITTALS
The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed
in SR-06, "Itemized List Of Submittals". All material submittals or resubmittals shall be
accompanied by SR-07, "Submittals Review Form". The location of the specification for
each of these items in the Standard Specifications or Special Provisions is indicated in
SR-06. If the item description for the material submittal is not the exact brand or model
specified in the Contract, then 3 copies of the manufacturer's descriptive literature,
catalog cut-sheets, etc., must also be included with the submittal package.
The Contractor shall clearly indicate on all material submittals and copies, the submittal
review package number (starting with "1" for the first submittal review package),
submittal item number (from SR-06) and the exact item selected. In all cases, the
Contractor shall enter the exact brand and model on the "Submittal Review Form" for
that particular item.
All material submittals shall be submitted within 28 days after award of the Contract.
The Contractor should allow 14 calendar days from receipt by the City Engineer for
review and approval or rejection. For each material resubmittal required, the Contractor
should allow an additional 7 calendar days from date of receipt by the City Engineer for
review and approval or rejection. Except as provided herein, all requirements of Section
1-05.3, "Plans and Working Drawings", of the Standard Specifications shall apply.
NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY
PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED
SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS
INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION.
SR-02 DESIGN SUBMITTALS
Three copies of all design submittals and related shop drawings are required. Shop
drawings and electrical schematic details shall be of the size 22" x 34". Each design
submittal or resubmittal and related shop drawings shall be listed on the "Submittal
Review Form" by the Contractor with an appropriate reference to the attachments
submitted. All design submittals shall be stamped by a Professional Engineer
registered in the State of Washington.
All design submittals are required within 28 days after award of the Contract. The
Contractor should allow 14 calendar days from receipt by the City Engineer for review
and approval or rejection. For each design resubmittal required, the Contractor should
allow an additional 14 calendar days from date of receipt by the City Engineer for review
and approval or rejection.
III - 1 7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The following are required Design Submittals for this Contract:
SR-02.1 Traffic Control Plans
See Section 1-10.2(2) of the Standard Specifications, as modified by the Special
Provisions, for submittal requirements for Traffic Control Plans.
SR~3 PROGRESS SCHEDULE
See Section 1-08.3, as modified in the Special Provisions, for the submittal
requirements for a Progress Schedule and regular updates.
SR-04 AS-BUILT DRAWINGS
Requirements for maintaining As-Builts for the work completed under this Contract are
specified in Section 1-05.5 of the Special Provisions above. Final As-Builts shall be
submitted to the City Engineer at or before the final inspection for review and approval.
As-built drawings must be approved by the City Engineer before final payment will be
made.
SR-05 OTHER POST-CONSTRUCTION SUBMITTALS
The Contractor shall furnish the City Engineer with all other post-construction submittals
required by the specifications, whether or not listed on the submittal review form. All
results of tests the Contractor performs as required by the Contract for quality
assurance such as compaction tests, pressure tests, or bacteriological analyses shall
be submitted to the Project Engineer whether or not the test meets the performance
standards as required by the specifications.
SR-06 ITEMIZED LIST OF SUBMITTALS
Below is a summarized list of the submittals required under this contract.
ITE
M APPLICABLE
NO. DESCRIPTION SECTION
Design Submittals
1 Traffic Control Plan(s) 1-10
2 Progress Schedule 1-08.3
Material Submittals
3 Bedding and Backfill Materials various
4 SDR 11 HOPE Pipe 7-09
5 Class 52 Ductile Iron Pipe 7-09
6 Streambed Gravel 8-01
Post-Construction Submittals
III - 1 8
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7 Landfill Weight Tickets N/A
8 Final As-Builts 1-05.5
9 Disinfection Results 7-09
III-19
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART IV
ATTACHMENTS
I
State of Washington
I DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Secllon - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
I The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fnnge benefits.
On public works projects, workers' wage and benefit rates must add to not less than thiS total. A bnef
description of overtime calculation requirements IS provided on the Benefit Code Key
I CLALLAM COUNTY
Effective 03-03-04
*****************************************************************************************************************
I (See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
I ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $31 86 1N 50
BOILERMAKERS
JOURNEY LEVEL $4347 1B 5N
I BRICK AND MARBLE MASONS
JOURNEY LEVEL $38.37 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67
CARPENTERS
I ACOUSTICAL WORKER $38.06 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $37.90 1M 50
CARPENTER $37.90 1M 50
CREOSOTED MATERIAL $38.00 1M 50
I DRYWALL APPLICATOR $38.74 1M 50
FLOOR FINISHER $38 03 1M 50
FLOOR LAYER $38.03 1M 50
FLOOR SANDER $38.03 1M 50
I MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $38.10 1M 50
SAWFILER $38.03 1M 50
SHINGLER $38.03 1M 50
I STATIONARY POWER SAW OPERATOR $38.03 1M 50
STATIONARY WOODWORKING TOOLS $38 03 1M 50
CEMENT MASONS
JOURNEY LEVEL $31 86 1N 50
I DIVERS & TENDERS
DIVER $79 57 1M 50 8A
DIVER TENDER $40.67 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $38.37 1B 50 8L
I ASSISTANT MATE (DECKHAND) $37.91 1B 50 8L
BOATMEN $38 37 1B 50 8L
ENGINEER WELDER $38 42 1B 50 8L
LEVERMAN, HYDRAULIC $39 85 1B 50 8L
I MAINTENANCE $37 91 1B 50 8L
MATES $38.37 1B 50 8L
OILER $38.02 1B 5D 8L
DRYWALL TAPERS
I JOURNEY LEVEL $38.59 1J 5B
ELECTRICIANS - INSIDE
CABLE SPLICER $48.51 10 6H
CABLE SPLICER (TUNNEL) $52.31 10 6H
I CERTIFIED WELDER $46 79 10 6H
CERTIFIED WELDER (TUNNEL) $50 41 10 6H
CONSTRUCTION STOCK PERSON $24 33 10 6H
JOURNEY LEVEL $45.06 10 6H
JOURNEY LEVEL (TUNNEL) $48.51 10 6H
I ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $48.96 4A 5A
CERTIFIED LINE WELDER $44 65 4A 5A
GROUNDPERSON $32 13 4A 5A
I HEAD GROUNDPERSON $33 93 4A 5A
Page 1
I
I
I CLALLAM COUNTY
Effective 03-03-04
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code Code Code
HEAVY LINE EQUIPMENT OPERATOR $44 65 4A SA
JACKHAMMER OPERATOR $33.93 4A SA
I JOURNEY LEVEL L1NEPERSON $44.65 4A 5A
LINE EQUIPMENT OPERATOR $37.87 4A SA
POLE SPRAYER $44.65 4A SA
POWDERPERSON $33.93 4A 5A
I ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $49 28 4A 6Q
I MECHANIC IN CHARGE $54.18 4A 6Q
FENCE ERECTORS
FENCE ERECTOR $13.80
FENCE LABORER $11.60
FLAGGERS
I JOURNEY LEVEL $27.18 1N 5D
GlAZIERS
JOURNEY LEVEL $38.96 2E 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
I MECHANIC $39.93 1F 5E
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $32 34 1N 5D
INLAND BOATMEN
CAPTAIN $33 50 1K 5B
I COOK $28.96 1K 5B
DECKHAND $28 16 1K 5B
ENGINEER/DECKHAND $30.61 1K 5B
MATE. LAUNCH OPERATOR $32 05 1K 5B
I INSULATION APPLICATORS
JOURNEY LEVEL $20 50
IRONWORKERS
JOURNEY LEVEL $41.02 1B SA
I LABORERS
ASPHALT RAKER $32 34 1N 5D
BALLAST REGULATOR MACHINE $31 86 1N 5D
BATCH WEIGHMAN $27 18 1N 5D
I BRUSH CUTTER $31 86 1N 5D
BRUSH HOG FEEDER $31.86 1N 5D
BURNERS $31 86 1N 5D
CARPENTER TENDER $31 86 1N 5D
CASSION WORKER $32.70 1N 5D
I CEMENT DUMPER/PAVING $32.34 1N 5D
CEMENT FINISHER TENDER $31 86 1N 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 1N 5D
CHIPPING GUN (OVER 30 LBS) $32.34 1N 5D
I CHIPPING GUN (UNDER 30 LBS) $31.86 1N 5D
CHOKER SETTER $31.86 1N 5D
CHUCK TENDER $31.86 1N 5D
CLEAN-UP LABORER $31 86 1N 5D
I CONCRETE DUMPER/CHUTE OPERATOR $32.34 1N 5D
CONCRETE FORM STRIPPER $31 86 1N 5D
CONCRETE SAW OPERATOR $32 34 1N 5D
CRUSHER FEEDER $27 18 1N 5D
I CURING LABORER $31.86 1N 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $31 86 1N 5D
DITCH DIGGER $31.86 1N 5D
DIVER $32 70 1N 5D
I DRILL OPERATOR (HYDRAULIC, DIAMOND) $32 34 1N 5D
Page 2
I
I
I CLALLAM COUNTY
Effective 03-03-04
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I ClaSSification WAGE Code Code Code
DRILL OPERATOR, AIRTRAC $32.70 1N 5D
DUMPMAN $31.86 1N 5D
I GAB ION BASKET BUILDER $31.86 1N 5D
GENERAL LABORER $31.86 1N 5D
GRADE CHECKER & TRANSIT PERSON $32 34 1N 5D
GRINDERS $31.86 1N 5D
I GROUT MACHINE TENDER $31.86 1N 5D
GUARDRAIL ERECTOR $31.86 1N 5D
HAZARDOUS WASTE WORKER LEVEL A $32.70 1N 5D
HAZARDOUS WASTE WORKER LEVEL B $32.34 1N 5D
I HAZARDOUS WASTE WORKER LEVEL C $31 86 1N 5D
HIGH SCALER $32.70 1N 5D
HOD CARRIERlMORTARMAN $32.34 1N 5D
JACKHAMMER $32.34 1N 5D
I LASER BEAM OPERATOR $32.34 1N 5D
MANHOLE BUILDER-MUDMAN $32.34 1N 5D
MATERIAL YARDMAN $31.86 1N 5D
MINER $32.70 1N 5D
NOZZLEMAN, CONCRETE PUMP. GREEN CUTTER WHEN USING HIGH $32 34 1N 5D
I PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $32.34 1N 5D
PILOT CAR $27.18 1N 5D
I PIPE POT TENDER $32.34 1N 5D
PIPE RELlNER (NOT INSERT TYPE) $32 34 1N 5~
PIPELAYER & CAULKER $32.34 1N 5D
PIPELAYER & CAULKER (LEAD) $32.70 1N 50
I PIPEWRAPPER $32 34 1N 5D
POT TENDER $31.86 1N 5D
POWDERMAN $32.70 1N 5D
POWDERMAN HELPER $31 86 1N 5D
I POWERJACKS $32.34 1N 5D
RAILROAD SPIKE PULLER (POWER) $32.34 1N 5D
RE-TIMBERMAN $32.70 1N 5D
RIPRAP MAN $31.86 1N 5D
I RODDER $32 34 1N 5D
SCAFFOLD ERECTOR $31.86 1N 5D
SCALE PERSON $31 86 1N 5D
SIGNALMAN $31.86 1N 5D
SLOPER (OVER 20") $32.34 1N 5D
I SLOPER SPRA YMAN $31.86 1N 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $32.34 1N 5D
SPREADER (CONCRETE) $32.34 1N 5D
STAKE HOPPER $31.86 1N 5D
I STOCKPILER $31.86 1N 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $32 34 1N 5D
TAMPER (MULTIPLE & SELF PROPELLED) $32.34 1N 5D
TOOLROOM MAN (AT JOB SITE) $31.86 1N 5D
I TOPPER-TAILER $31.86 1N 5D
TRACK LABORER $31 86 1N 5D
TRACK LINER (POWER) $32.34 1N 5D
TRUCK SPOTTER $31 86 1N 5D
I TUGGER OPERATOR $32.34 1N 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $31.86 1N 5D
VIBRATOR $32 34 1N 5D
VINYL SEAMER $31.86 1N 5D
I WELDER $31 86 1N 5D
Page 3
I
I
I CLALLAM COUNTY
Effective 03-03-04
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Nole
I ClaSSification WAGE Code Code Code
WELL-POINT LABORER $32.34 1N 50
LANDSCAPE CONSTRUCTION
I IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81
LANDSCAPING OR PLANTING LABORERS $7.93
LATHERS
I JOURNEY LEVEL $38.74 1M 50
PAINTERS
JOURNEY LEVEL $30.77 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83
I PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $48.71 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $36.41 1T 50 8L
I BACKHOE, EXCAVATOR. SHOVEL (3 YO & UNDER) $39.03 1T 50 8L
BACKHOE. EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $39.49 1T 5D 8L
BACKHOE. EXCAVATOR. SHOVEL (6 YD AND OVER WITH $40.01 1T 5D 8L
BACKHOES, (75 HP & UNDER) $38.64 1T 5D 8L
I BACKHOES, (OVER 75 HP) $39.03 1T 50 8L
BARRIER MACHINE (ZIPPER) $39.03 1T 50 8L
BATCH PLANT OPERATOR, CONCRETE $39.03 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $38 64 1T 50 8L
I BOBCAT $36.41 1T 50 8L
BROOMS $36.41 1T 50 8L
BUMP CUTTER $39.03 1T 50 8L
CABLEWAYS $39.49 1T 50 8L
I CHIPPER $39.03 1T 50 8L
COMPRESSORS $36.41 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $36 41 1T 50 8L
CONCRETE PUMPS $38.64 1T 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $39 03 1T 5D 8L
I CONVEYORS $38.64 1T 5D 8L
CRANES. THRU 19 TONS. WITH ATTACHMENTS $38.64 1T 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $39.03 1T 5D 8L
CRANES. 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.49 1T 5D 8L
I JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40.01 1T 5D 8L
WITH ATTACHMENTS)
CRANES. 200 TONS TO 300 TONS. OR 250 FT OF BOOM (INCLUDING JIB $40 55 1T 50 8L
I WITH ATTACHMENTS)
CRANES. A-FRAME. 10 TON AND UNDER $36 41 1T 5D 8L
CRANES. A-FRAME. OVER 10 TON $38.64 1T 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.07 1T 50 8L
ATTACHMENTS
I CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $39.03 1T 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $39 49 1T 50 8L
CRANES. OVERHEAD. BRIDGE TYPE (100 TONS & OVER) $40 01 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40 01 1T 5D 8L
I CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40 55 1T 5D 8L
CRUSHERS $39 03 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $39 03 1T 5D 8L
DERRICK, BUILDING $39 49 1T 5D 8L
I DOZERS. 0-9 & UNDER $38 64 1T 50 8L
DRILL OILERS - AUGER TYPE. TRUCK OR CRANE MOUNT $38.64 1T 50 8L
DRILLING MACHINE $39.03 1T 50 8L
ELEVATOR AND MANLlFT. PERMANENT AND SHAFT-TYPE $36 41 1T 5D 8L
I EQUIPMENT SERVICE ENGINEER (OILER) $38 64 1T 5D 8L
Page 4
I
I
I CLALLAM COUNTY
Effective 03-03-04
I *****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
I Classification WAGE Code Code Code
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03
1T 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $38.64 1T 5D 8L
I FORK LIFTS, (UNDER 3000 LBS) $36 41 1T 5D 8L
GRADE ENGINEER $38.64 1T 5D 8L
GRADECHECKER AND STAKE MAN $3641 1T 5D 8L
GUARDRAIL PUNCH $39.03 1T 5D 8L
I HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $38.64 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 1T 5D 8L
HORIZONT AUDIRECTIONAL DRILL OPERATOR $39 03 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $36 41 1T 5D 8L
I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $38 64 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.49 1T 5D 8L
LOADERS. OVERHEAD (8 YD & OVER) $40 01 1T 5D 8L
LOADERS. OVERHEAD (UNDER 6 YD), PLANT FEED $39 03 1T 5D 8L
I LOCOMOTIVES, ALL $39.03 1T 5D 8L
MECHANICS, ALL $39.49 1T 5D BL
MIXERS, ASPHALT PLANT $39.03 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $39 03 1T 5D BL
I MOTOR PATROL GRADER (NON-FINISHING) $38.64 1T 5D BL
MUCKING MACHINE. MOLE, TUNNEL DRILL AND/OR SHIELD $39.49 1T 5D BL
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 1T 5D BL
OPERATOR
PAVEMENT BREAKER $36.41 1T 5D 8L
I PILEDRIVER (OTHER THAN CRANE MOUNT) $39.03 1T 5D 8L
PLANT OILER (ASP HAL T, CRUSHER) $38.64 1T 5D 8L
POSTHOLE DIGGER. MECHANICAL $36.41 1T 5P BL
POWER PLANT $36.41 1T 5D BL
I PUMPS. WATER $36.41 1T 5D BL
QUAD 9, D-10. AND HD-41 $39 49 1T 5D BL
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39 49 1T 5D BL
EQUIP
I RIGGER AND BELLMAN $36.41 1T 5D BL
ROLLAGON $39.49 1T 5D BL
ROLLER. OTHER THAN PLANT ROAD MIX $36 41 1T 5D BL
ROLLERS. PLANTMIX OR MULTILlFT MATERIALS $38.64 1T 5D BL
I ROTO-MILL, ROTO-GRINDER $39.03 1T 5D 8L
SAWS. CONCRETE $38.64 1T 5D BL
SCRAPERS - SELF PROPELLED. HARD TAIL END DUMP. ARTICULATING $39.03 1T 5D BL
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
I SCRAPERS - SELF PROPELLED. HARD TAIL END DUMP. ARTICULATING $39.49 1T 5D BL
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $38.64 1T 5D 8L
SCREED MAN $39 03 1T 5D BL
SHOTCRETE GUNITE $36 41 1T 5D BL
I SLlPFORM PAVERS $39.49 1T 5D BL
SPREADER, TOPSIDE OPERATOR - BLAW KNOX $39.03 1T 5D BL
SUBGRADE TRIMMER $39 03 1T 5D BL
TOWER BUCKET ELEVATORS $38 64 1T 5D BL
I TRACTORS. (75 HP & UNDER) $38 64 1T 5D 8L
TRACTORS, (OVER 75 HP) $39 03 1T 5D BL
TRANSFER MATERIAL SERVICE MACHINE $39.03 1T 5D 8L
TRANSPORTERS. ALL TRACK OR TRUCK TYPE $39.49 1T 5D BL
I TRENCHING MACHINES $38 64 1T 5D 8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38 64 1T 5D 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $39 03 1T 5D BL
TRUCK MOUNT PORTABLE CONVEYER $39 03 1T 5D BL
I WHEEL TRACTORS. FARMALL TYPE $36.41 1T 5D 8L
YO YO PAY DOZER $39 03 1T 5D 8L
Page 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
Effective 03-03-04
*****************************************************************************************************************
Classification
PREVAILING
WAGE
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSONIINSTALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK & TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
$32.01
$29.79
$30.71
$28 43
$20.89
$27 68
$34 53
$37.53
$45 43
$31.52
$10.31
$19.67
$9.35
$11.40
$1340
$27.84
$1569
$26 70
$2591
$27.84
$27 28
$27 84
$25.91
$14.89
$19.81
$23.43
$21 11
$25.91
$35.63
$29.46
$30 40
$35.91
$36.49
$20 23
$20 23
$36 49
$23 73
$11 60
$9.45
$11 60
Page 6
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
1R
1R
5A
5A
1J
6L
1B
5A
1B
50
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
1H 5A
1H 5A
1K 5A
1T 5D 8L
1T 5D 8L
1
1
1T 5D 8L
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
'I
BENEFIT CODE KEY - EFFECTIVE 03-03-04
.*.***********************************************************~*********************************************************
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.
I.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE P AID AT ONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE.
B.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
D.
THE FIRST EIGHT (8) HOURS ON SA TURDA YS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE
PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8)
HOURS PER DAY ON SA TURDA Y, ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE, ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DA Y
MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE
E.
ALL HOURS WORKED IN EXCESS OF ] 0 PER DAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE THE
FIRST EIGHT (8) HOURS ON SA TURD A Y SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS AND SA TURDA Y, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE
F
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 (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 HOURL Y RATE OF WAGE.
G
I
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 ATONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DA Y MONDAY THROUGH
SA TURDA Y, 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 ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE
ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF THE HOURLY RATE OF WAGE
WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED
ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED
PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY
THE FIRST EIGHT (8) HOURS ON 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 SA TURDA Y, AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE
K
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
L.
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
M
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID 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 SA TURDA YS (EXCEPT MAKEUP DAYS) SHALL BE P AID AT ONE AND ONE-HALF TIMES
THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
.1
I
I
2
BENEFIT CODE KEY - EFFECTIVE 03-03-04
-2~.
P.
ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DA YS) 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
HOURL Y RATE OF WAGE.
Q
ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND
ONE-HALF TIMES THE HOURL Y RATE OF WAGE.
R
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
T.
ALL HOURS WORKED ON SA TURDA YS, EXCEPT MAKE-UP DAYS, SHALL BE PAID ATONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6 OOPM SA TURDA Y TO 6.00AM MONDAY AND ON
HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
U.
ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE P AID AT THREE TIMES THE
HOURL Y RATE OF WAGE
W
ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE P AID AT TWO TIMES
THE HOURLY RATE OF WAGE.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DA Y OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE
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 ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE.
D.
ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE P AID AT ONE 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 ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
E
ALL HOURS WORKED ON SA TURDA YS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE P AID 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 HOURL Y 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 HOURL Y RATE OF WAGE
INCLUDING HOLIDAY PAY
H.
ALL HOURS WORKED ON SATURDAYS SHALL BE PAID ATONE AND ONE-HALFTIMES THE HOURLY RATE OF
W AGE ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALFTIMES THE HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY
I.
ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID ATONE 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
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURL Y 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4
5
BENEFIT CODE KEY - EFFECTIVE 03-03-04
-3-
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
A
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID
AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDA Y CODES
A
HOLIDA YS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, 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.
HOLIDA YS 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
FRIDA Y AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
E
HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DA Y (9)
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
HOLIDA YS- NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
N.
HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9)
o
PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6)
P.
HOLIDA YS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SA TURDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9).
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6)
Q.
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. (7 1/2).
S
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T PAID HOLIDAYS. SEVEN (7) PAID HOLIDAYS
V
PAID HOLIDAYS SIX (6) PAID HOLIDAYS
W
PAID HOLIDAYS NINE (9) PAID HOLIDAYS
X
HOLIDA YS AFTER 520 HOURS - NEW YEAR'S DA Y, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DAY, PRESIDENTIAL ELECTION
DA Y, THANKSGIVING DA Y, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6
6
8
BENEFIT CODE KEY , EFFECTIVE 03-03-04
-4-
z
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, VETERANS DAY,
THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
A
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8)
B
PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DA Y, CHRISTMAS DAY (9)
c.
HOLlDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DA Y 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)
H.
HOLIDAYS' NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
L
HOLlDA YS 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, VETERAN'S
DA Y THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY UNPAID
HOLlDA Y, PRESIDENTS' DAY.
S
PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8)
T.
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, 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
DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10)
W
PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DA Y, DAY BEFORE 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
DA Y, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II)
NOTE CODES
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' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' - $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' - $200 PER FOOT FOR EACH FOOT OVER 150 FEET
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODE KEY - EFFECTIVE 03-03-04
-5-
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
D
WORKERS WORKING WITH SUPPLIED AIR ON HAlMA T PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR
L
WORKERS ON HAlMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075,
LEVEL B $0 50, AND LEVEL C $0 25.
M
WORKERS ON HAlMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $ I 00,
LEVELS C & D' $0 50
N
WORKERS ON HAlMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $ I 00,
LEVEL B $0 75, LEVEL C $0.50, AND LEVEL D $0.25
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME: Peabody Creek Water Main
PROJECT/CONTRACT NUMBER: 02-20
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DOwner
o Contractor
DATE REPLY REQUESTED:
CRITICAL TO SCHEDULE: 0 YES 0 NO
ORIGINATOR SIGNATURE:
DATE:
COMMENTS:
RFI Number:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACT CHANGE ORDER (CCO) NO.
Project Name
Peabody Creek Water Main
Date
Contractor
Project No. 02-20
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:
Item Description
No.
RFI #
Qty.
Unit
$ Cost Per Unit $ Cost
Orig.
Rev.
2
Orig.
Rev.
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'YY DAYS' ZZ DAYS: XX+ZZ-YY DAYS: YY+ZZ
* Amount with applicable sales tax included
All work, materials and measurements to be in accordance With the provIsions of the original contract and/or the standard speaficatlons
and special proVIsions for the type of construction Involved The payments and/or addllional 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:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
Peabody Creek Water Main, PROJECT NO. 02-20
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 Onglnal 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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
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 tly 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
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
o "L ... 2.0, () 9
STATE OF WASHINGTON
Right-of-Way Permit No.: RW-9500-03-010
United States Department of the Interior
National Park Service
Right-of-Way Permit for
City of Port Angeles
WHEREAS, City of Port Angeles, (hereinafter Permittee) has applied to the United States
of America (hereinafter Permittor) for a right-of-way to replace, operate and maintain an existing
underground potable water pipeline and build a foot log bridge within the boundaries of Olympic
National Park (hereinafter Park), a unit of the National Park System, United States Department of
the Interior; and
WHEREAS, the National Park Service (hereinafter Service) administers the Park that was
established as a unit of the National Park System, United States Department of the Interior pursuant
to 16 U.S.C. ~ 251-255; and
WHEREAS, the Director of the National Park Service (or his or her delegate) is required
pursuant to 16 U.S.C. la-l to authorize only those uses ofland within the Park which will not be in
derogation of the values and purposes for which the Park was established, except as may have been
or shall be directly and specifically provided by Congress; and
WHEREAS, 16 U.S.C. 79 authorizes the use of rights-of-way through the Park for the
potable water pipeline, provided that the Director (or his delegate) finds that the same is not
incompatible with the public interest; and
WHEREAS, the Service has promulgated regulations at Title 36 Code of Federal Regula-
tions, Part 14, regarding rights-of-way over, across and upon the lands administered by the Service;
and
WHEREAS, the Service has been delegated the authority to allow such rights-of-way over,
across and upon land under the jurisdiction of the Service pursuant to 245 Departmental Manual
5.1; and
WHEREAS, the Service has determined that the proposed use of the Park lands for the
replacement, maintenance and operation of the subject water pipeline and building a foot log bridge
is neither incompatible with the public interest nor inconsistent with the use of such lands for Park
purposes; and
II.
II
II
II
II
.11
II
II
II
II
II
II
II
II
II
II
II
:1
I
2
THEREFORE, The Pennittor, through the Service, an agency of the Department of the
Interior, acting pursuant to the authority of 16 U.S.C. 5 or 16 U.S.C. 79 issues this permit to the
City of Port Angeles, P.O. Box 1150, Port Angeles, WA 98362, for a right-of-way across Federal
lands within Olympic National Park for the replacement, operation and maintenance of a potable
water pipeline and building a foot log bridge.
The Permittee agrees to comply with and be bound by the Service regulations, 36 CFR Part
14, regarding rights-of way over, across and upon lands administered by the Service, in addition to
the terms and conditions set forth in this permit.
MAP AND LEGAL DESCRIPTION OF RIGHT-OF-WAY
The right-of-way shall be ~ feet wide with 25 feet on either side of the described
centerline for underground lines. Underground right-of-way descriptions contained herein which
are parallel to a roadway shall not exceed 50 feet with ..2L feet on either side of the described
centerline. For those parts of the permit which describe City of Port Angeles appurtenances, the
right-of-way shall be -2!L feet centered on the equipment or as otherwise described.
That portion of the NE ~ of Section 15, Township 30 North, Range 6 West, W.M., lying
within the boundaries of Olympic National Park, and as described on the drawing located at Exhibit
A. One water pipeline runs from the Peabody Heights Reservoir east to the Heart (j)'the Hills
Parkway, and the other from the Reservoir north to Park A venue. The foot log bridgd is located
at Peabody Creek on the portion of the water pipeline that runs to the east.
AUTHORITY TO ENTER INTO AGREEMENT FOR RIGHT-OF-WAY
The Permittee represents and warrants to the Permittor that:
(1) It is duly authorized and empowered under applicable laws of the State of Washington
and by its charter and bylaws to enter into and perform this permit in accordance with the
provisions;
(2) Its City Council, or duly authorized executive committee, has duly approved, and has
duly authorized the execution, delivery, and performance by it of this permit by the City Manager;
(3) All action that may be necessary or incidental to the approval of this permit, and the
due execution, delivery, and performance by the Permittee has been taken; and
(4) All of the foregoing approvals, authorizations, and actions are in full force and effect at
the time of the execution and delivery of this agreement.
II.
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
I
3
PERMmED USE OF RIGHT-OF- WAY BY THE PERMITIEE
The right-of-way is for the sole purpose of replacing, operating and maintaining a potable
water pipeline and building a foot log bridge across the above described lands, application for
which was made in writing to the Superintendent, Olympic National Park (hereinafter
Superintendent) on October 10, 2002, by the Permittee. In utilizing the right-of-way, the Permittee
agrees to comply with and be bound by laws and regulations regarding the use and occupancy of the
lands administered by the Service and by the terms of this permit.
DEVIATION FROM APPROVED RIGHT-OF-WAY
The Permittee agrees that it will not deviate from the location of the approved right-of-way
in its replacement, operation and maintenance of the subject potable water pipeline and building a
foot log bridge. All ingress and egress for construction, maintenance and operation of the potable
water pipeline shall be restricted to the right-of-way. In the event that the Permittee determines that
ingress and egress over Park lands not included in the right-of-way are necessary for the
construction, maintenance and operation of the subject potable water pipeline, then the Permittee
must apply, in writing, to the Superintendent for approval of such ingress and egress.
EFFECTIVE DATE OF THE RIGHT-OF-WAY
The effective date of this permit shall be the date of its execution by the Regional Director.
The right-of-way permit shall terminate TEN (10) years from the effective date, at noon, (pacific
Standard Time) unless prior thereto it is relinquished, abandoned, or otherwise terminated pursuant
to the provisions of this permit or of any applicable Federal law or regulation.
RENEWAL OF RIGHT-OF-WAY
Unless relinquished, abandoned, or otherwise terminated pursuant to the provisions of the
permit or of any applicable Federal law or regulations, the Permittee may make application to the
Superintendent, at least six months prior to its expiration date, for renewal of the right-of-way.
The Permittee shall file an appropriate written application, e.g., SF 299, in accordance with
the existing Service regulations at the time the right-of-way permit renewal is being requested. The
Permittee shall agree to comply with all the laws and regulations existing at such application date
governing the occupancy and use of the lands of the Park for the purposes desired. The right-of-
way permit may be renewed after full consideration of the application.
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4
DISPOSAL OF PROPERTY ON TERMINATION OF RIGHT -OF- WAY
Upon the tennination of the right-of-way pennit by expiration or by cancellation for cause,
in the absence of any agreement to the contrary, if all monies due the Pennittor have been paid, the
Pennittee shall be allowed six months, or such additional time as may be provided, in which to
remove from the right-of-way all property or improvements of any kind placed by them; and if not
removed within the time allowed, all such property and improvements shall become the property of
the United States.
NONUSE OR ABANDONMENT
It is understood and agreed by the parties that all or any part of the right-of-way may be
terminated at the discretion of the Pennittor in the event of nonuse or abandonment for a period of
two years by the Pennittee. In the case of tennination, the Permittor will provide the Permittee with
written notice including reasons for tennination.
FEES FOR USE AND OCCUPANCY
The Pennittor and Pennittee understand and agree that the consideration for utilization of
the lands, pursuant to the right-of-way, for a municipally operated project is waived according to 36
C.F.R. 14.26(c)(1). I
FEES AND REIMBURSEMENT OF COSTS
Pursuant to 36 C.F.R. 14.22(a)(2), for State or local governments or agencies or
instrumentalities thereof where the lands will be used for governmental purposes and continue to
serve the general public, payment of fees and costs incurred by the Service as a result of this permit
are waived.
TERMS AND CONDITIONS
The pennit is subject to the following tenns and conditions:
(1) This permit shall not be construed as a pennanent interest in the land of the
right-of-way or as an abandonment of use and occupancy by the Pennittor, but shall be considered a
use of the land as described, anything contained to the contrary notwithstanding.
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
5
(2) This right -of-way permit may be terminated upon breach of any of the stated conditions
or at the discretion of the Regional Director or Superintendent. Permittee will be given written
notice and thirty (30) days to allow an opportunity for corrective actions before termination may
occur. The written notice shall describe the specific violations of the permit. If Permittee does not
correct the violations to the satisfaction of the Service, or present a reasonable plan acceptable to
the Service within the thirty (30) day period, then the Service shall be entitled to revoke this permit.
(3) The Permittee shall comply with all applicable State and Federal laws and existing
regulations promulgated thereunder in the replacement, operation and maintenance of the potable
water pipeline and building a foot log bridge
(4) The Superintendent, Olympic National Park, shall be notified in writing no less than
two (2) weeks prior to the start of initial construction on Park lands. An on-site meeting will be
conducted no less than one week prior to start of construction between representatives of the Park
and the Permittee construction/maintenance supervisor to determine and clarify the scope of the
project and any requirements of the Service. The Permittee construction/maintenance supervisor
will contact the Park on the morning of the first day of work and each morning thereafter prior to
entering the Park, advising the location and extent of work crews and equipment in the Park.
Except in extraordinary situations and with the agreement of the Superintendent, or as determined
at or prior to the on-site meeting above; all work on Park lands will be conducted on a Monday
through Friday, 8 a.m. through 5 p.m. basis. All work on Park lands shall be completed to the
satisfaction of the Superintendent or his or her representative.
(5) The Permittee shall have a right of ingress and egress within the right-of-way at all
times for the purposes of maintaining and operating the existing water pipeline and appurtenances
and building a foot log bridge.
(6) If any portion of the potable water pipeline is to be installed underground within the
road shoulders of public roads, they shall comply with the specifications of the highway department
having jurisdiction. Detailed procedures of installation are also subject to approval in advance of
construction by the Superintendent or his or her representative.
(7) If required, the Permittee shall file a performance bond with satisfactory surety payable
to the Permittor to fully insure compliance with the permit terms and conditions.
(8) The Permittee shall be responsible to pay the Permittor for any damage resulting from
this permit which would not reasonably be inherent in the use which the Permittee is authorized to
make of the land. The Permittor will give the Permittee written notice of such damage and the
Permittee will either take corrective action or pay the indicated amount as agreed upon and
approved by the Superintendent.
(9) Use by the Permittee of the land is subject to the right of the Park to establish trails,
roads, and other improvements and betterments over, upon or through said premises, and further
to the use by travelers and others of such roads, trails, and other improvements already existing.
I'
I
1
I
1
I
1
1
1
I
I
I
I
I
I
1
1
I
I
6
If it is necessary to exercise such right, every effort will be made by the Park to refrain from
unduly interfering with or preventing use of the land by the Permittee for the purposes intended
under this permit.
(10) The Permittee shall take adequate measures as directed and approved by the
Superintendent to prevent or minimize damage to Park resources. This may include restoration,
soil conservation and protection measures, landscaping, and repairing roads, trails, fences, etc. The
Permittee shall dispose of brush and other refuse as required by the Superintendent. The
Superintendent or his or her representative may inspect the right-of-way area as deemed necessary.
In addition, the following measures must be adhered to:
. Wildlife should not be approached or fed;
. Wildlife should not be "indirectly" fed by incorrectly disposing of biodegradable
waste in or around the project site, instead all waste must be disposed of in the
proper receptacles;
. Collecting of any park resources, including plants and animals, is prohibited;
. Permittee shall have a safety policy in place and follow it;
. Permittee shall minimize vehicular traffic through the administrative district to
eliminate wear and tear on the roads, possible transfer of noxious or invasive weed
species, and minimize noise hazards associated with site preparation;
. Permittee and workers shall be encouraged to car pool, and shall be directed to
appropriate parking spots to eliminate destruction of vegetation that will remain at
the site;
. Permittee shall ensure removal and proper disposal of all hazardous materials and
waste; and
. Site preparation zones shall be identified and fenced with construction tape, snow
fencing, or some similar material prior to any activity. The fencing would define
and confine the area activity to the minimum area required for construction. All
protection measures shall be clearly stated in the specifications and workers would
be instructed to avoid conducting activities beyond the site preparation zone as
defined by the zone fencing.
(11) The Permittee will halt any activities and notify the Superintendent upon discovery of
threatened or endangered species or archeological, paleontological, or historical findings. The north
water main is located within the Park Headquarters' Historic District. All vegetation or ground
disturbing activities will need to be reviewed by the Park's cultural resource staff. The Permittee
will restore the landscaping between Park Avenue and the forest edge south of the paved parkingrarea to its predisturbance topography. The park archeologist will monitor all major ground
disturbing activity. All artifacts unearthed remain the property of the Park.
(12) No vegetation may be cut or destroyed without first obtaining approval from the
Superintendent. Any vegetation that must be removed shall be mitigated as specified by the
Superintendent.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
7
(a) The proposed route of the trench will be staked or flagged so it can be reviewed
prior to trenching. The primary consideration from a vegetation perspective is that the alignment
shall avoid, to the greatest extent possible, tree root systems. This may require significant detours
in the route versus an alignment, which uses the least minimum of pipe material.
(b) After the route is approved, surface duff and litter shall be manually raked aside
for later use prior to trenching.
( c) The trenching machine and any other heavy equipment that leaves the road shall
be thoroughly washed (flushed with water) to remove soil prior to use on Park lands.
(d) After the pipe is laid and the trench is backfilled, excelsior erosion control
blankets shall be placed and staked to cover the exposed soil. A sample of the material to be used
shall be provided to the Park for approval prior to use. The product may contain biodegradable
plastic netting.
( e) The reserved duff and litter shall be replaced back on top of the erosion control
netting/fabric.
(t) No seeding will be required. The use of hay or straw mulch, bark, or importation
of any materials, which may contain non-native (weed) seeds, is prohibited.
(g) Prior to line excavation, plants of the understory species listed below shall be
carefully excavated along the right-of-way and placed in holding areas outside the work zone. The
number of plants to be salvaged, or for sprawling species the amount of area to be salvaged, is
indicated for each species.
. Baldhip Rose (Rosa gymnocarpa) (5 plants)
. Common snowberry (Symphoricarpos albus) (11 plants)
. Douglas-fir (pseudotsuga menziesii), only seedlings under 5' tall (any, iffound)
. Dull Oregongrape (Mahonia nervosa) (21 sq. ft. area to salvage)
. Evergreen huckleberry (Vaccinium ovatum) (3 plants)
. Grand fir (Abies grandis), only seedlings under 5' tall (2 plants)
. Indian plum (Oemlaria cerasiformis) (22 plants)
. Ocean-spray (Holodiscus discolor) (18 plants)
. Pacific blackberry (Rubus ursinus) (51 plants)
. Pacific rhododendron (Rhododenron macrophyllum) (16 plants)
. Red huckleberry (Vaccinium parvifolium) (8 plants)
. Salal (Gaultheria shallon) (1,125 sq ft area to salvage)
. Salmonberry (Rubus parviflorus) (76 plants)
. Swordfern (polystichum munitum) (688 fern "clumps")
. Vine maple (Acer circinatum) (12 plants)
. Western hemlock (Tsuga heterophylla), only seedlings under 5' tall (any, if
found)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8
. Western red cedar (Thuja plicata), only seedlings under 5' tall (2 plants)
Commercially-grown plants of the same species may not be substituted for plant materials salvaged
from the site. Plants should be removed by excavating below the rooting zone and roots of
salvaged plants shall be completely covered with soil and duff excavated from the top layer of the
ditch cut. Fern fronds of salvaged fem clumps shall be trimmed to half their length prior placement
in holding areas. Plants in holding areas will be watered as needed to maintain viability prior to re-
planting. Watering shall occur at least once per week during dry periods.
(h) Prior to re-planting of salvaged materials, water bars shall be placed on all sloped
backfill of the right-of-way according to following specifications: a) 10 to 20 degree slopes require
placement of 12-inch diameter water bars no less than 12 feet apart; b) 20 to 30 degree slopes
require placement of 12-inch diameter water bars no less than S feet apart; c) greater than 30 degree
slopes require placement of 12-inch diameter water bars no less than 6 feet apart. All water bars
shall be heeled into slope not less than half of 12-inch diameter and keyed at least one linear foot
into vegetation on both sides of slope cut.
(i) Following water bar placement, salvaged materials will be planted in natural
groupings along the whole length of the new line. Plants will be planted in salvaged topsoil and
covered with a 6" - 12" layer of salvaged duff. If the project work takes place during dry conditions
the plantings shall be watered prior to project completion. For swordfem, survival of at least SO%
of the re-planted individuals must be achieved (3 years from planting). A minimum of 60%
survival shall be achieved 3 years from planting for all other species.
(j) All large shrub species (consult list below) salvaged within the designated
cultural landscape portion of Olympic National Park Headquarters Historic District (i.e., area south
of Park A venue and north of paved parking lot near headquarters building) shall be salvaged, re-
located and planted after line construction within a radius of 10 feet of their original growing
location.
. Evergreen huckleberry (Vaccinium ovatum) (3 plants)
. Ocean-spray (Holodiscus discolor) (18 plants)
. Pacific rhododendron (Rhododenron macrophyllum) (16 plants)
. Vine maple (Acer circinatum) (12 plants)
(13) The Permittee proposal to build a foot log bridge will meet with the criteria listed
below.
(a) 38-feet long, IS-inch minimum diameter log made of Cedar or Douglas Fir
(brought in from off-site and purchased by the permittee) placed on round, notched 2-foot
minimum diameter, 4- feet to 6- feet long Cedar sills embedded in the ground enough to sit stable
and to keep bottom of foot log just off ground. Sills must be attached with drift pins or angle braces
with lag screws;
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9
(b) Flattened top surface oflog for 12-inch walking surface;
(c) 8-inch diameter Cedar or Fir handrail posts on one side of log. Posts must be
attached at each end of log with not more than 10- foot centers along the length of the log. Handrails
must be round notched to the outside of the log, leaning out at a slight angle and attached with no
less than two 12-inch by ~-inch lag screws with bridge washers on flattened outside of post,
galvanized.
(d) 5-inch to 6-inch diameter Cedar or Fir poles for hand rail with 42-inch high top
rail and 21-inch high mid rail, entire length of log. Poles must be attached with galvanized lag
screws that are either 8-inch or 10-inch by 3/8-inch.
(14) Use of pesticides and/or herbicides on Park lands is prohibited without prior written
approval from the Superintendent.
(15) In the event any facilities covered by this permit should interfere with future Park
construction, the Permittee agrees to terminate the use or relocate them at not cost to the Service
within 60 days after written notice.
(16) The Permittee agrees to do everything reasonably within its power, both
independently and on request of the Superintendent, to prevent and suppress fires resulting from the
Permittee's activities on and adjacent to the right-of-way.
(17) The Permittee agrees that the right-of-way shall be subject to the express condition
that the use will not unduly interfere with the management and administration by the Service of the
lands. Further, the Permittee agrees and consents to the occupancy and use by the Park, its
Permittees, or lessees of any part of the right-of-way not actually occupied or required by the
project, or the full and safe utilization, for necessary operations incident to such management,
administration, or disposal.
(18) Upon expiration, revocation or termination of this permit, the Permittee shall leave the
lands subject to the permit in as nearly the original condition as possible, as directed and approved
by the Superintendent
(19) The Permittee agrees that in undertaking all activities pursuant to this permit, it will
not discriminate against any person because of race, color, religion, sex, or national origin.
(20) No member of or Delegate to Congress or Resident Commissioner shall be admitted
to any share or part of this permit or to any benefit that may arise therefrom, but this provision shall
not be construed to extend to this permit if made with a corporation for its general benefit.
(21) No transfer of the permit will be recognized unless and until it is first approved in
writing by the Regional Director of the Service. Such a transfer must be filed in accordance with
existing regulations at the time of transfer, and must be supported by the stipulation that the
assignee agrees to comply with and to be bound by the terms and conditions of the right-of-way.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
10
(22) This pennit is made upon the express condition that the United States, its agents and
employees shall be free from all liabilities and claims for damages and/or suits for or by reason of
any injury, or death to any person or damage to property of any kind whatsoever, whether to the
person or property of the Permittee, its agents or employees, or third parties, from any cause or
causes whatsoever while in or upon said premises or any part thereof during the term of this permit
or occasioned by any occupancy or use of said premises or any activity carried on by the Permittee
in connection herewith. The Permittee hereby covenants and agrees to indemnify, defend, save and
hold harmless the United States, its agents, and employees from all liabilities, charges, expenses
and costs on account of or by reason of any such injuries, deaths, liabilities, claims, suits or losses
however occurring or damages growing out of the same.
(23) Any amendments to this permit must be in writing and signed by the parties.
Renewals will be subject to regulations existing at the time of renewal and such other terms and
conditions deemed necessary to protect the public interest.
(24) Any underground utilities previously located within this right-of-way which are
damaged or disrupted during maintenance or construction shall be repaired or restored by the
Permittee within four hours.
(25) The Pennittee shall be responsible for the provision and maintenance of proper signs,
barricades or other means of warning motorists and pedestrians of danger during all periods of
repair and maintenance.
(26) Nothing herein contained shall be construed as binding the Service to expend in any
one fiscal year any sum in excess of appropriations made by Congress or administratively allocated
for the purpose of this permit for the fiscal year, or to involve the Service in any contract or other
obligation for the further expenditure of money in excess of such appropriations or allocations.
COMPLIANCE
Failure of the Permittee to comply with any provision of this right-of-way permit shall
constitute grounds for immediate termination of this permit.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. .
11
WAIVER NOT CONTINUING
The waiver of any breach of any provision of this right-of-way pennit, whether such waiver
be expressed or implied, shall not be construed to be a continuing waiver or a waiver of, or consent,
to any subsequent or prior breach of the same or any other provision of this permit.
IN WITNESS WHEREOF, the Regional Director or Superintendent, acting on behalf of the
United States, in the exercise of the delegated authority from the Secretary of the Department of the
Interior, has caused this Permit of Right-of-Way number R W -9500-02-010 to be executed this
y tu:.. day of "frJ.. , 20QL.
ACCEPTED THIS JS{tL day O(~O~.
II
~cf2c.~
Michael Quinn, Cif)fManager
City of Port Angeles
-bo~~f\.
Attest:
Becky Upton, City Clerk
1_ 4
e....
,.,..,~
I ~u;.
tJ'J--1.o.oB
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
I At the request of, Stephen Sperr, on September , 20 , ppr al (lIP A), which now supersedes all previous
lIP As for this project, is a time extension of the ., nal lIP A issued May 01, 2003.
IeCIeD"'~ n
NOY -6.. U
State orWasbington
Department or Fish and Wlldllf'e
Babltat Program
600 Capitol Way North, MS 3155
Olympia, Washington 98501-1091
I
LOG NUMBER: ST -F6831-02
I
PERMITTEE
AUTHOIDZEDAGENTORCONTRACTOR
I City of Port Angeles Public Works Department
ATfENTION: Stephen Sperr
Post Office Box 1150
Port Angeles, W A 98362
I '360) 417- 4800
PROJECT DESCRIPTION:
I PROJECT LOCATION:
Not Applicable
Replace City Water Main, and Trail Foot Bridge
North and East of 620 Viewcrest Avenue, Port Angeles
I~
WRIA WATERBODY
18.0245 Peabody Creek
TRIBUTARY TO
Strait of Juan de Fuca
1/4 SEC. SEC. TOWNSHIP RANGE
NE 15 30 North 06 West
COUNTY
Clallam
I
I
12.
I
1
I
I
I
I
I
PROVISIONS
1. TIMING LIMITATIONS: The project may begin July 1, 2004 and shall be completed by September 30, 2005,
provided: work below the ordinary high water line shall only occur between July 1 and September 30 of calendar years
2004 and 2005.
NOTIFICATION REQUIREMENT: The permittee or contractor shall notify the Area Habitat Biologist (AHB) listed
below, by FAX or mail, of the project start date. Notification shall be received by the AHB at least three working days
prior to the start of construction activities. The notification shall include the permittee's name, project location, starting
date for work, and the control number for this Hydraulic Project Approval.
3. Work shall be accomplished per plans and specifications entitled, United States Department of the Interior National
Park Service Right-of-Way Permit for City of Port Angeles, and The City of Port Angeles Washington, U.S. Peabody
Creek Water Main Replacement Project 22-202003, Pages 1 through II, dated October 2nd, and submitted to the
Washington Department ofFish and Wildlife, except as modified by this Hydraulic Project Approval. These plans
reflect design criteria per Chapter 220-11 0 WAC. These plans reflect mitigation procedures to significantly reduce or
eliminate impacts to fish resources. A copy of these plans shall be available on site during construction.
FOOT BRIDGE INSTALLATION:
4. Excavation for and placement of the foundation and superstructure shall be outside the ordinary high water line.
5. Excavation for the footings shall be completely separated from the stream by placing the footings landward of the top of
the bank.
6. The bridge structure shall be placed in a manner to minimize damage to the streambed and banks.
Page lof6
I .
e~
~~
I =iin
I
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
State ofWashlnpn
Department ofFish and wndUfe
Habitat ProIJ1lDl
600 Capitol Way North, MS 3155
Olympia, Washington 98501-1091
DA TE OF ISSUE: November 4 2003
LOG NUMBER: ST -F6831-02
17. The bridge shall be constructed to pass the 100-year peak flow with consideration of debris likely to be encountered.
8. Abutments, piers, piling, sills, approach fills, etc., shall not constrict the flow and cause any appreciable increase (not
I to exceed 0.2 feet) in backwater elevation (calculated at the 100-year flood) or channel-wide scour, and shall be aligned
to cause the least effect on the hydraulics of the stream.
19.
Approach material shall be structurally stable and shall be composed of material that if eroded into the water shall not
be detrimental to fish life.
110. The bridge stringers shall be placed in a manner to minimize damage to the streambed or banks.
11. Wooden components which will be in contact with the water shall not contain creosote or pentachlorophenol. This shall
I include pilings, beams, structural supports, and decking. These components shall remain free of these toxic substances
for the duration of their functional lives.
112. Removal of the existing structure shall be accomplished so the structure and associated material does not enter the
stream. Material shall be disposed of so it will not re-enter the stream.
I WATER MAIN REPLACEMENT:
13. Water main replacement alignment shall be as nearly perpendicular to the stream as possible.
I
I
I
I
I
I
I
I
I
14. The top of the concrete encasement for the water main shall be installed at least five feet below the surface of the stream
bed.
15. When using trench excavation, the trenches shall be excavated in the dry or shall be isolated from the flowing stream.
16. The trench and all areas of the disturbed streambed shall be backfilled to a depth of five feet above the top of the
concrete encasement for the water main, with material composed of clean, rounded, uniformly-graded gravel with a size
composition of:
15 percent - 6.0 to 3.0 inches;
40 percent - 3.0 to 1.5 inches;
45 percent - 1.5 to 0.25 inches; with
fines less than 0.25 inches not exceeding 3.0 percent total volume.
17. Excess spoils shall be disposed of so it will not re-enter the stream.
18. The water main approach trench shall be isolated from the stream until laying of the water main across the stream
occurs.
19. As per the above referenced plans, a temporary bypass to divert flow around the work area shall be in place prior to
initiation of other work in the wetted perimeter.
20. A sandbag revetment or similar device shall be installed at the bypass inlet to divert the entire flow through the bypass.
Page 2 of6
1
I....
~f/
1 ~u;,
1
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
State ofWashlngton
Department ofFish and WDdlif'e
Habitat Program
600 Capitol Way North, MS 3155
Olympia, Washington 98501-1091
DATE OF ISSUE: November 4. 2003
LOG NUMBER:
ST -F683 1-02
121. A sandbag revetment or similar device shall be installed at the downstream end of the bypass to prevent backwater from
entering the work area. '
122. The bypass shall be of sufficient size to pass all flows and debris for the duration of the project.
23. Prior to releasing the water flow to the project area, all streambed restoration shall be completed.
124. Upon completion of the project, all material used in the temporary bypass shall be removed from the site and the site
returned to preproject or improved conditions.
125. Any device used for diverting water from a fish-bearing stream shall be equipped with a fish guard to prevent passage
offish into the diversion device pursuant to RCW 77.55.040 and 77.16.220. The pump intake shall be screened with
l/8-inch mesh to prevent fish from entering the system. The screened intake shall consist of a facility with enough
surface area to ensure that the velocity through the screen is less than 0.4 feet per second. Screen maintenance shall be
adequate to prevent injury or entrapment to juvenile fish and the screen shall remain in place whenever water is
withdrawn from the stream through the pump intake.
1
I
26. The use of equipment below the ordinary high water line shall be limited to that necessary to gain position for work.
1 27. Equipment used for this project shall be free of external petroleum-based products while working ar<?und the stream.
Accumulation of soils or debris shall be removed from the drive mechanisms (wheels, tires, tracks, ~c.) and
undercarriage of equipment prior to its working below the ordinary high water line. Equipment shall be checked daily
for leaks and any necessary repairs shall be completed prior to commencing work activities along the stream.
I
I
I 30. If at any time, as a result of project activities, fish are observed in distress, a fish kill occurs, or water quality problems
develop (including equipment leaks or spills), operations shall cease and the Washington Department ofFish and
Wildlife and Washington Department of Ecology shall be contacted immediately. Work shall not resume until further
I approval is given by the Washington Department of Fish and Wildlife.
1
I
I
I
28. Equipment crossings of the stream are not authorized by this HPA.
129. Alteration or disturbance of the bank and bank vegetation shall be limited to that necessary to construct the project.
Concurrent with project activities, all disturbed areas shall be protected from erosion as per the above referenced Park
Service Right-of-Way Permit. Revegetation shall also be completed as per the above referenced Park Service Right-of-
Way Permit. All replanted vegetation shall be maintained as necessary for three years to ensure 80 percent survival.
31. Every effort shall be taken during all phases of this project to ensure that sediment-laden water is not allowed to enter
the stream.
32. As per the above referenced Park Service Right-of-Way Permit erosion control methods shall be used to prevent silt-
laden water from entering the stream.
33. Wastewater from project activities and water removed from within the work area shall be routed to an area landward of
the ordinary high water line to allow removal of fine sediment and other contaminants prior to being discharged to the
stream.
Page 3 of6
I. .
e....
,..".., ~
I =iDB
I
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
State of Washington
Department of Fish and WDdDfe
Habitat Procram
600 Capitol Way North, MS 3155
Olympia, Washington 98501-1091
DATE OF ISSUE: November 4. 2003
LOG NUMBER: ST -F6831-02
I 34. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be
deposited above the limits of flood water in an approved upland disposal site.
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
35. Ifhigh flow conditions that may cause siltation are encountered during this project, work shall stop until the flow
subsides.
36. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-
laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream.
37. Fresh concrete or concrete by-products shall not be allowed to enter or come in contact with the stream at any time
during this project. All forms used for concrete shall be completely sealed to prevent the possibility of fresh concrete
from getting into the stream.
SEPA: MDNS by City of Port Angeles final on April 30, 2003.
APPLICATION ACCEPTED: September 22,2003
ENFORCEMENT OFFICER: Baker 035 [P3]
Chris Byrnes (360) 417-1426
Area Habitat Biologist
ct-:~~
for Director
WDFW
GENERAL PROVISIONS
This Hydraulic Project Approval (HPA) pertains only to the provisions of the Fisheries Code (RCW 77.55 - formerly RCW
75.20). Additional authorization from other public agencies may be necessary for this project.
This HPA shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)
performing the work.
This HP A does not authorize trespass.
The person(s) to whom this lIP A is issued may be held liable for any loss or damage to fish life or fish habitat which results
from failure to comply with the provisions of this HP A.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred
dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment.
All lIP As issued pursuant to RCW 77.55.100 or 77 .55.200 are subject to additional restrictions, conditions or revocation if
the Department ofFish and Wildlife determines that new biological or physical information indicates the need for such
action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HP As issued pursuant to
RCW 77 .55 .11 0 may be modified by the Department of Fish and Wildlife due to changed conditions after consultation with
Page 4 of6
I'e
.....
~f/
1 ~Un
1
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
State of Washington
Department ofFish and Wlldllf'e
Habitat Program
600 Capitol Way North, MS 3155
Olympia, Washington 98501-1091
DATE OF ISSUE: November 4. 2003
LOG NUMBER: ST -F6831-02
I 34. All waste material such as construction debris, silt, excess dirt or overburden resulting from this project shall be
deposited above the limits of flood water in an approved upland disposal site.
135. Ifhigh flow conditions that may cause siltation are encountered during this project, work shall stop until the flow
subsides.
1 36. Extreme care shall be taken to ensure that no petroleum products, hydraulic fluid, fresh cement, sediments, sediment-
laden water, chemicals, or any other toxic or deleterious materials are allowed to enter or leach into the stream.
1 37. Fresh concrete or concrete by-products shall not be allowed to enter or come in contact with the stream at any time
during this project. All forms used for concrete shall be completely sealed to prevent the possibility of fresh concrete
from getting into the stream.
1 SEPA: MONS by City of Port Angeles final on April 30, 2003.
APPLICA TION ACCEPTED: September 22, 2003
ENFORCEMENT OFFICER: Baker 035 [P3]
1
1
I
1
1
1
1
I
1
I
I
Chris Byrnes (360) 417-1426
Area Habitat Biologist
a:~~
for Director
WDFW
GENERAL PROVISIONS
This Hydraulic Project Approval (HP A) pertains only to the provisions of the Fisheries Code (RCW 77 .55 - formerly RCW
75.20). Additional authorization from other public agencies may be necessary for this project.
This HP A shall be available on the job site at all times and all its provisions followed by the permittee and operator(s)
performing the work.
This HP A does not authorize trespass.
The person(s) to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results
from failure to comply with the provisions of this HPA.
Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred
dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment.
All HPAs issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions, conditions or revocation if
the Department ofFish and Wildlife determines that new biological or physical information indicates the need for such
action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HPAs issued pursuant to
RCW 77.55.110 may be modified by the Department ofFish and Wildlife due to changed conditions after consultation with
Page 4 of6
I
I'e~
I
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
State ofWashlngton
Department ofFish and Wlldlif'e
Habitat Program
600 Capitol Way North. MS 3155
Olympia, Washington 98501-1091
DA TE OF ISSUE: November 4. 2003
LOG NUMBER: ST-F6831-02
I the permittee: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board
established in RCW 77.55.170.
I
APPEALS - GENERAL INFORMATION
I
I
I
I
I
I
I
I
I
I
I
I
IF YOU WISH TO APPEAL A DENIAL OF OR CONDmONS PROVIDED IN A HYDRAULIC PROmCT
I APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES AVAILABLE.
A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW
I 77.55.100, 77.55.110, 77.55.140, 77.55.190, 77.55.200, and 77.55.290: '
A person who is aggrieved or adversely affected by the following Department actions may request an infonnal review
of: '
(A) The denial or issuance of a HP A, or the conditions or provisions made part of a HP A; or
(B) An order imposing civil penalties.
It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems
are resolved at this level, but ifnot, you may elevate your concerns to hislher supervisor. A request for an INFORMAL
REVIEW shall be in WRITING to the Department ofFish and Wildlife, 600 Capitol Way North, Olympia, Washington
98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance ofaHPA or receipt
of an order imposing civil penalties. The 30-day time requirement may be stayed by the Department if negotiations are
occurring between the aggrieved party and the Area Habitat Biologist and/or hislher supervisor. The Habitat Protection
Services Division Manager or hislher designee shall conduct a review and recommend a decision to the Director or its
designee. If you are not satisfied with the results of this informal appeal, a formal appeal may be filed.
B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW
77.55.100 OR 77.55.140:
A person who is aggrieved or adversely affected by the following Department actions may request an fonnal review of:
(A) The denial or issuance of a HP A, or the conditions or provisions made part of a HP A;
(B) An order imposing civil penalties; or
(C) Any other "agency action" for which an adjudicative proceeding is required under the Administrative Procedure
Act, Chapter 34.05 RCW.
A request for a FORMAL APPEAL shall be in WRmNG to the Department ofFish and Wildlife, 600 Capitol Way
North, Olympia, Washington 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall
be RECEIVED DURING OFFICE HOURS by the Department within 30-days of the Department action that is being
challenged. The time period for requesting a formal appeal is suspended during consideration of a timely infonnal
appeal. If there has been an informal appeal, the deadline for requesting a formal appeal shall be within 30-days of the
date of the Department's written decision in response to the infonnal appeal.
C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110, 77.55.200,
77.55.230, or 77.55.290:
A person who is aggrieved or adversely affected by the denial or issuance of a HP A, or the conditions or provisions
made part of a HP A may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the
Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, Building Two -
Rowe Six, Lacey, Washington 98504; telephone 360/459-6327.
Page 5 of6
I.,~
....
~"
I =rm
I
HYDRAULIC PROJECT APPROVAL
RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW
State of Washington
Department of Fbh and WIldDfe
Habitat ProlI'llD'
600 Capitol Way North, MS 3155
Olympia, Washington 98501-1091
DA TE OF ISSUE: November 4. 2003
LOG NUMBER: ST -F6831-02
I D. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL
APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION
SHALL BE FINAL AND UNAPPEALABLE.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Page 6 of6
I ~~,
,(if;
I
I
I
I
I
I
I
I
I
I
I
I
I j
'"
on
.
I
~
~
os
ff
E
.Ii
~
~
I
I
~
,~
l
~
l<l
~
...
~
THE CITY OF
PORT ANGELES
WASHINGTON, u.s.
PEABODY CREEK WATER MAIN REPLACEMENT
PROJECT 02-20
2004
t 1 SKILLINGS
CONNOLLY
5016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
I
,\1CT~A \l.~
",;
,~h
f R,1l
AREA MAP
NOT TO SCALE
SHEET INDEX
# TITLE
1 COVER SHEET
2 GENERAL NOTES AND LEGEND
3 PEABODY CREEK WATER LINE PLAN AND PROFILE
4 PEABODY CREEK WATER LINE PLAN AND PROFILE
5 PEABODY CREEK WA TER LINE PLAN AND PROFILE
6 PARK AVE WATER LINE PLAN AND PROFILE
7 PARK AVE WATER LINE PLAN AND PROFILE
8 PARK AVE WATER LINE PLAN AND PROFILE
9 EUNICE ST WATER LINE PLAN AND PROFILE
10 EUNICE ST WATER LINE PLAN AND PROFILE
11 EUNICE ST WATER LINE PLAN AND PROFILE
12 EUNICE ST WATER LINE PLAN AND PROFILE
13 EUNICE ST. WATER LINE PLAN AND PROFILE
14 ALBERT ST. WATER LINE PLAN AND PROFILE
15 LAURIDSEN BLVD. WATER LINE PLAN AND PROFILE
16 WATER LINE DETAILS
17 WA TER LINE DETAILS
18 WA TER LINE DETAILS
19 WA TER LINE DETAILS
20 CONNECTION DETAILS
21 CONNECTION DETAILS
22 CONSTRUCTION SEQUENCE
VICIi'.JiTY MAP
N0T TO SCALE
?})
I
GENERAL NOTES:
I
1 ALL WORKlAANSHIP AND lAATERIALS SHAll BE IN ACCORDANCE WITH THE CITY or PORT ANGELES STANDARDS, THE CURRENT EDITION or THE WASHINGTON STATE DEPARTlAENT or TRANSPORTATION'S
SPEClrlCA TlONS rOR ROAD, BRIDGE AND MUNICIPAl CONSTRUCTION, AND ANY PROJECT SPEClrlC SPECIAL PROVISIONS OR CONDITIONS AND REOUIREMENTS
2. TElAPORARY EROSION/WATER POlLUTION lAEASURES ARE REOUIRED AND SHAll COMPLY WITH THE CITY CLEARING AND GRADING ORDINANCE AND WSDOT/APWA SPEClrlCATlON 1-0715 AS mllOWS:
A SOIL EROSION AND WATER PQllUTlONjrLOOD CONTROl PLANS SHAll BE SUBIIITTED TO THE CITY, APPROVED BY THE CITY, AND IlAPLElAENTED BY THE CONTRACTOR PRIOR TO DISTURBING ANY
SOIL ON THE SITE. SUBlAlTTAL AND APPROVAl or THESE PLANS SHAlL PREClUDE ANY CONSTRUCTION ACTIVITY ON THE SITE
B. NO PERIIANENT INFlL TRA TlON GAllERIES SHAll BE UTlUZED AS PART or THE CONSTRUCTION or TEIIPORARY EROSION CONTROL AND WATER POlLUTIONjrLOOD ACTIVITIES.
CALL PERUANENT STORAGE AND RETENTlON/DETENTlON AREAS USED AS PART or THE TEMPORARY EROSION CONTROL AND WATER POlLUTlONjrLOOD ACTIVITIES AND CONVEYANCE SYSTEMS SHAll
BE CLEANED or All SILTS, SAND AND OTHER IIATERIALS rOllOWlNG COlolPLETlON or CONSTRUCTION AND THE PERUANENT rACILITIES SHAll THEN BE COUPLETED INCLUDING PERUANENT
INFlL TRA TlON AREAS.
3. A PRECONSTRUCTlON IIEETlNG SHAlL BE HELD WITH THE CITY PRIOR TO THE START or CONSTRUCTION
4 HORIZONTAL AND VERTICAL CONTROlS/DA TUM AS ADOPTEO BY THE CITY SHAll BE USEO. UNLESS APPROVED OTHERWISE
5 THE CONTRACTOR SHAlL BE FULLY RESPONSIBLE rOR THE LOCATION AND PROTECTION or ALL EXISTING UTlUTlES THE CONTRACTOR SHALL VERlry ALL UTlUTY LOCATIONS PRIOR TO
CONSTRUCTION BY CAlliNG UNDERGROUND LOCATE AT 1-800-424-5555 A UINIIIUII or 4B HOURS PRIOR TO ANY EXCAVATION WORK.
6 ALL NON-rERROUS PIPE AND SERVICES SHAll BE INSTAlLED WITH CONTINUOUS TRACER TAPE INSTALLED 12- TO 18- UNDER THE rlNAL GROUND SURrACE THE MARKER TAPE SHAll BE 4-
OR WIDER NON-BIODEGRADABLE. PLASTIC WITH METAl CORE OR BACKING, MARKED AND COlOR CODED CORRESPONDING TO THE UTlUTY TO BE MARKED AND DETECTABLE BY A STANDARD UETAL
DETECTOR. TAPE SHALL BE TERRA TAPE -0" OR APPROVEO EOUAL IN ADDITION. TO TRACER TAPE, rORCE UAINS AND CURVED MAINS SHALL ALSO HAVE A 14 GAUGE COATED COPPER WIRE.
WRAPPED AROUND THE PIPE. BROUGHT UP. COATING STRIPPED, AND TIED orr AT THE VALVE STEil OR UANHOLE RING THE TAPE AND WIRE SHAll BE rURNISHED AND INSTAllED BY THE CONTRACTOR
7. TEMPORARY STREET PATCHING MAY BE AllOWED WITH THE APPROVAL or THE CITY ENGINEER
8. THE CONTRACTOR SHAlL HAVE A copy or THE APPROVED TRAmc CONTROl PLANS AT THE CONSTRUCTION SITE AT All TIMES.
9. SPECIAL STRUCTURES SHALL BE INSTAllED PER PLANS AND lAANurACTURERS' RECOMUENDATlONS
I
I
I
I
10 All DISTURBED AREAS SHAll RECEIVE TEMPORARY AND PERMANENT EROSION CONTROl IN THE rORM or VEGETATION ESTABLISHMENT SUCH AS GRASS SEEDING. A MEANS SHAll BE ESTABLISHED TO
PROTECT THE PERMANENT STORM DRAiN SYSTEU PRIOR TO ESTABLISHMENT or THE PERlAANENT EROSION CONTROL MEASURES THESE UETHODS SHAll BE INClUDED IN THE EROSION AND SEDIIIENT
CONTROL PLANS IN ACCORDANCE IMTH CHAPTER 6 or THESE STANDARDS.
I
11. CONSTRUCTION WORK HOURS SHAll BE RESTRICTED TO 7 A II. TO 7 P.II. UNLESS OTHERWISE APPROVED IN WRITING.
12 THE CITY CONSTRUCTION INSPECTOR SHAll BE NOTlFlED A MINIMUII or 4B HOURS IN ADVANCE or THE NEED rOR AN INSPECTION. UNLESS OTHERWISE INmRMED.
13 TEMPORARY STREET PATCHING
A TEUPORARY RESTORATION or TRENCHES SHAll BE ACCOMPUSHED BY USING 2- MINIMUM DEPTH CLASS B ASPHALT CONCRETE PAVEUENT WHEN AVAILABLE. UEDIUM-CURING (IIC-250) lIOUID ASPHALT (COlD
IIIX). ASPHALT TREATED BASE (A TB). OR TRAffiC BEARING THICKNESS STEEL PLATES
B. ATB USED rOR TEMPORARY RESTORATION IIAY BE DUMPED DIRECTlY INTO THE TRENCH OR PATCH AREA. BLADED AND ROLLED ArTER ROlLING. THE TRENCH MUST BE FlLLED rLUSH WITH THE EXISTING PAVEMENT
TO PROVIDE A SlolOOTH RIDING SURrACE
C AlL TEMPORARY PATCHES SHAll BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE PERMANENT PATCH IS IN PLACE. Ir THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH mR WHATEVER REASON.
THE CITY WILL PATCH THE AREA AT THE EXPENSE or THE CONTRACTOR OR PERMIT APPLICANT
I
I
o TRAffiC SHALL NOT BE AllOWED TO CROSS GRAVEL OR cor TRENCH BACKrlLL rOR UORE THAN 24 HOURS WITHOUT UTILIZATION or TEMPORARY PATCHING UEASURES STATED ABOVE
I
14 THE CONTRACTOR SHALL GIVE THE CITY A MINIMUII or 72 HOURS NOTICE PRIOR TO SCHEDULING A PLANNED CUT-IN, LIVE TAP OR OTHER CONNECTION TO THE EXISTING SYSTEM THE CONTRACTOR SHAll
NOTlry ALL CUSTOMERS INVOLVED OR ArrECTED BY ANY WATER SERVICE INTERRUPTION 24 HOURS PRIOR TO INTERRUPTING SERVICE THE CONTRACTOR SHALL MAKE EVERY ErmRT TO SCHEDULE WATER MAIN
CONSTRUCTION WITH A MINIUUM INTERRUPTION or WATER SERVICE IN CERTAIN SITUATIONS. THE CITY UAY NEED TO RESTRICT THE SCHEDULING or WATER MAIN SHUTDOWNS. SO AS NOT TO IMPOSE
UNNECESSARY SHUTDOWNS DURING SPEClrlC PERIODS TO EXISTING CUSTOMERS I
15. THE CITY SHAll BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A SHUTDOWN or THE WATER SYSTEM THE EXISTING VALVE MUST BE PRESSURE TESTED TO CITY STANDARDS PRIOR TO CONNECTION
Ir AN EXISTING VALVE rAILS TO PASS THE TEST, THE CONTRACTOR SHALL lAAKE THE NECESSARY PROVISIONS TO TEST THE NEW LINE PRIOR TO CONNECTION TO THE EXISTING SYSTEU OR INSTAll A NEW VALVE
16 THE EXISTING VALVES SHALL BE OPERATED ONLY BY CITY ElAPLOYEES. UNLESS OTHERWISE INrORMED
I
17. DURING THE CONSTRUCTION or MAINS AND SERVICES. THE CONTRACTOR SHAll CAP, PLUG. OR SECURE THE ENDS or SUCH LINES WHENEVER THE PROJECT IS SHUT DOWN AT THE END or THE DAY
SO THAT CONTAMINATES WILL NOT ENTER THE LINES
I
lB All LINES SHAll BE CHLORINATED, TESTED. AND DECHLORINATED BY THE CONTRACTOR. WITH A REPRESENTATIVE or THE CITY PRESENT. IN CONrORMANCE WITH THE STANOARO SPEClrlCATlONS
19. THE CONTRACTOR SHAll GIVE THE CITY LIGHT UTILITY 48 HOURS NOTICE mR EVALUATING AND/OR SECURING POlES PRIOIR TO WATERMAIN WORK IMTHIN 8 rEEl or SUCH POLES.
I
I
I
I
I
I DATE
DESIGNED BY: S HELLER 01/2004 NO DATE
ENTERED BY: C HA YES 01 /2004
CHECKED BY:
PROJ. ENGR: S THOMAS 01/2004
REVISIONS
CONTRACT NO.
- ......... ,
~~~ ,I r=
;f~ ;~j~~ ~ ~ SKilliNGS
: sktA~J.q Ii =... COtltlOLLY
/ ~~ Irl Ilfi016 Lacey Boulevard SE, Lacey, Washington 98503
-r i' (360) 491-3399 (800) 454-7545 Fax (360) 491-3857
r_ '1>1/001
I
OWCl:02049noles.dwg Xr.~l-2.x.l6b, Z2049ARIAL. 50__1, Z20491l11. 0./27/0. 1.59 I'....
LEGEND:
PROPERTY LINE
EDGE or PAVEUENT
EDGE or GRAVEL
EXISTING GAS
EXISTING OVERHEAD POWER
EXISTING SANA TARY SEWER
EXISTING STORU DRAiN
EXISTING BURIED TELEPHONE
EXISTING CABLE
EXISTING WATER
EXISTING GUARDRAIL
EXISTING VALVE
EXISTING F1RE HYDRANT
EXISTING WATER METER
EXISTING SANA TARY SEWER MANHOLE
EXISTING STORU DRAIN UANHOlf
EXISTING CATCH BASIN
EXISTING LUMINAIRE
EXISTING UTILITY POLE
EXISTING rUEL TANK LID
PROPOSED WATER LINE
PROPOSED VALVE
PROPOSED rlRE HYDRANT
PROPOSED REDUCER
PEABODY CREEK
WATER MAIN REPLACEMENT
PORT ANGELES
WASHINGTON
-G--
-OHP- --
- ss- - -
- SD- - -
- BT- - -
-c--
-w---
n n n n n n
M
0'
III
q
@
o
~
-<>-
..
M
A
..
JOB NlAIBER
GENERAL NOTES
AND LEGEND
02049-2
SHrET
2
ar
22
SHEETS
z
;;'
. .. . . ~ -. . . . . . . . . -. . . . . . . . . -. . . . . ... . . . . . . . . . . . . -.
0:
~
<
!?~
+",
Oz
.lI)~_
<!!!
....x
IIlw
I
I
~--------------,
I I
~ ~
I I I I
~---~-~-7-----~
~~I;g~cr:.~~ CD ~ CD 20" STEEL PIP?
f-1 ~ 12" GATE VALvE 0
I I
I---t
12" 22 1/2' ELBOW I 1--12" 22 1/2' ELBOW (0 /'
L_J ^ \....J-"
I I I \. )
hmrl I '/
1111111--12" COUPLER(0 (-<, ....y
~w~ 1
L--!rI2" 22 1/2' ELBOW /-{ 0
: r (0 I., , REDUCER
-, ',,'7'r{ 12" 45'
I f' ~11 ELBOW 0
I ,
, ,
~2" GATE VALvE,.. , 12" COUPLER0
12" 45' ELBOW (Fl) - /! 0 / -"
12" GATE VALvE (Fl).../ : "",<'>< 0
I II I I > \.12" 22 1/2' ELBOW
/! JV 'L.L'(
o FlANGED TEE../ ~ = J 12" 45' ELBOW 0
~~12" GATE VALvE 0
I I
~^r'-12" DIP 0
I
I
I
I
FlANGED TO
MJ ADAPTER
I
I
(0 REMOvE AND DEUvER TO CITY SHOP
CD ABANDON IN PLACE
o REMOvE AND REPLACE WITH BUND FlANGE
o LEAvE IN SERVICE
I
CONNECTION DETAIL
PLAN VIEW
NOT TO SCALE
I
I 420
I 400
I
I
340
I
320
I 300
I 280
49+00
I DESIGNED BY:
EN TERED BY:
CHECKED BY:
PROJ. ENGR.:
I
.>u_
-
PEABODY
HEIGHTS
RESERVOIR
-- w- _ _
(\
EX 20" CONCRETE CL Y1NDER ~IPE r
' I
I
I
NOTE:
SEE NPS PERMIT FOR RESTOR A TION
REQUIREMENTS WITHIN THE OLYMPIC
NATIONAL PARK.
SCALE IN rEET
...-
o 10 20
,
40
EXISTING GROUND AT
WA TER MAIN CENTERtlNE
NOTE:
CONTRACTOR SHALL MAINTAiN SLOPE
420
. . . . . . . . . -. . . . . . . . . _. . . . . - 36~Milli . . . . . . . -. . - . . - . - - -- . . . - -
400
'"
u
o
...
CD
.'2(}~ Cl. 5:t G1P../.. . . .
{j
9
. Gl.
-,~
~'"
oj!;
..~Lt..
."HQIIl
~~2!
~oj!:
lIl",lij
360
....
..,1Il
.... 2~""-'-
oj!:
..,.~lI..
OCDIIl
+. III
-Ill",
Ill..
"....l=
~~j;
380
/ RE-GRADE WITH NATIvE
MA TERIAL TO MAINTAIN
.36" COvER (lr NECESSARY)
-- - - . . - . - - _. - -- - . . . . -. . - . . . . . - -- - - - - - - - . -. - - - . - . - - - . . - - - - - - - -- - . - - - - - . -- - - . . - - -- -- - - ---- -------. - -- - - -- . . -- ---
340
320
-- - . - - - - - . -- - . . - - - - - -- - - - - - - - - -. . - - - - - - . . - - - - - . . - - -- . - - - - - . - -- . . - . . . - - -- . . . . . - - . _. . - - . . . - - -- . . . . - - . . -- -.. - - - .
. POUR THRUST BLQCKS AS ON~
BLOCK, MEETING THESE SIZING
REOUIREMENTS
50+ 00
DATE
01 2004 NO.
01 2004
REVISIONS
S. HELLER
C. HAYES
DATE
S. lHOt.4AS
01 2004
XretrcprfOO2. z2049-Ip, ..__I, 04 7
15:01 lr<MS
. - _. - - - . . - - . -- . - - - . - - - -. . - . . - - - . -- - - - - . . - . - . - - - - - - - - -- - - - . - - - - _. . . . . . - . - _. . - . - . - - . -. .
300
51 +00
280
52+00
53+00
54+00
55+00
Coo"RACT NO.
WASHINGTON
JOIl_
II SKilLINGS
COfifiOLLY
z.jdt016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (BOO) 454-7545 Fax (360) 491-3857
PEABODY CREEK
WATER MAIN REPLACEMENT
02049-2
PEABODY CREEK
WATER LINE
PLAN AND PROFILE
SHEtT
.3
"
22
9<EETS
PORT ANGELES
I
~ ----
I
I
I
I
I
/
LOGS FOR SlOPE
STABILIZA nON
SEE DETAILS ON
SHEETS 16 AND 17.
PEABODY CREEK /l
I
f\
\
\
~
I
EXPOSED 24. PIPE---+,
IN CREEK /I
I
'"
I
I
I
NOTE:
SEE NPS PERMIT FOR RESTORATION
REQUIREMENTS WITHIN THE bL YMPIC
NA TIONAL PARK.
I
I 360
NOTE:
CONTRACTOR SHALL MAINTAIN SLOPE
I 340
I 320
I 300
280
I
260
I 240
I 220
55+00' 56+00
I DATE
DESIGNED BY: S. HELLER 01 2004 NO. DATE
ENTERED BY: C. HAYES 01 2004
CHECKED BY:
PROJ. ENGR.: S. THOMAS 01 2004
I XrehcprlOO2. ,2049-lp, se_sI, D4 7 D4 15:01 IrCMS
,~ "- " ., r W' "no
EXISnNG GROUND AT
WA TER M"IN CENTERLINE
20. CL 52 DIP
~
a:::~-:J'ID
ol.l..b..~
....--tI)
Q.QQ=>
<zzo:::
~:J:::J::;!:
~ ~ ~~ ~
+~~....&O
rn~~::C7J
~6bb~
IIlN"lN'i
STA 58+53
N: 411062.95
E 1006329.65
O. 11 1/4' BEND (Fl)
STA 58+79
N: 41105432
E' 100635417
20. 22 1/2' BEND (Fl)
STA 61+00
N: 410974
E' 10065B2
SEEPAGE BARRIER,
SEE DETAILS ON SHEET 17
60
STA 58+77
N 411054.99
E' IOD6352 29
20.20.6 TEE (Fl)
SEE BLOWOFF CONNEcnON FOR DETAILS
STA 60+00
N: 41100B
E 1006487
SEEP AGE BARRIER,
SEE DETAILS ON SHEET 17
STA 59+00
N: 411041
E: 1006393
SEEPAGE BARRIER,
SEE DETAILS ON SHEET 17.
LOG FOOT BRIDGE
REPLACE WITH NEW LOG '" HANDRAIL
SEE N P S PERMIT IN SPECIFICA nONS
NOTE'
SEE STREAM CROSSING
DETAILS ON SHEETS 16 AND 17
"
II
II
SCALE IN FEET
~
o 10 20
,
40
CONCRETE ENCASEMENT
SEE SHEETS 16 AND 17
fOR DETAILS ~ CREEK
CROSSING
...
......
.......
+", ",,,,
IDx .........
"'0
N +-
< x m~
....0
~~ Ill'" <.
....0
IIlN
57+00
58+ 00
5016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
REVISIONS
CONTRACT NO.
l. , SKilLINGS
CONNOLLY
59+00
PEABODY CREEK
WATER MAIN REPLACEMENT
PORT ANGELES
WASHINGTON
I
I
I
I
I
SCALE IN fEET
1...-
o 10 20
w" ,,,.< r ,~ ~ " ,.
,
'40
Sf
I
I
'1\/ -
/-~
;-/
/..........~:~......
/--;/i\/
EX 20. STEEL PIPE j ,/ ,{.[/-:" /
" ,: -:- / EX 20. CC PIPE
/' /~/
..../-f.~/
/
'1\;:'
//
./~/
I
N 41094813
E 1006656.04
20. fLANGE ADAPTOR
20. 22 1/20 BEND (fL)
WITH 8 CY THRUST BLOCK
-
-
-
/
...-
,
...-
,
,
I
I
I
20. H.D.P E. r 20. CL 52 DIP
MAINTAIN SLOPE
420
NOTE:
CONTRACTOR SHALL
I
400
I 380
I 360
340 II:
'"
0:
I II:
..
OlD
0
;!:lS
ID"
320 "-
..'"
....'"
Y/)'"
I
300
I 280
61 +00
I DESIGNED BY:
ENTERED BY:
CHECKED BY:
I PROJ. ENGR.:
""
~
15~
...0....
"-Z~
..'"
OlD
.co;!;
Ol~~
~~...u
;;;~:::'"
~ob~
IIlNN~
62+00
S. HELLER
C. HAYES
DATE
01 2004 NO DA TE
01 2004
REVISIONS
S. THOMAS
01 2004
Xr.~'cprlOO2. z2049-tp, "_51, 04 7/04 15:00 t,....
NOTE:
SEE NPS PERMIT FOR RESTORATION
REQUIREMENTS WITHIN THE OLYMPIC
NATIONAL PARK.
/ / / / /
/ / / /
/' / /
/ / / /
/ / / /
/ / / / /
/ // / //
/////,/// ////////
/ / / /
// ,I' ~.;:- /' //
/ I'of / /
/ / q'F / ' /
////////51~~.y /,////
/ /0 / /
/ /~ ,I'
/ /-t / /
/ /~ ,I'
// / / / //
___;1////// //////////
/ / / /t><1
/ / / /
/ / / /
/ / / /
// // / /' //
I'l'l' /// ,I'I' I'l'l'
\ / / / /
\ / / / /
I / / ,I'
I // // // //
I /' / /
;/ // / // //
I'l'l' ///' I'l'l' I'l'l'
/' / /
/ / / /
/ / ,I'
/ / / /
/ / / /
// // / ,I' //
/ / / /
/ / / ' /
/ / ,I'
/ / / /
/ / / /
------F--
/
----- /
--- /
/--,
/ '
/
/
/
/
/
---
---
----
_'"_--'/I---W-~~~~~~~~-~:~~W-_
,. ---
---
---
36. MIN
z
!
l>:
~
~~
+"
~!
<!!!
....x
Ill'"
""
~
~
~
lDl>:
.~
~~
+-
~~2
<. F
:;;~~
63+00
---
---
---
---
/
/
/
STA 62+80
N' 41092901
E. 100673592
CONNECT TO EXISTING 20. VALVE
/
/
/
/
/
/
/
/
/
/
EXISTlNC: CROUND AT
WATER MAIN CENTERLINE
CONCRETE SL!AB WITH
12. WATER VALVE
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
/
CONNECTION NOTES:
REMOVE 20. CONCRETE CYLINDER (CC) PIPE fROlA THE 20. WATER
VALVE AS NEEDED TO ALLOW CONNECTION Of NEW 20. DUCTILE
IRON PIPE TO THE VALVE THE EXISTING CC 20. PIPE MAY BE HOPE
PIPE ABANDON 20. CC/HDPE PIPE IN PLACE AND CAP THE END.
i--L-,
\ [\
\
CONTRACT IfQ.
64+00
~T1:.~ r::
f; Of 10 l/l ~ ~ SKilliNGS
=.. CONNOllY
'ft ~ ~ I,
IONAL s'tt>' -+ 'Z.- It''r5016 Lacey Boulevard SE. Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
PEABODY CREEK
WATER MAIN REPLACEMENT
PEABODY CREEK
WATER LINE
PLAN AND PROFILE
65+00
66+00
PORT ANGELES
WASHINGTON
67+00
420
400
380
360
340
320
300
280
JC8 N\AI8Dl
02049-2
StEEl
5
OF
22
9ttEIS
I
/
PHASE 2
CLOSE VALVE. RElAOVE PIPE BET'M:EN VALVE AND
fLOWlAETER INSTALL 45' BEND AND CONNECT TO NEW
30' WATER lAAIN. ABANDON fLOWlAETER AND 30' CC
PIPE
BEGIN CONSTRUCTION - CONNECT TO EXISTING flANGE
------=-= _/ \ ~~ --
-- [----\_-- ~--------,
---..1 1 --_ "-. ------ I
I ---_ I --- "-. '-- /
I ___ ___
-- -
,... - - -M ---......, I
- - " I
,
,
\
\
\
\
I
I
30' CL 52 DIP, 18 IN. LONG
30' BUTTERfLY VALVE (PHASE 1)
30' SLEEvE (PHASE 1)
6',10' CONCRETE VAULT
WITH ACCESS UD
EXISTING 30' CC PIPE
EXISTING MANHOLE
\'11TH fLOWlAETER
EXISTING 30'
GATE VALvE
I
,
I
I~
Iq:
C/O.
f5,-.I
0. q:
CHLORINA TION 0/' ~
BUILDING cr ;:::
/ o.q:
>-'~
1-'
(J/it
,'~
/5
- -,W- - -w-
I
I
I
I
PEABODY HEIGHTS RESERVOIR
I
I
I
I
SCALE IN fEET
10..0- ,
o 10 20 40
I
NOTE:
SEE NPS PERMIT FOR RESTORATION
REQUIREMENTS WITHIN THE OLYMPIC
NATIONAL PARK.
lAlLL CREEK
PUMP STATION
I
~ -:J'
0 .!:..
:::J
I!: 0
Ul Z
NZ W
",0 ",'"
+0 +;"
0>% ...
<<:5 .
lnil:l 0
...,
I 420
I 400
380
I
360
I
340
I 320
8+00 9+00
I DATE
DESIGNED BY: S. HELLER 01 2004 NO. DATE
ENTERED BY: C. HAYES 01 2004
CHECKED BY:
I PROJ. ENGR.: S. THOMAS 01 2004
xr.~rcprIOO1, z2049-tp. se_sl. rcpr1OO7. 04 7/04 15:00 It....
<:;,,,,
::It)
~o
~~
w....
10""
0)' ~
o,J:
+_....
e::~
~bo
"'''''"co
10+00
REVISIONS
_--1
i
,',0
: I
30' 45' BEND (fL) ----: I
(PHASE 2) 'If
-_._ I " 0
~-----.~~-- --:--,__ I
J -: -.;; so-...::::::::-__~___
- M -i ! --r - s75:::::::--.___
__ ! I __ -~___
- - 'If I L -SO '
--::r::-~ -;-
I -- -- !
I iiiLi rD;. .:::: __ __ !
~ ~cE:1C Pu4lP - ::::: _
- ~ STA7I~ -::::: :::::i
BREAK OUT EXISTING
WALL AS NECESSARY
PHASE 1
INSTALL 30' BUTTERflY VALvE RECONNECT EXISTING
30' PIPE WI TH SLEEvE
STA 10+00
N: 41147694
E: 100539772
30' 45' BEND WITH
56 Sf THRUST BLOCK
CONNECTION DETAIL
NOT TO SCALE
\
n r EXISTING 30' CC PIPE
\ W W - w- - - w- - - w- - - w- - - w- - - w-
--- --- --
13+00
N 11'22'25' W
488 34 fT
STA 9+82
: BEGIN CONSTRUCTION
SEE CONNECTION DETAIL THIS SHEET
STA 10+82
N' 41155942
E. 1005398 52
30' 11 1/4' BEND (MJ)
WITH 11 Sf THRUST BLOCK
~W_
- -W_
AP STA 12+51 93
N. 411727.81
E 100537619
CONTRACTOR TO ACHElvE DEfLECTION
IN A MINIMUM Of TWO PIPE JOINTS
GRAvEL PATH,
RESTORE IN KIND
W W W___W___W___W___W___w_
rW---W--- --- ---
'If
,
I
,
'If
I
- W_
NOTE:
ALIGNMENT OF WATER LINE MAY BE ADJUSTED IN THE
FIELD TO AVOID CONFLICT WITH LARGE TREES.
-W_
- - W_
-W
- - - W_
- - W_ _
z
:;;:
::I
ll:
w
...
<
~~
+C>
OZ
-'"
<!!!
...x
VI,..
NOTE:
CONTRACTOR SHALL MAINTAIN SLOPE.
z
:;;:
::I
ll:
w
...
<
~~
+C>
OZ
-'"
<!!!
...x
VI'"
'"
Cl
o
~...J
3m
~....
0'"
z::>
wet
m;!:
f,;l~ll;
+-
0..::
~:- :I:
....0...
Ul...,lE
420
lS
o
~...J
3m
~...
~~
~~
:.....
,Ul
+:~
. j!:
g~
400
~
~
iE
lE
30' CL 52 DIP
380
:5.6.' .uIN. .covER.
EXISTING GROUND At
r WATER MAIN CENTERLINE
360
340
320
COllTRACT NO.
11+00
14+00
12+00
13+00
JOB II\MlER
t ] SKILLINGS
CONNOLLY
:1/ 5016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
02049-2
PEABODY CREEK
WATER MAIN REPLACEMENT
PARK AVENUE
WATER LINE
PLAN AND PROFILE
SHEET
6
OF
22
SHEETS
PORT ANGELES
WASHINGTON
I
I
I I "
, 1 '-
, 1"........ /
~ I ".... /_
! J -~=:-;::;;-~ _----;7-
3: 1 / __
/ I / //' .... /
, '...." c,
NOTE: f / ,//'/ /"........ / / f
I SEE NPS PERMIT FOR RESTORATION // // (, I
I" REQUIREMENTS WITHIN~THE OLYMPIC // /' / / \~
NATIONAL PARK. I "
" /// /// /c,
\,3' X 8' VAULT WllH VALVE I f' /~ /' / (
I" l EXISTING 30" WATER LINE , '-- 6 INCH WATER , / ------..,.,. (, 1\
I fiELD VERIFY , , , /
~ ,/~
I I "- ' " _W___W___W/__W___W___W___W___W___w_
" _ _ _ _ _ _ _ w- _ _ w- _ _ w- _ _ w- _ - w - - w- - - w- - - w- - - w- - - w- - - w- - - w- - - w- - - w- - - w- - - w- - - w- - - W-7 ---;y- ~'~~~~:~,.../- -w- -,~'jJ- - -W-U~E-C:; B~CKflU /c,
1- - - w- - w- - - w- - - f- - - W- - W W 17+00 ~ / / IN PAVED AREAS
16+00 , /
'I 1172'25" W 15+00 / C,
488 34 f"T J/ 18+",,/ /
STA 17+40 ~ ""
'I: 412206 56 I' / /
E 100?27988 f I / C,
30" 11 'Ii BEND (lAJ) 1 I I /
WllH 15 Sf" lHRUST BLOCK ;' f / A
II - 'L _ _ _ _ _ _ _ w _ _ _ w _ _ _ W _ _ _ w _ _ _ w - - - w - - - w - - - w - - - w - - - w - - - w - - - w - - - w - - - w - - J w -/ -7~ 1/ / (, ~ TELEPHONE
y___ W---W---W---W---w-- W W 1 <> / c,/ f"lELDVERIf"Y
I I /~!! /
L_~ ~ / ,I! / /
-- - ~ - 1 I SF I 10(, ,/
- I ~ ~,' ___ //
NOTE: I I f ....-__ --__ '
SCALE IN FEET I I / / _ _ '
10..,0- , ALIGNMENT OF WATER LINE MAY BE ADJUSTED IN THE 1 Iff 1-- ---: --_ /
o 10 20 40 FIELD TO AVOID CONFLICT WITH LARGE TREES / r /..__ /.'/ / - _ _-:::,:-:..../
- -'
I
I
I
I
14+00
I
"
/
USE CDF BACKFILL
IN PAVED AREAS \
N 02'OJ'2." _ _ _ _ _ _ _
J75yg.. 1"r E:- - - - - _ _ _
....
....
....
....'
,
,
,
1',..Rl'.IItG
1'",\,~.O
I
I
I
NOTE:
CONTRACTOR SHALL MAINTAIN SLOPE
I 400
I j380
I
I 360
340
I
320
I 300
I 280
I 260
14+00
I DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ. ENGR.:
400
36" lAIN, COVER
g
~lD
-,....
~VI
~:>
00:
aii!'
m...
'''It' .....11)
+ "'
"--
"';" i!'
.....~~
380
w
-"
m
'"
~u
+t>
~~
"'!!!
....)(
"'w
z
;;:
~
IX
~
'"
:Jl~
+t>
"z
-;;:
",,,,
....)(
"'w
w
Z
o
:I:
Q.
W
-"
~~
"t>
IDZ
-f=
",Ill
.....)(
enw
360
(EXISTING GROUND
AT WATER IAAIN CENTERLINE
340
320
30" CL 52 DIP
300
280
S. HELLER
C. HAYES
DATE
01 2004 NO. DA TE
01 2004
REVISIONS
COIlRACT NO.
17+00
~T,:~ r=
S-~ ~ '<60 fJ) r. ~ SKilliNGS
__ =-- CONNOllY
''''..... ~ {dJ
'....L ,'If>' 'f 'to IT' 5016 Lacey Boulevard SE. Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
260
15+00
16+00
18+00
19+00
20+00
JOll_IlER
S. THOMAS
01 2004
PEABODY CREEK
WATER LINE REPLACEMENT
SHUT
7
OF
22
SHEETS
I
DWGt D20492P1'05.
llr.~rcprIOO1, z2049-tp, ...st. rc:pr1OO7, 04/27/04 15:00 UO'IlS
PORT ANGELES
WASHINGTON
PARK AVENUE
WATER LINE
PLAN AND PROFILE
02049-2
I
I
SCALE IN rEET
..._ I
o 10 20 40
CAP OR PLUG EXISTING 30"
WA TER LINE AFTER THE 30"
WA TERlAAIN IS OUT OF
SERVICE SEE SHEET 22 FOR
DETAILS.
; EX1~TlNG 24" WATER~ LIE I
I I
I I
) I INSTAU ~ .
B" GATE VA
I N' 412588 67
I I E: 1005207.75 )
SEE CONNECTION I
I__~~~~~IS S~~__J
I
~.
I
-'/1- -
-'/1- -
-'11- -
-'/1- -
-'/1- ,,-_'11--
'/1- -
EXISTING 30" WATER LINE
- - W- - _ W- _ _ ~
---
I
I
I
USE CDF BACKFILL
_ _ _ _ _ _ {IN PAvED AREAS
--f-
20+00 I
I
N 02'03'24" E
I 375 94 FT
NOTE: I ~
SEE NPS PERMIT FOR ~TORA TION \..
REQUIREMENlJ"S WITHIWTHE OLYMPIC
_~~~~~AL PA~~<" l
-.. ~ '......
',...... "~
" "
" "
" '\
,
'0"",,,, I
.....
"
I
rW- -
~
I
I
I
I
I
(
)
I 380
NOTE:
CONTRACTOR $HALL MAINTAIN $LOPE.
I 24" BLIND FLANGE
(fOR FUTURE LINE)
124" Buml'FLY VALvE (FL)
I lAANH E
I' 72 IN ClAlA TYPE 3
lAANHOLE vER SHALL
I BE LOCATEI' OvER THE
OPERA TlNG NUT (TYP).
I SEE DETAIL AT RIGHT.
I ,.' '~I' " """
I II,.. '" (~)
" wi 53 SF THRUST B
~ I I
~
in
I ~I~
~ 0 ~
~I\I!
Sl~
\.
~
I
I
I
B" DIAlA. CL S2 DIP
I
24"xf TEE (FL)
N' 4125B5 22
E: 1f5211.01
I
24" DIAlA ~ 52 DIP
\\1TH RESTRrlNED JOiNTS
I
I
<#'
C)
Z
~
III
X
....
~..
I I
I I
! I
I I
I I
380 I
I I
!
I I
360 30" DI~. x 6' I
DIP FjxPE !
,
340
I
320 I
lAANH1LE
I 72 IN DIAlA
I I
,
300 I " I
I -' I
~
I .... !
0
in
I C) I
280 I z I
~
III
I x I
....
I I
260 I I
lAANHOLE COvER SHALL
BE LOCATED OvER THE
SCALES: OPERA TlNG NUT (TYP).
I" - 20' HOR SEE DETAIL AT RIGH T
I" - 20' 1It:R 240
CONIRACT NO.
NOT TO SCALE
I
24" DIAlA lCL 52 DIP
WITH RES TRAINED JOiNTS
I
I
I
30" x 24"1 REDUCER (FL)
I
I
30" TEE (FL)
WI 74j SF THRUST BLOCK
30" x f24" REDUCER (FL)
I
24" DIAlAl x 4' SPOOL LENGTH
I
24 " BUTTERFLY VALvE (FL)
"'I
~I
!!!l
x,
....
24"DIAlA' CL 52 DIP
I
I
I
,
WATER MAIN DETAIL
NOT TO SCALE
l, SKILLINGS
CONNOLLY
'15016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
PEABODY CREEK
WATER MAIN REPLACEMENT
PORT ANGELES
,
I
I
I
I INSTALL 24" TEE (lAJ) WITH
53 SF THRUST BLOCK
I
2'" DIAlA CL 52 DIP
~I
~I
~I
l:i!
gl
....'
I
CONNECTION DETAIL
NOT TO SCALE
lAANHOLE RING
AND COvER
I
I
I
I
I
I
I
I
I
~!
....,
~I
~I
l:il
gl
....,
I
,
WASHINGTON
~..
NOT TO SCALE
EXISTING
24" WATER LINE
--
CONTRACTOR SHAU vERIFY FITTING TYPE
AND CONFIGURATION. IF lAJ, INSTALL PLUG
AND THRUST BLOCK IF FLANGE, INSTALL
BLIND FLANGE. ABANDON 24" WATER lAAIN
TO THE NORTH, AFTER AU OTHER
CONNECTIONS HAvE BEEN RElAOvED AND NEW
WA TER lAAIN IS IN SERVICE
ROADWAY
~
.
~
~
o
o
I
MANHOLE 72 IN. DIAM. TYPE 3
NOT TO SCALE
P ARK AVENUE
WATER LINE
PLAN AND PROFILE
.lOll NlAIIlER
02049-2
SHEET
8
OF
22
SHEETS
1
1
1
1
1
1
1
1
1
1
1330
1320
1310
1
~ " ~ I ') '--L I S----L--, I I l I 1'1
~ I \ I ---l rt, I I I I I I
ui ! I J~-~~L___, I: : :/ IL : : ~-----~ ! r-S---i ,I Lr
I ~, I % I I ,-r I I I L II I I _ I
-.---.J t--- I I! I ,- I t--~ ~__-.J I L-L__ ill I : t-J -l I 1----,--
I I-l~ I, I L___J I -, I L___ I 1 I ,
\ \ \ - - I I I I I I I L - ~ III ~CALE IN FEET I ,I I I
\ \ \ II I * I - - I I I I 'I I 0 10 20 140 I L --1
\: \ I II ~ I 'I I I ", ,: __ -- - - -.-.J I __.:::--:: ~---T~---
I I I (-- I I I L JI ~------------- I
\ : EXISTING 24" W RUNE' I~' I .-1 _ _ _ _ _ _ _ _ _~_ _.:-= ~::-====_Ejl- - - - - - - - - - - _____EB ---_
)' , I \ II L L - - -J.....J__-- -- ------------- - \ /--- 'r----------------S r----------., r
\ ,-'---------\_ \------ -"1,- -/r=------------ i ~ / i ~ '-- ----------------~
-,-, I / 'r- J __W___W---W---W---W --W---W---W--_W__
--~_ I L I ./----'-_ / .- LEXISTING8"WATERU~ _-j _-W-- W- _________________________o-=i___.::.!!--_W__
"'--------------- ---- -., / _.J. _---- _ _ -W- ____------ --___~=:.I'L-=-~-__
w- - - w- - -w- - -- W_ I /", ......- I _--- _ - __-=-'!..------
.+m1- >- --1'1__ I \ / \' ~ _~ _--- _-~--- 0
1'-__1 - W_ _ / ~ ...... \ -.....1 -- .::;::.'ff;::"~ M n n n n n n n n n n n n
I SEE SHEET 8 FOR -!'--LW---w2~...-I-w---w---W-v"=..:: ===JII.=..=-=l&:.-=--=-=...W".- -=-\L-_-_-:...W.../:::W---.,.....~ n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n n
I CONNECTION OETAILS iSTA 30+00 '+---------------
~ N' 412582.09 PARK AVENUE 35+00
I E 1005298.10 34+00 N 89'45'22" E
..., 33 00 2B8 21 FT
I S 87"56'36" E 31+00 S 87"56'36" E 32+00 N 89'45'22" E +
~ - - - - - - - - - - - - - - - - ~024_F.! _ _ _ _ _ _ _ _ _ _ _1.5.Q. Q9IL - - - - - - - - - - - - ~PROPEI'>'T""- _ _ _ _ _ - - _1.8H!.J1-~_
... '/ \", , , ~ -'- - - - - - - - - - -
~ - SO- - - SO- - - SD- - - - 50- - _-=-Sll..-= ~ 50- -4/ SD-=------.:- -=--Sij-=-- ~ -=---; - --=. -=- - OL YMPTCNAfioNAL !,AR_~ _ _unnnunu_u__u__uuunu____uuu____n___u____nu___=._.=Uj;=_=__;H~ _ -=-OHJ:.:-_-S~~:
~~~---=-- P=:...-=-_~.e...~~_==.,9~_ _n _ u=:' --~=~~=--:-=~=~=~~=~~===~=r==~~~~==-==~===~=-u~~~S-T~-7;:;0-n<:~uu nnu___~~~~~__=__~_=we.=_-sa_=_OllE..="""Sn 0 50-Olol.,-=-~SD01:l---=--=S[r=---<b;-,,~ SO- - -50(=--
} \ N: 41257312 " :
E. 1005547.94
/ \ CONTRACTOR TO ACHIEVE OEFLECTION
I \ IN A MINIMUM TO TWO PIPE JOINTS.
I ,
/ "
/ -.....
-~~--==--==-_=..::.-
--
:-' >- f STA 30+04
5 ~ ~~Tttt. MANHOL
Non N 41258200
/ ~::; E 100530227 (
NOTE:
CONTRACTOR SHALL MAINTAIN SLOPE
330
EXISTING GROUNO 4T
WATER MAIN CENtERLINE
320
w
Z
:;,
0:
~
..
~
36" MIN COVER
310
..
N
::!o
+w
",lit
NO
11.
;5~
lit 11.
24" CL 52 OIP
300
290
1
280
1 SCAlES'
I" = 20' HPR
270 I" = 10' VER
1260
29+00
1 DESIGNED BY:
EN TERED BY:
CHECKED BY:
PROJ. EN GR.:
I
280
. 270
30+00
33+00'
260
31 +00
32+00
34+00
35+00
WASHINGTON
S. HELLER
K. KIMMEL
DATE
01 2004 NO.
01 2004
PEABODY CREEK
WATER MAIN REPLACEMENT
CONTRACT NO.
REVISIONS
0108"'-"8Ell
t ., SKILLltlGS
CO""OLLY
'f 5016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
DATE
EUNICE STREET
WATER LINE
PLAN AND PROFILE
02049-2
S. THOMAS
01 2004
SHEET
9
OJ'
22
SHEEIS
PORT ANGELES
XrehcprlOOJ. z2049-ip, seJl. 04 27
15- 00 trows
I
I
~ I, ',' I I I I) L-, \ \ \ \ I
I' 11 t -u : ~W- ~EB: I: '\ ~\ I I + ~(/) :
I' g )> I, I \ \ \' ,
I~ \ \ ;0 I LX~ I EXISTING I \ ~ ::I: 3
'" I ^ 'I 8" WATER UNE I I L _ _ ---, \ 0 I
1\1 \, z I I I' \ \ I ~ Z '
_I :,\ I, I ~ ~ )> : ~ ' , I I '" L _ _ _ .J I I
l7j ,\ I I~ ~ <. 'I I : 1 L _ _ -.l I -"'I ~ )> ~
g), ,- [T\ I I 1 r - - - - l' ,< I
o II~N. I I ---1- I JT1
I'" I ,~I \ --------- i----------------------\ I I
lIT: " 1 '" 1'1 r-' ----------r..:: - - - - J \ \ I ~ E ~
:\: I I l,~ \ I '" I I fT\ I
I' : I 0\ '1,- - - ---, '" -, \ I ' I
~I:/ r I~ I I I \ \ r------ I 3, \3~
~' ~\( ~I II I I I I \ \ I I' I I I' I
,~/1' ~\g !~!: I I \ \ r I \ ~~ \1 \+
/"1'" I ZI\:I ," \ ~ 1 '" I I , I II
/' 0\ \ )>1;:0 I' I "'\ L, I I ~ ' I
:!J 0 ::!\~ \j>~ I: I \ L _ - l,.-J I 1 /\ 13
I \;a ~IS;: 0 I : , \ I ~ \ ' \ \ ~
,\\ ~I-I II, \ L - - ~ \ \ L J I I \ II
\I -< '" p;, 1 I ,- - I ~ I \ 13,
I J> \:1\ '" I' I I I III 1 1 I
III 1 ~: g ~ I r:~ ,/ I \ \. L _\ : I, \ '0>\',: \ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ -::.::. = =
n-tT11", \ i! i ;:,,_ __ _L L _ _ _ ~': ~..:~_u: u,)u _ ~~1-------=-----J-:~-/:~6~CfwS~fEf=-w-::-::-'1\\ - -W~\- - \.===F==.---::w-~----wc.----~;c.-::.==~w===;;:~-T-w::-::-~w:~~-w------~I----~-- ~ss'/i::..
I I~', \ ~ I I ,_---1 \".... /' \ - -55- -,... -55- - -55- - -55- - -55 _ 55,"", - -55",/ . " ~U-OO _
\ I l .... /' / \, N-01'09:58:- E.
~ ~ \ \ " :: I .... ....36'+~0 .... 37+00.N -e~~r r / ~ 38+00 23920 FT
~ \ I.~ - - - t.l...E1 - - - r- - ~ -~ OHP- - =- QHa.:
, , ,I I ~ - - - - - - ~1.2. - - /~ - "+= I OHP r- ____
~ t \, ,:'! l:L-~~~,...;~f--:"-- ~----- -------------w- - -'(3- - -w-6HpJ'!.~w-e- -WOHP_ - -OHP- - -OHP- - -OHP- - OHP- - '~OHP- - -OHP- - -0 P- - -OHP-/ -OHP- - ~OHP- - -: -W- - -w- - -w- -r-W-Ss-..
:,1 1 1 ~ z~ - w - - - w - - - W - - - w - - W - - - w e - - ~HP - - - OH - - - i AP STA 39+50 I ~ /,/
I I~I HP-~-OHP---OHP-- /1
III ,'J I N. 41298582 I '"
:1 OHP.l- - - o,t -r 1- , 'E: 100585914 / I "'~
E:- , \,: I,.. j ~ " I NES.;AI40~oi5;87~~3154 !CONTRACTOR TO ACHIEVE DEFLECTION I /
I \, I"" I' - - - - l rN A MiNiMUM TO TWO PIPE JOINTS. I ~ / /
I \, \' \ ~' " \ ~~9~~Bs~N~~~JT BLOCK \ I I / / / /
\ \1 \ I I \ I ~,
III , , , 1 ~ I EXISTING I , _ _ --,
8" WATER LINE
I
,
I
\
,
I
\
I
\ -.------
:--r=-=--i
( \
I I
: ~
I I
L__.J
I
: r
I I
L__J
x-
l,
~
,
40
I
SCALE IN FEET
...-
o 10 20 I
L_____
I
----r-- 4--1-~
I ~ I
I I I
I I I
I I ~
I I~S
L__--1
I
I
I
I
I
I
I .300
I 290
I 280
I 270
260
I
250
I SCALES'
I" : 20' HOR
240 I" : 10' IiER
I 2.30
.35+00
NOTE:
CONTRACTO~ SHALL MAINTAIN SLOPE
.300
'"
~
..:
3
~iO
+"
'lll~
....!!!
+-x
."....
jEl<ISTING GROUND AT WATER MAIN CENTERUNE
~
::;
'"
I!!
~
'"
..
'"
Q
~
~
III
+"
"'~
..Ii!
....x
Ill....
z
..
'"
o
:2
'"
l2
-'"
+~
'"
en
....x
1Il....
290
'"
...
+
...
'"
..:
....
280
270
36" MIN COVER
NOTE:
LOCATIONS AND . ELEVATIONS OF WATER LINES. STORM
DRAIN LINES AND SlOE SEWER LINES ARE BASED ON
BEST AVAILABLE INFORMATION BUT HAVE Nor BEEN
CONFIRMED IN THE FIELD CONTRACTOR SHALL FIELD
VERIFY ELEVATIONS OF CROSSING UTILITIES A MINIMUM
OF 200 FEET AHEAD OF PIPE LAVING AND ADJUST
PROFILE TO AVOID CONFLICTS.
260
250
EXISTING SANITARY s[WER LINE
240
DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ. ENGR.:
SHELLER
K. KI......EL
36+00
.37+00
230
I
REVISIONS
COIlRACT NO.
.38+ 00
.39+00
40+00
41+00
NO.
DATE
l , SKILLIrIGS
COtltlOLLY
-c7 i!fI5016 Lacey Boulevard SE, Lacey, Washington 98503
'/>l/f16 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857
JC8_
DWCt D20<492P1'08.
Xr.~r<pIlOO.l, :2049-11'. seJt CJ.l 27
15:00 lro?os
PORT ANGELES
WASHINGTON
EUNICE STREET
WATER LINE
PLAN AND PROFILE
02049-2
I
S. THO"'AS
01
PEABODY CREEK
WATER MAIN REPLACEMENT
SHEET
10
OF
22
SHEETS
I
I
I
I
I
I
I
I
I
I
I 270
I
I
. II i I: ,----, L, ' I I / I I I
" 1 t- ~ J ~ ! I:: ~ _ _ ~ II ,f,' /!:l ,r,l ~ _ /
I '" II -------' , I
111~W=tLJ::W~==m I --l- L - --.J _---------- ';;',' / LI.J IE/: I .
l--i--=- .l--AI:~ ~> 'I ~t,----~~A~i;'\2--~---l-----r ~III ,'--',- n'-.--i Jj/ J j /i/ r-7:ALE2~:FEET ;ol, I
L , EXISTING 8 WAITER LINE II I I , E: 1 583948 I EXACT LOCA:ION OF 6 WATER LINE IS UNKNOWN. I, f / -- I'" I I
I <( ljl II , 24r'S' BEND (lAJ) I III CONTRACTOR TO LOCATE AND REPLAp: AS "-
'I I ,I : WI 37 SF THRUST BLOCK I I, I NECESSARY 1P AVOID CONFLICT. I I , f I' I I I
I , , I, ~ >- I , I I ,- I I " / N I E/: I
I I ill:, CD I f ,--.J \ 1\ I I , J I ~,' 4i:i I -1
, Q I [g, II I \ L _ -! L _ S - I , f J f5 "1 L - - - -.-r- I
,~ I - J ~ ~ :!l ~ \ EXlSTlNll a:...wIillR.uIIE I I \ ' ~,' r -.J ,'~ I
, ~ -1 1* \ I ~'" - - - - - - - - - - - - - - - - - - - - -J - L- ~\- - - -
- -.J :\: ~l!ll - ---------------43+00-----------~ \----- ---4:.;-+OO---------------W=-=-=W::--:::tw-451)., - N~S .~!7-~..w==.=:t1=:=='!!.-:..::.::.!'!.~~~~-=---=---=--W-------W~~--:!~~.:!!-.:::3>~:::.:::..=~~~O=-
~~N~E~~N2gE~~ ___/:~ -SD--- ___ __'11---'11---'11---'11- 'II / 6467H
=~_-_~------=-- ~ S I w- _ _ -OJ ;>:. _ ~-Ss--w-~-:t1:SSS~W~ :.!~SD=-vI- =::50- -_'SsSD~ -=--SS:- - -~NICE~TREEJSD- - -SD/ -fD- - SO- - -SO- - -SO- - -SO- - -SO- - -S~ - -SO- - -SO~
:;T- ~W--=-SS~--=W-~S--W-~rW i' ~... _f ____~__~____________!_?:~~_~_-:~~___L~S==~ - ---Jrr - -S~7---=---=~S==-Z~=-=-=-S~-7-=-:~-=---=---I~~-=--=~-=~S===~
~ 00. ~ i /. .../<':=:-_=---=::::"-=-==---=-==---=:-_=--=~~P=-~-=--OHP-=--=-----O------Ofip-'=-:':'-'::OHP:':'-'::-=--OHP'::-"='-:':'OHP-"='-:':'-'::OHP:':'-'::---\ J''OHP - - - OHP - r;:OHP:':'-'=-:':'-OH-P-':::::"-~OHP=-'=-:':'-OHP-'=-:':'-=' OHP - -/~ OHP L ~ -!J ~P ~~-
EXISTING 6 WATERLlNE~ --- t1f'--;,--OHP---OHP-- , \ I / __________________________ 'If I~----
OHP- /, -- --------------, \ ~ ~ I I I
QHP--==-r-QH"'::=---:::::'_- 11 1/ I I 1------------------------------- ~ I \" // I / I' I'
---w--r'W-""-~ss"'l--wr-rW ,_,-},S I J ~ I ,I I,' I ,-_ ,---, / I I I I
-r- I "7 " I I' I, I -, I I
'" - ~:t .--. f I : , - - - -, r - - - - - - L I ,- - - - J I ,J I I " I I , L tJl I
~ I -r-s - I, , , TA 41+90 I I 'f3-1 I , I r -J / --, / I
/ '-.. I' : t , ' ~, ' I I, I t I I I ,'r _ _ -3
"t I' I ,: 41322497 r- --.J, I , I
/ L I ~ I : t I , E; 100586401 -, , -, I , f I , I I / / I I
I I I I I : :114. 45' BEND (lAJ) , , , I, ": , , : I I ,
/ / / II : If: iTH 37 SF THRUST BLOCK I I : ' I J I /,J I / I
/ II : / ,':, I' , ~ I I: " / J / / L - ~ -.JtJl I I ,
I ." I I " -- / I I
I JI I J ' L_~ -.J L ~----~_-..J I L__-..r--~ :' t: I I
L. / ,'~W--//W---w-)-L---~---W---W---_;;-~-W---W---W---W---W---w---w---w--J I ,.. / ,I,.. I L / /,' "
~_ ---J 'T I," I " " I ---1 / I
-....... /,' I I,' I IiJ- - - 50- SO I ' , , : 1;0--0 I
/' So_ " I I I I ~ - - - - - SD- - - so- - - so- - - so- _ --E:J--- _ 50- _ - so- ~ - S~-,- - - SO, 1- - - - so- tJl I I
/" __ , / , .' I I' _ ,I , I ! I - - so- - _ ~,,_ ,
_ -..J
rJ
-___-.J
'-L
I --I
I I
I I
I I
LLS--.J
z
:;;:
::;
lr
~
<
~~
+e>
-z
...;::
..!a.
....x
Ul..,
NOTE:
L:OCATIONS AND ELEVATIONS OF WATER LINES. STORM
DRAIN LINES AND SIDE SEWER LINES ARE BASED ON
BEST AVAILABLE INFORMATION BUT HAVE NOT BEEN
CONFIRMED IN THE FIELD. CONTRACTOR SHALL FJELD
VERIFY ELEVATIONS Of CROSSjNG UTILITIES A MINIMUM
OF 200 FEET AHEAD OF PIPE LAYING AND ADJUST
PROFILE TO AVOID CONFUCTS.
/
I
I
I
I
,
I
q
~
NOTE:
CONTRACTOR SHALL MAINTAIN SLOPE
270
EXiSTING GROUND A" WATER MAlI!I CENTERLINE
ll:
~ Z Z
.., IX
z < :;;: ..,
::; >- ll: ll: Z
0 0 ....
ll: ll:
< ::;
~ .... gs LOCA TE WATER lAAlN AS NECESSARY TO
~~ Z
0< ~~ AVOIO CONFLICT WITH STORM DRAIN
+e> .,Ill
"'z +t> +e>
...;:: "'z "'z
<Ill ...;:: .......
....x <Ul <Ul
Ul.., ....x ....x
Ul.., <II..,
I 260
I 250
I 240
230
I
220
I 210
I SCALES.
,. = 20' HOR
200 ~ ,. = 10' VER
41+00
36. 'lAIN COVER
42+00
43+00
44+00
45+00
46+00
WASHINGTON
DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ. ENCR:
S. HELLER
K. KIMMEL
DATE
0' 2004 NO. DA TE
01 2004
PEABODY CREEK
WATER MAIN REPLACEMENT
EUNICE STREET
WATER LINE
PLAN AND PROFILE
COfTRACT tlo.
REVISIONS
_.. l. , SKilLINGS
l=:~'~: ~ IC~5016 Lacey B~~dl!,~2~~!n 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
S. THOMAS
01 2004
PORT ANGELES
DWGt D20492PP09
Xr.~rcp<fDOJ, z2049-tp, "J~ D4 27 D4 1500 lrO'M
47+00
260
250
240
230
220
210
200
.IClI_
02049-2
9<[[T
11
l!/F
22
9tEElS
I 220
I 210
200
I
190
I
180
I SCALES'
170 1. . 20' MOR
1. a 10' VER
I 160 .
47+00
I
I
I
I
I
I
I
I
I
I
I
I
I
~' \>- I
\ 'w $>
\ , l::f
\ \1;
\~
, 8\~
\ 4--W
t-o>''ll'~'"
'Ilr ~ \
r
I
\
'I I'" ", I II' \ I I
I r - - - -, I ,I I I~,
,I I I' I::E I I" I I \ I
'III r --.l" I II! !: :!9 : : ! II r I~ANITA~SEYIER UNE~ CLA~~R - - - --, I II J
SIA ~1 'I: : I I I ~: CONCRETE, REPLACE THIS~ECTI WITH A I \.. r
II rr N. 41393628 ~ " ::e I I,W- r -tEl I 20 n LENGTH OF PVC PI E C NTER NEW .11?
II E: 1005901.7 ,....J:., I I I,: I PIPE OVER THE .vATER LIN CRDfSlNG. I I I I
I 20. 22'/2' BEND (t.lJ) I ~ I I,' I I I
II WITH 15 SF THRUST BLDCK L _I r::1 I I I~: I I I II )
'I I - - _CLOSUlALllEIAND , ~ I I,' I I -.J
: - - = ~ - -=! - - - - - ",,", To ..;;:.:;_'~~_rr~ ~~i! U : it) l~~~~~t-- _~~~~;~~~-~~-~-~----~-~---~---- f" ~ =---1 - .
- rw -- -. - - - . - --.f. -- -. - - -. - -- . - - -. -- - . - "- ","';."j - --. - --"Ii. -, 1 .- -__________m___________m____ -t I tm-------m
'----------------------_______________l~~~~ '~~~~~~ ~~~~~~~~~-~~~~~=~~~===~~~=~~~~~~~ w-r-wr~-~~~~~-
::E I ~ ~ :IE
50+00 N 32'54'42. E ' 51 +00 52+00 53+00
o 954.93 n LJ I
\ EUNICE STREET + ~ I ~
__\.nnn__ __nn_n__nn__n_____n_nn_l r"'-", -J.=--=-_=-_,=-=-_-=-_-=--'o-=_-=_-=.:'_-=_-=_-=,'==="=' -,,1 r---1'':Il'W.~,
/ ~ OHP - - - OHP - - OHP - - - OHP - - - OHP - - - OHP - - ---6-1 \ -::: - - OHP - -;>".... _IOHrt=_==-JlHP_==--=.DllP_-=--=-=Otle.=--==-JlHP_==-_=.DllL-=-_n-::'~f),t- -l p; ~ =- --= =--~
\ - - - - - - - - - - - - - - - - - - ~ I I ~_n~ ;-~------~--~-~~-~-~-.;-,=--:.-.;--=-.;-..:-=~-~-.=.--=--=~ ~ f~I-~--~~~=~~~~';
I EXISTING ,. WATER LINE -~_J : : I:! I I : ~ M111 .
I I "? I I I ~ I ffil<( I'
\ 12. DIP , ~ I '" I ~: EXISTING 6. WATER LINE ~ :
I '" I I" . ..cN:lt-1J
II 12. GATE VALVE (FL) I I ,I I- ' I, I - - - --, I II...... ~
I ' I I RlI II
I 24.xI2. REDUCER (FL) : I W,: I I II I ,
\ <', WI' IIII
I 'I 1-0::: I: I r I 1I..c"'1 I II I
I ~ I' I 11......1\
I I '" en I: I 110 '~11
I -2D.CL52DIP I'" I, I......' ~
, I' I ' I ,I
I , " I ..c \ I I I II I "1
\ \" I I ......: i I I - - 'II I I I I
, I ::', I I II :)ll ~ ,I
I" I' I ~ \1 i-L' ,I
\ '\" : I \1 I I I I
I :)l: ~ I I '",
\ V I: I I I I:~!
~ \
\ b
\
~
\
\
\
~
\
\
,
~
\
\
\
~
\
\
\
~
\
,
,
,
,
\
IF SANITARY SEWER LINE IS CLAY OR
CONCRETE, REPLACE THIS SECTIO~ WITH A
20 FT LENGTH OF PVC PIPE~N'lER NEW
PIPE OVER THE WA TER ~E CROSSI~G
\' \
\
/'
...
/'
,-'
rl
L~
I
L__
...
...
/'
/'
~~-'\
~~ \
(' \
\
,
,
/'
.lliill.:..
CONTRACTOR SHALL MAINTAIN SLOPE
'"
~ ;;;:; I
Z 2:l I
S" :;;: w .c
2- III '" Z ..
'" > <> :;;: ::il ~
'" IX ~ .,
>!f ~ 0 ~
z 0 '" ~ Q
...'" ..,>- n: Z
ltJlIl CO III 0 w
+", ~ti ~ m
.1;'" CO2 "'.
,,~ "1= ~CJ ~;;; +~
<!!! "'!!! ..Z +UoI ",-",
...x -c:~ cu~ "'"
..x "'....
IIlw ....)( ..,. no '" .
>-0
Vlw <0 Ill'"
...'"
1Iln.
a
NOTE:
LOCA TIONS AND [LEVA TIONS OF WA TER LINES, STORM
DRArN LINES AND SlOE SEWER UNES ARE BASED ON
BEST AVAILABLE INFORMATION BUT HAVE NOT BEEN
CONFIRMED IN THE FIELD. CONTRACTOR SHALL FIELD
VERIFY ELEVATIONS OF CROSSING UTILITIES A MINIMUM
OF 200 FEET AH:::AD OF PIPE LAVING AND ADJUST
PROFILE TO AVOID CONFLICTS.
220
230
tXISllNG STOllt.l DRAIN L1l1E
180
230
2
w :;;:
Z '"
:; Q
'" ::il
~ n:
~~ 0
.tl....
",Ill
+", +",
Oz 02
"'''' "''''
.cia ",l!!
>-x ....x
IIlw Ill....
0
EXISTING GROUNO AT WATER t.lAIN CENTERLINE
w
Z
:;
'"
~
'"
~~
+'"
Ln~
",ia
....x
Ill....
200
'"
~
w
'"
>
'"
'"
...
z
",'"
lQlIl
+",
"'z
"'",
",ia
"'x
"'w
210
w
Z
:;
'"
w
...
g;
+",
"'z
"'1=
",ia
"'x
IIlW
EXISTING SANITARY SEWER LINE
~24.X20' REDUCER
3&" t.lIN COVEll
190
LOWER WATER t.lAIN AS NECESSARY
TO A VOID ExlSnNG UTIUTfE'S
170
160
48+00
49+00
50+00
51+00
52+00
53+ 00
WASHINGTON
DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ ENGR:
DATE
01 2004 NO. DA TE
01 2004
PEABODY CREEK
WATER MAIN REPLACEMENT
COI<lRACT NO.
REVISIONS
oIClI__
02049-2
It] SKILLINGS
COrtrtOLLY
,/f 5016 Lacey Boulevard SE, Lacey. Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
S. HELLER
K. KIMMEL
EUNICE STREET
WATER LINE
PLAN AND PROFILE
S. THOMAS
01 2004
94tET
12
aF
22
SHEETS
PORT ANGELES
llrehcprfOOJ, z2049-tp. "J~ 04/27 04 15:00 IrIMS
w
Z
11200 I ~
g~
,+ CI
''''Z
!II),:::
11190 I~E
.I,so I I 0
1170
II NOTE:
LOCA TIONS AND ELEVATIONS OF WATER LINES. STORM
160 DRAIN LINES AND SIDE SEWER LINES ARE BASED ON
II BEST AVAILABLE INFORMATION BUT HAVE Nor BEEN
CQJ\IFIRMED IN THE FIELD. CONTRACTOR SHALL FIELD
VERIFY ELEVATIONS OF CROSSING UTILITIES A MINIMUM
~ OF 200 FEET AHEAD OF PIPE LAYING AND ADJUST
11140 PROFILE TO A VOID CONFLICTS.
SCAlES:
1" D 20' HOR
l' ~ 10' Vl1R
I
I
I
I
I
I
I
I
I
I
I
I
I
, I : 'I :e. :1 1/ I I I L__-.J L_I"--- m :e: : I r---
I I 1 I I::e I: :1 I L I I I : ~ I: : I I
I I ::' I: : I -I I I : fI I: : I
'----r---.,d....--------, "I I, ,I I l '--- , , I I 'I
I -1--1 ::I~: 'I ------------, I I' :1;:: L
I I ":e I, :1 J ,'I \1 r - - - - --, I : :1 I, 'I I
I I : :' I' I I~ I I : I
I ~ I : 'I I: :. I SCALE IN FEET II ~I - I I L, I :1 I: I I I
--.J I , :, :e' , 10..- I I / I I 'I :e I :
I , I : ::e I! :11 I 0 10 20 40 III 1111 I I ~ I :1 Ii: I I
I II I I I::e; I I
:1 I I : :1 I: : I I III I I :' lWm: ,I L
) I , 'I I :e: :1 II I : I : : I STA 58+69 -
II I:::e I I: ,I L-, I III I L_____.J 1_: :1 I' 'I N:414737.84
: 'I I II : , . ~ I tItt-T1:e, 'I E: 100642050
II I , : I I : ,I {:EXlsnNC 6 WATER UNE II III I ':e I ':: CONNECT TO EXISnNC
I I : : I I 'I I II : ' : I : I,: I WATER MAIN, SEE
~--J----------------------- , '~ I H--------L:: -- --------------~ I~ =-.::l ' 'I I: I I DETAIL SHEET20.
~--n=-----------ar----------------------------------------Q--~ '~~~ J _ _ w- ~=~=;;~ ~:~~=~=;;~=~=~~=;=-=====~=;=- ~=~~=~=;;~=~=~~=;~~=;:=;=;i~=:=~~- _1 wl~=~~=~~=~=;-~=~=-=;~=~=~~~~=:=;:=;~:~=~=;~-=~~~.~=;~=~~=~=;~~~- ~;~ - - w- - - w- (~~~t:, : -----------'------
" J -- ___W___W___W___W__2fW-t_;S;,_-X~-w- ............. I I ./ I '- ~ II~ ....... I I
-Wf '<O.=.I'L- - -w-- - -!N....- - -..Yt= C1I --- ---____________J...._r" 0 -~-.....------------------------------------ ------------------------:e---------------J-,- "\ :e.J L..
--- --- -- -- - - I I I I l:e SD- _ ~ D- -"'='-"'='5D-=-=-=-=-=-
:0; I I I I I
53+00 N 32"54'42' E 54+00 55+00 56+00 57+00 58+00
954.79 H I I I I I" ~
~ EXlSnNC 2' WATER UNE~ Ul I EUNICE STREET I ~:e g) ".so I
VI EXlsnNC 2' WATER UNE :e 0 ~ I I " ~
I U 1 I "-
I S I EXlSnNC 2' WATER UNE W "I
:e I I D___ ___ I I I
-.: ,. - - - - - - - - - -=-- .= -=-=- - - .= -=-=- =- - p -=-.- =- - ~ clHP =- -=-=- =-OHP -=-=- =-r 0 - - OHP - ~ 4HIl =- - -= =--OHP--= =- - -= OHP =- --= =--OHP- -= =-- -= OHP =- - -= -=-=- OHP:::" -=-.- ~ HP - r:::" OHP =- -:::.. -=-'-OHP- -= =-- -= OHP =- - -= -=-=- OHP- -= -=-.- -= OHP =-- -= -:..:- OHP -= -::; +. P - _ OHP _ 'n, ::y -; - - - - - - - - - - -
~~~~~~=~~~ ~~ ~;=~~;=~=~=~=;~~=~~;~~ ~~~=~=;
II I I I ::" I I-- I ~ I, 1 I 1/.....1 I: I I I I I-- l:e:: I
:Ej I"" ~ '"""'" I I 11,,1
,- ~ I Iii:: t1:l : ::! 1.1 I : :<( : I L....J I t I t1:l: ~ I EXlSnNG
,,~ I I "I I 0:::: I JHr:& 'I EXlSnNC 21 WATER UNE I I,r- II I l ) I 0:::: I I" 14' WATER MAIN
, ~ I I - - I I 'i:E I I-- I ", 2 I I I-- :e ,
I II I II :" I en I : I I I I P : I I I I I en: I I I
I III J L - I ! l:: : ~: I ~ I' Ii: I I I
: I \ I r I II ~ L l I : to I :5 I Ii: I L _ _ _ _ _ -.J 11..c I I I I I :5 l:e
I ~'I L ~ I --.J I 1:1 I 0 I Hr' II+, bl L ~ I I 0) I I
"I I ...... I I, I 10) I _ _ , :0; I I I
I III I I I I "I I I ~,------------------. I I L___________________ , I I I I L
1'1 II ,,<j, I I' ---___
I ~ I~ I I I I ~ : ~ I I I ~ : I I I ..- _ _ _ _ _ _ _ , I I l:e I
NOTE:
CONTRACTOR SHALL MA1NTA1N SLOPE
200
'"
I~
36' MIN COVER
z
:c
:Ii
'"
~
~
CI
z
F=
(Il
x
w
"'~
'"
+1-
IOU
onW
Z
~z
1-0
(IlU
170
z z
;;: ;;:
It: It:
C Q
~ ~
~~ ~~
+CI ~CI
"'z Z
'" F= F=
.c \!! c ~
~)( ....x
en l.aJ en I.IJ
190
>-
'"
~
.J
",VI
+CI
~~
<VI
....x
Ulw
EXlsnNC GROUND AT WATER MAIN CENTERLINE
180
20' CL 52 DIP
~~
160
o
130
53+00
130
56+00
57+ 00
58+00
55+00
54+00
59+00
WASHINGTON
DESIGNED BY:
ENTERED BY;
CHECKED BY:
PROJ. ENGR.:
DATE
01/2004 I No.1 DATE
01/2004
COI<lRACT NO.
JOB NlMlER
REVISIONS
l., SKilLINGS
COttttOLLY
ur5016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
EUNICE STREET
WATER LINE
PLAN AND PROFILE
02049-2
S. HELLER
K. KIMI,IEL
PEABODY CREEK
WATER MAIN REPLACEMENT
S. THOI,IAS
01/2004
9lEET
13
or
22
SHEET5
PORT ANGELES
OWCtD20492PP11
Xr.~rcprlOll3. ,2049-lp, 5OJI, 04/27/04 15:00 trIMs
-
'/Ol/f16
,
~
,
,
,
~
,
, \ \ \
',. \ \ <{}.
\ \ \
\ \ \
, \ \)
~~\~~
\ ,\ \JI'
", \ \ \ <{}.
\ ~ \ '-\-~-
\
\ ,,~\ \ \
1~" ~\ '\ \',\ \~\
," " \ ~ \ \
, , \ \ \
\ ,\ \
EXISTING \ 'd \ \
20" WATlER LINE /\ ~ ~ \
//y;' \\ \ <{}.\
/ \ ~ \\ \ \
,/ \\ \
, c} \
EXISTING 6" WA TIER LINE \ ~ "',\_
\ ',/ \
, \\
~ \\
\ d.
I CAP OR PLUG BOTH ENDS
Of 20" WA TIER lAAlN
I
I
I
I
I
I
I
I
I
NOTE:
I . CONTRACTOR TO MAINTAIN SLOPE
230
I 220
I 210
200
I
190 .
I
180
I 170
I SCALES.
I" = 20' HOR
160 I" = 10' \IER
199+00
I
DATE
01 2004 NO. DA TE
01 2004
SHELLER
K. KIMMEL
DESIGNEO BY:
ENTERED BY:
CHECKED BY:
PROJ. ENGR.:
S. THOlAAS 01
I
Xr.~rcprlOO5, z2049-tp, "-51, 04 7/04 15:00 Ir....
\
\
\
\
\
\
\
\
\
\
\
\
\
\
\
\ \
~ \
\ \
\
\
\
(""
~
~
~
~
~
~
\
\
\
\
\
\
\
\
\
\
:>
/"\
,/ \
REVISIONS
w
I
I
L __
\ ~ I / /
\ (/) I L_____.J I
, .c I ________
l N I--~-=--=-=--= _ ~- SCALE IN FEET I
C..........-EXISTlNG ..... I I 1""- '
~ 10" WATlER LINE ~: I I 0 10 20 40 I
' , r;W-\IB-
\ \ I I : I I
~ LEXISTlNG I ~ : I L I I
, 2" WATlER LINE! I : I _ - - - _ _ . I
, ' I I I I
~ W - -w- - -wJ -.t \: I I: ~ \ ~ _ _ _tEXI:TI~G~"-W~~L~:, -' -ffi- --
, :: L--------------------------l" 1 " ~ ,
I : I I _ _ --e--OHP- +- -OHP- - - HP- --
\ : ~OHP- - -OHP- - -OHP- - -OHP- - -OHP- - --+-w..?HR::-wr_--=~!=- w_--=-O~~_ _ -w- - -w- - -W-'- - -w- - -W- - - - --w
I ~ W _ W W W W - - w - - - w - - 7 -I ..... 2&3+00 - - - - --
'w..... t- w, w w # -3J'2R~ -i: ..- 202+ -
..... I I ~~ ~~n
i i
, ,
I I
I I
I I
I I
I I
: : I l---
: ~1
I I :E I I I
: EXISTING I: : I
\, V S" WATlER LINE II
I:
I ~,
I I I:
,~ : \ 1\
: I II
I I I ~!
: ~ I I
: I I", I' :
t I 0 I J;
"'1=--'" M - - -M - -r=1II--
t----...... '
OHP--........--o \ :
w- - -w- ~'"='J.~_-_-_w..::
INSTALL S" TlEE (FL)
N. 414369 S2
E: 1005552 S6
EXISTING 20" WA TIER LINE
S" CL 52 DIP
\
\
\
'"
1 EXISTING 6" WA TIER LINE --............. ~ I
I ~ I
[EXISTING I" WATlER LINE I ____________________________________T_r-~~SD- - ~/-:-r---
/-------- _____.r-----.....----------------------, r /- 0 0 0) t_, _j ~___) t,_____
/ _ _ _ w _ -!i/ - - _IN - - - w - - - w- - - w- - - w - - - 1 L_____________________________________________________------- t w L L - w- - - w -~- -
w c--- O' : I >- L------------------------------------------------------------I (~--: I ~----\ (----
~ ~~\- ----~-------~-=.r--=--=.::-r-~---:;I-------\' ~~ \1 -------------\-------------\\ \t!\ ~ ~" \ :
, L I +'1 I IJ : I 'I (/) k I I
~ \ EXISTI G 2" WATlER LINEr l L II I ~I I r L I 1\ : ~ : gJ .c \: i!
\ \ \ l h ",""-! 1,.-3 I I ,. - - - I I, I I I I +' I I
',. \ I I \ ~ :: 1:5 II I I I : \ \ ~ : I := 6, i \
'\ I I l - - - I..... I I I I I I' I I II: ,
,,* , _ _ -1 - - - - I I..... I I I I I!: I I I : ~ ::
ALBERT STREET
II<
...
~
...
'"
>-
II<
...
~~
+'"
Nt.>
Oz
N;:::
<<!!!
t1~
'"
...
z
:;
II<
...
...
<<
~
230
IX)
o
z
<<
220
'"
t.>
Z
;:::
III
X
...
<>>0
"'I-
+1-
~~
Z
<<z
1-0
"'t)
{tXlSTTNG 'CROtIND AT WATlER LInE CENTERLINE
210
200
S" CL 52 DIP
=
EXlsnN~ SANITARY SEWER LINE ~
190
EXISTING STORM DRAIN LINE
180
170
160
200+00
201 +00
204+00
202+00
203+ 00
J08~
I~B~~~~;~!""M3
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
ALBERT STREET
WATER LINE
PLAN AND PROFILE
02049-2
PEABODY CREEK
WATER MAIN REPLACEMENT
HET
14
OF
22
SHEETS
PORT ANGELES
WASHINGTON
I
I
/
/-....
t:J
IS
//,)
/-....
{$
Qj
"
"'C"
1 ~
, ,
/ I
1 I
1 ~
1 I
1 I
1 I
}~
1
1 ,1
I~
1 ,
1 I
1 I
1 ~
1 ,
1 I
1 I
1 ~
1
1
I
\
,
"
ABANDON 2" WATER LINE
1 / r- .J / I / 'I / I ..... -SS_ - _ _ J _ I INSTAll 12x6 TEE (t.4J)
I,' ~/ r-- - -J /' I L...... / / / / / ;' - - - -SS_ 77tL.- - _ _ / INSTALL 6" DIP AND
.1 / --., I / I I I - - 11/;7"t - - J CONNECT 10 EXISTING
1 ........... _, 1/ / <-.. I _ -..., Ss < h " - - 6" WATER LINE
/ / / / !... / I !.... I / ~ --.J / / - -/- - - - - - ~~~€.y - - - - - -
/ l_ ;' / - --.;-- - -.J ,I l...... _ -.JI / / - - : -SS_ -..... _~ -
--.....1 '/ ' " -
/ / SCALE IN FEET / _ _-_
/ 10.- , - """-_
, , 0 10 20 40, --
r ,'- - - - - - - - - _../- - - - - - ~ - - - j - - -; - - - - - - - - - - - - - - - - _1'_ - - - - - - - - -1- - - - - - - - - _..:... - - - - - - - - - - - - - - - - - - - - - - - - ~ - - --, I
-w- - _W_O_ -W- Q.HE.W_-= =-wQ!:l~-=w= ::1JlW---= =-W-~OH.PW=- -=- _WQHf-=-W-= .=-...QHP- - -OHP- - e OHP- - -OHPT - -OHP- - -OHP- - -OHP- - -OHP- - -OHP- - -OHP- - -OHP- - -OHP- - ~~
STA 100+65 r ~
INSTALL 2 SADDLE TAP AND CONNECT EXISTING 2" WATER LINE h
TO EXISTING 2" WATER LINE /
1
1
-
I
/ I ~
1~ ~
01
/ I /
UI
/ ' /
1,' 1
_ , o~ 1
----___- - -' j I 1
--__ --_ I 1
--- ---. I 1
--;; -..-__ --r_1
---I 1
- I , -;
-r-_ I /
~ --_a/
I I
I ,
~ ~
I I
I I
! I
. ~
/
I
---.J
1
I
1
1
/
I
I
--------------------------------------------------------------------
---------------------------------------------------
101+00
102+00
S 74'49'.32" E
569.95 fT
10.3+00
104+00
105+00
I
I
: -SO - -SD- - -SD- - -SD- - -SD- - -SD- - -so- - -SO- - -SO- r -SO- - -SO- - -SO- - -SO- - -so- - -SO- SO SO SO .3
I -- --- --- ---SO---SO---SD1 ..,
I LAURIDSEN BL YD. I '- t;:
I ~~:IN~gT+~g EXISTING 10 VALVE SEE CONNECTION DETAIL. ~ ,...
~ I ABANDON IN PLACE SHEET 12 ~ ~
I ~ _~
i~ ~S -i- =- =-~=-_ =-_ =-_S~-=- _ -=- _ S~-= _-= ~ ~S-=:-- -= ~~ ~ ~S~=-_ =-_ =-_S~-=- _ ~ _ -=- ~~-= _-= _-= ~S-= -= -= ~j ~ ~ ~=-_ _ L =-_S~-=- _ -=- _ -=- ~~-= _-= _-= ~~-= -= -= ~=- =- =- ~r-_ =-_ =-_S~-=- _ -=- _ -=- ~Z _-= _-= ~S-= -= -= ~~ ~ ~ ~=-_ =- _ SS~ _z
\ ~ : '- I EXISTING 6" WATER LINE .. \ ----
if=ORr-:::.-=- --0- OfifS'=--=-=-oH'--=!::-=-=oRp=-=--=-OHP- - -OHP- - 0 OHP- - -OHP- - -OHP- - ~=.~ -OHP-~ -OHP- - -OHP- - ~tlRP=-=-:'::"-6HP::'::--=-=-OHP-":' - -OHP- - -OHP- _ -0 ,,,;, \ ,
- -'-1..-'- - -.- - -w- - 7'- -'-.- - -w- - -w- - -w- I -w- - -.- - -.- - -w- - -.- - -w- - -.- - -w- r -w- - -w- - "7""- - -.- - -w- - -w- - -.- - -w- - -w- - -w- - -w- -U- - -.- - -.- - -w- - -.- - -.- - -w- - -w- - -w- - ril\r -.~ -~.,
: - - - T - - - - - \- - - - - - - - - - - - - - - ~ - - - - - - - - - \ - - - - - - - - ~ - - - - - - - - - \ - - - - - - - - - - - - - - - - - - - - \ - - - - - - - - - - - - \ - - - - - - - - - ~ - - - - - - - - - - - - - - - - - ~ '9 \
'\ \ \ \' '\' \ \ \ "~O\ \ \
I \' \ I \ \ \
I ~ \ \ \ \ \ \ \ ~ \ ~;\~
\ \ \ .-- - l.- ~ \ \ \ _ - \ \ \ \.---, \ r -, I \0 ~
I
I
I
NOTE:
I CONSTRACTOR TO MAINTAIN SLOPE
250 250
..,
z
::l
'" .., 2!:
I 240 ~ z 240
~ ~ Q. :;; ...
... :zt
..... '"
::; . .., ~
.., ...
'" '" .... ...
~ CI C ;I: <
c ;I:
... z ... :.,
230 ;I: ;:: III C
I . \Q . CI z .., 230
-'" OX ",.. .. z .< III
",'" '" c
-0 +z "'0 ;:: 0 Q.
6l!l +.., '" 0
go gill X :zt '"
00 ~~ -a' .., '" Q.
-~ ElClSTING GROUND AT ",0
i!~ <0 r;~ ...0
220 ~'" .....'" WA TER t.4AIN CENTERLINE ,...... 220
1IlQ. Ill.. 1IlQ. +...
I .36 "hllN COVER 8~ "'0
0..,
-;:: -z
or'" .....
.....x .....0
Ill"" IIlU
210 210
I ~12" ~L 52 DIP
200 ::J 200
I SCALES
I" D 20' HDR
190 I" D 10' VER 190
I 180
100+00 101 +00
I REVISIONS
DESIGNED BY: S. HELLER NO. DATE
ENTERED BY: K. KIMMEL
CHECKED BY:
PROJ. ENGR.: S. THOMAS 01 2004
I DWC D20492PP1J.d XretrcprlOD4, z2049-lp, 5OJI, D4 27 15- 00 Inms
. 180
102+00
CONTRACT NO.
103+00
104+00
105+00
106+00
l.] SKILLltlGS
COttttOLL Y
...45016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491..3399 (800) 454-7545 Fax (360) 491..3857
J08 _IIER
PORT ANGELES
WASHINGTON
LAURIDSEN BLVD.
WATER LINE
PLAN AND PROFILE
02049-2
PEABODY CREEK
WATER MAIN REPLACEMENT
SHEET
15
OF
22
SHEETS
I
STREAM BED
.
"
I
I
STREAMBED
GRAVEL
PLAN VIEW
NOT TO SCALE
CONCRETE ENCASEMENT TRENCH DETAIL
NOT TO SCALE
'I
I~
30'
I
STABILIZE SLOPES
BY SPANNING EXCAVA nON
LIMITS WITH LOGS.
SEE DETAIL ON
SHEET 10
<I
.
"
STA 58+79
20. 22 1/2' BEND
(FL)
<I
1I
STA 58+53
20. 22 1/2' BEND
(FL)
SEE BLOW-OFF
CONNEcnON FOR DETAILS
STA 58+77
20..20..6. TEE
(FL)
<I
.
"
I
.
.. <I
I
<I
'"
..,
..,
'"
u
>-
8
m
<
..,
ll.
20.
I
STA 58+55
20. 11 1/4' BEND
(FL)
I 14..
r- tdlN
I
. SEE BELOW FOR ADDInONAL DEPTH
AND WIDTH AT BLOW-OFF CONNEcnON
I
CAST IRON
VALVE BOX'" LID
I
EL. 30-=_~ ~
'-..,
I
I
BACKF'lLL WITH
?TREAMBED: GRAvEL
! EXISTING GROUND
: : : :
. . ~J\~u~t~HiNG
, . ~ND HYDRO:EEDING
I<IA nVE "8A"CKf"ILL
WITH JUTE .MA TnNG
AND HYDROSEEDING
I
EL .\00
I EL 295
I EL 290
EL 285
I
EL 280
I EL 275
I EL 270
I EL 265
I DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ ENGR:
I
20~ H D.P.E.
SEEPAGE SARRfER
20. 11
{FL)
rK) 22 l/X BEND
STA 58+81
14.
MIN
20.
r.
STA 58+51
i
lJMITS OF CONCRETE
ENCASE!AENT
BLOW-OFF CONNECTION
NOT TO SCALE
STA 58+77
PROFILE VIEW
NOT TO SCALE
CONTRACT NO.
REVISIONS
DATE
01 2004 NO
01 2004
tlsKILLlI'IGS
COtltlOLL Y
ot5016 Lacey Boulevard SE, Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
S. HELLER
T SA TER
DATE
PEABODY CREEK
WATER MAIN REPLACEMENT
PORT ANGELES WASHINGTON
WATER LINE
DET AILS
SHEET
16
Of'
22
SHEETS
S. THOMAS
01 2004
Xr.r Z-24X368, rcprfOO2. 04/27 04 15-01 IrlMS
.
"
<I
.
J
14.. I
lAIN -j
SEAL BOTTOM OF VALVE
BOX TO VALVE TO
ENSURE FREE OPERA nON
OF VALVE
. 90' BEND
(FL)
JOB NUMBER
02049 2
I
I
INSTAll JUTE MATTING
ON All DISTURBED SLOPES
I
STREAMBED GRAVEL 6" MINUS
AS NECESSARY TO PROTECT
BY-PASS DURING CONSTRUCTION
I
I
I
CONCRETE
ENCASEMENT
I
SECTION A A
BY-PASS DETAIL
NOT TO SCALE
I
~A
I
4 FT
I
TRENCH
20" H.D.P E
I
4 FT
2 lOGS, MIN DIAM. =16"
5' ON CENTER
I
RESTRAIN lOGS WITH
DUCKBill EARTH ANCHOR
SYSTEM MODEL 68-DB1,
OR APPROVED EQUAL.
(TYP OF 4)
I
PLAN VIEW
NOT TO SCALE
I
I.
4FT
I_ 4 FT
.1
~WA1[R UNE
I
I
r- 4 FT -I
I
SECTION A-A
SLOPE ST ABILlZA nON DETAILS
NOT TO SCALE
I
DATE
01 2004 NO
01 2004
DATE
REVISIONS
S. HEllER
T. SA TER
DESIGNED BY'
ENTERED BY:
CHECKED BY:
PROJ. ENGR:
S THOMAS
01 2004
I
O'/ICt 02049202.
Xr.~Z-24X36B. 04/27/04 15:01 trcms
CONTRACT NO.
B~
SANDBAG END OF CULVERT.
Fill SANDBAGS WITH MATERIAL
SPECIFIED IN HPA
SANDBAG ENDS OF CULVERT
Fill SANDBAGS WITH MATERIAL
SPECIFIED IN HPA.
20" H D P.E
STREAMBED GRAVEL
6" MINUS
A
A
--=1-
SANDBAG END OF CULVERT
Fill SANDBAGS WITH MATERIAL
SPECIFIED IN HPA.
STREAMBED GRAVEL OF SUFFICIENT
WIDTH TO PROTECT BY-PASS
REMOVE SANDBAGS AND BY-PASS
CULVERT AS PART OF RESTORATION.
SECTION B-B
BY-PASS DETAIL
NOT TO SCALE
TEMPORARY CULVERT TO PASS
FLOW FROM PEABODY CREEK
THROUGH WORK AREA
sJ
FilTER FABRIC MATERIAL USE STAPLES OR
WIRE RINGS TO ATTACH FABRIC TO WIRE
PLAN VIEW
BY-PASS DETAIL
NOT TO SCALE
MESH BACKUP SUPPORT
AS NEEDED
~ ,S(~
'~
o
..;
I
'Ii)
N
z
~
in
6' MAX
BURY BOTTOM
OF Fll TER
MA TERIAl IN
12"x12" TRENCH
WOOD OR STEEL FENCE POSTS
CONTROLLED Df:NSITY fiLL
NOTE:
PLACE SEEP AGE BARRIES
EVERY 100 fT WHERE
SLOPE IS 20" OR GREATER.
Fll TER FABRIC
MA TERIAl
I
6"
12" MIN
PROFilE VIEW
BACKFill WITH
PEA GRAVEL
2.5'-30'
CONTROLLED DENSITY fiLL
TRENCH WIDTH
12" MIN.--1
WOOD OR STEEL POSTS
20" H D P E OR DIP.
~
BACKFill WITH NATIVE MATERIAL
BACKFill WITH STREAMBED GRAVEL
PLAN VIEW
SEEPAGE BARRIER DETAIL
NOT TO SCALE
TEMPORARY SILT FENCE
NOT TO SCALE
JOB NI.AIBER
t 1 SKILLINGS
CONNOLLY
045016 Lacey Boulevard SE. Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
02049-2
PEABODY CREEK
WATER MAIN REPLACEMENT
PORT ANGELES WASHINGTON
WATER LINE
DEl AILS
SHEET
17
OF
22
SHEETS
I
h ~~
I
toUR TIE RODS----oI
WITH TURNBUCKES
THREAD 6"
~
~q q/V;
~ /v,
.I
I
I
, v. q
~
v
v
'" ,,-
BLOCKING FOR 45' VERTICAL BENDS
I
llillES
I. STEEL TIE RODS TO BE HEAVILY COATED
WITH ASPHALT AFTER INSTALLATION.
2 toR DIMENSIONS or THRUST BLOCKS,
(SEE PLAN AND PROFILE SHEETS)
3 TIE RODS SHALL MEET THE FOLLOWING
REQUIREMENTS:
11'/4' VERT 22'/2' VERT
PIPE SIZE BEND BEND
12" 16 BARS '7 BARS
L=18 IN. L -18 IN
'7 BARS '8 BARS
L=18 IN. L=18 IN
'10 BARS
L=24 IN.
I
I
20"
30"
N/A
I
.~
IIII-~
TWO TIE RODS --. g
WITH TURNBUCKLES :..
THREAD 6"~ ~
Vijv.
, q . q
..
~
. l . q
h
~
q ~
~
~
I/-
v v
q q qt'
BLOCKING FOR 11.25' 0R'/22 5"'~RTlCAL BENDS
CONCRETE BLOCKING FOR
CONVEX VERTICAL BENDS
VEIRTDCAL THRUST BLOCKS
NOT TO SCALE
I
I
~::]
6" WIDE X 6" DEEP
CONCRETE COLLAR
REQUIRED IN PAVED AREAS
~
I~II
", ''l\:
~ f: :':, :,..\
~
'-'-'l
ALIGN VALVE BOX
LID "EARS"
PARALLEL TO MAIN.
CAST IRON VALVE BOX. USE
RICH MANUFACTURING #940A/I94OB
OR OLYMPIC FOUNDRY vaZB/vaZC
AND BASE
I
TRENCH
BOTTOM~
I
VALVE BOX AND SUPPORT BLOCK
I
Ifi r _ANCHOR = '5/8" ~1~~"1--1l ~
/ REINFORCING BARS -N ~
E71~ ','
a "0 ~ BRICKS UNDER ~ ~ 'n :
=-YB~~ ~ HUB ONLY ~ ~
. 24" BUTTERFLY VALVE: USE 'II BAR
30" BUTTERFLY VALVE USE '14 BAR
VALVE THRUST BLOCK
I
I
I
2" SOUARE/2" HIGH ~A--
"O;~rJY
4-1/4" DIAMETER ~
I/S" MIN THICKNESS
ss :
t- I" SOLID METAL STOCK I
LENGTH AS REQUIRED
I/S" MIN THICKNESS
3/8" SET SCREW
'-...j I 2-1/4" INSIDE DIMENSION
~ 2-1/4" DEPTH
VALVE STEM
EXTENSION
(REQUIRED Vtl-iEN DEPTH EXCEEDS 5')
CROSS HATCHED AREA FOR
KEY INTO TRENCH WALL
~i= VI
Z <...J~
3 ~;tt=
w _
m ...
NOTE:
1 CONCRETE SHALL BE CLASS 3000
2. VALVE THRUST BLOCKS TO BE INSTALLED
UNLESS OTHERWISE NOTED ON PLANS
BEARING AREA PER
THRUST BLOCKING
STANDARD DETAILS.
I
VALVE BOX, SnJ~PO~T BLOCK
AND THI~UST BLOCK
NOT TO SCALE
I
DATE
01 /2004 NO
01 /2004
DATE
SHELLER
C. HAYES
DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ ENGR.:
S. THOMAS
01 /2004
I
DWG"D20492D~dwo Xr.~z-24xJ6b, "-51, 04/27/04 15:01 tr....
REVISIONS
CONTRACT NO.
~ p- ~
::-v, ~ ~
)oj ::) <
~>7//~ ~ ~ hlj-),
~
~ ni:j~IIH ~
~~1r
V~/):$.~ . 7~/~
y: ~
, l..c :-;
UNBALANCED CROSS
,<<,,~::-,,'<<.<<<~~~'<<.~,,'l:,
,,\' 1;
Dr..'}! ]
'~
'l.'~,<
:;.
h
y>-"/~
,
~
....c
TEE
(J '~'<:(~<<~~~<''''l:'
ANCLE7 ~'. 4 7/
: : ,,";"'1 ~
'/~,>>~~~~'" ~
V"y/~
Y/;::~-(\
,<,,~
WYE BRANCH
~$:~~'\~'f..~~''>>>)~'//
~~. N :11 q
'/4" >> ~
STEEL ~, %" Y~7~
BEARING --'< ~
PLATE ~ ~
. ...c
PLUGGED TEE
q
~ p- ~'
~ lii ~
0'Y.'l~ ~ ~/.t~A-
~ Ir~:R ~
~ 4' 't ., ~
~ ~~7.Y
~~'1/g/P
'--1/4" STEEL
BEARING PLATE
CROSS WITH SHACKLED PLUG
~~
fj\(/)}~~/
(J ~. · '::-"
ANGLE (,.,( ,~
...(:J?7 €;"".;, 'N~ >-..,
~. ~,
~~
" ,,<
~. ~~~
HORIZONTAL BENDB
NOTE8:
1. ALL BLOCKING TO BE CONCRETE CLASS 3000
2. LOCATE THRUST BLOCKING AT ALL LOCATIONS NOTED ABOVE AND AS REQUIRED BY THE CITY ENGINEER.
3. ALL BLOCKING TO BEAR AGAINST UNDISTURBED NATIVE SOIL
4. PLACE 15' FELT ROOFING MATERIAL OR 6MIL PVC SHEETING BETWEEN FITTING ANO CONCRETE
5. SEE SHEET 2 FOR BEARING AREA.
THRUST BLOCKING DETAILS
NOT TO SCALE
ALL WORK AND MATERIALS TO BE IN ACCORDANCE WITH THE CURRENT STANDARD SPECIFICATIONS
FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION", WASHINGTON STATE DEPARTMENT OF
TRANSPORTATION, INCLUDING THE AMERICAN PUBLIC WORKS ASSOCIATION SUPPLEMENT
B<3}~~/ L] SKILLINGS
,I>J m_
'l, .... ~ CO" NOLL Y
~/llT't.1i ,?)
/ IO"'L~\16 '7/-.:i (0'15016 Lacey Boulevard SE, Lacey, Washington 98503
11 (360) 491-3399 (flOO) 454-7545 Fax (360) 491-3857
1_ ?/3I/Illl1
40--
/
I
~"I
rh~/':
/
1/
/
35
30
f
~
&~~."
({/
20' /
/
..:
e 25
<
w
a:
<
"
z
ii1
<
W
lD
'"
o
o
...J
lD
t-
V>
::>
a:
i= t5
~
::>
~
Z
:i
7
"V. /
~ot;;:) '/ ,vV
. \.....
'?~~'V : /
/ p.... ","'v
,. ~l' .~~t'i
. ~QC . ^ppl)
, ., /" '. ~'i..\. \..~ C\.,,-<j: .
./' ()~ ..,'~~
101 / .~~I_"",,'i..~~
V r_."f.,\ ~ :
~ ~",.n ,,~~ :
~~ .
S~ ,U
5V--' ~-~
~~
1-'--'-
~"i1, ___
I ~400~~
S"'~~
6
7
8 9 10
PIPE DIAMETER (INCHES)
11
12
NOTES:
1. BASED 0/', 300 PSI TEST PRESSURE AND BEARING VALUES OF DRY SOILS
2. VALUES f,WM CURVES ARE fOR TEES, CROSS AND DEADENDS, IE, STRAIGHT LINE THRUST.
FOR 9(J' BEND' USE 1 4X VALUE fROM CURVE
FOR 4~' BEND USE 0 8X VALUE fROM CURVE
FOR 2:' 1/2' BEND. USE 0 4X VALUE FROM CURVE
FOR OlliER ANGLES (0) USE (2s,n 0/2) X VALUE FROM CURVE
3 fOR CONDITIONS NOT COVERED BY CURVES, SPECIAL THRUST BLOCKS
MUST BE COMPUTED AND APPROVED.
JOB NlAIBER
PEABODY CREEK
WATER MAIN REPLACEMENT
WATER LINE
DET AILS
SHEET
18
0;
22
SHEETS
PORT ANGELES
02049-2
WASHINGTON
I
ASPHAlT CONCRETE ~
ROADWAY PATCH
FINISHED JOINT
EXISTING At -, AT SAWCUT ""\
ROADWAY, I \
I
,0.5'
PIPE UNDER PIPE UNDER LAWN
ROADWAY
CONTROLLED./ _
DENSITY FILL ~
SEE NOTE 5 >-::>-::>-::>-::>-::>-::>-::>-:: t-;"
PI:C~~J: ==IIi~~~~~~~~~---.0
--- '<<~~~ ~~~ ~Q
GRAvEl. BACKFILL I~
fOR PIPE ZONE ~8
BEDDING ~
I SEE STANDARD I
j- SPEC. 2-09.4 ----J
I
I
~
1.
I
I
I
I
/500
r 3" MIN. TOPSOIL
ASPHALT CONCRETE PAVEUENT OR
CLASS B PCC PAVEUENT (HIGH EARLY)
UATCH EXISTING PAVEUENT TYPE
AND DEPTH. SEE NOTE 14
rCUTS SHALL BE SAWCUT
/ SEE NOTE 113. _
.... "
FINAL BACKFILL
6" UIN. OVERLAP---j
r
z'"
~o;;J;
",~:i
~~cr
:r:V)~
~gj~
"-'":1r
~~~
;,,"lUli
N'"
· rY
i!:!!ifI!:!!jn ~ ~ ~i!:Qffi1P' l
. JIDmI -111- J..!,II l-
CD F _ _f=III='
BACKFILL I=ill' 0 ~m~ [ 6"
I~ml : ;mff L UAX
:1113 - J.mI
1m) 11m!:!:lr ." .11 I iT!:!:lrr I
\ L4"
BEDDING ~
~
<>
CONTROllED DENSITY BACKFilL
(CDF)
I
TRENCH DETAil
NOT TO SCALE
I CALL FOR INSPF:C nON PRIOR TO I
PLAONC CDF BACKFIll
NOT TO SCALE
I
I
I
I
SPRINKLER
I
[PLASTIC
LINER
~
7 "- EXISTING GROUND
L GARDEN HOSE TO WATER SUPPLY
I
I
I
I
I
DATE
01 /2004 NO
01 /2004
DESIGNED BY
ENTERED BY:
CHECKED BY:
PROJ. ENGR:
SHELLER
C. HAYES
S. THOMAS
01/2004
I
QWG"D20492D4.lIIa Xt.~z-24x36b. "_01. 04/27/04 15:01 !rIMS
NOTES'
1. AtP PATCH SHALL BE ROLLED AND NOT VIBRATED
2. TO BE USED fOR ALL PAVED STREETS AND ALLEYS BACKFILL LOCATION TO 1'-0" BEHIND CURB OR EDGE Of PAVING
UNLESS OTHERWISE APPROVED IN ADVANCE BY THE CITY ENGINEER.
3. WHERE CONCRETE PAVEMENT JOINT IS LESS THAN 4'-0" fROM SAWCUT. THE PAVEIotENT SHALL BE REMOVED TO THAT JOINT.
4 TEMPORARY PATCHING WITH ASPHALT OR PLACEMENT Of STEEL PLATES IS REOUIRED WHEN TRAfFIC WILL CROSS CDf fOR 1ot0RE
THAN 24 HOURS WITHOUT PERloIANENT RESTORATION. STEEL PLATES SHALL HAVE COLD PATCH WEDGES ON TRAfFIC EDGES
5 CONTROLLED DENSITY BACKfiLL (COr) TO BE USED IN ALL TRENCHES WITHIN THE ROADWAY. CDf CONSISTS Of THE roLLOWING
2600 LBS. Of 0.375 IN AGCREGA TE I
BOO LBS Of STANDARD CONCRETE SAND I
94 LBS Of PORTLAND CEMENT
APPROX 14 GAL. Of WATER.
.THE AMOUNT Of WATER IS A CRITICAL fACTOR TO SET-UP TIME AND SHOULD BE ADDED AT THE SITE
\~\ij
/~DEPTH Of SAWDUST TO MATCH
r :SAWDUST HEIGHT Of PLAN,T PO~TS
SAWDUST MOUND
CONTINUOUS AROUND BED
/ ~W~STAKE OR SAND BAG
~ POTTED PLANTS TO BE
PLACED IN SAWDUST AS
CLOSE TOGETHER AS POSSIBLE
~ PLANT FERNS AS CLOSE
TOGETHER AS POSSIBLE
CROSS SIECT~ON
NOTES:
1 ALL PLANTS AND PLANTING BEDS SHALL BE IN THE SHADE
2 SPECIFIC LOCATIONS Of THE PLANT STORAGE BEDS
SHALL BE DESIGNATED BY THE PARK SERVICE
PLANT STORAGE BED
NOT TO SCALE
REVISIONS
CONTRACT NO.
DATE
1-
'/0''''
{II (SEE NOTE 4
i ,pMIT Of
V PIPE ZONE
BACKfiLL MATERIAL
(SEE NOTE 5) --..... ,,,- cll"= -, ,,-
. ...... m~Tf~m~n ~
CONCRETE CLASS C :3bll[ T~I~ ;<'-11
(SEE NOTE 8~ J.!mL N
FOUNDATION LEVEL, .: . . . ~
I (CLASS A)
'N (SEE NOTE 4
LIMIT Of
PIPE ZONE
BACKFILL MATERIAL
(SEE NOTE 5)
~
illfffi~ifl~f ~
I~ 11~1 N
__.....2=.
)(
-
(CLASS B, C. D)
BEDDING FOR RIGID PIPE
BEDDING MATERIAL
roR RIGID PIPE
(SEE NOTE 6) ......
roUNDA TlON LEVlEL",\
NOTE: ALSO SEE CITY STANOARD DRAWING FOR
CONTROLLED OENSlTY BACKFILL (cor)
rOR STREET CROSSINGS.
/II (SEE NOTE 4)1
-lrPMIT Of
,( PIPE ZONE
o
I
0=:
BEDDING MATERIAL
fOR FLEXIBLE PIPE
(SEE NOTE 7)---....
fOUNDATION LEVEL",\
)(
(CLASS F)
BEDDING FOR Fl.EXIBLE PIPE
BEDDING CLASS TABLE
DIl.4ENSIDN CLASS A CLASS B CLAS5 C CLASS 0 CLASS f
4" lAIN.
X 1/410 . . ZERO .
12" MAX
Y 1/400 1/200 1/800 ZERO 00
Z 3/4 00 1/200 7/8 00 00 -
. X = 4" MIN, 27" I 0 mD UNDER
6" MIN. OVER 27" I 0
IPI~E BElDmNlG
FOR WATEflMAINS
NOT TO SCALE
NOTES:
1. PROVIDE UNlroRM SUPPORT UNDER BARREL
2 HAND TAMP UNDER HAUNCHES.
3 COMPACT BEDDING MATERIAL TO 95~ UAX
DENSITY EXCEPT DIRECTLY OVER PIPE
4 SEE "TRENCH EXCAVATION" IN SECTION 7-10
OF THE STANDARD SPECIfiCATIONS FOR TRENCH
WIDTH "W" AND TRENCHING OPTIONS THE PIPE
ZONE WILL BE THE ACTUAL TRENCH WIDTH, EXCEPT
fOR CLASS A BEDDING THE MINllAUM CONCRETE
WIDTH SHALL BE 1 1/2" 10 + 18".
5 TRENCH BACKfiLL SHALL CDNroRM TO "BACKfiLLING
TRENCHES" IN SECTION 7-10 OF THE STANDARD
SPECIFICA TlONS, EXCEPT THAT ROCKS OR LUlAPS
LARGER THAN I" PER roOT Of PIPE DIAMETER
SHALL NOT BE USED IN THE BACKFILL MATERIAL
6. SEE "BEDDING iotA TERIAL roR RIGID PIPE" IN
THE AGGREGATES SECTION Of THE STANDARD
SPECIFICA TlONS roR THE MATERIAL SPECifiCATIONS.
7 SEE "BEDDING MATERIAL FOR fLEXIBLE PIPE" IN
THE AGGREGATES SECTION Of THE STANDARD
SPECIFICA TlONS roR THE MATERIAL SPECifiCATIONS
8 PIPE MUST BE ANCHORED IN SUCH A MANNER
AS TO ENSURE fLOW LINE IS MAINTAINED
I INSPECTION REQUIRED UPON COMPLETION I
Of ROUCH GRADING AND DURING
PLACEMENT OF STRUCTURAL SECTION
I
CALL FOR FORIot INSPECTION BY CITY 1
PRIOR TO POURING CONCRETE AND
PRIOR TO PAVING.
ALL WORK AND MATERIALS TO BE IN ACCORDANCE WITH THE CURRENT STANDARD SPECIFICATIONS
roR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION". WASHINGTON STATE DEPARTMENT OF
TRANSPORTATION. INCLUDING THE AMERICAN PUBLIC WORKS ASSOCIATION SUPPLEUENT
PEABODY CREEK
WATER MAIN REPLACEMENT
I
.
PORT ANGELES
WASHINGTON
JOB "WBER
W A lER LINE
DEl AILS
02049-2
SHEET
19
OF
22
$HEElS
. ......... ~
-~~~/ r=
~,*"dr~~~ ~ ~ SKilliNGS
; ~~i'~~ =-- COtltlOllY
. ~iON'LE~'Z."l 0+--5016 Lacey Boulevard SE. Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
I
I
I
EUNICE ST / WHIDBY AVE INTERSECTION
- -s::>- - -5D- - -@~ 1'............ ---
"- IX a.
- - - ss- - - ss- _ I ~ 25
~ ss_ I
3;\'0 - I
\1"- Ss
: "- ........,,,
\;0 "- ~"
::\ : so I J'J'"
\ I
I EXISTING 8" WATERLINE:\ \ ;0 ~J__"
-''1-' I ----...... \
--",W~-W---W---W- -W-i ,.,I~~w-_ I
--~-----------....,\ }~ ( to !.-
\ I\s-J' \ I- ~
I I ~ '" W I
, I I W
, ::\1-- 10:::\ I
EXISTING 6" WATERLINE I ~% w- - r wt; ~ :
PROPOSED 24" TRANSMISSION:IAAIN I W is I
I II U I ~
: ~ z \ ,V
I II ::> I ~
I ,I W ~ I
WHIDBY AVENUE
I
EXISTING 6" WATER L1NE~
EXISTING SANITARY SEWER LINE~n "-r1
I I II
I II
EXISTING 8" CL 52 DIPI\ I: ::
(===j=- 0 ~~~11~~~~i: "
EXISTING GATE VALVE I I
I I
I I
I I
lJ
=-----:.
~~:STlNG 6" WATER LINE
I
I
I
EXISTING 6" GATE VALVE (F1.)
F1.ANGE ADAPTOR
I
I
SCALE IN FEET
~_ r
o 5 10 20
NOT TO SCALE
I
I
--,
I ti
I ~
l-
I ;0 (/)
~EXISTlNG , I
6" W LINEN l-
I I ffi
I lD
, I: ~
1;0 I I I I . . . . I I
- :_=_:_:J---J1 i l___--- ,- _~C_:_=-_:_:=_::_d=:_:_=-_:_:__=.:: :.1.=-_:_:_-=_: .::::::_:.1=_::_ ::::_:_=_:_:J.::::_: _=_:_::::::.:.1.=_:_: =::.:_=_:_ :J:_=_:_:_=_:::.=_::=_:_:=:_:_=J::i :_:_m- :_ = '
~[}:--._--.~ :~~l
EXISTING 0 9th STREET .
10" WATER LINE I ~
I :
1;0
0.1
-------- - -;--r--a-,I<7- S~- -
I I 1\
1 il
1,1
III
II
I !I r
I'll
41
NOTE:
CONTRACTOR SHALL VERIFY ALL EXISTING
FITTING CONFIGURATIONS AND LOCATIONS.
EXIS TlNG
6" WATER LINE
20" TEE (FL) WITH 36 SF THRUST BLOCK
20".14" REDUCER (FL)
14" BUTTERFLY VALVE (FL)
I
EXISTING 14" WATER LINE
EXISTING TEE
EXISTING 14" BUTTERFLY VALVE
FLANGE ADAPTOR I
,
I
I
-:.'iJ:_ _ _
-_________, _J_~J
"'_.;r I I
------\ II;
~ ~:
~' O~:
TlNG ' :
~ WATER UNE ;0 :
I I I I
I
I
I EXISTING I I
:'0 T T- - -- f~~I~~~~~~~_n nn _n _ ___ ____ n__ _ m _ ___.. __n n_ _ ___ T ___ __,_ _ ___ nnn u _ __n ____ n_ _____ _n _ ___ _ ___ _ ___ _ ___ un _ m _ ____ ___ __n _ ____ m u_n ___ ____ _____ ____::..A TER~AIN ~ j
I /",,... I I ------ ------ ~ / : : ~
;___-~_~_____~~~_~~~~~~~~~=~=~~~=~~~~~~~~~~~~~~~=~~~=_:~~~=~=_:~~=~=~~~=~~~=~=_:~=~=~~_:~=~~:=_=~~~=:=_=~_::_=:~:=_::_~~~:=~=_::_=:~:==~==~=~~==~~=~=~~l~=~~:~~~ ~~~=~~~=~~~~1~~~=~~ W ~~~r w-
51 I I - - - - - - - - - - - - - - - - - - - r - - - - - - - - -:r -: - - - - - - - -,- - - - - - - - -,- - - - - - - - -,- - - - - - - - -,- - - - - r - -,-- - - - - - - - -I i i ~ I
I REIAOvq:-2"lWITEJrUNEjFROIA 20" PIPE I~A[l -l' Ij ! I I I I I : i i~ l
2" PVC BETWEEN VALvEs" AN),-BELOW 20" P1IPE. I ' i r J L I : : I lj
CONTR~CTOR SHALL SUBlAlT.~NECTlON I, I I I ~ _ ~ I r-- - - -, . ~ - - ~. -, I I,
CONFIGURA TlON FOR APPROVA~.
o
o
I
I
I
I
I
I
I
,
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
~~) --=--=-~;-~-=
- -W-; ~:[~~~~-;~=:
/ ~
cD a
/ ' I ~:~S~~~R MAIN
/ I
SD- ~ ~~~=_~==-_~~
~:
-W---W-~+WI~~~__
lt~ dJ------------
!I: :~-----
~ a. I I I
{a: : I
II: :,
i I I
t I: : I
I-
W
W
~
(/)
W
U
z
::>
W
I
I
I
a
<r
CONTRACTOR SHALL VERIFY CROSS FITTING
IF IAJ, INSTALL PLUG AND THRUST BLOCK ON
l20" END. IF FLANGE. INSTALL BLIND FLANGE
ON 20" END. ABANDON 20" PIPE.
SCALE IN FEET
~
o 10 20
,
40
Vi
I
I
I
I
CD
on
r
S. HELLER
K. KIMMEL
REVISIONS
CllNTRACT NO.
JIl8 NlAl8ER
I
DESIGNED BY:
ENTERED BY:
CHECKED BY:
PROJ. ENGR.:
NO. DA TE
t 1 SKILLINGS
~=-~~~ COttttOLLY
IoNAL"1I'>~ -:7 0'/5016 Lacey Boulevard SE. Lacey. Washington 98503
IlO'IIIIlI '/03/116 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857
PEABODY CREEK
WATER MAIN REPLACEMENT
02049-2
S. THOMAS
01 2004
CONNECTION DETAILS
!KIT
20
OF
22
!KITS
I
Xtetz2049-Ip. LConlours. se..sL 04/27 04 1459 Ire",.
PORT ANGELES
WASHINGTON
I
I
I ~ I ~
_ _ _ _ - - - _~~-~-r \,,-------i1
-------- I ~
------------ " ~,-------}-\
I ~ I I
I I I 1
~,,~ ~ :~,~ll--L-L--/r
------ ._--~
\ : v ''''''''~ ..'" ""
~ I
I ~
I I
~ I
I ~
I I
I I
_-SD---~W I
- I ~
--- -- - - - - - - -\-- --~ -... -,- -- --~...
~ I I
EXISTING 2" WATER LINE ~ I '. \ ~\
v- -_::-_"i=_~__M-=--~-~--/ \--------~\
--- I I ~
- ------ - - --- -- ~ - -',_ ___~,... ---- --t 1
I'
I I
____------1-' ~i
I I ~
~ I ~
I \ I I :
It I: ----
~ I I, l - - - - - - -
(""------ 3: ,_______
I : I
o I I
V1 I
, t------"I ~ 'l1' ___~=-.=vr_-=--.::w=-:~-w:
\ I, \:'.
\ \\ ~ ~\
0' I \
tJl ~ ...,....... ~ I \
\ \ ___~____~J_--
I :
I ~
~ I
I I
\ + 10th STREET
I I
~ ~
w- -~- - -w- - ~~- - -~- - -~-
~~X~:N:~"-W~TER LINE ~~~-T--\~---j;------~:I:~:~-;'-~:~:-~~:
/ I II
/ ~'~ --------
SEE 4-INCH ,_, )____ _____________ _
RECONNECTION C------ L- _ _ -M- - - W - - - w-
DETAIL BELOW: ______
I
r-------,____J'
I
,
I
,
,
I
,
I
,
,
I
I
I
I
I
SCALE IN FEET
...-
o 5
10
I
20
I
I
I
NOTE:
CONTRACTOR SHALL VERIFY ALL EXISTING
FITTING CONFIGURATIONS AND LOCATIONS
I
I
I
I
I
127'
[EXISTING 4" PIPE
lB"
EXISTING 4" GATE VALVE
I
CONCRETE THRUST BLOCK PROVIDE
25 SF or BEARING AREA (TYP OF 2)
CONTRACTOR TO CONFIRM THAT
EXISllNG VALVES HAVE THRUST
BLOCKS IF THRUST BLOCKS ARE
NOT PRESENT, CONTRACTOR SHALL
INSTALL CONCRETE THRUST BLOCKS
AS SHOWN
I
I
I
DESIGNED BY:
EN TERED BY:
CHECKED BY:
PROJ. ENGR.:
I
D'/1Gt D20492tD2 dw
CL 52 DIP 4" SPOOL
2 FT LONG
t-
W
W
~
CJ)
t-
o::
W
~
<(
EXISTING 2" WATER LINE
1----
------
PLAN VIEW
I ~ J
--____ ~ I
----------1______ I
~ ---------------
I I I
--------- + J~ ,:
- -SS-=--"---=S:2:::-_:=. -55, - -SS- - -SS- - -SS--
---~-------
I
I
I
~
! WHIDBY A VENUE: I
:fEXISTING ~ ~ l - -
8" WATER LINE I SD- _ -SD- - -
I _ _ SD- - - SD- - -
- _ -SO - -50- - -SO-
I APPROXIMA TEL Y 585 FEET WEST or
:: :: - w _ I NEW 24" WATER MAIN AT EUNICE STREET
--_ -- - _ - W_ I
-------::- -::. ~_ ~ rEXISTING
-------. --:.:- 1_ w- 8" WATER LINE
-- - ~:~_; :~~_~_: = _~ ~:;.== ~:.:_~_ =-=W_~,_~ ~: =_:
N. 413243.81 I
, E 1005279 41 ~
3! SEE 8-INCH RECONNECTION DETAIL BELOW \
'I ;
~ 1
~i ~EXISTING ;
'I 24" WATER MAIN '
, :
~I ,
I J I
PLAN VIEW
--....-
-------
-----
I
I
I
I
I
I
,
I
,
,
,
,
,
I
,
I
,
"
I
I "
'//
-------.----
I
SCALE IN FEET
....-
o 5
I
20
10
NOTE:
CONTRACTOR SHALL VERIFY ALL EXISTING
FITTING CONFIGURATIONS AND LOCATIONS.
/ EXISTING GROUND
3 l'
72'
CONTRACTOR SHALL PLUG 4"
SIDE OUTLETS AND MAKE
THEM WA TER TIGHT UNTIL
THE 20" WATER MAIN IS
ABANDONED
36'
r EXISTING
20" PIP
=
--It! \--
-Hi JJ-
~=
B---~~
CL 52 DI;' 4" SPO: -~ EXIS:G 4" WATER LINE
15 IN LONG (TYP or 2)
4" 45' BEND (TYP OF 4)
PROFILE VIEW
NOT TO SCALE
4-INCH RECONNECTlON DETAIL
S. HELLER
K. KIMMEL
NO. DA TE
S. THOMAS
01 2004
llr.~ l2049-tp, LConI...,.. "J~ 04 27 04 14 59 I,CMS
REVISIONS
C(lNTRA(;T Ij().
'/31/1>6
/ EXISTING GROUND
90'
99'
EXISTING 8" GA TE VALVE
86'
I r EXISTING
24" PIPE
/--=-
- - III \\11-"':- -
- - ~\ r' --
~ -.::Y
[j,
. .-
1-', ---
- A'" -~ EXISTING ~ WATER LINE
43'
CONTRACTOR SHALL PLUG 8"
SIDE OUTLETS AND MAKE
THEM WA TER TIGH T UN TIL
THE 24" WATER MAIN IS
ABANDONED
CONCRETE THRUST BLOCK PROVIDE
25 SF OF BEARING AREA. (TYP or 2)
CONTRACTOR TO CONFIRM THAT
EXISTING VALVES HAvE THRUST
BLOCKS. IF THRUST BLOCKS ARE
NOT PRESENT, CONTRACTOR SHALL
INSTALL CONCRETE THRUST BLOCKS
AS SHOWN
CL 52 DIP B" SPOOL
18 IN LONG (TYP OF 2)
8" 45' BEND (TYP OF 4)
PROFILE VIEW
NOT TO SCALE
8-INCH RECONNECTlON DETAIL
l, SKILLUtGS
CONNOLLY
blfS016 Lacey Boulevard SE, Lacey. Washington 98S03
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
PEABODY CREEK
WATER MAIN REPLACEMENT
CONNECTION DEl AILS
PORT ANGELES
WASHINGTON
Jell NUlIlIER
02049-2
SHEET
21
C1I'
22
SHEElS
!I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I DESIGNED BY:
ENTERED BY:
CHECKED BY:
I PROJ. ENGR:
OWGt 02049
;~~~~~~~,~ - i
rl '\t\ I
\' I
, ,-
I ".
fOW-- -
I R'I
,
,
,
,
PEABODY I
RESERVOIR I ,
, I
~,L_njl
_'1---
i".,,_.__ _.__ -.--J'- --.--
I
.
.
I
I
I
~L
NOT TO SCALE
CONSTRUCTION SEQUENCE
THIS CONSTRUCTION SEQUENCE DOES NOT INCLUDE THE 20-INCH PEABODY CREEK WATER MAIN.
Ij'\ CONSTRUCT PHASE I AT THE CHLORINATION BUILDING INSTALL THE 30-INCH WATERMAIN FROM NEAR THE CHLORINATION BUILDING TO PARK AVENUE INSTALL THE 24-INCH WATER MAIN
\.:.J ALONG PARK AVENUE AND ALONG EUNICE STREET TO WHIDBEY AVENUE MAKE THE CONNECTION TO THE EXISTING 24-INCH WATER MAIN AT PARK AVENUE SEE DETAILS ON SHEETS 6
AND& '
o CONSTRUCT PHASE II AT THE CHLORINATION BUILDING AFTER THE NEW 3D-INCH WATER MAIN IS CONNECTED TO THE EXISTING 24-INCH WATERMAlN THE NEW 3D-INCH AND 24-INCH
\.V WATERMAINS ARE LIVE FROM THE RESERVOIR TO WHIDBEY AVENUE. THE EXISTING 3D-INCH FROM THE RESERVOIR TO PARK AVENUE IS ABANDONED. RECONNECT 8-INCH
WATERLINE ON PARK AVENUE SEE DETAILS ON SHEET 6 THE NEW 8-INCH WATERLINE IS LIVE. THE OLD 8-INCH WATERLINE IS ABANDONED.
fJ\ MAKE THE CONNECTION TO THE 14-INCH WATERLINE AT 9TH STREET AND EUNICE STREET CLOSE VALVE INSTALL THE 20-INCH AND 24-INCH WATER MAINS ALONG EUNICE STREET
\::.I FROM 9TH STREET TO WHIDBEY AVENUE. MAKE THE CONNECTION TO THE 8-INCH WATERLINE AT EUNICE STREET AND WHIDBEY AVENUE SEE DETAILS ON SHEET 20
OPEN NEW VALVE AT EUNICE STREET AND 9TH STREET THE NEW 24-INCH AND 2D-INCH WATERMAINS ARE LIVE FROM WIDBEY AVENUE TO 9th STREET. INSTALL BLIND
FLANGE OR PLUG ON THE EXISTING 20-INCH WATERLINE AT 9TH STREET AND ALBERT STREET SEE DETAILS ON SHEET 20 THE EXISTING 2D-INCH IS OUT OF SERVICE AT
ALBERT STREET AND 9th STREET.
o REMOVE THE 2.INCH WATERLINE FROM THE EXISTING 2D-INCH WATERMAIN AT 9TH STREET AND ALBERT STREET AND INSTALL NEW 2-INCH WATERLINE TO RECONNECT SEE DETAILS
ON SHEET 20. THE EXISTING 2D-INCH WATERMAIN IS OUT OF SERVICE NORTH OF THE CONNECTIONS AT 10th STREET AND ALBERT STREET. THE NEW 2-INCH WATERUNE IS
LIVE.
o
16\ REMOVE THE 4-INCH WATERLINES FROM THE EXISTING 20-INCH WATERMAIN AT 10TH STREET AND ALBERT STREET AND INSTALL NEW 4-INCH WATERLINE TO RECONNECT SEE DETAILS
\V ON SHEET 21 THE EXISTING 2D-INCH WATERMAIN IS OUT OF SERVICE NORTH OF THE CONNECTIONS AT ALBERT STREET AND 11th STREET. THE NEW 4-INCH WATERLINE IS LIVE.
f'7\ REMOVE THE 8-INCH WATERLINES FROM THE EXISTING 24-INCH WATERMAIN AT WHIDBEY AVENUE AND INSTALL NEW 8-INCH WATERLINE TO RECONNECT SEE DETAILS
\:J ON SHEET 21 THE NEW 8-INCH WATERLINE IS LIVE. THE EXISTING 24-INCH WATERMAIN IS STILL IN SERVICE.
o
INSTALL THE NEW 12-INCH WATERLINE ALONG LAURIDSEN BLVD AND INSTALL THE NEW 8-INCH WATERLINE ALONG ALBERT STREET FROM LAURIDSEN BLVD TO 11TH STREET_
REMOVE THE EXISTING 8-INCH AND 6.INCH WATERLINES FROM THE EXISTING 20-INCH WATERMAIN AT 11TH STREET AND ALBERT STREET RECONNECT THESE LINES TO THE NEW
8-INCH WATERLINE REMOVE THE EXISTING 10-INCH WATERLINE FROM THE EXISTING 20-INCH WATERMAIN AT LAURIDSEN BLVD CONNECT THE NEW 12-INCH WATERLINE TO THE
EXISTING 1 O-INCH VALVE REMOVE THE EXISTING 6-INCH WATERLINE FROM THE EXISTING 2D-INCH WATERMAIN AT LAURIDSEN BLVD THE EXISTING 20-INCH WATERMAIN IS OUT OF
SERVICE NORTH OF LAURIDSEN BLVD. AND ALBERT STREET. THE NEW ll-INCH AND 12-INCH WATERLINES ARE LIVE. INSTALL A SADDLE TAP ON THE NEW 12-INCH WATERLINE
AND RECONNECT THE 2-INCH WATERLINE THE NEW 2-INCH SERVICE LINE IS UVE. SEE DETAILS ON SHEETS 14 AND 15
f9\ INSTALL A BLIND FLANGE OR PLUG ON THE EXISTING 24-INCH WATERMAIN AT PARK AVENUE TO REMOVE FROM SERVICE SEE DETAILS ON
\V SHEET 8 THE EXISTING 24-INCH AND 20-INCH WATERMAINS ARE OUT SERVICE FROM PARK AVENUE TO ALBERT STREET AND 9th STREET.
5 HELLER
T. SATER
l, SKILLltlCiS
COnnOLLY
't-{Or5016 Lacey Boulevard SE. Lacey, Washington 98503
(360) 491-3399 (800) 454-7545 Fax (360) 491-3857
CONSTRUCTION
SEQUENCE
SHEET
22
Of'
22
SHEETS
REVISIONS
CONlRACT NO.
NO
DATE
S THOMAS 01
lCt.~z-241.l6b, .....1. z2049-tp. 04 27/04 1459 Itavis
JOB NUWBER
PEABODY CREEK I
WATER MAIN REPLACEMENT I
PORT ANGELES WASHINGTON!
02049-2