HomeMy WebLinkAbout4.265 Original Contract1
r
1
Bid Documents for
Wastewater
Treatment Plant
Outfall Diffuser
Pro'ect No. 95 -09
Part 1 Bidding Documents
Part 2 Contract Forms
Part 3 Standard Specifications and Amendments
Part 4 Special Provisions
Part 5 Drawings
April 1997
City of Port Angeles
Prosper Ostrowski, Mayor
Jeff Pomeranz, City Manager
Gary Kenworthy, City Manager
Jack Pittis, Director of Works
City of Port Angeles
City Coll it EXPIRES 12/9/47
Cathy McKeown
Gary Braun
Jim Hulett
Orville Campbell
Glenn Wiggins
Larry Doyle
g
f VD Tgov
111 fk r
June 6, 1997
TO: General Construction, Company
P.O. Box 24506
Seattle, WA 98124-0506
CITY OF PORT ANGELES
NOTICE OF AWARD
PROJECT: Wastewater Treatment Plant Outfall Diffuser Project No. 95-09.
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated April 1997.
You are hereby notified that your bid has been accepted for items in the amount of $479,076.00.
You are required, as stated in the Information for Bidders, to execute the contract and furnish the required
Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the
date of this notice to you.
If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice,
said Owner will be entitled to consider all you rights arising out of the Owner's acceptance of your bid as abandoned
and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owner.
Dated this 6th day of June, 1997.
cc: City Clerk
Disc N PROJECTS 495-09ORNTCAWD1 GWK
File 95-09 12a PW-407_0213 [11195]
CITY OF PORT ANGELES
Title
Title City Enaineer
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged this 11th day of J Ile 19 97
Please return original to the City of Port Angeles Public Works Department.
SIGNATURE
Print Name Thomas E. Sherman
Sr. Vice President Construction
PART 1— BIDDING REQUIREMENTS [blue sheets to be filled in with bid]
ADVERTISEMENT FOR BIDS 1 -1
INFORMATION FOR BIDDERS AND CHECKLIST 1 -2
CHECKLIST 1 -4
NON COLLUSION AFFIDAVIT 1 -5
BIDDER'S CONSTRUCTION EXPERIENCE 1 -6
BID FORM 1 -7
BID BOND FORM 1 -9
LISTING OF PROPOSED SUB CONTRACTORS 1 -10
TABLE OF CONTENTS
PART 2— CONTRACT FORMS SUBMITTED AT CONTRACT EXECUTION
CONTRACT 2 -1
PERFORMANCE AND PAYMENT BOND 2 -3
PART 3— STANDARD SPECIFICATIONS AND AMENDMENTS
STANDARD SPECIFICATIONS AND AMENDMENTS 3 -1
PART 4- SPECIAL PROVISIONS
DIVISION 1 GENERAL REQUIREMENTS 4 -1
SECTION 1 -01, ACRONYMS, ABBREVIATIONS AND DEFINITIONS 4 -1
1 -01.3, Definitions 4 -1
SECTION 1 -04, SCOPE OF WORK 4 -1
1 -04.1, Intent of the Contract 4 -1
SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC 4 -1
1- 07.11, Equal Employment Opportunity Responsibilities 4 -1
1- 07.18, Public Liability and Property Damage Insurance 4 -3
1- 07.18(4), Evidence of Insurance (APWA Only) 4 -3
1- 07.28, Emergency Phone Numbers (New Section) 4 -4
SECTION 1 -08, PROSECUTION AND PROGRESS 4 -4
1 -08.1, Preliminary Matters 4 -4
1- 08.1(1), Preconstruction Conference (APWA Only) 4 -4
1 -08.5, Time for Completion (APWA Only) 4 -4
DIVISION 8 MISCELLANEOUS CONSTRUCTION 4 -4
SECTION 01010 SUMMARY OF WORK
SECTION 01011 CONTRACT TIME
SECTION 01014 WORK SEQUENCE
SECTION 01020 PERMITS
SECTION 01050 SURVEY INFORMATION
SECTION 01060 SAFETY AND HEALTH
SECTION 01300 SUBMITTALS
SECTION 01310 CONSTRUCTION SCHEDULE
SECTION 01380 VIDEO RECORDING
SECTION 01500 CONTRACTOR'S FACILITIES
SECTION 01560 ENVIRONMENTAL CONTROLS
SECTION 01720 RECORD DRAWINGS
SECTION 01999 REFERENCE FORMS
SECTION 02340 OUTFALL DIFFUSER
SECTION 15065 HIGH DENSITY POLYETHYLENE PIPE
PART 5— DRAWINGS
ATTACHMENT A- -STATE PREVAILING WAGE RATES
Page
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec 1 Apnl 1997
f
r
i
PART 1
BIDDING REQUIREMENTS
[BLUE SHEETS TO BE FILLED IN WITH BID]
ADVERTISEMENT FOR BIDS
Wastewater Treatment Plant Outfall Diffuser
Project 95-09
City of Port Angeles
Sealed bids will be received by the office of the City Clerk at 321 East Fifth Street, P. O. Box 1150, Port Angeles,
Washington 98362, until 2:30 p.m., May 27, 1997, and not later, and will then and there be opened and publicly read
at that time in the City Council Chambers for the construction of the improvements.
The project to be bid is for the Port Angeles Wastewater Treatment Plant Outfall Diffuser, and includes: Installation of
a 42 -inch O.D. high density polyethylene (HDPE) pipeline diffuser approximately 300 feet in length, with 13 vertical
risers, and connected to the existing wastewater treatment plant outfall pipeline; location is approximately 3,500 feet
offshore with water depth of about 60 feet. Work includes trench excavation, pipeline diffuser supply and installation,
backfill, and removal of exposed portions of the existing outfall diffuser. This is a general description of the work and
all materials, quantities, and work shall be in accordance with the Plans and Specifications which may be examined
and obtained at the Public Works Department, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port
Angeles, Washington, 98362, (360) 417 -4805, for a non refundable fee of $20.00 per set, plus $5.00 to cover
postage, if mailed. Informational copies of maps, plans and specifications are on file for inspection in the office of the
City Engineer.
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 cashier's check, postal money
order, or a 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 and address 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 such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid
deposit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds shall 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 sex, 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 bids and award contracts to responsible bidders which are in
the best interest of the City, to postpone the acceptance of bids and the award of the contracts for a period not to
exceed thirty (30) days, or to reject any and all bids received and further advertise for bids. When awarded contracts,
the successful bidder shall promptly execute contracts and shall furnish bonds of faithful performance of the contracts
in the full amount of the contract prices.
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 City Clerk, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington
98362.
Jack N. Piths, P.E.
Director of Public Works
Publish: Peninsula Daily News, April 27 and May 4, 1997
Daily Journal of Commerce, April 28 and May 5, 1997
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec 1 -1 Apnl 1997
INFORMATION FOR BIDDERS AND CHECKLIST
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port
Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as
amended through addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each
bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and
addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained in the project manual and shall be submitted
attached to the project manual with which it was originally bound. 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. BIDS WILL NOT BE READ if detached from the project manual with which
they were originally bound, nor shall any of the accompanying papers be detached therefrom, but the entire
package (project manual without the plans), including addendums, must be unbroken, in good order, and
enclosed in a sealed envelope, endorsed with the name of the work. Each bid shall be accompanied by a bid
deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a
sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such
bid deposit.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn
prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after
the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the
closing time for receipt of bids and the execution of contract, unless the award is delayed for a period
exceeding thirty (30) calendar days. A conditional or qualified bid will not be accepted. The bid award will be
made to the lowest responsible bidder.
The work embraced in the project manual shall be under the supervision of the City of Port Angeles Public
Works Department, subject to the acceptance and approval of the City Council. It shall be begun within ten
(10) calendar days after notice to proceed from the Director of Public Works and shall be completed within 90
calendar days after the date of such notice.
The Owner may make such investigations as it deems necessary to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as
the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or
investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the contract and to complete the work contemplated therein.
The party to whom the contract is awarded will be required to execute the contract and obtain the performance
and payment bond within ten (10) calendar days from the date the notice of award is delivered to the bidder.
Such bond(s) shall be on the form provided by the Owner, specify the name and address of the surety, and
shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it
(them).
The notice of award will be accompanied by the necessary contract and bond forms. In case of failure of the
bidder to execute the contract, the Owner may, at its option, consider the bidder in default, in which case the
bid bond accompanying the bid shall become the property of the Owner.
The Owner, within ten (10) calendar days of receipt of acceptable performance bond, payment bond, and
contract signed by the party to whom the contract was awarded, shall sign the contract and return to such party
an executed duplicate of the contract. Should the Owner not execute the contract within such period, the
bidder may, by written notice, withdraw its signed contract. Such notice of withdrawal shall be effective upon
receipt of the notice by the Owner.
Port Angeles Wastewater Treatment Plant Ou Diffuser
e/user/3 772/spec
1 -2 Aprtl 1997
The notice to proceed shall 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.
Port Angeles Wastewater Treatment Plant Outfall Diffuser
¢/user /3772/spec
1 -3 Apn11997
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 sub contractors 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 City.
B. Performance bond To be executed on the form provided by Owner, by the successful bidder
and its surety company. Be sure to include name and address of surety and Dower of
attorney of sianatory
C. Insurance certificate(s).
Port Angeles Wastewater Treatment Plant Outjall Diffuser
e/user /3772/spec 1 -4 Apri11997
STATE OF WASHINGTON
COUNTY OF KING
NON COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and
not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he
further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work
or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder
has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or
bidders.
Subscribed and sworn to before me this 27th day of
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec
i
Signature of Bidder /Contractor
Thomas R. Anderson, Vice President
May 97
��J(slrJY .2..1 .2)
Notary Pita in and for the
State of Washington.
Ya
Residing at iQ Sr10110m15h
My Comm. Exp.: 1
1 -.5 Apr111997
All questions must be answered and the data given must be Gear and comprehensive. If necessary, add
separate sheets for items marked
1. Name of bidder. General Construction Company
2. Permanent main office address: 2111 N. Northgate Way, #305, Seattle, WA 98133
5/27/76
Washington
3. When organized:
4. Where incorporated:
5. How many years have you been engaged in the contracting business under your present firm name? 87
Date:
6. *Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate
anticipated dates of completion.)
7. General character of work performed by your company: Heav marine, civil, and industrial
donstruction
8. *Have you ever failed to complete any work awarded to you? No
If so, where and why?
9. *Have you ever defaulted on a contract?
information requested by the City of Port Angeles.
5/27/97
Contractor's State
License No. GENERCC0440S
BIDDER'S CONSTRUCTION EXPERIENCE
SEE ATTACHED
No
1.0.. *List the more important projects recently completed by your company, stating approximate cost for
t. 'each, and the month and year completed. SEE ATTACHED
*Lit your major equipment available for this contract:
1 SEE ATTACHED
I ~*Exprience in construction work similar in importance to this project:
-1 .'r SEE ATTACHED
13. Will you, upon request, fill out a detailed financial statement and fumish any other information that
may be required by the City? Yes
14. The undersigned hereby authorizes and requests any person, firm or corporation to furnish
Bidder Signature
Print Name:
Title:
Thomas R. Anderson
Vice President
any
Port Angeles Wastewater Treatment Plant Outfall Diffuser
eluser /3772/spec 1 -6 April 1997
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BID FORM
BIDDER: General Construction Company
DATE: May 27, 1997
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 plans, specifications, and contract documents,
hereinafter referred to as the project manual, for the construction of the proposed project improvement(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 SUB CONTRACTORS 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:
Name of Surety: The American Insurance Company
Address of Surety: 2101 4th Avenue, Suite 100, Seattle, WA 98121
Port Angeles Wastewater Treatment Plant Ou Diffuser
e/user /3772/spec 1 -7 April 1997
Item Quantity Description
1 Lump sum Mobilization/demobilization (maximum 10 percent of
Subtotal Bid)
2 Lump sum Outfall diffuser
3 Lump sum Demolition and removal of existing diffuser risers and end
manhole
4 50 cu yd Overexcavation and subsequent backfill in accordance with
paragraph 02340 -3.03 B, complete and in place,
per cubic yard
Subtotal Bid (sum of bid amounts)
Washington State Sales Tax
Total Bid
ADDENDA ACKNOWLEDGEMENT
Bidder's firm name
Port Angeles Wastewater Treatment Plant Ou yall Diffuser
e/user /3772/spec
BID FORM
Fa ►oi ke 1
Suoty IV/NQ ?J/oik sautl Sweiliv SX' a Dolio,rs
ice
[(otal bid price in words]
The bidder hereby acknowledges that it has received Addenda Nos.
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 is listed below.
General Construction Company
Total amount
tll 0 c70.
$3
II, Oc3O
��a,��
N 4t4 000,P
7,.
$y 71 j a7c:,
Complete address 2111 N. Northgate Way, #305, Seattle, WA 98133
(Street address) (State) (Zip)
Tele. No. 368 0
f
Signed by l Title Vice President
Printed Name: Thomas R. Anderson
NOTE (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 -8 April 1997
BID BOND FORM
Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the amount of
5% of total bid amount which amount is not less than five
(5 percent of the total bid.
SIGN HERE
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
GENERAL CONSTRUCTION THE AMERICAN
That we, COMPANY as Principal and INSURANCE COMPANY as Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Dollars,
for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
*FIVE PERCENT (5 OF THE TOTAL AMOUNT BID
The condition of this obligation is such that if the Obligee shall make any award to the Principal for.
Port Angeles Wastewater Treatment Plant Outfall Diffuser
Project No. 95 -09
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful
performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure
so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids,
then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the
Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this
bond.
SIGNED, SEALED AND DATED THIS 2 7 day of
Dated:
Received return of deposit in the sum of
Port Angeles Wastewater Treatment Plant O4;2l1 Diffuser
e/user /3772/spec
May
Tlydm'as R. Anderson
Vice President
y ONSTRIpa7
1997
Prnci al R. A erson, Vice President
m IN i�"
C. C OMPANY
Ur ICHAEL A. MU HY ORNEY -IN -FACT
1 -9 April 1997
NAME AND ADDRESS
I Mot) LE: 1D 1,
24 I UW wiz)...
9(A)Q.2A
oL1
Bot SY.
E-o c.�e..
Bidder shall shall list all sub-contractors proposed to be used on the project. FAILURE TO LIST SUB-
CONTRACTORS SHALL BE CONSIDERED TO BE A NON RESPONSIVE BID. If there are no sub-
contractors, contractors, write "NO SUB CONTRACTORS WILL BE USED."
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec
LISTING OF PROPOSED SUB CONTRACTORS
DESCRIPTION OF WORK
9
lU tl�q
?re ScAR\il
igfiature a nd Title
Thomas R. Anderson, V ce President
1 -10 April 1997
GENERAL.+
POR'ER OF
ATTORt;:•EY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation Incorporated under the laws of the State of
New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on Lune 1, 1990, and having its principal office in the County of Mann, State of
California, has made, constituted and appointed, and does by these presents make, constitute and appoint JIM W. D O Y L E MICHAEL A.
MURPHY, W. C. NELSON, KAREN P. DEVER, MICHELLE L. DeYOUNG, jointly or
severally
SEATTLE WA
its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and all bonds, undertaking, recognizances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Article VII. Appointment and Authority of Resident Secretaries, Attorneys in Fact and Agents to accept Legal Process and Make Appearances.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice- President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment:'
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation"
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to
be hereunto affixed this 9th day of July
•t-o'"'"
STATE OF CALIFORNIA
COUNTY OF MARIN
On this 2 9 t h day of July 19 9 6 before me personally came M. A. Mallonee
to me known, who, being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
STATE OF CALIFORNIA
COUNTY OF MARIN
360711 -TA -3-95
NOTARY PUBLIC CALIFORNIA O
MARIN COUNTY
My Cann Expres Mar 20, 1999
A. KRIEGER D
COMM #1045112 1)
THE AMERICAN INSURANCE COMPANY
By
ss.
ss.
CERTIFICATE
19 96
THE AMERICAN INSURANCE COMPANY
7-11fW
1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that
the foregoing and attached POWER OF ATTORNEY remains it full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the
By -laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force.
Signed and sealed at the County of Marin. Dated the 0 7 day of MaiA 19 7
Vice- President
Notary Public 6/
Resident Assistant Secretary
07 /10/Y7 11' 13
A QORD
Carrnnn Cerhnr *fion of Seattle
P. 0, Box 34201
701 Fifth Avenue
4201,1 Columbia Center
Scottie RA 98124
(206) 386.7400
Linde Sturrock
of Tmrn
Goners' Construction Cony
2111 N Northoete Nay
PO Aox 24506
Seattle MI 98124 -0508 COMOAIIY
yy 0
THIS 1CTO CERTIFY THAI' THEPOLICIES OpiNeLIRANDE LieTEDEELOWHAVESE ENISSUEDTOTHt9V0 RD ABOVerORTHEPOLICYPERK1f1
INDICATED,NOT WITHSTANDIN0AI4YAEQVIREMEIVT,T ER MORCO NDITI ONOFANYCONTRACTOROTHC900CumENT WITI IRESAE4TTOWNICHTHIS
CERTIFICATE MAY BE MOVED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TNG POLICISS 0 QC $13100 HEREIN 19 SUBJECT TO Al I. TINC TFRME,
txCLUSiON8 AND GUNUI11Ons OP BUGH I+OLIGIB, LIMI 18 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPA OF INWRANCi POLICY NUlRfi1111 POLIG EP FEGTIY! POLI CXPIRAYM Mears
LTI BATe (AINUSDNYI DAM (MNWINYY)
A 1 a"HERALI.AMILM RGZ001004133026
w x� CGAtERCIAL T PkHAL L IMAIrY
aAIMi NAVE 0(.001
x� OWNER'S A CONIBACTORS PROT
A AUTOMOIL'ILIAIAJIT AS2661004133036
u ANY ANTA
ALL DWMrO AUTOS
EGHE OLED AUTOS
X IIIra, AUTOS
ND4+Owl[U AUTUD
OARAOAWA$LNT
ANY AUIU
/3OEMBLIMILITY
UIiOPELLA FORM
ATNCC TNAN WW1! A FORM
B 1 OANO08460165.166414A3t1'4111
x e cessovera e
IHL• PHLFHItIUk/ INCI.
PARDEPS/FEVI ITIVF
OrTICCfTC Art EXCL
i fiG2601004133016
A o nm "Ieihinoton MOH
Merit's* (Jones Act)
$1,000,000
1176614004122040
TiN1 MTION ON OYhNATVAAa1 nernetnessessinuIPICIAL iTIMP
SEE ATTACHED
City of Part Angela%
321 E 6th Street
PO Box 1150
Port Angeles NA 98362 -1150
39078
WC: in' 7 Wir tikketiaaffilt
xAmIxotionow xxxioxtmxxasic x xx
THIS f`FRTIFH ATE DOES NOT AMEND, EXTEND OR
vaftz A E COVERAGC AFFORDED BY THE POLICIES BELOW.
COIMPANtE$ AFFORDING COVERAGE
COMPANY Liberty Mutual Flee ItlsuiellCe Company
_A_
COMPANY Liberty Insurance Corpora Liun
B
COMPANY
C
01 -OCT -1996 01- OCT-1997 !GENERAL ACONCOATC 4,000.000
E PRODUCTS GOM?/OP AOSS f 4,000,000
PERSONAL M ADY INJURY f 2,090L000
AAa 1 LA;CURFENSE 2,000,000
hl IIAMAUe ‘my OM Hier 1,000.000
$#E0 DP (My one mein) 5.000
01 -OCT- 10118 01 -OCT -1497
01-OCT-144S 01.00T.1997
01-OCT-1906 101 -OCT -1997
PHALLI ANT OF Rig ADOV! DESORDND POLIGIE!P at CAMOmLLED .GPGRC THE
IPPIIIATION DATE THEREOF, 1n! IOEUINO COMPANY RILL 1N rle/ GNAL
30 DAYS WRITTEN NOTICE TO THE GSM WIT ATI HOLDIR NAMED TO TTT1 tt?T,
AlRNOEIp AIGPRRWATIVC
f;uMtll' u ,INU_E LINII
BODILY INJURY
(Pa IAn am.)
BODILY ITAJUPY
(rq, atooenl;
PROPERTY DAMAGE
I AUTO ONLY CA ACCIDENT
OTHER THAN AUTO OILY
T AON AcCTOEHT
AcicneoATe
EACH OCCUareNGC
AI]l7FEl'7ATE
4 s
I is -•riv TaTE I X1iTH
EL EACH ACCIDENT 3 1,0110.000
CL DISEASE POLICY LIMIT 3
pi f}I^FA£F'FA EMPLOYEE 1!
it Mkinkurri
10.41.1997
1,000,000
1,000,000
1.000.000
I y r r r r .•r "r��,�,�, .:E {Y�Ly {'S �yp.�,y p,y�
irk s` Bi, Tf iYSi i� <,I jiifl�� :nemi 1em liO4''i
07.'10•'97 11.14
INSURED
II '111!111C011A1101,P t s
THIS CERTIFICATE D
General Construction Gorgasliy
2111 PI Northgate Rey
PO Box 24506
Swwt
City of Port Angeles
321 C 6th Street
PO Box 1150
Port Angeles WA 88302 -1150
MEND, EN l(�� Il�((II�(('' �III 10 -JUL 1997
NOT N'tN CME' "AFFilR0E0� gtE
39075 PRODUS7ill
Willis Corroon Corporation of Seattle
P. 0. Box 34201
701 Fifth Avenue
4200 Columbia Center
Saattla NA 98174
(206) 390 -7400
Linda Gturroak
IA 48124 -0508
r "1•s, t'j 11 Mii��;,,;,,, f y «e°aa4, "`rF ';..'',f ,o. 4
THIS IS TO CCRTIPY THAT THE POLICIES OF IN5UBBANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHETANDINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY se ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
XCLUSIONS AND CONDITIONS OP SUCH POLICIES, LIMITS MAY HAVE BEEN REDUCED BY PAID CLAMS,
TYPE OF IIMNMANCE roLIGV Ntmoon I POLICY EFIYCTIYE I POLICY mPINATION Y LNITS
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS
BE: Wastewater Treatment Plant Outfail Diffuser Project #95 -09
The City of Port Angeles is added as an additional Insured where required by
written contract on the general liability for work performed by or on hahaif o
the named insured. Subject to policy limits, terms and conditions,
Washington USLH and Maritime (Jones Act) Included $1000,000 Limit
i 14''4010USI:i1;
003
*4s0= ANY OF TN! AIWA! OSSORISED POLICIES OE CANCELLED satahi rHi
EXPIPATION DATE THEREOF, TWY IAAl1ING NHMPAMY WILL MODOINOOMel MAL
9 PAYS wEIITEN NOTICE TO THS OM DuiOSP NAMED TO THE LEFT,
INIONAOMATNIONSONINNIONISOINESEANNKY11111011111KNIONCEENTIOENNIIIIIINSI
IIEPRPUENTATIVE
01/14/97 N'd•Nb
WILLIS CORROON
CERTIFICATE OF INSUR A NCF
ISSUED TO: CITY OF PORT ANGELES
521 E 5th Strom
P.O. Box 1160
Port Angeles, WA 98362-1150
NAMED OF INSURED
CLNERAL CONSTRUCTION COMPANY
FT,FTCIIER GENERAL, INC.
i'O Bux 24506
scuttle, Washington 98124
This is to certify that policies of insurance listed below have been Issued to the insurer
named above for the polity period indicated, Notwithstanding any requirement, term or
condition of any contract or other document with rcapeet to which thrs certificate may be
rsaut,d in may pertain, the insurance afforded by the policies de scribed herein is subject to all
louts, t:Acluaiun,, and conditions of such policic,
DPSCRI ?TION OF PROJECT TO Pillar TfIFS CCRTi Or INSLRA .iPPLi6S:
Rt.. Wastowatei Treatment Plant Outfit!' Diffuser Project si -9(l.
Policy Pcriod. October 1. 1996 and cndiug Oe.tubct 1. 1997,
INSURANCE CO.
POLICY NO.
St Paul Fire Marine insurance I'n
Policy No. 384PH7656
St. Paul l=ire efi. Marine Insurance; Co
Policy No. 3841'H765&
Date of issue' lnly III, I yy r
AMOUNT OR LIMIT OF
LIABILITY
AC per attached ecltedu le of
vessels
51,000,000 Any one occident
or occurr:ncc
A lltho i ell Signature
COVERAGE
PROVIDED
Hull vlachinery, Including
Collision and Tower's Liability
as per Pacific l.oast Tug/Barge
I' nrrn I4 r41 1e.rluctihie• per
schedule
Protection Indemnity, as per
SP 23 (rev) including Excess
Co11i3ion Bc Exc033 Tower's
Liability, but excluding Crew
coverage Deductible 025,000
any one accident ur occurrence
Should and of the above dc3cnhcd poll( le, be canceled before the cxpiratton date thereo the policy issuing
company will (c 0¢ mail 45 day:+ written notice to the certificate holdar named above above,>64t,iigextliomix
otkwaareawc ate( ltcsltcirrt >wwkdigocxiJ>ox >Oi{II4MoOtItik 111'X PPRX9I4X X110tt3<9(3 fr X
Wlllis Corruen
firpowtt of
Srattic
kaorance
(lands
Benefit,
Ru4 Ma/wawa'
701 rdtrt A,utue
42(11 fn6,mh,.. enter
PO Buz 3420:
(Lip 911124)
bcumle, WA 48;04
Tvleri inn 905 396 7440
Pal 206 386 7900
1:1'1/14/97 09 HS
111.11.1111.0111111111.111111111111111.111111110.-_ AmiliiiiiM101.11111101111011011111111111
1,•401Af1101i
GENERAL C:ONS'1' RUC! 'ION COMPANY
!lull and Machinery Schedule of Vessels
Item,# [Equip. 1Vessel Description H &M Limit I Deductible
I
[001 1DERRICK STEEL BARGE "Anacortes" +f $450,000 $25,000
2 1002 1943 DERRICK STEEL DANE "Tacoma'' $335,000 $25,000
3 1003 D 3RIUCIC ST CRANE BARGE "Olympia° $750,000 $25,000
4 j 1004 DERRICK STEEL BARGE "Beaver" $500,000 $25,000
.1 j !oils 111I•RRII'K I H HAKCJJ• "1'ntf1A})r1' $500,000 $25,000
6 1 DERRICK STEEL BARGE "The Dallas" $650,000 $25,000
7 1007 E STEEL BARGE (FLAT DECK) "Astrn la" $75,000 $25,000
8 1009 I STEEL BARGE "GC26" $150,000 9,25,01)0
9 1611 DERRICK BARGE "Rwrard" 150,000 $_25,000
10 1012 DERRICK BARGE "Stank" $3,400,000
11 1054 1 WATER DRIVER STEEL BARGE "Longview" $75,000 $25,000
12 1055 WATER DRIVER WOOD BARGE "Cotton" $75,000 $25,000
16 1300 1943 FLAT 13AIW "GC74" $40,0(10 Vs ,000
65 1316 STEEL DECK BARGE "GC25" $75,000 $25,000
66 j 1327 STEEL DECK DA "CC27" $75,000 $25,000
19 1351 1969 FLAT STEEL. BARGE "GC101" $176,000 $25,000
20 1352 1969 hl_AI '.1 hkl HAR(z>a "(1('1111" 5176,000 S2 i 3 O00
21 1353 1969 FLAT STEEL RA RG1r "GC103" $176,060 $25,000
4 1354 1969 FLAT STEEL. f1ARCE "C C104" $176,000 $25,000
23 ;`1371 1943 FLAT BARGE "GCl20" $25,000
24 j 1377 144'i hl A I HAKIrI• "1,0:121" $165.000 I $25,000
__25 1370 1977 STEEL DECK BARGE "FGC 202" $580,000' $25,000
27 1375 1983 STEFI. CRANE BARGE DB "Pnclfie" $3,300, $66,000
98 1376 STEEL BARGE "GC 203" $700,000 $25,000
29 I4II1 1111 IMPHAR(rI 'PnrntTiasalt" $500,000 $25,000
108 TBA DUMP SCOW BARGE "213 S1,000,000 525,000
109 TEA DUMP SCOW BARGE "ZBD 104" 51,000,000 525,000
110 TEA (DERRICK BARGE "YD -216" $1,000,000 i $25,000
1016 1TIF.RRICK BARGE "General" I $10,000,000 j $100.000
{TOTAL INSURED VALUE j $26,414,000 I
21 002
CN
PART 2
CONTRACT FORMS SUBMITTED
AT CONTRACT EXECUTION
d
1 CONTRACT
THIS AGREEMENT, made and entered into in duplicate, this 11th day of June 19 97,
by and between the CITY OF PORT ANGELES, hereinafter called the Owner, and General
Construction Company hereinafter called the Contractor,
ti WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this
II agreement, the parties hereto covenant and agree as follows:
1. The Contractor shall do all work and furnish all tools, materials, and equipment for
d Port Angeles Wastewater Treatment Plant Outfall Diffuser, Project No. 95 -09.
I in accordance with and as described in the attached plans and specifications and the Standard
Specifications for Municipal Public Works Construction, refered to as the project manual, and shall
perform any alterations in or additions to the work provided under this contact and every part thereof.
ti This contract is subject to minimum wage requirements of Section 1 -07.9 (Wages) of the Standard
Specifications.
I The Owner agrees to pay the Contractor for the actual quantities in the completed work according to the
schedule of unit prices set forth in the bid form hereto attached and made a part of this contact.
I Work shall start within ten (10) days after execution of contract and be completed in 90 calendar days.
If said work is not completed within the time specified, the Contractor agrees to pay to the Owner
liquidated damages as stated in the project specifications for each and every day said work remains
I uncompleted after expiration of the specified time.
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
I whatsoever that may be required for the transfer of materials and for constructing and completing the
work provided for in this contract and every part thereof; except such as are mentioned in the
specifications to be furnished by the Owner.
I 2. The Owner hereby promises and agrees with the Contractor to employ, and does employ the
Contractor to provide the materials to do and cause to be done the above described work and to
complete and finish the same according to the attached plans and specifications and the terms and
I conditions herein contained and hereby contracts to pay for the same according to the attached
specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner
upon the conditions provided for in this contract.
I 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns,
does hereby agree to the full performance of all the covenants herein contained upon the part of the
Contractor.
I 4. It is further provided that no liability shall attached to the Owner by reason of entering into this
contract, except as expressly provided herein.
I
ill
Port Angeles Wastewater Treatment Plant Outfall Diffuser
I eluser /3772/spec 2 -1 Apn11997
4
Contract Page 2
5. The Contractor shall obtain and maintain Public Liability and Property Damage Insurance in
accordance with Sections 1- 07.18, 1- 07.18(1), 1- 07.18(2)(A)(B), 1- 07.18(3) and 1- 07.18(4)(1) of the
APWA supplement to the Standard Specifications and the following additions:
a. Workers compensation at the limits established by the State of Washington shall be
included.
6. The Contractor shall defend, indemnify and hold the Owner, its officers, officials, employees
and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney
fees, arising out of or in connection with the performance of this contract, except for injuries and
damages caused by the sole negligence of the Owner.
Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by
or resulting from the concurrent negligence of the Contractor and the Owner, 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 purpose of this indemnification. This waiver has been mutually negotiated by the
parties. The provision of this section shall survive the expiration or termination of this contract.
7. Contractor hereby assigns to Owner 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, quotation, or other
event establishing the price of this contract. In addition, Contractor warrants and represents that each of
its suppliers and subcontractors shall assign any and all such claims for overcharges to Owner in
accordance with the terms of this provision. Contractor agrees to give Owner immediate notice of the
existence of such claim.
IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and
year first above written.
Approv as to form:
City Attomey
CONTRACTOR r General Construction Company j
lame of Contractor
BY Ynt24
Port Angeles Wastewater Treatment Plant Outfall Diffuser
eluser /3772/spec
Title Sr. Vice President Construction
Attest:
City Clerk
2 -2
April 1997
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
KNOW ALL MEN BY THESE 'RESENTS:
That we, the undersigned, GEN RA L CONSTRUCTION COMPANY as Principal, and THE AMERICAN INSURANCE COMPANY
a corporation, organized and existing under the laws of the State of NEBRASKA 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 479,O76.00 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 Seatt
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 GENERAL CONSTRUCTION COMPANY
the above bounded Principal, a certain contract, the said contract being numbered
95 -09, and providing for construction of the Port Angeles Wastewater Treatment Plant Outfall Diffuser
(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, GENERAL CONSTRUCTION COMPANY 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 materialrrlen, and all persons who shall supply said Principal or subcontractors with
provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port
Angeles harmless from any damage or expense by reason of failure of performance as specified in said
contract or from defects appmaring 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 11 day of June 19 97
THE AMERICAN INSURANCE 4OMPANY
S retyy
By
MICHELLE L. DEYOUNG
ATTORNEY -IN -FACT
Title
Port .$ngeles Wastewater Treatment Plait Out(all D ffuser
dussr /3772/spee
Washington, this 11 day of June
GENERAL CONSTRUCTION COMPANY
Pringipal
Thomas E. Sherman
Sr. V.P. Construction
Title
2 -3
Bond #11141605862
April 1997;
1
1
1
1
1
1
1
1
1
1
1
GENERAL
POWER OF
ATTORNEY
kNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of
New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on June 1, 1990, and having its principal office in the County of Marin, State of
California, has made, constituted and appointed, and does by these presents make, constitute and appoint JIM W. D O Y L E MICHAEL A.
MURPHY, W. C. NELSON, KAREN P. DEVER, MICHELLE L. DeYOUNG, jointly or
severally
SEATTLE WA
its true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and all bonds, undertaking, recognizances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Article VII. Appointment and Authority of Resident Secretaries, Attorneys -in -Fact and Agents to accept Legal Process and Make Appearances.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment."
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facstrrule,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation:'
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to
be hereunto affixed this 9 t h
day of
THE AMERICAN INSURANCE COMPANY
July
By
19 9 6
THE AMERICAN INSURANCE COMPANY
Via President
On this 2 9th day of July 19 96 before me personally came M. A. Mallonee
to me known, who, being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporatio
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
STATE OF CALIFORNIA
COUNTY OF MARIN
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
or A. KRIEGER D
le j3S? C OMM 10451 12
0 NOTARY PUBIIC•CALIFORNIA
LL MARIN COUNTY Q
My Cmrrn Fires Mar 20 1999 1
STATE OF CALIFORNIA
COUNTY OF MARIN
Signed and sealed at the County of Mann. Dated the
360711 -TA -3-95
ss.
day of
CERTIFICATE
1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that
the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the
By -laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force.
Chia.
sd, 4.
Resident Assistant Secretary
19'!
PROVIDED HOWEVER that;
RETAINAGE BOND
Bond# 11141605870
KNOW ALL MEN BY THESE PRESENTS that GENERAL CONSTRUCTION COMPANY a
corporation existing under and by virtue of the laws of the State of Washington, as Principal,
and THE AMERICAN INSURANCE COMPANY a corporation organized and existing under the
laws of the State of NEBRASKA and authorized to transact business in the State of
Washington as Surety are jointly and severally held and bound unto CITY OF PORT
ANGELES hereinafter called Obligee, and are similarly held and bound unto the beneficiaries
of the trust fund created by RCW 60.28, in the penal sum of TWENTY THREE THOUSAND
NINE HUNDRED FIFTY THREE AND 80/100 123.953.801, which is 5% of the Principal's bid
in Project No. 94 -22.
WHEREAS on the 6th day of June. 1997, the said Principal herein executed a contract with
CITY OF PORT ANGELES for WASTEWATER TREATMENT PLANT OUTFALL DIFFUSER.
PROJECT NO. 94 -22.
WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal
the sum of 5% from monies earned by the Contractor on estimates during the progress of the
construction, hereinafter referred to as earned retained funds.
AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned
retained funds or that the Obligee from time to time release all or a portion of the current
amount of earned retained funds as allowed under RCW 60.28.
NOW THEREFORE, the condition of this obligation Is such that if the Principal shall use the
earned retained funds which will not be retained or shall use such funds which now are being
released, for the trust fund purposes of RCW 60.28, them this obligation shall be null and
void; otherwise, it shall remain in full force and effect.
1. The liability of the Surety under this bond shall not exceed 5% of the total amount
earned by the Principal if no monies are retained by the Obligee on estimates during
the progress of construction, or such liability shall not exceed the actual amount of the
earned retained funds which are released.
2. Any suit under this bond must be instituted within the time period provided by
applicable law.
WITNESS our hands this 11th day of June 1997.
THE AMERICAN INSURANCE COMPANY GENERAL CONSTRUCTION COMPANY
Attorney -;n -Fact
Michelle L. DeYoung
Thomas E. Sherman
Sr. Vice President Construction
GENERAL
POWER OF
ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of
New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on June 1, 1990, and having Its principal office in the County of Mann, State of
California, has made, constituted and appointed, and does by these presents make, constitute and appoint JIM W. D O Y L E MICHAEL A.
MURPHY, W. C. NELSON, KAREN P. DEVER, MICHELLE L. DeYOUNG, jointly or
severally
SEATTLE WA
its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any
and all bonds, undertaking, recognizances or other written obligations in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises.
This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and
effect.
"Article VII. Appointment snd Authority of Resident Secretaries, Attorneys in Fact and Agents to accept Legal Process and Make Appearances.
Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice President or any other person authorized by the Board of
Directors, the Chairman of the Board of Directors, the President or any Vice President may, from time to time, appoint Resident Assistant Secretaries and
Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the
Corporation.
Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing
their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to
make such appointment:'
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN
INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed:
"RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this
Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile,
and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding
upon the Corporation:'
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to
be hereunto affixed this2 9 t h day of
om
r`fG,P 9 I •COE G•
On this 2 9th day of July 19 9 6 before me personally came M. A. Mallonee
to me known, who, being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order.
STATE OF CALIFORNIA
COUNTY OF MARIN
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written.
1045112
COMM A. KRIEGER
n it
LL NOTARY PUBLIC-CALIFORNIA
MARIN COuNTY
My Corm E wen Mar 20. 1999
STATE OF CALIFORNIA
COUNTY OF MARIN
360711- TA -3-9t
THE AMERICAN INSURANCE COMPANY
July
r
C
-i
ss.
By
CERTIFICATE
19
96
THE AMERICAN INSURANCE COMPANY
,g
Vice- President
I, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that
the foregoing and attached POWER OF ATTORNEY remains iz full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the
By -laws of the Corporation, and the Resolution of the Board of Directors; se forth in the Power of Attorney, are now in force.
Signed and scaled at the County of Mann. Dated the day of c hief_ 19 2
Resident Assistant Secretary
I
I
1
1
I
1
I
I
I
1
I
I
1
I
r
I
I
I
PART 3
STANDARD SPECIFICATIONS
AND AMENDMENTS
STANDARD SPECIFICATIONS AND AMENDMENTS
The Standard Specifications for this project shall be the "1996 Standard Specifications for Road, Bridge, and
Municipal Construction," prepared by Washington State Department of Transportation and American Public
Works Association (WSDOT /APWA) and the "1996 APWA Supplement to Division One of the 1996
WSDOT /APWA Standard Specifications." Standard Plans shall be the "Standard Plans for Road, Bridge, and
Municipal Construction," prepared by WSDOT /APWA.
Work under this Contract shall be performed in accordance with the Standard Specifications and Supplement
referred to above and the Special Provisions found in Part 4, SPECIAL PROVISIONS, of these Contract
Documents. The requirements of the Special Provisions shall take precedence over the Standard
Specifications adopted by the WSDOT /APWA. The Supplement to Division One of the Standard
Specifications shall take precedence over the Standard Specifications.
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec 3 -1 Apn11997
I
I
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I
1
I
u
SECTION 1 -04 SCOPE OF WORK
1 -04.1 Intent of the Contract
Append the following to this section:
SPECIAL PROVISIONS
DIVISION 1 GENERAL REQUIREMENTS
SECTION 1 -01 ACRONYMS, ABBREVIATIONS AND DEFINITIONS
1 -01.3 Definitions
Supplement this Section with the following:
Where the term "Engineer" or "Construction Manager" appears in the Contract Documents
(including the Standard Specifications) it shall mean the duly authorized representative of the
City of Port Angeles in the administrative management of the Contract. The "Engineer" for this
project may be an employee of the City of Port Angeles or other duly authorized agent of the
City of Port Angeles.
Where the term "Owner" appears in the Contract Documents (including the Standard
Specifications) it shall mean the City of Port Angeles, as represented by its authorized officers,
employees or agents including the City Engineer.
Where the terms "Commission," "Washington Transportation Commission "Department,"
"Department of Transportation," "State," or "State of Washington" appears in the Contract
Documents it shall mean Owner, except "State" shall be construed to mean State of Washington
as indicated:
(a) Whenever the words refer to Agencies or Department of the State of
Washington other than the Washington State Department of Transportation,
State sales tax, State employment agencies, State wage rates and State laws.
(b) When referring to the Washington State Department of Transportation
Laboratory manual.
The Specifications and Plans show and describe the location and type of work to be constructed under
this Contract. See Advertisement for Bids for a description of the project. The timely execution of this
Contract is essential to provide effective dilution and mixing of wastewater treatment plant effluent with
waters of Puget Sound in accordance with requirements of the Washington State Departments of
Ecology (WDOE) and Fish and Wildlife (WDFW).
SECTION 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1 -07.11 Equal Employment Opportunity Responsibilities
Delete the entire Section and replace with the following:
Equal Opportunity /Affirmative Action /Facilities Nondiscrimination
(The following clause is applicable unless, and to the extent that, this contract is exempt under
the rules, regulations, and relevant orders of the Secretary of Labor, including 41 CFR, Ch. 60.)
Port Angeles Wastewater Treatment Plant Outfall Diffuser
eluser /3772/spec 4 -1 Apnl 1997
During the performance of this contract, the Contractor agrees as follows:
a. The Contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin. The Contractor will take
affirmative action to ensure that applicants are employed, and that employees are
treated during employment, without regard to their race, color, religion, sex, or national
origin. The Contractor will take affirmative action to employ, advance in employment,
and otherwise treat qualified special disabled or Vietnam War era veterans and
handicapped individuals without discrimination based upon their disability or veterans'
status or physical or mental handicap in all employment actions. Such actions shall
include, but not be limited to, the following: employment, upgrading, demotion, or
transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training, including apprenticeship. The
Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices to be provided by the local United States Department of Labor
Office setting forth the provisions of this Equal Opportunity /Affirmative Action clause.
b. The Contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the Contractor, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, physical or mental handicap, or
national origin, and that the Contractor is under the legal obligation to take affirmative
action to employ, advance in employment, and otherwise treat qualified special disabled
or Vietnam War era veterans and handicapped individuals without discrimination based
upon their disability or veterans' status or physical or mental handicap in all employment
actions. All suitable employment openings existing at contract award or occurring during
contract performance will be listed at the state employment source office in the locality
where the opening occurs, provided that this listing requirement shall not apply to
openings that the Contractor intends to fill from within its own organization or under a
customary and traditional employer -union hiring agreement.
c. The Contractor will send to each labor union or representative of workers with which it
has a collective bargaining agreement or other contract or understanding, a notice, to be
provided by the agency Contracting Officer, advising the said labor union or workers'
representative of the Contractor's commitments under this Equal Opportunity /Affirmative
Action clause, and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
d. The Contractor will comply with all provisions of Executive Order No. 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary
of Labor, including, but not limited to, the rules, regulations and orders issued by the
Secretary of Labor under the Vietnam Era Veterans' Readjustment Assistance Act of
1972, and the Rehabilitation Act of 1973 (29 USC 793), as amended.
e. The Contractor will furnish all information and reports required by Executive Order No.
11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary
of Labor, or pursuant thereto, and will permit access to its books, records, and accounts
by the contracting agency and the Secretary of Labor for purposes of investigations to
ascertain compliance with such rules, regulations and orders.
f. The Contractor will not, on grounds of race, color, religion, sex, physical or mental
handicap, or national origin:
Port Angeles Wastewater Treatment Plant Ou Diffuser
e/user /3772/spec
4 -2 April 1997
9.
1. Deny an individual any services or other benefits provided under this contract;
2. Provide any service(s) or other benefits to an individual which are different, or
are provided in a different manner from those provided to others under this
contract;
3. Subject an individual to segregation or separate treatment in any manner related
to the receipt of any service(s) of other benefits provided under this contract;
4. Deny any individual an opportunity to participate in any program provided by this
contract through the provision of services or otherwise, or afford an opportunity
to do which is different from that afforded others under this contract. The
Contractor, in determining (1) the types of services or other benefits to be
provided, or (2) the class of individuals to whom, or the situation in which, such
services or other benefits will be provided, or (3) the class of individuals to be
afforded an opportunity to participate in any services or other benefits, will not
utilize criteria or methods of administration which have the effect of subjecting
individuals to discrimination because of their race, color, sex, religion, national
origin, creed, or the presence of any sensory, mental or physical handicap.
In the event of Contractor noncompliance with the nondiscrimination requirements of this
contract or with any of the said rules, regulations, or orders, this contract many be
canceled, terminated or suspended, in whole or in part, and the Contractor may be
declared ineligible for further government contracts in accordance with procedures
authorized in Executive Order No. 11246 of September 24, 1965, and such other
sanctions may be imposed and remedies invoked as provided in Executive Order No.
11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor,
or as otherwise provided by law.
h. The Contractor will include the provisions of paragraphs a through g in every subcontract
unless exempted by the rules, regulations, or orders of the Secretary of Labor.
1 -07.18 Public Liability and Property Damage Insurance
1 -07.18(4) Evidence of Insurance (APWA Only)
Revise first sentence, "The Contractor shall provide evidence of insurance by one of the following
methods:" to read "The Contractor shall provide evidence of insurance which is primary and not
contributing to any other insurance or self- insurance maintained by the Contracting Agency by one of the
following methods:"
Revise Item 1.a. "Names the Contracting Agency as an additional insured," to read "Names the
Owner and its agents as an additional insured?
1 -07.28 Emergency Phone Numbers (New Section)
The Contractor shall supply to the City the names and phone numbers of responsible personnel
representing the Contractor and each subcontractor for the purpose of contacting these individuals in the
event of an emergency.
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec
4 -3 April 1997
SECTION 1 -08 PROSECUTION AND PROGRESS
1 -08.1 Preliminary Matters
1 -08.1(1) Preconstruction Conference (APWA Only)
Amend this subsection as follows:
A preconstruction conference may be held within ten (10) days after the contract award.
1 -08.5 Time for Completion (APWA Only)
Delete this entire section and replace with the following:
This project shall be completed in its entirety within ninety (90) calendar days. The Contract time shall
commence seven (7) days after date of delivery of the Notice to Proceed. The Contractor will be notified
of the actual starting date by letter from the Engineer.
The Contractor shall notify the Engineer in writing when the entire work is substantially complete.
Upon completion of all work required by the Contract, the Engineer pursuant to Section 1 -05.11 will
advise the Contractor and Owner in writing of the date on which such work was substantially completed,
taking into account weather delays and other approved time extensions. Such notification of date of
completion shall not constitute acceptance of the work by the Owner (see Section 1 -05.12 Final
Acceptance).
DIVISION 8 MISCELLANEOUS CONSTRUCTION
Refer to the following sections for specifications on miscellaneous construction items.
Division 8 is organized by subdivisions according to the Construction Standards Institute (CSI) format.
Subdivisions within Division 8 are not related to the Standard Specifications for this project, the 1994
Standard Specifications for Road, Bridge, and Municipal Construction prepared by WSDOT /APWA.
Unless specifically stated otherwise, the cross references in sections of Division 8 refer to the sections
within the subdivisions of Division 8 and do not refer to the standard specifications for the project.
Port Angeles Wastewater Treatment Plant Outfall Diffuser
e/user /3772/spec 4 Apnl 1997
I
I
I
I
I
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1.0 GENERAL
3.0 CONTRACTS
E/user/3772 /speddivl
SECTION 01010
SUMMARY OF WORK
The work covered under this contract will be performed as
shown on the drawings, approximately 3,500 feet offshore and north
of the City Wastewater Treatment Plant and ITT Rayonier mill.
2.0 DESCRIPTION OF OWNER'S PROJECT
The overall project will consist of the furnishing of the
labor at current State of Washington prevailing wages, materials,
and equipment for the construction of the outfall project,
including a 42 -inch O.D. high- density polyethylene (HDPE) pipeline
diffuser approximately 300 feet in length, with 13 vertical risers,
and connectd to the existing wastewater treatment plant outfall
pipeline; location is approximately 3,500 feet offshore with water
depth of about 60 feet. Work includes trench excavation, pipeline
diffuser supply and installation, and backfill and removal of
exposed portions of the existing outfall diffuser.
There will be no other city contracts performed in the area of
the outfall /diffuser project.
*END OF SECTION
01010 -1
1.0 COMPLETION TIME
Time for completion is 90 calendar days following the date of
notice to proceed. No work shall be performed in the water between
March 15 and June 14 in accordance with permit requirements
described in Section 01020.
e/user/3772 spec/divl
SECTION 01011
CONTRACT TIME
*END OF SECTION
01011-1
SECTION 01014
WORK SEQUENCE
1.0 CONTINUITY OF PLANT OPERATIONS
A. GENERAL:
The existing wastewater treatment plant (WWTP) and outfall is
currently and continuously receiving and treating wastewater.
Functions necessary to maintain operation of this facility shall
not be interrupted except as specified herein. The Contractor
shall coordinate the work with WWTP personnel to avoid any
interference with normal operation of WWTP and outfall processes.
B. BYPASSING:
[Not used.]
C. SUBMITTAL:
In accordance with Section 01300, the Contractor shall submit
a detailed outage plan and time schedule for operations which will
make it necessary to alter normal plant operations. The schedule
shall be coordinated with the construction schedule specified in
Section 01310 and shall meet the restrictions and conditions
specified in this section. The detailed plan shall describe the
Contractor's method for preventing bypassing of treatment units,
the length of time required to complete said operation, the
necessary plant, and equipment which the Contractor shall provide
in order to prevent bypassing of associated treatment units.
2.0 SEQUENCE AND SCHEDULE OF CONSTRUCTION
To permit continuous treatment and discharge of wastewater and
compliance with effluent quality requirements, the construction
schedule required in Section 01310 shall provide for the following
specific conditions:
E/user/3772 /spec/divl
1. Locate and expose existing outfall pipeline at
point of connection to new outfall difuser (Sta.
0 +00).
a. Determine actual pipeline dimensions and
condition, and verify orientation for bell and
spigot for new transition piece.
b. Fabricate new CCP transition piece to connect
existing CCP outfall pipeline with new HDPE
outfall diffuser.
01014 -1
2. Complete the construction of the new outfall
diffuser, except for connection to existing outfall
pipeline. While the new outfall diffuser is
constructed, the existing outfall shall not be
disturbed.
3. After the new outfall diffuser is complete, the
following steps shall be taken to place it into
service:
3. Remove and dispose of exposed risers of existing
outfall diffuser and end manhole; backfill as
required.
4. Complete all necessary cleanup or backfill
operations, taking care not to affect the operation
of the new outfall and diffuser.
3.0 OUTFALL INSPECTION
a. Remove one section of existing outfall
pipeline (CCP) which has been previously
located (Sta. 0 +00).
b. Install new CCP transition piece on exposed
end of existing outfall.
c. Connect HDPE tee to CCP transition, leaving
blind flange loosely connected, with belts
untightened.
d. Complete connection of new diffuser to
existing outfall line.
e. Tighten connecting bolts on blind flange on
HDPE tee.
f. Complete remaining backfill.
The outfall will be inspected by divers provided by the Owner.
The divers will inspect the construction activity at the following
stages:
1. After the trench has been excavated and prior to
pipe placement.
2. After the pipe has been placed.
3. After the backfill has been placed to final grades.
In addition, the Contractor shall provide safe access to
Owner's inspector during any intermediate stage of construction
when requested by the Engineer.
Elused3772 /spec/divl
01014 -2
In accordance with Section 01310, the Contractor shall submit
a graphic construction schedule indicating the various subdivisions
of work and the dates of commencing and finishing each. In order
that inspection dives may be coordinated, the Contractor shall
notify the Engineer in writing at least 10 days in advance of any
of the above mentioned construction activities.
E/user/3772/spec/divl
*END OF SECTION
01014 -3
SECTION 01020
PERMITS
This section includes the Hydraulic Project Approval (HPA)
from the State of Washington Department of Fish and Wildlife
dated September 16, 1996, for the outfall installation. The
Contractor shall comply with all conditions of the permit. The
Contractor's attention is specifically directed to HPA items 2,
8, 9, 10, and 12 through 17.
E/user/3772 /spec/divl
01020 -1
1
10
0
DEPARTMENT OF FISHERIES
CITY
Port Angeles
TIME LIMITATIONS:
THIS PROJECT MAY BEGIN
Immediately
SEE IMPORTANT GENERAL PROVISIONS ON REVERSE SIDE. Of APPROVAL
HYDRAULIC PROJECT
APPROVAL
R.C.W. 75.20.100
R.C.W. 75.20.103
(y1 September 16, 1996
(applicant should refer to this date in all correspondence)
PAGE 1 OF 3 PAGES
LAST NAME FIRST t8 CONTACT PHONE(S)
Port Angeles Public Works (360) 417 -4803
STREET OR RURAL ROUTE
City Hall, 321 E. 5th., ATTN: Gary Kentworthy
STATE ZIP
98362
6
SEPA: DNS City of Port Angeles February 20, 1996
REGIONAL HABITAT MANAGER Robert L. Burkle (360) 249 -1217
PATROL Baker 035 [P2]
APPLICANT WILDLIFE READER PATROL HAB. MGR. WRIA
DEPARTMENT OF FISHERIES P k-y,.c-,f I 9.4
111
17�
-.APARTMENT OF FISH
Genera ation Bldg.
la, Washin• •8504
(206) 753 -6650
CONTROL NUMBER
00 B6428 -05
U 1-91 uRIA
18.MARI
14 117)
TRIBUTARY TO
MATER I
;0.1.1 TYPE OF PROJECT
Port Angeles Harbor Strait of Juan de Fuca Replace Sewage
7 09OUARTER SECTION TOWNSHIP RANGE(E -W) COUNTY
SECTION NW 12 30N 06W Clallam Outfall Diffuser
AND MUST BE COMPLETED BY
March 14, 1999
THIS APPROVAL IS TO BE AVAILABLE ON THE JOB SITE AT ALL TIMES AND ITS PROVISIONS FOLLOWED BY THE PERMITTEE AND OPERATOR PERFORMING
THE WORK.
NOTE: This Hydraulic Project Approval (HPA) is a change of the HPA last
issued on July 19 1996, in response to an informal appeal by the
City of Port Angeles conducted on September 10, 1996, and it
supersedes all previous HPAs and modifications for this project.
NOTIFICATION REQUIREMENT: The permittee or contractor shall
notify Washington Department of Fish and Wildlife (WDFW) Officer
Baker of the Washington State Patrol, at (360) 452-3394. Noti-
fication shall be received at least 3 working days prior to the
start of construction activities. The notification shall include
the permittee's name, project location starting date for work,
and control number (00- B6428 -03) of this HPA. Failure to do so
will be a violation of this HPA and may result in criminal
prosecution.
1. This project is approved, as illustrated in your modified plans,
subject to the following provisions.
2. Work below the ordinary high water line (OHWL) shall not occur from
March 15 through June 14 of any year for the protection of migrating
juvenile salmonids.
3. Prior to any in -water work being conducted, the permittee or con-
tractor shall perform geoduck samplin according to the "City of
Port Angeles Municipal Wastewater Outfall Geoduck Survey," dated
August 2, 1996, and the results shall be submitted to and approved
by WDFW.
DIRECTOR
10
DEPARTMENT OF FISHERIES
F41
LAST NAME
Port Angeles Public Works
12 WATEItPort Angeles Harbor
HYDRAULIC PROJECT
APPROVAL
R.C.W. 75.20.100
R.C.W. 75.20.103
September 16, 1996
(applicant should refer to this date in all correspondence)
PAGE 4'OF 3 PAGES
18
CONTACT PHONE(S)
(360) 417 -4803
CONTROL NUMBER
00 B6428 -05
W1WRIA
EEPARJMENT OF FISHER
General Aclh" "stration Bldg.
Olympia, Washing 8504
(206) 753 -6650
18.MARI
4. The permittee shall additionally provide an updated determination of
the estimated prohibited shellfish harvest zone around the end of
the outfall at the new diffuser location. Sufficient information
should be submitted to the State Department of Health to allow a
updated determination of the prohibited shellfish harvest zone
around the outfall to be calculated. The results shall be reported
to WDFW prior to June 30, 1997.
5. The permittee or contractor shall additionally conduct a compre-
hensive alternatives analysis as specified in the "Intera enc
Permit Streamlining Document Shellfish and Domestic Wastewater
Discharge Projects," dated October 10 1995. The results shall be
reported to WDFW prior to June 30, 1997.
6. If the diffuser installation results in mortality of geoducks or
other valuable shellfish, the permittee shall reimburse the State
for the value of these shellfish. A calculation of shellfish value
based upon the results of the above referenced geoduck survey shall
b prepared by the permittee or contractor, and the State shall be
compensated for the loss of these shellfish within 90 days of
project completion.
7. The new outfall trench shall be located not more that 25 feet away
from the existing outfall.
8. A clamshell dredge shall be used for excavating the new outfall
trench. Each pass of the clamshell dredge bucket shall be complete.
9. Dredged material shall not be stockpiled below the OHWL, and
instead shall be temporarily stored on a barge.
10. In the event that additional material needs to be imported to
adequately cover the outfall, the additional material shall be
clean sand. No angular rock or coarse material shall be used.
11. Riprap or other material shall not be used to armor the outfall.
12. All exposed portions of the existing outfall, and all manmade debris
in the outfall vicinity, shall be removed from the bed area and
project site and shall not be allowed to enter waters of the state.
The existing diffuser which is buried an estimated 5 feet, may
remain in lace; however, the ends of the existing diffuser shall
be immediately covered to prevent access by and entrainment of fish
or shellfish. The exposed ends of the remaining difuser shall be
buried with bed material or clean sand to match adjacent bed grade.
13. Dredging and backfilling operations shall be conducted to minimize
siltation of the beach area and bed.
REV 10/16/88
DEPARTMENT OF FISHERIES
10
n
LAST NAME
Port Angeles Public Works
WATER Port Angeles Harbor
i.
HYDRAULIC PROJECT
APPROVAL
R.C.W.' 75.20.100
R.C.W. 75.2 0.103
September 16, 1996
(applicant should refer to this date in all correspondence)
PAGE S OF 3 PAGES
18 CONTACT PHONE(S)
(360) 417 -4803
D NT OF FISH
General A. :tion Bldg.
Ol. ••ia, Washington
(206) 753 -6650
CONTROL NUMBER
00- B6428 -05
U WRIA
18.MARI
14. If a fish kill occurs or fish are observed in distress, the project
activity shall immediately cease, and WDFW Habitat Program shall be
notified immediately.
15. Debris or deleterious material resulting from construction shall be
removed from the beach area and roject site and shall not be
allowed to enter waters of the state.
16. No etroleum products or other deleterious
surface waters.
materials shall enter
detriment of fish life as
17. Water quality is not to be degraded to the
a result of this project.
If you have any questions or need additional information, please contact
Bob Burkle, Area Habitat Biologist, at (360) 249 -1217.
LOCATION: In Port Angeles Harbor approximately 3500 feet waterward of
the mouth of Ennis Creek.
cg:06:6
c: Dave Gufler, WDFW, Region 6
Tim Flint, WDFW
Loree Randall, DOE SWRO
Jeffree Stewart, DOE
COE Regulatory, Seattle
Render Denson Brown and Caldwell, 999 3rd Ave. Suite 500, Seattle
WA 98104 -4012
Dave Hericks Beak Consultants, Inc., 12931 NE 126th Place,
Kirkland, WA 98034 -7716
REV 10/16/88
1
1.0 GENERAL
SECTION 01050
SURVEY INFORMATION
The Contractor shall provide all surveying required for
construction.
Reference bench marks and control points are identified on the
drawings. From the information provided, the Contractor shall
develop and make such additional surveys, and provide his /her own
targets as are needed for construction under water. In addition,
the Contractor shall develop underwater surveys for submittal to
the Engineer as described below. Survey work shall be performed
under the supervision of a licensed land surveyor or registered
civil engineer. Contractor shall reestablish reference bench marks
and survey control monuments destroyed by his operations at no cost
to the Owner.
2.0 SURVEYS FOR UNDERWATER CONSTRUCTION
The Contractor shall provide the Engineer with specific
surveys at the following times as described below. Survey results
shall be submitted in drawing form, with contours or spot
elevations clearly shown on reproducible originals.
Survey tolerances shall be ±0.5 foot horizontal and tl foot
vertical.
A. PRECONSTRUCTION SURVEY:
Before starting any underwater work, the Contractor shall
supply the Engineer with surveyed bottom topography of the existing
ocean bed. Contour interval shall be one foot. Minimum width of
topographic survey shall be 50 feet each side of outfall diffuser
centerline.
Prior to laying pipe, the Contractor shall provide to the
Engineer a bottom survey of the trench profile, showing full width
of trench and profile elevations at a maximum spacing of 20 feet.
Prior to placement of backfill, the Contractor shall provide
to the Engineer a profile and alignment survey of the installed
pipe, at maximum survey intervals of 20 feet.
EJuser/3772 /spec/divl
B. TRENCH PROFILE:
C. PIPE PROFILE:
01050 -1
At the conclusion of the backfilling, the Contractor shall
provide a survey showing the finished grade profile along the
outfall, with top elevations of all diffusers shown. Maximum
spacing of survey points shall be 20 feet. The Contractor shall
also supply the Engineer with surveyed bottom topography of the new
outfall area, as well as those areas of the existing outfall
alignment which were disturbed during new outfall installation and
removal of existing exposed diffusers and end manhole.
Efuserr3772isperidivl
D. FINISHED PROFILE AND TOPOGRAPHY:
*END OF SECTION
01050 -2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.0 GENERAL
SECTION 01060
SAFETY AND HEALTH
The outfall carries wastewater of varying degrees of treatment
and disinfection. Workmen may be exposed to disease producing
organisms in the wastewater. The Contractor shall require his
personnel to observe proper hygienic precautions.
Solvents, gasoline, and other hazardous materials enter the
plant with incoming sewage, and, not all of this material can be
removed by the treatment process. The Contractor shall take
measures to assure his personnel observe proper safety precautions.
2.0 SAFETY AND HEALTH REGULATIONS
The Contractor shall comply with Safety and Health Regulations
for Construction, promulgated by the Secretary of Labor under
Section 107 of the Contract Work Hours and Safety Standards Act, as
set forth in Title 29, C.F.R. Copies of these regulations may be
obtained from Labor Building, 14th and Constitution Avenue N.W.,
Washington, DC 20013.
The Contractor shall also comply with the provisions of the
Federal Occupational Safety and Health Act, as amended, and all
State and local safety and health codes and regulations.
Diving activities shall, at a minimum, comply with "Consensus
Standards for Diving Operations" of the Association of Diving
Contractors.
Efuser/3772 /spec/divl
*END OF SECTION
01060 -1
1.0 GENERAL
SECTION 01300
SUBMITTALS
Submittals covered by these requirements include
manufacturers' information, shop drawings, test procedures, test
results, samples, requests for substitutions, and miscellaneous
work related submittals. Submittals shall also include, but not be
limited to, all mechanical, electrical and electronic equipment and
systems, materials, reinforcing steel, fabricated items, and piping
and conduit details. The Contractor shall furnish all drawings,
specifications, descriptive data, certificates, samples, tests,
methods, schedules, and manufacturer's installation and other
instructions as specifically required in the contract documents to
demonstrate fully that the materials and equipment to be furnished
and the methods of work comply with the provisions and intent of
the contract documents.
2.0 CONTRACTOR'S RESPONSIBILITIES
The Contractor shall be responsible for the accuracy and
completeness of the information contained in each submittal and
shall assure that the material, equipment or method of work shall
be as described in the submittal. The Contractor shall verify that
all features of all products conform to the specified requirements.
Submittal documents shall be clearly edited to indicate only those
items, models, or series of equipment, which are being submitted
for review. All extraneous materials shall be crossed out or
otherwise obliterated. The Contractor shall ensure that there is
no conflict with other submittals and notify the Engineer in each
case where his submittal may affect the work of another contractor
or the Owner. The Contractor shall coordinate submittals among his
subcontractors and suppliers.
The Contractor shall coordinate submittals with the work so
that work will not be delayed. He shall coordinate and schedule
different categories of submittals, so that one will not be delayed
for lack of coordination with another. No extension of time will
be allowed because of failure to properly schedule submittals. The
Contractor shall not proceed with work related to a submittal until
the submittal process is complete. This requires that submittals
for review and comment shall be returned to the Contractor stamped
"No Exceptions Taken" or "Make Corrections Noted."
The Contractor shall certify on each submittal document that
he has reviewed the submittal, verified field conditions, and
complied with the contract documents.
The Contractor may authorize in writing a material or
equipment supplier to deal directly with the Engineer or with the
Fhser/3772/spec/divl
01300 -1
3.0 CATEGORIES OF SUBMITTALS
A. GENERAL:
Owner with regard to a submittal. These dealings shall be limited
to contract interpretations to clarify and expedite the work.
Submittals fall into two general categories; submittals for
review and comment, and submittals which are primarily for
information only. Submittals which are for information only are
generally specified as PRODUCT DATA in Part 2 of applicable
specification sections.
Within 15 days after the date of Notice to Proceed, the
Engineer will furnish the Contractor lists of those submittals
specified in the project manual. Two separate lists will be
provided: submittals for review and comment and product data
(submittals) for information only.
E/user/3772 /spec/divl
B. SUBMITTALS FOR REVIEW AND COMMENT:
All submittals except where specified to be submitted as
product data for information only shall be submitted by the
Contractor to the Engineer for review and comment.
C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY:
Where specified, the Contractor shall furnish submittals
(product data) to the Engineer for Information only.
4.0 TRANSMITTAL PROCEDURE
A. GENERAL:
Unless otherwise specified, submittals regarding material and
equipment shall be accompanied by Transmittal Form 01300 -A
specified in Section 01999. A separate form shall be used for each
specific item, class of material, equipment, and items specified in
separate, discrete sections, for which the submittal is required.
Submittal documents common to more than one piece of equipment
shall be identified with all the appropriate equipment numbers.
Submittals for various items shall be made with a single form when
the items taken together constitute a manufacturer's package or are
so functionally related that expediency indicates checking or
review of the group or package as a whole.
A unique number, sequentially assigned, shall be noted on the
transmittal form accompanying each item submitted. Original
submittal numbers shall have the following format: "XXX where
"XXX" is the sequential number assigned by the Contractor.
Resubmittals shall have the following format: "XXX -Y where "XXX"
is the originally assigned submittal number and "Y" is a sequential
letter assigned for resubmittals, i.e., A, B, or C being the 1st,
01300 -2
2nd, and 3rd resubmittals, respectively. Submittal 25B, for
example, is the second resubmittal of submittal 25.
B. DEVIATION FROM CONTRACT:
If the Contractor proposes to provide material, equipment, or
method of work which deviates from the project manual, he shall
indicate so under "deviations" on the transmittal form accompanying
the submittal copies.
C. SUBMITTAL COMPLETENESS:
Submittals which do not have all the information required to
be submitted, including deviations, are not acceptable and will be
returned without review.
5.0 REVIEW PROCEDURE
A. GENERAL:
Submittals are specified for those features and
characteristics of materials, equipment, and methods of operation
which can be selected based on the Contractor's judgment of their
conformance to the specified requirements. Other features and
characteristics are specified in a manner which enables the
Contractor to determine acceptable options without submittals. The
review procedure is based on the Contractor's guarantee that all
features and characteristics not requiring submittals conform as
specified. Review shall not extend to means, methods, techniques,
sequences or procedures of construction, or to verifying
quantities, dimensions, weights or gages, or fabrication processes
(except where specifically indicated or required by the project
manual) or to safety precautions or programs incident thereto.
Review of a separate item, as such, will not indicate approval of
the assembly in which the item functions.
When the contract documents require a submittal, the
Contractor shall submit the specified information as follows:
Flused3772 /specldivl
1. Four copies of all submitted information plus one
reproducible original of all information shall be
transmitted with submittals for review and comment.
2. Unless otherwise specified, four copies of all
submitted information shall be transmitted with
submittals (product data) for information only.
B. SUBMITTALS FOR REVIEW AND COMMENT:
Unless otherwise specified, within 21 calendar days after
receipt of a submittal for review and comment, the Engineer shall
review the submittal and return two copies of the marked -up
reproducible original noted in 1 above. The reproducible original
01300 -3
will be retained by the Engineer. The returned submittal shall
indicate one of the following actions:
Eluser/3772 /spec/divl
1. If the review indicates that the material,
equipment or work method complies with the project
manual, submittal copies will be marked "NO
EXCEPTIONS TAKEN." In this event, the Contractor
may begin to implement the work method or
incorporate the material or equipment covered by
the submittal.
2. If the review indicates limited corrections are
required, copies will be marked "MAKE CORRECTIONS
NOTED." The Contractor may begin implementing the
work method or incorporating the material and
equipment covered by the submittal in accordance
with the noted corrections. Where submittal
information will be incorporated in O &M data, a
corrected copy shall be provided.
3. If the review reveals that the submittal is
insufficient or contains incorrect data, copies
will be marked "AMEND AND RESUBMIT." Except at his
own risk, the Contractor shall not undertake work
covered by this submittal until it has been
revised, resubmitted and returned marked either "NO
EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED."
4. If the review indicates that the material,
equipment, or work method does not comply with the
project manual, copies of the submittal will be
marked "REJECTED SEE REMARKS." Submittals with
deviations which have not been identified clearly
may be rejected. Except at his own risk, the
Contractor shall not undertake the work covered by
such submittals until a new submittal is made and
returned marked either "NO EXCEPTIONS TAKEN" or
"MAKE CORRECTIONS NOTED."
C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY:
Such information is not subject to submittal review procedures
and shall be provided as part of the work under this contract and
its acceptability determined under normal inspection procedures.
6.0 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS
Review of contract drawings, methods of work, or information
regarding materials or equipment the Contractor proposes to
provide, shall not relieve the Contractor of his responsibility for
errors therein and shall not be regarded as an assumption of risks
or liability by the Engineer or the Owner, or by any officer or
employee thereof, and the Contractor shall have no claim under the
contract on account of the failure, or partial failure, of the
01300 -4
method of work, material, or equipment so reviewed. A mark of
"NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean
that the Owner has no objection to the Contractor, upon his own
responsibility, using the plan or method of work proposed, or
providing the materials or equipment proposed.
Eluser/3772 /spec/div 1
*END OF SECTION
01300 -5
1.0 SCOPE
This section specifies reports and schedules for planning and
monitoring the progress of the work.
2.0 DESCRIPTION
The Contractor shall provide a graphic construction schedule
indicating the various subdivisions of the work and the dates of
commencing and finishing each. The schedule shall show the time
allowed for testing and for other procedures which must be
completed prior to the work being put into operation. The schedule
will take into account the time for completion given in Section
01011 and the work sequence described in Section 01014.
3.0 SUBMITTAL PROCEDURES
4.0 SCHEDULE REVISIONS
SECTION 01310
CONSTRUCTION SCHEDULE
Within 15 days after the date of the Notice to Proceed, the
Contractor shall submit in accordance with Section 01300, a
construction schedule conforming to paragraph 01310 -2.0. The
submittal shall consist of a reproducible original and two copies.
Within 7 calendar days after receipt of the submittal, the
Engineer shall review the submitted schedule and return one copy of
the marked up original to the Contractor. If the Engineer finds
that the submitted schedule does not comply with specified
requirements, the corrective revisions will be noted on the
submittal copy returned to the Contractor.
Revisions to the accepted construction schedule may be made
only with the written approval of the Contractor and Owner. A
change affecting the contract value of any activity, the completion
time (Section 01011) and sequencing (Section 01014) may be made
only in accordance with applicable provisions of the Standard
Specifications.
FJused3772 /spec/divl
*END OF SECTION
01310 -1
1.0 PRECONSTRUCTION RECORD
SECTION 01380
VIDEO RECORDING
The Contractor shall provide a preconstruction video recording
(VHS format) of the location and areas of the work prior to
commencement of work on the site. The videotape shall clearly and
completely describe existing conditions throughout the project
location and adjacent areas within the Contractor's proposed area
of operations. The videotape shall be labelled as to the date,
name of work, and the name of the photographer. The
preconstruction video shall be made jointly under the direction of
the Contractor and the Engineer.
2.0 CONSTRUCTION RECORD
The Contractor shall provide construction video recordings
showing the progress of the work. The video record shall be taken
of such subjects as may be directed by the Engineer, and shall
generally coincide with the inspection dives described in Section
01014.
3.0 PAYMENT
All costs for video recording as described in this section are
incidental to the bid items in the Bidding Schedule and shall be
included in the various prices bid.
EJuser/3772 /spec/divl
*END OF SECTION
01380 -1
1.0 OFFICE
2.0 UTILITIES
E/user /3772 /spec/divl
SECTIONe01500
CONTRACTOR'S FACILITIES
The Contractor shall maintain a suitable office at an
accessible location near the project along the Port Angeles
waterfront.
The Contractor shall provide all necessary utilities including
power, sanitary, water and telephone and shall pay the costs and
fees arising therefrom. The Contractor shall provide the special
connections required for his /her work and shall comply with
applicable laws, ordinances, and regulations pertaining to the
public health and sanitation.
*END OF SECTION
01500 -1
1
1
1
1
1.0 SITE MAINTENANCE
The Contractor shall keep the work site, including staging
areas, and Contractor's facilities clean and free from rubbish and
debris. Materials, and equipment shall be removed from the site
when they are no longer necessary. Upon completion of the work and
before final acceptance, the work site shall be cleared of
equipment, unused materials, and rubbish to present a clean and
neat appearance.
E/user/3772/spec/divl
A. CLEAN -UP:
B. STREET CLEANING:
SECTION 01560
ENVIRONMENTAL CONTROLS
1. Waste material of any kind will not be permitted
to remain on the site of the work or on adjacent streets.
Immediately upon such materials becoming unfit for use in the work,
they shall be collected, carried off the site and disposed of by
the Contractor.
2. The Contractor shall keep all buildings occupied by
the Contractor clear of all refuse, rubbish and debris that may
accumulate from any source and shall keep them in a neat condition
to the satisfaction of the Engineer.
3. In the event that waste material, refuse, debris
and/ or rubbish are not so removed from the work by the Contractor,
the City reserves the right to have the waste material, refuse,
debris and /or rubbish removed and the expense of the removal and
disposal charged to the Contractor.
4. Paints, solvents, and other construction materials
shall be handled with care to prevent entry of contaminants into
storm drains, surface waters, or soils.
1. The Contractor shall be responsible for preventing
dirt and dust from escaping from trucks departing the project site,
by covering dusty loads, washing truck tires before leaving the
site, or other reasonable methods.
2. When working dump trucks and /or other equipment on
paved streets and roadways, the Contractor shall clean said streets
as required by the Engineer to remove dirt caused by the
Contractor's activities.
3. In the event that the above requirements are
violated and no action is taken by the Contractor after
notification of infraction by the Engineer, the City reserves the
01560 -1
right to have the streets in question cleaned by others and the
expense of the operation charged to the Contractor.
2.0 NOISE CONTROL
A. Construction involving noisy operations, including
starting and warming up of equipment, shall be restricted to the
hours between 7:00 a.m. and 7:00 p.m. on weekdays. Noisy
operations shall be scheduled to minimize their duration and
to ensure their completion by 7:00 p.m.
B. The Contractor shall comply with all local controls and
noise level rules, regulations and ordinances which apply to any
work performed pursuant to the Contract. If the requirements
of this Section are more restrictive than those of the local
regulations, the requirements of this section shall govern.
C. Each internal combustion engine, used for any purpose
related to this contract, shall be enclosed and be equipped with a
muffler of a type recommended by the manufacturer. No internal
combustion engine shall be operated on the project without said
muffler and enclosure.
3.0 OIL SPILL PREVENTION AND CONTROL
A. GENERAL:
The Contractor shall be responsible for prevention,
containment, and cleanup of spilling of oil, fuel and other
petroleum products used in the Contractor's operations. All such
prevention, containment and cleanup costs shall be borne by the
Contractor.
The Contractor is advised that discharge of oil from equipment
or facilities into state waters or onto adjacent land is not
permitted under state water quality regulations.
The Contractor shall, at a minimum, take the following
measures regarding oil spill prevention, containment and cleanup:
1. Fuel hoses, lubrication equipment, hydraulically
operated equipment, oil drums, and other equipment
and facilities shall be inspected regularly for
drips, leaks, or signs of damage, and shall be
maintained and stored properly to prevent spills.
Proper security shall be maintained to discourage
vandalism.
E/used3772 /spec/divl
2. All land -based oil and products storage tanks shall
be diked or located so as to prevent spills from
escaping to the water. Diking and subsoils shall
be lined with impervious material to prevent oil
from seeping through the ground and dikes.
01560 -2
1
i
E/user/3772 /spec/divl
3. All visible floating oils shall be immediately
contained with booms, dikes, or other appropriate
means and removed from the water prior to discharge
into state waters. All visible oils on land shall
be immediately contained using dikes, straw bales,
or other appropriate means and removed using sand,
ground clay, sawdust, or other absorbent material,
which shall then be properly disposed of by the
Contractor. Waste materials shall be temporarily
stored in drums or other leakproof containers after
cleanup and during transport to disposal. Waste
materials shall be disposed off property at an
approved site.
4. In the event of any oil or product discharges into
public waters, or onto land with a potential for
entry into public waters, the Contractor shall
immediately notify the following agencies at their
listed 24 -hour response numbers:
B. SUBMITTALS:
Port Angeles Fire Department: 911
WDOE, Northwest Regional Office: 867 -7000
U.S. Coast Guard: 286 -5540
5. Maintain on the job at each site the following
materials (as a minimum):
Oil- absorbent booms: 4 each, 5 feet long.
Oil- absorbent pads or bulk material, adequate for
coverage of 200 square feet of surface area.
Oil- skimming system.
Hay bales
Oil dryall, gloves and plastic bags
The Contractor shall submit, in accordance with the provisions
of Section 01300, the following:
1. A description of the materials and facilities the
Contractor will maintain on the work site to
prevent and clean up spills.
2. A listing of specific potential spill sources
associated with the Contractor's operations.
4.0 SHORT -TERM MODIFICATION TO WATER QUALITY STANDARDS
The Contractor shall be responsible for obtaining an Order(s)
for Short -Term Modification to Water Quality Standards from the
Washington State Department of Ecology for all construction
activities which involve work in, around, or adjacent to surface
water or ground water and /or involve discharges to surface water or
ground water. The Contractor shall be responsible for preparing
01560 -3
all required materials for Department of Ecology review, and for
satisfying all requirements of and obtaining all approvals from the
Department of Ecology. The Contractor shall implement, at its own
cost, all elements and controls required by the Department of
Ecology in order for the Contractor's construction plans, methods,
and techniques to be approvable. The Contractor shall make
requests for Orders for Short -Term Modification to Water Quality
Standards 30 days in advance to the Washington State Department of
Ecology. The Contractor shall provide copies of all Department of
Ecology- issued orders for Short -Term Modification to Water Quality
Standards to the Engineer prior to commencing the applicable
construction activities.
The Contractor shall be responsible for the following in all
aspects of its work and as a condition to obtaining Orders for
Short -Term Modification to Water Quality Standards from the
Department of Ecology:
1. Proper disposal of all construction debris on land
in such a manner that it cannot enter into the
waterway or cause water quality degradation to
state waters.
E/user/3772 /spec/div l
2. Extreme care shall be taken to prevent any
petroleum products, fresh cement, lime or concrete,
chemicals, or other toxic or deleterious materials
from entering the water in any manner.
3. Since fresh, uncured concrete in direct contact
with the water is toxic to aquatic life, all
concrete shall be poured in the dry, or within
confined waters not being dewatered, and shall be
allowed to cure a minimum of seven (7) days before
contact with water.
4. All lumber treated with creosote or other
protective material shall be completely dry before
use in or near the waterway.
5. Dredge spoils and /or" excess excavated material
shall be handled in accordance with the Hydraulic
Project Approval included in Section 01020.
6. All Contractor construction activities shall comply
with all conditions contained in the Washington
Department of Fish and Wildlife Hydraulic Project
Approval included in Section 01020.
7. All Contractor work covered in a request for a
"Short -Term Modification Order" shall be
accomplished within a specified period of time, and
any future dredging will require re- application for
a water quality standards modification.
01560 -4
1
1
Eluser/3772 /spec/divl
8. Approval of a Short -Term Modification to Water
Quality Standards by the Department of Ecology does
not relieve the Contractor from the responsibility
of meeting applicable regulations of other
agencies.
9. Mobile equipment that enters the water shall be
maintained such that a visible sheen from petroleum
products shall not appear.
10. No free fall dumping of fill material shall be
allowed.
11. If a hydraulic dredge is used, the dredge shall be
operated with the intake at or below the surface of
the material being removed.
12. All digging passes shall be completed without any
material, once in the bucket, being returned to the
waterway.
13. Five (5) days advance notification shall be given
to the Department of Ecology by the Contractor
before dredging or other work in the water
commences.
14. A boom shall be maintained by the Contractor to
contain any floating materials.
15. Approach material shall be of clean composition and
placed in a manner to prevent erosion, and
siltation that might result from high water and /or
heavy rains.
*END OF SECTION
01560 -5
t
i
1
1
i
1
1
1
1
1
1
1
1
1
E/used3772/spec/div l
Additions
Deletions
Comments
Dimensions
SECTION 01720
RECORD DRAWINGS
Record drawings refer to those documents maintained and
annotated by the Contractor during construction and are defined as
(1) a neatly and legibly marked set of contract drawings showing
the final location of piping, equipment, electrical conduits,
outlet boxes and cables; (2) additional documents such as
schedules, lists, drawings, and electrical and instrumentation
diagrams included in the specifications; and (3) Contractor layout
and installation drawings.
Unless otherwise specified, record drawings shall be full size
and maintained in a clean, dry, and legible condition. Record
documents shall not be used for construction purposes and shall be
available for review by the Engineer during normal working hours at
the Contractor's field office. At the completion of the work,
prior to final payment, all record drawings shall be submitted to
the Engineer.
Marking of the drawings shall be kept current and shall be
done at the time the material and equipment are installed.
Annotations to the record documents shall be made with an erasable
colored pencil conforming to the following color code:
Red
Green
Blue
Graphite
*END OF SECTION
01720 -1
E/used3772 /spec/divl
Form No. Title
SECTION 01999
REFERENCE FORMS
The forms listed below and included in this section are
referenced from other sections of the project manual:
01300 -A Submittal Transmittal Form
01999 -1
01300 —A. SUBMITTAL TRANSMITTAL FORM:
Submittal Description:
OWNER:
PROJECT:
CONTRACTOR
We are sending you Attached Under separate cover via
Submittals for review and comment
Product data for information only
Remarks:
Review
Section Review Reviewer comments
Item Copies Date No. Description action' initials attached
'Note: NET No exceptions taken; MCN Make corrections noted; A&R Amend and resubmit; R Rejected
Additional sheets if necessary.
Contractor certify either A or B:
A. We have verified that the material or equipment contained in this submittal meets all the requirements,
including coordination with all related work, specified or shown (no exceptions).
B. We have verified that the material or equipment contained in this submittal meets all the requirements
specified or shown except for the attached deviations.
No. Deviation
Certified by:
Contractor's Signature
'See paragraph 01300 -4.0 A Transmittal Procecdure.
E/user/3772/spec/drv1 019 9 9 2
Routing
Contractor/Engineer
Engineer /Contractor
SUBMITTAL TRANSMITTAL
Submittal No.:'
Spec Section:'
Sent I Received
1
t
1
I
r
1
PART 1 GENERAL
1.01 DESCRIPTION
1.02 PERMITS
SECTION 02340
OUTFALL DIFFUSER
This section specifies requirements for modifications to the
existing outfall pipeline and installation of a new 42 -inch
diameter outfall diffuser and appurtenances.
The City of Port Angeles has obtained the necessary permits
for outfall excavation and backfill and pipeline installation.
Copies of these permits are shown in Section 01020.
The Contractor shall perform this work in conformance with
all requirements of the Hydraulic Project Approval (HPA), and all
other necessary and applicable permits required for this work.
1.03 QUALITY ASSURANCE
The Engineer will inspect all phases of the outfall
construction. The Contractor shall submit a list of all
significant construction activities to the Engineer prior to
beginning work on the project. The Engineer will identify those
specific work activities requiring field inspection, and notify
the Contractor of those activities. The Contractor shall then be
responsible for notifying the Engineer 72 hours in advance of
commencing work on all such identified tasks. The Engineer will
arrange to inspect the designated work upon notification.
Failure to notify the Engineer within the appropriate time period
may result in rejection of work completed, or the need to uncover
or otherwise expose completed work for inspection. If the
Engineer chooses not to inspect work when suitable notification
is given, this will not delay the Contractor's work. Failure to
inspect work in progress does not modify the Contractor's
responsibility to perform the work as specified or shown.
Inspection of completed work will be done, and substandard work
shall be corrected or replaced.
1.04 SUBMITTALS
The following shall be submitted in accordance with Section
01300:
1. Any deviations from the specifications and the reasons
therefor.
2. All submittal information described in pipe material
specifications.
FJuserr3772ispec/aiv2
02340 -1
3. Layout drawings showing all pipe connections, joints and
fittings, and connection to existing outfall.
4. CCP transition piece: Fabrication drawings including
cross section, and Affidavit of Compliance with AWWA
C303.
5. Diffuser port assembly information.
6. Construction schedule and a description of how the
diffuser will be assembled and installed.
1.05 PLAN OF CONSTRUCTION
The Contractor shall prepare and submit a Plan of
Construction for the project within 30 days of award of contract,
which shall include the following items:
1. Location and layout of staging and pipe assembly areas.
2. List of major equipment to be used on the project,
including barge mounted items and boats.
3. Location of mooring and docking facilities for barges and
boats.
4. Plan for control of sediments, fuels, oils and related
materials that could cause environmental contamination if
released either during normal operations or emergencies.
A plan for environmental response should be included, and
a list of resources provided, as specified in Section
01560.
5. Plan for the movement, handling, and storage of pipe and
fittings.
6. Description of any temporary facilities to be constructed
or installed, including launchways for pipes, boats, or
other materials. Restoration of disturbed areas and
removal of temporary facilities should also be described.
7. Description of excavation methods and plans for handling,
storage, and disposal of dredged or excavated materials,
as required by permit (see Section 01020).
8. Construction diving plan discussed in this section.
9. Plan for the installation of pipe materials and fittings,
to include sequences of operations, jointing methods,
attachment to existing outfall pipeline, and other
important operations.
10. Methods for providing buoyancy during pipe placement if
the pipe is placed by floating into place and sinking.
FJused3772 /speddiv2
02340 -2
11. Plan for correcting pipe alignment problems in the field
if they occur during placement.
12. Procedure for field welding or thermal fusion of pipe.
13. Procedures
in Section
14. Names of
resumes.
PART 2 MATERIALS
2.01 FILL MATERIALS
Refer to paragraph 02340 -3.03.
2.02 PIPE MATERIALS
Refer to Section 15065.
PART 3 EXECUTION
3.01 GENERAL
A. SURVEY DATA:
A hydrographic survey was performed in 1995. A topographic
plan and profile of the construction site are presented in the
project drawings. Additional survey requirements are given in
Section 01050.
B. SCHEDULE:
Refer to Section 01011.
C. SEQUENCE OF CONSTRUCTION:
Refer to Section 01014.
3.02 DIVING
A. GENERAL:
E/user/3772 /spec/div2
for construction related surveys as required
01050, including personnel and accuracy.
Contractor's key project staff and their
All divers employed on this project shall be fully qualified
in underwater construction work and experienced in underwater
pipeline construction. The Contractor shall provide a qualified
diving supervisor on board the work vessel at all times that
diving operations are in progress. The diving supervisor shall
have at least five years of supervisory experience in
construction related diving operations, and shall be a qualified
02340 -3
diver. Qualifications shall meet industry standards as commonly
applied in commercial diving for construction.
The Contractor shall provide continuous communication via a
direct link between the divers and the surface, and shall record
the communications for the project record. A copy of the
recorded communications shall be provided to the Engineer at the
completion of the project, or if requested during construction.
A copy of a daily recorded tape shall be furnished to the
Engineer within 24 hours for a specific day if so requested. The
Engineer shall have direct access to the divers' communication
system when requested, and indirect access through the dive
supervisor at all times. All written diving reports shall be
submitted to the Engineer as part of the daily report process,
and no information related to project quality shall be withheld
from the Engineer.
Diving operations shall be performed in accordance with
applicable state, federal, and industry standards, and shall
conform to the "Consensus Standards for Diving Operations" of the
Association of Diving Contractors.
Contractor shall prepare and submit a Diving Safety Plan that
addresses issues related to emergency response, notification of
rescue personnel, and other factors specific to underwater
construction. Preparation of this plan does not relieve the
Contractor of his sole responsibility for performing the work in
a safe and legal manner.
B. PRECONSTRUCTION DIVING:
The Contractor shall perform a preconstruction underwater
inspection of the site to confirm existing conditions and locate
any conflicting utilities, cables, or other obstructions. Any
differing conditions noted shall be reported to the Engineer.
C. CONSTRUCTION DIVING:
The
pipeline
in place
pipeline
prior to
pipeline
free of
Contractor shall perform diving inspection of the
trench prior to placement of pipe, and of the pipeline
prior to backfilling. The divers shall certify that the
trench is smooth and clear of projecting obstructions
pipe placement. The divers shall also certify that the
has been installed to the proper line and grade, and is
defects, damage, or variations from the project
requirements. All pipeline joints, connections, and ports shall
be inspected prior to backfilling.
D. INSPECTION DIVING:
The Engineer will contract with a diving firm to perform
underwater construction inspection. The underwater inspection
will include, but may not be limited to, pipe integrity,
connections, ports and related work. All diving inspection will
E/user/3772 /spec/div2
02340 -4
be made during normal working hours, and the inspection divers
will cooperate and coordinate their activities with the
construction diving supervisor. The Contractor shall suspend
work in the area of the inspection dive when requested by the
Engineer, and otherwise provide a safe working environment for
the inspection divers. Whenever possible, 24 hours notice of
inspection dives will be given to minimize disruption of
construction activities.
E. POST CONSTRUCTION DIVING:
Following construction of the outfall diffuser, the divers
shall inspect the pipeline, outlet ports, and connection to the
existing outfall pipeline for integrity and satisfactory
completion. The inspection divers will then perform the final
dive inspection to confirm satisfactory completion of the
project. The outfall diffuser shall be empty and free of
deposited material prior to conveyance of the project to the
Owner.
3.03 PIPELINE CONSTRUCTION
A. EXCAVATION:
The trench for pipe installation shall be excavated to
conform with requirements as shown on the drawings. The
Contractor's cost for pipe installation shall include all
necessary excavation (and backfill) to maintain an open trench.
The Contractor shall meet all permit requirements as defined in
Section 01020. Excavated native sands and gravels used for final
backfill shall be stockpiled on barges as required by permit
conditions.
Bottom shall be graded by excavating through irregularities
and /or leveling with native material as necessary to provide
continuous support for the pipe. Bottom of trench shall be
reasonably smooth and free from grade irregularities greater than
1.0 foot except for locally deeper areas for ballast weight
clearance. Depth shall be as required to install pipe at
specified grade and tolerance. Pipe shall not be laid prior to
approval of trench by Engineer.
B. OVER EXCAVATION:
Where the undisturbed condition of natural soils is
inadequate for support of the planned construction, or where
exposed rocks or ledge material would impose point loading on the
pipe, the Engineer will direct the Contractor to over excavate to
acceptable supporting soils. The excavated space shall be filled
to the specified elevation with clean sand. The quantity and
placement of such material will be paid for under the unit price
provisions of the Contract.
E/used3772 /speadiv2
02340 -5
If non authorized excavation is carried out below the lines
and grades required for pipe installation by the the
Contractor shall refill such areas with clean sand at no cost to
the Owner.
Concrete ballast weights will extend from 12 to 24 inches
below the pipe invert. Over excavation for placement of concrete
weights shall be a part of the base bid.
C. PIPE PLACEMENT:
Pipe placement shall be as specified in Section 15065 -3.01.
D. BEDDING AND BACKFILL:
1. GENERAL: Bedding and backfill of the pipe shall be
completed as detailed to the line and grade shown on the plans
and as specified herein.
2. INITIAL BACKFILL: The Contractor shall not proceed
with backfill placement in excavated areas until the subgrade and
pipe installation have been inspected and approved by the
Engineer. All pipe shall have a minimum thickness of 12 inches
of bedding material below the barrel of the pipe.
Backfill shall be placed in layers the full width of the
trench. Bedding shall be placed simultaneously on both sides of
the pipe, keeping the level of backfill the same on each side.
The material shall be carefully placed around the pipe to ensure
that the pipe barrel is completely supported and that no void
areas are left beneath the pipe. Contractor shall use particular
care in placing material on the sides and underside of the pipe
to prevent pipe movement during backfilling. Backfilling shall
continue to minimum depth of 12 inches over the top of the pipe.
3. FINAL BACKFILL: After inspection
Engineer of the initial backfill, the balance
be backfilled with native excavated material
the finish grade elevation shown on the
tolerance of plus or minus 1.0 foot. All
smoothly transitioned into original ocean bed
3.04 CLEANING AND FLUSHING
EJused3772 /spec/div2
02340 -6
and approval by the
of the trench shall
and clean sand to
drawings within a
backfill shall be
elevations.
Following installation of the outfall and diffuser, it shall
be inspected for the accumulation of sediment or debris. All
such materials shall be removed by hydraulic dredging prior to
final inspection and acceptance.
3.05 MEASUREMENT AND PAYMENT
The cost for pipeline installation shall be a lump sum cost
inclusive of all site preparation, excavation, pipe materials,
pipe installation, backfill, and site restoration. The lump sum
price shall include all materials (pipe, backfill material,
etc.), labor, and incidentals required to install the pipeline.
Excavation and backfill volumes shall be calculated by the bidder
to a depth of one foot below the pipeline inverts, and to trench
slopes determined by the bidder. Costs associated with over
excavation (below the one foot below pipeline invert excavation
line) as directed by the Owner's representative shall be paid
separately under the unit price provisions of the contract.
Elused3772/spec/div2
*END OF SECTION
02340 -7
PART 1 GENERAL
1.01 DESCRIPTION
A. SCOPE:
SECTION 15065
HIGH DENSITY POLYETHYLENE PIPE
This section specifies high density polyethylene (HDPE) pipe
and fittings for use on the outfall diffuser.
B. DESIGN CRITERIA:
All pipe shall have an SDR of 26.
1.02 REFERENCES
This section references the latest revision of the following
documents. They are a part of this section as specified and
modified. In case of conflict between the requirements of this
section and those of the listed documents, the requirements of
this section shall prevail.
E/user/3772/spec/divl
Reference Title
ANSI /AWWA C906 Polyethylene (PE) Pressure Pipe and
Fittings, 4 -inch through 63 -inch, for
Water Distribution
ASTM F714
ASTM D1248
ASTM D2321
ASTM D3350
ASTM D2837
ASTM D2657
Polyethylene (PE) Plastic Pipe (SDR -PR)
Based on Outside Diameter
Polyethylene Plastics Molding Extrusion
Compounds
Underground Installation of Thermoplastic
Pipe for Sewers and Other Gravity -Flow
Applications
Specification for Polyethylene Plastics
Pipe and Fittings Materials
Method for Obtaining Hydrostatic Design
Basis for Thermoplastic Pipe Materials
Heat Joining Polyolefin Pipe and Fittings
15065 -1
1.03 SUBMITTALS
The following submittals shall be provided in
Section 01300:
1. General piping layouts which include
all fittings, joints, couplings, and
system.
2. Manufacturer's certification that the
the specifications.
3. Detailed construction plan (Section 02340).
4 Joint connection details.
5. Fabricated joint details.
accordance with
the location of
ballast weight
pipe meets all
6. A copy of this specification section, with addendum
updates included, and all referenced and applicable
sections, with each paragraph check marked to
indicate specification compliance or marked to
indicate requested deviations from specification
requirements. If deviations from the specifications
are indicated, and therefore requested by the
Contractor, the submittal shall be accompanied by a
detailed written justification for each deviation.
Failure to submit a copy of the marked -up
specification sections, along with appropriate
justification for any requested deviations from the
specification requirements, shall be cause for
rejection of the submittal without further
consideration.
1.04 QUALITY CONTROL
A. INSPECTION AND TESTING:
All HDPE materials, pipe, and fittings shall be inspected and
tested in accordance with the requirements of AWWA C906.
B. AFFIDAVIT OF COMPLIANCE:
The manufacturer shall furnish an affidavit of compliance
conforming to the requirements of AWWA C906, Section 1.5,
affirming that the pipe components comply with the requirements
of AWWA C906 and this section. The affidavit shall be signed by
an officer of the pipe manufacturer's company.
E/used3772 /spec/divl
15065 -2
1.05 QUALITY ASSURANCE PROGRAM
A. RESIN EVALUATION:
All incoming resin shall be sampled and checked against test
results supplied by the manufacturer. Samples shall be taken
from the top and bottom of each compartment from every hopper car
received.
All resin samples will undergo the following specification
verifications:
1. Melt index ASTM D -2138.
2. Stress exponent.
3. Moisture content.
4. Thermal stability ASTM D -3350.
5. Density ASTM D -1505.
The results of these tests shall become part of the
manufacturer's permanent quality control records.
B. FINISHED GOODS EVALUATION:
Each length of pipe produced shall be checked by production
staff for the items listed below. The results of all
measurements shall be recorded on production sheets which become
part of the manufacturer's permanent records.
E/user/3772 /speddivl
1. Pipe in process is checked visually, inside and out
for cosmetic defects (grooves, pits, hollows, etc.)
which are cause for rejection.
2. Pipe outside diameter is measured using a suitable
periphery tape to ensure conformance with ASTM F714.
3. Pipe wall thickness is measured at 12 equally spaced
locations around the circumference at both ends of
the pipe to ensure conformance with ASTM F714.
4. Pipe length is measured.
5. Pipe marking is examined and checked for accuracy.
6. Pipe ends are checked to ensure they are cut square
and clean.
7. Subject inside surface to a "reverse bend test" to
ensure the pipe is free of oxidation (brittleness).
15065 -3
PART 2 PRODUCTS
2.01 HIGH DENSITY POLYETHYLENE (HDPE) PIPE
A. GENERAL:
HDPE materials, pipe, and fittings shall be manufactured,
inspected, sampled, and tested in accordance with the
requirements of AWWA C906 and this section. In the case of
conflict between the requirements of AWWA C906 and this section,
the more stringent requirement shall govern.
The pipe shall contain no recycled compound except that
generated in the manufacturer's own plant from resin of the same
specification and from the same raw material supplier.
Pipe shall have the nominal dimension shown with an IPS
outside diameter basis and the dimensions and tolerances
specified in AWWA C906. SDR rating and pressure class shall be
as specified.
B. MATERIALS:
HDPE piping components shall be manufactured from materials
that meet or exceed the requirements of the Plastic Piping
Institute designation PE3408 and that conform to the requirements
of ASTM D3350 for a cell classification of PE 345434C.
Fittings shall conform to the applicable requirements of AWWA
C906 for the jointing methods specified.
C. MARKINGS:
Pipe markings shall conform to the requirements of AWWA C906.
2.02 FLANGES
Pipe flanges shall be HDPE with Stainless Steel, Type 316
backing rings. All nuts and bolts shall be Stainless Steel, Type
UNS S31254 (Avesta 254 SMO) or UNS N08367, suitable for marine
application.
2.03 MITERED FITTINGS
Mitered fittings shall be provided by butt fusion from pipe
the same size and SDR rating as the main pipeline.
Mitered fittings shall be flanged or have plain ends.
2.04 BALLAST WEIGHTS
Ballast weights shall be required to provide a negative
buoyancy. The Contractor shall provide the design for the
weights and the spacing of the weights. Calculations shall be
Eluser/3772 /spec/divl
15065 -4
i
1
1
1
1
1
i
1
1
1
a
prepared and stamped by a Professional Engineer registered in the
State of Washington.
Weights shall be sized and spaced such that the maximum
center to center spacing of the weights is 15 feet. The maximum
thickness of the weight measured perpendicular to the pipe axis,
at the top of the pipe in its installed position, shall be
18 inches.
All other weight dimensions are at the HDPE pipe
manufacturer's- discretion; however, the HDPE pipe manufacturer
and Contractor should note that depth and width of the ballast
weights may affect excavation requirements.
Weights shall be reinforced concrete, securely attached to
the pipe with Type 316 stainless steel bolts and straps. A
compressible protective wrap of 1/4 inch thick rubber sheet shall
be placed between the weights and the pipe, with the material
extending a minimum of 1 -inch beyond all edges of the concrete
block weights.
PART 3 EXECUTION
3.01 PIPE LAYING
A. GENERAL:
The pipelines shall be installed as shown on the drawings and
as specified.
The Contractor shall use care in handling, storage, and
installation of the pipe. Storage of the pipe on the job site
shall be done in accordance with the pipe manufacturer's
recommendation.
Pipe shall be laid to lines and grade shown on the drawings
with bedding and backfill as shown on the drawings and as
specified. Blocking under the pipe will not be permitted.
Pipe shall be stored on clean, level ground to prevent undue
scratching or gouging. The handling of the pipe shall be in such
a manner that the pipe is not damaged by dragging it over sharp
and cutting objects.
Sections of pipe with cuts, gouges, or scratches that exceed
allowable limits shall be removed completely and the ends of the
pipeline rejoined.
Acceptable limits for cuts, gouges, or scratches are as
follows:
E/user/3772 /spec/div l
15065 -5
OD surface:
ID surface:
Maximum allowable depth of cut, scratch, or
gouge shall be 10 percent of wall thickness.
Should be free of cuts, gouges, and /or
scratches.
All HDPE pipe must be at the temperature of the surrounding
water at the time it is backfilled and compacted.
B. PIPE LAUNCHING AND SINKING:
The Contractor is advised that installation of polyethylene
pipe by the standard methods of floating and sinking are subject
to unpredictable effects of weather, currents, wind and wave
actions. The Contractor accepts all risks associated with this
procedure. Prior to construction, the Contractor shall submit a
detailed Plan of Construction as specified in Section 02340.
Pipe installation shall follow the manufacturer's instructions,
the requirements of AWWA C906, and the requirements of this
section.
The addition of water to the pipeline for sinking purposes
shall be at a slow, controlled rate to insure the pipe lays in
its correct position in the trench, adjusts evenly to the trench
bottom profile, and to prevent an excessive bending radius during
sinking. During the sinking, water must be prevented from
running the full length of the pipe.
After the pipeline is installed on the trench bottom, the
Engineer shall make a thorough inspection of the pipe
installation prior to the start of any backfill.
Items to be checked are proper pipe alignment and grade,
damage to pipe during installation, proper positioning of weights
and diffuser riser vertical to within 5 degrees. Any
deficiencies shall be corrected by the Contractor.
C. BUTT WELDED JOINTS:
The HDPE pipe shall be joined by the method of thermal butt
fusion, as outlined in ASTM- D2657, Heat Joining Polyolefin Pipe
and Fittings, or flanged with Type 316 stainless steel backing
rings and bolts.
Butt fusion joining of pipe and fittings shall be performed
in accordance with the procedures laid out by the manufacturer.
Joining must be conducted by, or under the supervision of,
factory- trained personnel. The project cost shall include the
pipe manufacturer's cost for field training and supervision of
the Contractor's personnel.
The pipe supplier shall be consulted to obtain machinery and
expertise for the joining by butt fusion of polyethylene pipe and
fittings. No pipe or fittings shall be jointed by fusion by any
FJuser /3772 /spec/divl
15065 -6
contractor unless he /she is adequately trained and qualified in
the techniques involved.
D. HDPE FLANGES:
Polyethylene flanges shall be at the ambient temperature of
the surrounding water at the time they are bolted tight to
prevent relaxation of the flange bolts and loosening of the joint
due to thermal contraction of the polyethylene. Flange bolts
must be re- tightened at least once 24 hours after initial flange
bolt tightening.
3.02 HANDLING OF PIPE
All pipe shall be stored and handled in such a way as to
prevent damage or overstressing of the pipe materials.
Manufacturer's recommendations for storage and handling shall be
followed. Calculations for all lifting operations shall be
submitted in advance, and such work shall not load the pipe
material to more than ten percent of its ultimate allowable
stress.
E/used3772 /spec/divl
*END OF SECTION
15065 -7
1 0
4
3
9
1
1
1
1
1
1
1
r
r
6
5
SUBMITTED
APPROVED
APPROVED
A
A I B
NOT TO SCALE
'BRO AND
ri 0 CALDWELL
Q
3
RRUCC,. YANACAA
BROWN AND CALD'AELL
DATE
DATE
DATE
I B I
G1 LOCATION AND VICINITY MAPS
INDEX OF DRAWINGS
G2 GENERAL SYMBOLS
Cl PLAN AND SECTION
C2 SECTION AND DETAILS
CONTROL DATUM
HORIZONTAL DATUM WASHINGTON STATE PLANE COORDINATE
SYSTEM NORTH ZONE. DATUM OF 1983 1991 ADJUSTMENT
SURVEY CONTROL ESTABLISHED BY OTHERS
VERTICAL DATUM NORTH AMERICAN DATUM OF 1988 (NAD88)
NOTE
OLD LOCAL VERTICAL DATUM ELEV 416 MSL (NGVD) 516 CITY DATUM
2
„Lop
C I D I E
INDEX OF DRAWINGS
FILE
DRAWN
DESIGNED
CHECKED
CHECKED
C
UNE
IS 2 INCHES
AT FULL SIZE i
(Ir NOT 2" SCALE ACCORDINGLY)
3772
CAD/ TEAM
DE /L KM
D
EXPIRES 12/9/97
I E
I F I G I H
11
G14 -2 -1
I F
ZONE
EXISTING 27" DIFFUSER
LENGTH 245'
'h N N
REV
DESCRIPTION
REVISIONS
G I
H
C15 -2 -1
n
45 I
I
I I
4 0 I
I
r
I
U
r 35
u` HIS -1 -1
5th
WASTEWATER TREATMENT PL
LOCATION MAP
1 8Y
ti
DATE
APP I
-II
3rd,
4tttri
J
NEW 42" DIFFUSER
LENGTH 275
EXISTING 27" OUTFALL
o
P
6th
7th
Plorleer
SR 1 1
I K
C
L Ryon
NOTE
CITY OF PORT ANGELES
L
z
WASTEWATER TREATMENT PLANT
OUTFALL DIFFUSER
I J I K I L
M
311Nn Of RUN DX Pt/CA
SEGUIM
PORT
101
ANGELES
1
I NOT TO SCALE
THE CONTROL POINTS WILL BE FLAGGED IN THE FIELD BY THE CITY
z
Q
N
VICINITY MAP
0
LOCATION AND VICINITY MAPS
INDEX OF DRAWINGS
TACOMA
P
101
01
0
I
BREMERT VV
I
16
KINGSTON
WHIDBEY
ISLAND
EDMONDS
SURVEY CONTROL POINTS
CITY ID I NORTHING I FASTING ELEV I LOCATION
G14 -2 -1 1 417,679 2781 11010,219 3749 1 14 93 I ON THE BEACH /END OF WASH ST
H15 -1 -1 1416,716 9839 11013,089 9685 1115 99 I ON HARBORCREST ST
C15 -2 -1 1 426,252 1101 1 1013,171 1785 19 45 I END OF HOOK RD (EDIZ HOOK)
H16 -1 -1 1 416,744 6687 11016,669 3815 178 33 1 END OF HIDDEN WAY OFF GALES ST (PRV'T PROPERTY)
APR 1997
DRAWING NUMBER
G1
SHEET NUMBER
1
2
10
9
8
7
6
5
4
3
SUBMITTED
APPROVED
APPROVED
A
A I B
.,'BROWN AND
CALDWELL
PROJECT IMNAGER
BROWN Iwo CIIDR(LL
DATE
DATE
DATE
I B I
I C I D i E I
GENERAL SYMBOLS
OFH
WM
MH
+89
.81
A
mo
8
C -0
OCR
OCR
OMB
HYDRANT
BURIED VALVE
WATER METER
MANHOLE
SOIL BORING
AND DESIGNATION
PERMANENT BENCH MARK
SURVEY TRIANGULATION POINT
SECTION CORNER
QUARTER CORNER
SURVEY MONUMENT
UTILITY POLE
STREET LIGHT
UTILITY POLE W /ANCHOR
CATCH BASIN OR INLET
CATCH BASIN
MAILBOX
RAILROAD
EXISTING
MATCH LINE OR PROPERTY LINE
CENTER LINE
HIDDEN UNE OR FUTURE
FENCE
HANDRAIL
CONCRETE CURB AND GUTTER
RETAINING WALL
LINE IS 2 INCHES
AT FULL SIZE
Or 901 2 SCALE ACCORDINGLY)
FILE
DRAWN
DESIGNED
CHECKED
CHECKED
C
CONCRETE VALLEY GUTTER
3772
CAD TEAM
DE/LKM
I EXPIRES 12/9/97 I
0 I E
�1.
31
x 125 0
130 0
112 5
112 0
OS D SIGN
N 00000000 C
E 0000 0000 COORDINATES
-8 "S- SANITARY SEWER
18 "SD- STORM DRAIN
-T TELEPHONE
-P- ELECTRICITY
F 1
EDGE OF GRAVEL AREA (PLAN)
110 EXISTING GRADE CONTOURS
-110- FINISH GRADE CONTOURS
EDGE OF AC PAVEMENT (PLAN)
SWALE, DITCH OR DEPRESSION
EDGE OF WATER OR FLOWLINE
CUT FILL
Y Y fT EMBANKMENT
AC PAVEMENT (SECTION)
GRANULAR SURFACING (SECTION)
SLOPE (3 HORIZ TO 1 VERT)
EXISTING SPOT ELEVATION
FINISH GRADE SPOT ELEVATION
TOP OF CURB ELEVATION
GUTTER ELEVATION
GUARD RAIL
0 TREE
`J BUSH OR HEDGE
48 "CS- COMBINED SEWER
48 "CSO- COMBINED SEWER OUTFALL
-4 "G- GAS
8 "W- WATER
PAVEMENT MARKING
TRAFFIC LIGHT
EASEMENT BOUNDARY
CULVERT
SILT FENCE
E
3--€0 WETLAND BOUNDARY OR CREEK BUFFER
BETWEEN UPLAND AND SCRUB -SHRUB WETLAND
ZONE
I F
REV I
G I H I I I
TYPICAL SECTION AND
DETAIL NUMBERING SYSTEM
DESCRIPTION
REVISIONS
G I
(1) SECTION CUT ON DWG C8
H
SECTION NUMBER
DRAWING ON WHICH
SECTION APPEARS
SECTION CUTTING PLANE
(2) ON DWG C9 THIS SECTION IS IDENTIFIED
SECTION NUMBER
DRAWING ON WHICH
SECTION WAS CUT
(3) DETAILS ARE CROSS- REFERENCED IN A
SIMILAR MANNER EXCEPT THAT DETAILS
ARE IDENTIFIED BY LETTER RATHER THAN
BY NUMBER
I BY
DATE I APP
J
K
CITY OF PORT ANGELES
L
WASTEWATER TREATMENT PLANT
OUTFALL DIFFUSER
I I J K I L
M I N I 0 I P
NOTES:
1 THE MATERIAL PRESENTED ON THIS DRAWING IS FOR REFERENCE USE
SOME OF THE DETAILS OR INFORMATION PRESENTED ON THIS DRAWING
MAY NOT BE REQUIRED AS PART OF THIS CONTRACT
GENERAL SYMBOLS
M I N I 0 I P
APR 1997
DRAWING NUMBER
G2
SHEET NUMBER
10
9
8
7
6
5
4
3
2
SUBMITTED
APPROVED
APPROVED
A
A I B I C I D I E I F I G
EXISTING 27" OUTFALL
40
-45
50
-55
EXISTING 27" OUTFALL
-60
-65
ACT N.N.«„
exo.1 .HO C*LD.ELL
DATE
DATE
DATE
I B I
'BROWN AND
CALDWELL
UNE IS 2 INCHES
AT FULL SIZE
(IF NOT 2" SCALE ACCORDINGLY)
FILE 3772
DRAWN CADD TEAM
DESIGNED DE /1J(M
CHECKED
CHECKED
N 420833
E 1013531
STA 0 +0g NEW DIFFUSER
2 +45 EXIST I o
C -I a
I EXPIRES 12/9/97 1
I E
r
\N
EXISTING 27" DIFFIbSF�R
SEE NOTE 2 (TYP) I
EXISTING
BUOY 1 +05 I
42" HOPE DIFFUSER
SEE DWG C2
EXISTING EASMEMENT FOR
OUTFALL AND DIFFUSER
SCALE 1 =20'
PROFILE
SCALE HORZ 1 -20' VERT 1 =5'
H I I I J I K I L M I N I 0 I P
I I I
I I I
I I I
I I I
I I
I I
I I
ZONE I REV I DESCRIPTION I BY
REVISIONS
F i G I H
is
I r -1 v
1
II
N
i/
I.D u 0 1 0 V— 0
I
1 7. i
7 42" pP C E�UIFFUSER
1 7
N 420825
E 1013555 I 7
STA 0 +25 I I
I I
N
I 1 I l
J
I 1
Y 1
1 1
DIFFUSER
a o u
PLAN
DATE
APP
NEW EASEMENT 100' X 200'
i 0 (df
MAINTAIN A 4 FT MINMUM
COVER OVER PIPE
Al 421062
E 1013633
STA 2 +75
N
EXTREME HIGH TIDE +12 0
MHHW +8 2
MLLW +1 0
EXTREME LLW -3 0
6FT ROCK
J
-40
45
-50
55
60
65
u1
CITY OF PORT ANGELES
DIFFUSER END
STRUCTURE 5' DIAM
N 421080
E 1013613
(TOP) SEPARATED
SEE NOTE 2
WASTEWATER TREATMENT PLANT
OUTFALL DIFFUSER
I J I K I L
m
NOTES:
STATION DIFFUSER
CONDITION
CONTROL DATUM
LOCATION OF
EXISTING DIFFUSER
0400 TOP SEPARATED
04-20 MISSING
0 +45 EXISTING
0 +65 EXISTING
0 +85 SUBSURFACE
1 +05 EXISTING
1 +25 EXISTING
1 +45 EXISTING
1 +65 EXISTING
1 +85 MISSING
2 +05 MISSING
2 +25 EXISTING
2 +45 SUBSURFACE
OUTFALL CONDITION AND LOCATION DETERMINED
BY SONARGRAMS AND DIVERS
COORDINATES ARE 5 METER
SURVEY JUNE 1 1995
ALL EXPOSED PORTIONS OF THE EXISTING DIFFUSER
2 AND DIFFUSER END STRUCTURE SHALL BE REMOVED BELOW
GRADE AND DISPOSED AS SPECIFIED PIPE OPENINGS SHALL BE
IMMEDIATELY BURIED WITH EXISTING MATERIAL OR SAND
FILL SHALL MATCH EXISTING GRADE
3 ALL EXCAVATED MATERIAL SHALL BE STORED ON A BARGE
NO EXCAVATED MATERIAL SHALL BE STORED ON THE
SEA BOTTOM
HORIZONTAL DATUM WASHINGTON STATE PLANE COORDINATE
SYSTEM NORTH ZONE, DATUM OF 1983 1991 ADJUSTMENT
SURVEY CONTROL ESTABUSHED BY OTHERS
VERTICAL DATUM NORTH AMERICAN DATUM OF 1988 (NAD88)
NOTE
OLD LOCAL VERTICAL DATUM ELEV 416 MSL (NGVD) 516 CITY DATUM
PLAN AND PROFILE
M I N I 0 I P
APR 1997
DRAWING NUMBER
Cl
SHEET NUMBER
10
3
2
9
8
7
6
5
4
'BROWN AND
CALDWELL
SUBMITTED
APPROVED
APPROVED
A
A I B I C I D I E I F I G I H I I I J I K 1 L 1 M I N I 0 I P
EXISTING OUTFALL
27" CCP
PROJEC1 MANAGER
WO. AND CALDMELL
32 "X42' HOPE
ECCENTRIC REDUCER
DATE
DATE
DATE
I B I
BELL TO FLANGE ADAPTOR
SEE NOTE 2
L I,
FUTURE OUTFALL CONNECTION
LINE IS 2 INCHES
AT FULL SIZE
(IF NOT 2' SCALE ACCORDINGLY)
FILE 3772
DRAWN CADD TEAM
DESIGNED DE /LKM
CHECKED
CHECKED
C I
32 HDPE TEE
10'
42" HDPE TEE AND BLIND FLANGE
HOPE BLIND FLANGE
SEE NOTE 3
01(47
I EXPIRES 12/9/97
E
6" FLEXIBLE RUBBER RISER FLANGE CONNECTION
DETAIL
SCALE 1 1/2 =1'
SEE DET B /C2 FOR SIMILAR CONNECTION
42" HOPE TEE WITH BUND FLANGE
1'
ZONE
REV I
1 F 1
DESCRIPTION
REVISIONS
G
1
3/4" BOLTS SEE NOTE 1
6" FLANGE 316 SS (TYP)
(TYP)
42* BUND FLANGE HOPE
CUT HOLE IN 42" BLIND FLANGE THE
SAME ID AS (HE FLEXIBLE NEOPRENE
RISER
12 EQUAL SPACES 0 20' EACH
6" HDPE PIPE AND FLANGE (TY.)
42" HDPE
6" FLEXIBLE NEOPRENE RISER (TYP)
1
1
1
1
1
1
BY
BACKFILL SHALL BE EXISTING
MATERIAL OR CLEAN SAND
DATE
APP
OUTFALL DIFFUSER PLAN
DETAIL
SCALE 3/8 =1'
12" MIN
SECTION
SCALE 3/8 =1'
18" MIN
6" FLEXIBLE NEOPRENE RISER WITH
90' LONG RAD ELBOW, FLANGE 316 SS
RED VALVE OR EQUAL
TYPICAL OF 13
6" FLEXIBLE NEOPRENE RISER WITH
90' LONG RAD ELBOW, FLANGE 316 SS NOTES:
RED VALVE OR EQUAL
TYPICAL OF 13
BALLAST WEIGHT (1w)
SEE SPECIFICATIONS
12 EQUAL SPACES 0 20' EACH
1 1 MAX SLOPE
BALLAST WEIGHT (TYP)
SEE SPECIFICATIONS
SECTION
SCALE 3/8' =1'
CITY OF PORT ANGELES
WASTEWATER TREATMENT PLAMT
OUTFALL DIFFUSER
24" TYP
ALL BOLTS, ANCHOR BOLTS, WASHERS AND NUTS
SHALL BE MADE OF UNS S31254 (AVESTA 254 SMO)
OR UNS NO8367 STAINLESS STEEL
2 PROVIDE CONCRETE CYLINDER PIPE BELL TO
FLANGE ADAPTOR PER AWWA C303 C208
FOR CONNECTION TO HDPE TEE
3 PROVIDE 8 -INCH CONNECTING BOLTS LEAVE I
LOOSLY CONNECTED UNTIL NEW OUTFALL DIFFUSER 9
IS ENTIRELY IN POSTION AND BACKFILLED
SEE DET 8 /C2
42" HDPE TEE AND BLIND FLANGES
T
6" FLEXIBLE NEOPRENE
SHALL BE FLUSH WITH
BOTTOM OF 42" PIPE
SECTIONS AND DETAILS
6" FLEXIBLE NEOPRENE WITH
90' LONG RAD ELBOW, FLANGE 316 SS
RED VALVE OR EQUAL
H
1 I 1 J 1 K 1 L I M 1 N 1 0 1 P
i_
1 I I=
APR 1997
10
8
7
6
5
4
3
2
1
DRAWING NUMBER
C2
SHEET NUMBER
I
I
I
1
I
I
t
1
I
1
1
I
I
I
I
1
I
1
I
ATTACHMENT A
STATE PREVAILING WAGE RATES
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360)
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works
projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation
requirements is provided on the Benefit Code Key
Classification
CLALLAM COUNTY
Effective 03 -05 -97
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $24 73 1M 5D
BOILERMAKERS
JOURNEY LEVEL $33 38 1R 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $29.37 1N 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1312 1
CARPENTERS
ACOUSTICAL WORKER $28 79 1M 5D
CARPENTER $28 63 1M 5D
CREOSOTED MATERIAL $28 73 1M 5D
DRYWALL APPLICATOR $28 63 1M 5D
FLOOR FINISHER $28 76 1M 5D
FLOOR LAYER $28 76 1M 5D
FLOOR SANDER $28 76 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $29 63 1M 5D
PILEDRIVER $28 63 1M 5D
SAWFILER $28 76 1M 5D
SHINGLER $28 76 1M 5D
STATIONARY POWER SAW OPERATOR $28 76 1M 5D
STATIONARY WOODWORKING TOOLS $28 76 1M 5D
CEMENT MASONS
JOURNEY LEVEL $25 01 1
DIVERS TENDERS
DIVER $61 26 1M 5D 8A
DIVER TENDER $30 62 1M 5D
DREDGE WORKERS
ASSISTANT ENGINEER $29 02 1N 5D 8L
ASSISTANT MATE (DECKHAND) $28 58 1N 5D 8L
BOATMEN $29 02 1N 5D 8L
CRANEMAN $29.07 1N 5D 8L
ENGINEER WELDER $29 07 1N 5D 8L
LEVERMAN, HYDRAULIC $29 46 1N 5D 8L
MAINTENANCE $28 58 1N 5D 8L
MATES $29 02 1N 5D 8L
OILER $28.66 IN 5D 8L
DRYWALL TAPERS
JOURNEY LEVEL $28 71 1J 5A
ELECTRICIANS INSIDE
CABLE SPLICER $35 53 1J 6H
CABLE SPLICER (TUNNEL) $38 28 1J 6H
CERTIFIED WELDER $34 28 1J 6H
CERTIFIED WELDER (TUNNEL) $36 90 1J 6H
CONSTRUCTION STOCK PERSON $18 43 1J 6H
JOURNEY LEVEL $33 83 1J 6H
Page 1
Classification
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
JOURNEY LEVEL (TUNNEL) $35.53 1J 6H
ELECTRICIANS POWERLINE CONSTRUCTION
CABLE SPLICER $33.36 4A 5A BE
CERTIFIED LINE WELDER $30.62 4A 5A 8E
GROUNDPERSON $22.26 4A 5A 8E
HEAD GROUNDPERSON $23 40 4A 5A BE
HEAVY LINE EQUIPMENT OPERATOR $30 62 4A 5A 8E
JACKHAMMER OPERATOR $23.40 4A 5A 8E
JOURNEY LEVEL LINEPERSON $30 62 4A 5A BE
LINE EQUIPMENT OPERATOR $26.15 4A 5A BE
POLE SPRAYER $30.62 4A 5A BE
POWDERPERSON $23 40 4A 5A 8E
ELECTRONIC TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12 07 1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR $26 54 4A 61
MECHANIC $35 84 4A 61
MECHANIC IN CHARGE $39.55 4A 61
PROBATIONARY CONSTRUCTOR $13 78 4A 61
FENCE ERECTORS
FENCE ERECTOR $13 80 1
FENCE LABORER $11 60 1
FLAGGERS
JOURNEY LEVEL $20 05 1M 5D
GLAZIERS
JOURNEY LEVEL $10.72 1
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $30 57 1F 6R
INLAND BOATMEN
DECKHAND $18.15 1K 5D
ENGINEER DECKHAND $19 77 1K 5D
OPERATOR $20 55 1K 5D
INSULATION APPLICATORS
JOURNEY LEVEL $20.50 1
IRONWORKERS
JOURNEY LEVEL $30.62 1B 5A
LABORERS
ASPHALT RAKER $25.21 1M 5D
BALLAST REGULATOR MACHINE $24.73 1M 5D
BATCH WEIGHMAN $20.05 1M 5D
CARPENTER TENDER $24.73 1M 5D
CASSION WORKER $25 57 1M 5D
CEMENT DUMPER /PAVING $25 21 1M 5D
CEMENT FINISHER TENDER $24 73 1M 5D
CHIPPING GUN $24 73 1M 5D
CHUCK TENDER $24 73 1M 5D
CLEAN -UP LABORER $24 73 1M 5D
CONCRETE FORM STRIPPER $24.73 1M 50
CONCRETE SAW OPERATOR $25.21 1M 5D
CRUSHER FEEDER $20.05 1M 5D
CURING CONCRETE $24.73 1M 5D
DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $24 73 1M 5D
DIVER $25.57 1M 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND, AIR TRAC) $25.21 1M 5D
EPDXY TECHNICIAN $24 73 1M 5D
FALLER /BUCKER, CHAIN SAW $25 21 1M 50
FINAL DETAIL CLEANUP (i e., dusting, vacuuming, window cleaning; NOT $17 73 1M 5D
construction debris cleanup)
GABION BASKET BUILDER $24.73 1M 5D
GENERAL LABORER $24.73 1M 5D
GRADE CHECKER TRANSIT MAN $25.21 1M 5D
Page 2
1
I
I
1
I
I
I
1
1
1
I
I
1
I
a
I
1
1
1
1
1
1
f
1
1
1
1
1
t
1
1
1
1
Classification
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
GRINDERS $24.73 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $25.57 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $25.21 1M 5D
HAZARDOUS WASTE WORKER LEVELS C D $24 73 1M 5D
HIGH SCALER $25 21 1M 5D
HOD CARRIER/MORTARMAN $25 21 1M 5D
JACKHAMMER $25 21 1M 5D
MINER $25.57 1M 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $25 21 1M 5D
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $25 21 1M 5D
PILOT CAR $20 05 1M 50
PIPE RELINER (NOT INSERT TYPE) $25 21 1M 5D
PIPELAYER CAULKER $25 21 1M 5D
POT TENDER $24 73 1M 5D
POWDERMAN $25 57 1M 5D
POWDERMAN HELPER $24.73 1M 5D
RAILROAD SPIKE PULLER (POWER) $25 21 1M 5D
RE- TIMBERMAN $25 57 1M 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $25 21 1M 5D
SPREADER (CONCRETE) $25 21 1M 5D
STAKE HOPPER $24 73 1M 5D
TAMPER SIMILAR ELECTRIC, AIR GAS $25 21 1M 5D
TAMPER (MULTIPLE SELF PROPELLED) $25 21 1M 5D
TOOLROOM MAN (AT JOB SITE) $24 73 1M 5D
TOPMAN, TAILMAN $24.73 1M 5D
TRACK LABORER $24 73 1M 5D
TRACK LINER (POWER) $25 21 1M 5D
TUGGER OPERATOR $24 73 1M 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $24 73 1M 5D
VIBRATOR $25 21 1M 5D
WELL -POINT MAN $25 21 IM 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42 1
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7 81 1
LANDSCAPING OR PLANTING LABORERS $7 93 1
LATHERS
JOURNEY LEVEL $28 93 1J 5A
PAINTERS
JOURNEY LEVEL $23 88 2B 5A
PLASTERERS
JOURNEY LEVEL $29 81 1R 5A
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $37 61 1B 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS (OILERS) $27 19 1N 50 8L
BACKHOES, (75 HP UNDER) $29 29 1N 5D 8L
BACKHOES, (OVER 75 HP) $29 65 1 N 50 8L
BACKHOES, (3 YD UNDER) $29 65 1N 5D 8L
BACKHOES, OVER 3 YD AND UNDER 6 YD) $30.09 1N 5D 8L
BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) $30.59 1N 5D 8L
BATCH PLANT OPERATOR, CONCRETE $29.65 1N 5D 8L
BELT LOADERS (ELEVATING TYPE) $29.29 1N 5D 8L
BOBCAT $2719 1N 50 8L
BROOMS $27.19 iN 5D 8L
BUMP CUTTER $29 65 1N 5D 8L
CABLEWAYS $30 09 1 N 5D 8L
CHIPPER $29.65 1N 5D 8L
COMPRESSORS $27 19 IN 5D 8L
Page 3
Classification
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $29 65 1N 5D 8L
CONCRETE PUMPS $29 29 1N 50 8L
CONVEYORS $29.29 1N 5D 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $29.29 1N 5D 8L
CRANES, 20 44 TONS, WITH ATTACHMENTS $29.65 1N 5D 8L
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH $30.09 1N 50 8L
ATACHMENTS)
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $30.59 1N 5D 8L
ATTACHMENTS)
CRANES, 200 TONS OVER, OR 250 FT OF BOOM (INCLUDING JIB WITH $31 09 1N 50 8L
ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER $27.19 1N 5D 8L
CRANES, A- FRAME, OVER 10 TON $29.29 1N 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $29 65 1N 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $30 09 1N 50 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $30.59 1N 50 8L
CRANES, TOWER CRANE $30 59 1N 5D 8L
CRUSHERS $29 65 1N 5D 8L
DECK ENGINEER /DECK WINCHES (POWER) $29 65 1N 5D 8L
DERRICK, BUILDING $30 09 1N 5D 8L
DOZERS, D -9 UNDER $29 29 1N 50 8L
DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $29.29 1N 5D 8L
DRILLING MACHINE $29.65 1N 5D 8L
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $27 19 1N 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $29.29 1N 5D 8L
FINISHING MACHINE/CURB EXTRUDER $29.65 1N 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $29.29 1N 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $27 19 1N 5D 8L
GRADE ENGINEER $29 29 1N 5D 8L
GRADECHECKER AND STAKEMAN $27 19 1N 5D 8L
HOISTS, AIR TUGGERS $29.29 1N 5D 8L
HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $27.19 1N 5D 8L
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $29.29 1N 5D 8L
LOADERS, OVERHEAD UNDER 6 YD) $29 65 1N 50 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $30.09 1N 5D 8L
LOADERS, OVERHEAD (8 YD OVER) $30 59 1N 5D 8L
LOCOMOTIVES, ALL $29.65 1N 5D 8L
MECHANICS, ALL (WELDERS) $29 65 1N 50 8L
MIXERS, ASPHALT PLANT $29 65 1N 5D 8L
MOTOR PATROL GRADER (FINISHING) $29 65 1N 50 8L
MOTOR PATROL GRADER (NON- FINISHING) $29 29 1N 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $30.09 1N 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $27 19 1N 5D 8L
OPERATOR
PAVEMENT BREAKER $27 19 1N 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $29 65 1N 5D 8L
PLANT OILER (ASPHALT CRUSHER) $29 29 1N 5D 8L
POSTHOLE DIGGER, MECHANICAL $27 19 1N 5D 8L
POWER PLANT $27.19 1N 5D 8L
PUMPS, WATER $27.19 1N 5D 8L
QUAD 9, D -10, AND HD -41 $30.09 1N 5D 8L
REMOTE CONTROL OPERATOR $30.09 1N 5D 8L
ROLLAGON $30 09 1N 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $27.19 1N 5D 8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS (COMPOSITION MATERIALS) $29 29 1N 5D 8L
ROTO -MILL, ROTO- GRINDER $29 65 1N 5D 8L
SAWS, CONCRETE $29 29 1N 5D 8L
SCRAPERS, CONCRETE AND CARRY ALL $29 29 1N 5D 8L
SCRAPERS, SELF PROPELLED UNDER 45 YD) $29.65 1N 5D 8L
Page 4
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
1
1
1
1
I
1
1
1
1
1
1
I
I
1
I
1
1
I
1
I
I
I
1
I
I
I
1
1
I
1
I
I
I
I
1
1
I
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
SCRAPERS, SELF PROPELLED (45 YD AND OVER) $30.09 1N 5D 8L
SCREED MAN $29 65 1N 5D 8L
SHOTCRETE GUNITE $27 19 1N 5D 8L
SHOVELS, (3 YD UNDER) $29.65 1N 5D 8L
SHOVELS, OVER 3 YD AND UNDER 6 YD) $30 09 1N 5D 8L
SHOVELS, (6 YD AND OVER WITH ATTACHMENTS) $30 59 1N 5D 8L
SLIPFORM PAVERS $30 09 IN 5D 8L
SPREADER, TOPSIDE OPERATOR BLAW KNOX $29.29 1N 5D 8L
SUBGRADE TRIMMER $29 65 1N 5D 8L
TRACTORS, (75 HP UNDER) $29 29 1N 5D 8L
TRACTORS, (OVER 75 HP) $29 65 1N 5D 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $30 09 1N 5D 8L
TRENCHING MACHINES $29 29 1N 5D 8L
TRUCK CRANE OILER/DRIVER UNDER 100 TON) $29 29 1N 5D 8L
TRUCK CRANE OILER /DRIVER (100 TON OVER) $29 65 1N 5D 8L
WHEEL TRACTORS, FARMALL TYPE $27 19 1N 5D 8L
YO YO PAY DOZER $29 65 1N 5D 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $25 15 4A 5A
LINE CLEARANCE EQUIPMENT OPERATOR $23 44 4A 5A
SPRAY PERSON $23 09 4A 5A
TREE TRIMMER $22 31 4A 5A
TREE TRIMMER GROUNDPERSON /CHIPPER OPERATOR $16 25 4A 5A
REFRIGERATION AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
ROOFERS
JOURNEY LEVEL $26 80 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $29 80 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL $33.77 1J 5A
SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88 1
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10 31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $26 41 1
SURVEYORS
CHAIN PERSON $9 35 1
INSTRUMENT PERSON $11 40 1
PARTY CHIEF $13 40 1
TELEPHONE LINE CONSTRUCTION OUTSIDE
CABLE SPLICER $21 53 28 5A
HOLE DIGGER/GROUND PERSON $11 55 2B 5A
INSTALLER (REPAIRER) $20 59 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $19 95 2B 5A
SPECIAL APPARATUS INSTALLER I $21 53 2B 5A
SPECIAL APPARATUS INSTALLER II $21 07 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $21.53 28 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $19.95 2B 5A
TELEVISION GROUND PERSON $10 90 2B 5A
TELEVISION LINEPERSON $14.87 2B 5A
TELEVISION SYSTEM TECHNICIAN $17.91 2B 5A
TELEVISION TECHNICIAN $16 00 2B 5A
TREE TRIMMER $19 95 2B 5A
TERRAZZO WORKERS TILE SETTERS
JOURNEY LEVEL $28 08 1N 5A
TILE, MARBLE TERRAZZO FINISHERS
FINISHER $23.16 1 N 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $22 79 1K 5A
TRUCK DRIVERS
Page 5
Classification
DUMP TRUCK
DUMP TRUCK TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
Page 6
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$16 27 1
$2819 1M 5D 8L
$1827 1
$17 66 1
$11.60 1
$9.45 1
$11.60 1
1
I
I
1
I
I
I
I
I
I
1
I
I
I
I
1
I
I
I
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non- standard" Items)
Below is the department's (State L &I's) list of criteria to be used in determining
whether a prefabricated item is "standard" or "non- standard For items not appearing
on WSDOT's predetermined list, these criteria shall be used by the Contractor (and
the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers,
and fabricators) to determine coverage under RCW 39.12. The production, in the
State of Washington, of non standard items is covered by RCW 39.12, and the
production of standard items is not. The production of any item outside the State of
Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered
under RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW 39.12.
If not, go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by
the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question
5.
5. Is the prefabricated item intended for the public works project typically an
inventory item which could reasonably be sold on the general market? If not, the
work is covered by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements,
finish, etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non covered workers shall be directed to State L &I at
(206) 956 -5330.
Supplemental To Wage Rates
Page 1
WSDOrs
Predetermined List for
Suppliers Manufacturers Fabricators
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L &I's policy statement.
ITEM DESCRIPTION YES NO
1. Manhole Ring Cover manhole type 1, 2, 3, and 4
for bridges. For use with Catch Basin type 2.
The casting to meet AASHTO -M -105, class 30 gray
iron casting. See Std. Plan B -1f, B -23a, B -23b,
B -23c, and B -23d.
2. Frame Grate frame and Grate for Catch Basin type
1, IL, 1P, 2, 3, 4 and Concrete Inlets. Cast frame
may be grade 70 -36 steel, class 30 gray cast iron or
grade 80 -55 -06 ductile iron. The cast grate may be
grade 70 -36 steel or grade 80 -55 -06 ductile iron.
See Std. Plan B -2, B -2a, and B -2b.
3. Grate Inlet Drop Inlet Frame Grate Frame and
Grate for Grate Inlets Type 1 or 2 or Drop Inlet.
Angle iron frame to be cast into top of inlet.
See Std. Plan B -4b or B -4h. Frames Grates to be
galvanized.
4. Concrete Pipe Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60
inch diameter.
5. Concrete Pipe Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch
diameter.
Supplemental To Wage Rates
Page 2
X
X
X
X
X
I
I
I
I
I
I
I
I
I
1
I
1
I
I
s
I
I
I
I
6. Corrugated Steel Pipe Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be
treated, 1 thru 5.
7. Corrugated Aluminum Pipe Aluminum lock seam
corrugated pipe for culverts and storm sewers, sizes
30 inch to 120 inches in diameter. May also be
treated, #5.
8. Anchor Bolts Nuts Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other
items, shall be made from commercial bolt stock.
See Contract Plans and Std. Plans for size and
material type.
9. Aluminum Pedestrian Handrail Pedestrian handrail
conforming to the type and material specifications set
forth in the contract plans. Welding of aluminum
shall be in accordance with Section 9- 28.15(3).
10. Major Structural Steel Fabrication Fabrication of
major steel items such as trusses, beams, girders, etc.,
for bridges.
11. Minor Structural Steel Fabrication Fabrication of
minor steel items such as special hangers, brackets,
access doors for structures, access ladders for
irrigation boxes, bridge expansion joint systems,
etc., involving welding, cutting, punching and /or
boring of holes. See Contact Plans for item description
and shop drawings.
12. Aluminum Bridge Railing Type BP Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9- 28.15(3).
Supplemental To Wage Rates
Page 3
YES NO
X
X
X
X
X
X
X
13. Concrete Piling Precast- Prestressed concrete piling for
use as 55 and 70 ton concrete piling. Concrete to conform to
Section 9 -19.1 of Std. Spec.. Shop drawings for approval
shall be provided per Section 6- 05.3(3) of the Std. Spec.
YES NO
X
14. Manhole Type 1, 2, 3 and 4 Precast Manholes with risers X
and flat top slab and /or cones. See Std. Plans.
15. Drywell Drywell as specified in Contract Plans. X
16. Catch Basin Catch Basin type 1, 1 L, 1 P, 2, 3, and 4,
including risers, frames maybe cast into riser. See
Std. Plans.
X
17. Precast Concrete Inlet Concrete Inlet with risers, X
frames may be cast into risers. See Std. Plans.
18. Drop Inlet Type 1 Drop Inlet Type 1 with support X
angles and grate. See Std. Plans B -4f and B -4h.
19. Drop Inlet Type 2 Drop Inlet type 2 with support X
angles and grate. See Std. Plans B -4g and B -4h.
20. Grate Inlet Type 2 Grate Inlet Type 2 with risers and X
top unit with bearing angles.
21. Precast Concrete Utility Vaults Precast Concrete
utility vaults of various sizes. Used for in ground
storage of utility facilities and controls. See Contract
Plans for size and construction requirements. Shop drawings
are to be provided for approval prior to casting.
Supplemental To Wage Rates
Page 4
X
1
1
1
1
1
1
1
1
1
1
1
I 27. Precast Railroad Crossings Concrete Crossing Structure X
Slabs.
1
1
1
1
1
1
1
23. Valve Vault For use with underground utilities.
See Contract Plans for details.
24. Precast Concrete Barrier Precast Concrete Barrier for
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
25. Reinforced Earth Wall Panels Reinforced
Earth Wall Panels in size and shape as shown in
the Plans. Fabrication plant has annual approval for
methods and materials to be used. See Shop Drawing.
Fabrication at other locations may be approved, after
facilities inspection, contact HQ. Lab.
26. Precast Concrete Walls Precast Concrete Walls
tilt-up wall panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and
materials to be used.
28. 12, 18 and 26 inch Standard Precast Prestressed
Girder Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)c.
Supplemental To Wage Rates
Page 5
YES NO
22. Vault Risers For use with Valve Vaults and Utilities X
Vaults.
X
X
X
X
X
29. Prestressed Concrete Girder Series 4 -14
Prestressed Concrete Girders for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std.
Spec. Section 6- 02.3(25)c.
30. Prestressed Tri -Beam Girder Prestressed Tri -Beam
Girders for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6- 02.3(25)c.
31. Prestressed Precast Hollow -Core Slab Precast
Prestressed Hollow -core slab for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std. Spec.
Section 6- 02.3(25)c.
32. Prestressed -Bulb Tee Girder Bulb Tee Prestressed
Girder for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6- 02.3(26)A.
34. Cantilever Sign Structure Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO -M -183. See Std.
Plans G -3, G -3a, and Contract Plans for details. The steel
structure shall be galvanized after fabrication in
accordance with AASHTO -M -111.
35. Mono -tube Sign Structures Mono -tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings
for approval are required prior to fabrication.
Supplemental To Wage Rates
Page 6
YES NO
X
X
X
X
33. Monument Case and Cover To meet AASHTO -M -105 class X
30 gray iron casting. See Std. Plan H -7.
X
X
36. Steel Sign Bridges Steel Sign Bridges fabricated
from steel tubing meeting AASHTO -M -138 for Aluminum Alloys.
See Std. Plans G -2, G2a, G -2b, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with AASHTO -M -111.
37. Steel Sign Post Fabricated steel sign posts as detailed
in Std. Plan G -8. Shop drawings for approval are to be
provided prior to fabrication.
39. Light Standards Lighting Standards for use
on highway illumination systems, poles to be fabricated
to conform with methods and materials as specified on Std.
Plan J -1, J -la, and J -lb. See Special Provisions for
pre- approved drawings.
40. Traffic Signal Standards Traffic Signal Standards for
use on highway and /or street signal systems. Standards
to be fabricated to conform with methods and material as
specified on Std. Plans J -1, J -7a, J -7c, and J -8.
See Special Provisions for pre- approved drawings.
41. Traffic Curb, Type A or C Precast Type A or C
Precast traffic curb, for use in construction
of raised channelization, and other traffic delineation
uses such as parking Tots, rest areas, etc. NOTE:
Acceptance based on inspection of Fabrication Plant
and an advance sample of curb section to be submitted
for approval by Engineer.
Supplemental To Wage Rates
Page 7
YES NO
X
38. Light Standard- Prestressed Spun, prestressed, hollow, X
concrete poles.
X
X
X
X
YES NO
42. Traffic Signs Prior to approval of a Fabricator X X
of Traffic Signs, the sources of the following customstd.
signing materials must be submitted and approved msg msg
for reflective sheeting, legend material, and
aluminum sheeting. NOTE: Fabrication
inspection required. Only signs tagged "Fabrication
Approved" by WSDOT Sign
Fabrication Inspector to be installed.
43. Cutting bending reinforcing steel X
44. Guardrail components
45. Aggregates /Concrete mixes
46. Asphalt
47. Fiber fabrics
48. Electrical wiring /components
49. treated or untreated timber piles
50. Girder pads (elastomeric bearing)
Supplemental To Wage Rates
Page 8
X X
custom standard
end
sect. sect.
Covered by
WAC 296- 127 -018
Covered by
WAC 296- 127 -018
X
X
X
X
YES NO
51. Standard Dimension lumber X
52. Irrigation components X
53. Fencing materials
54. Guide Posts
55. Traffic Buttons
56. Epoxy
57. Cribbing
58. Water distribution materials
Supplemental To Wage Rates
Page 9
X
X
X
X
X
X
59. Steel "H" piles X
60. Steel pipe for concrete pile casings X
61. Steel pile tips, standard X
62. Steel pile tips, custom X
Classification
WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03/05/97
METAL FABRICATION (IN SHOP)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Counties Covered:
Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield
Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman
Fitter 12 76 1
Welder 12.76 1
Machine Operator 12 66 1
Painter 10.20 1
Laborer 8 13 1
Counties Covered:
Benton
Welder 16.70 1
Machine Operator 10 53 1
Painter 9 76 1
Laborer 7.06 1
Counties Covered
Chelan
Fitter 15.04 1
Welder 12.24 1
Machine Operator 9 71 1
Painter 9.93 1
Laborer 8 77 1
Counties Covered:
Clallam, Grays Harbor, Island, Jefferson,
Lewis, Mason, Pacific, San Jaun and Skagit
Fitter 15 16 1
Welder 15 16 1
Machine Operator 10.66 1
Painter 11 41 1
Laborer 11.13 1
Supplemental To Wage Rates
Page 10
BENEFIT CODE KEY EFFECTIVE 03 -05-97
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 SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT
ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE.
E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND
HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES 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 HOURLY RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO
INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT
ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON
SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE.
L. ALL HOURS WORKED ON SATURDAYS, 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 SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO
INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE
BENEFIT CODE KEY EFFECTIVE 03 -05 -97
-2-
N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT
LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE
WORKED AS A MAKE -UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO
OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S
CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURLY RATE OF WAGE.
2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK
SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE
A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES
THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
TWO TIMES THE HOURLY RATE OF WAGE.
2. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE.
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO
TIMES THE HOURLY RATE OF WAGE.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID 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 AT ONE
AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED
ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF
WAGE.
F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT
HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN
EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
BENEFIT CODE KEY EFFECTIVE 03-05 -97
-3-
J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF
TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS
WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF
WAGE.
L. 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 -HALF
TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY.
N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY.
0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE
HALF TIMES THE HOURLY RATE OF WAGE.
4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER
WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
HOLIDAY CODES
5. A HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING 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. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AH ER
THANKSGIVING DAY, AND CHRISTMAS DAY (8).
D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND
CHRISTMAS DAY (8)
G. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS
DAY (7).
H. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING
DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6).
I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (8).
BENEFIT CODE KEY EFFECTIVE 03-05 -97
-4-
N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9).
0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6).
5. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
R. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON 'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ONE -HALF DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS.
U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES
CHOICE (7).
V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS.
X. HOLIDAYS: AI.1ER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS
DAY. AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL
DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A
FLOATING HOLIDAY (8).
Y. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING
THANKSGIVING DAY, AND CHRISTMAS DAY (8).
Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND
CHRISTMAS DAY (8).
6. A. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7).
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9).
C HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING
DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9)
D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFI'hR
BENEFIT CODE KEY EFFECTIVE 03 -05-97
-5-
THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY At. 1
CHRISTMAS DAY (9).
E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND
CHRISTMAS DAY (8).
F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, FRIDAY Al 1'ER
THANKSGIVING DAY AND CHRISTMAS DAY (9).
H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY, AND CHRISTMAS DAY (8).
I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DAY (7).
M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS_ NEW
YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY AND THE DAY
AFTER THANKSGIVING.
N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S
DAY AND THE DAY AFTER THANKSGIVING DAY.
Q.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS
DAY. UNPAID HOLIDAY: PRESIDENTS' DAY.
R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S
BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE
FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS
EVE DAY, AND CHRISTMAS DAY (8).
6. T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY
BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9).
V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE
DAY, CHRISTMAS DAY, AND EMPLOYEE'S BIRTHDAY (9).
W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY,
PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY
BEFORE OR Al- TER CHRISTMAS DAY (10).
BENEFIT CODE KEY EFFECTIVE 03 -05-97
-6-
X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY,
PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY
BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
8. A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE
OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING
DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE:
OVER 50' TO 100' $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET
OVER 250' DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN
THE SCALE LISTED FOR 250 FEET
B. 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
C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE
OF PAY. IN ADDITION TO THE
HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO
DEPTHS OF FIFTY FEET OR MORE:
OVER 50' TO 100' $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200' DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN
ADDITIONAL $1.00 PER HOUR.
E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S
DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN
ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY -FOUR DOLLARS
($24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE
BENEFITS.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS
LEVEL A: $0.75, LEVEL B: $0 50, AND LEVEL C: $0.25.
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS
FOLLOWS: LEVELS A B: $1.00, LEVELS C D: $0.50.
N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS
LEVEL A: $1 00, LEVEL B: $0.75, LEVEL C $0 50, AND LEVEL D: $0.25