HomeMy WebLinkAbout4.269 Original ContractProject Manual for
EDIZ HOOK USCG BASE
WASTEWATER FACILIT1ES
Project No. 92 -11
Part 1
Part2
Part 3
Attachment A
Attachment B
August 1997
City of Pert Angeles
Prosper Ostrowski, Mayor
Jeff Pomeranz, City Manager
Jack Pittis,, Director of Public Works
Gary Kernvorthy, City Engineer
Bidding Documents
Contract Forms
Standard Specifications,
Amendments Special Provisions
Standard Plans
Prevailing Wage Rates
City Council
Cathy McKeown
Gary Braun
Jim Hulett
CONFORMED
COPY
(original contract)
Orville Campbell
Glenn Wiggins
Larry Doyle
PUBLIC WORKS
October 6, 1997
Mr. Jim Gebhardt
Vice President
Strider Construction, Inc.
2430 E. Bakerview Road
Bellingham, WA 98226
RE: Executed Agreement, Ediz Hook/USCG Base Wastewater Facilities,
Project No. 92 -11
Dear Mr. Gebhardt:
Enclosed is the executed contract agreement for your files.
Sincerely,
A
Gary Kenworthy, P.
City Engineer
GW K/gk
enc
cc Jack Pettis, Director
B Upton, City Clerk w /encl
CITY OF PORT ANGELES
321 East Fifth Street PO Box 1 150
Port Anggeleti. Washington 98362-1150
Disc N PROJECTS \92 -11 EDZ \CORRESP\XCNT &RET GWK
File 92 -11 12a
Phone (360) 417 -4805 TTY Phone (360) 417 -4645
Fax (360) 417 -4609 e -mail papwdept @olympus net
September 4, 1997
TO: Mr. Jim Gebhardt
Strider Construction, Inc.
2430 E. Bakerview Road
Bellingham, WA 98226
CITY OF PORT ANGELES
NOTICE OF AWARD
PROJECT: Ediz Hook/USCG Base Wastewater Facilities, Project No. 92 -11
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated August, 1997.
You are hereby notified that your bid has been accepted for items in the amount of $440,517.94.
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 4th day of September 1997.
cc City Clerk
Disc N PROJECTS \92- 11EDZ\GORRESP\NTCAWD1 GWK
File 92-11 12a
CITY OF PORT ANGELES
B -4—' 1.--
r
Title City Enaineer
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged this, 9 day of September 19 97.
S ATURE
Print Name Greg Hinton
Title President
Please return original to the City of Port Angeles Public Works Department.
RECEIVED
SEPO91997
Ans'd
NOTICE TO PROCEED
City of Port Angeles
TO: Strider Construction DATE: September 15, 1997
PROJECT: Ediz Hook/USCG Base Wastewater Facilities, Project No. 92 -11
You are hereby notified to commence work in accordance with the Agreement
dated September 15, 1997 on or before September 25, 1997, and you are to complete
the work within 70 consecutive working days thereafter. The date of completion of all
work is therefore December 22, 1997.
Please return ORIGINAL to City of Port Angeles.
Retain a copy for YOUR files.
Loc N \PROJECTS\92- 11EDZ \NTP GWK
File 92 -1112A
CITY OF PORT ANGELE
By P
Title: City Engineer
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO PROCEED is hereby acknowledged this /S
of S 1997.
tC ilhl1_ :4l 74 L✓
itle: iUC
0 4„,,,,
EvYv
Project Manual for
EDIZ HOOK USCG BASE
WASTEWATER FACILITIES
Project No.
Part 1
Part 2
Part 3
Attachment A
Attachment B
92 -11
o Bidding Documents
o Contract Forms
o Standard Specifications,
Amendments Special Provisions
o Standard Plans
o Prevailing Wage Rates
Prepared by:
R. W. Beck
1001 Fourth Avenue, Suite 2500
Seattle WA 98154 -1004
August 1997
The above mentioned Project Manual has been reviewed and approved for advertisement.
Such review includes all plans, specifications, and permits associated with the project.
Prepared by:
Checked by:
Approved by:
EXPIRES 1- 28
i
PROJECT MANUAL
TABLE OF CONTENTS
EDIZ HOOK \USCG BASE WASTEWATER FACILITIES
PART I BIDDING REQUIREMENTS:
Advertisements for Bids P1 -1
Information for Bidders P1-3
Bidders' Checklist P1-5
Non Collusion Affidavit P1 -6
Bidder's Construction Experience P1 -7
List of Proposed Sub Contractors P1-8
Bid Form P1 -9
Bid Bond Form P1 -15
PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT
Contract P2 -1
Performance and Payment Bond P2 -2
Certificate of Insurance [provided by bidder]
PART III STANDARD SPECIFICATIONS AND AMENDMENTS
Amendments to Standard Specifications P3 -1
Special Provisions P3 -9
ATTACHMENT A STANDARD DRAWINGS
ATTACHMENT B STATE PREVAILING WAGE RATES
PROJECT PLANS:
1 COVER, LOCATION MAP, AND DRAWING INDEX
2 OFF -BASE FACILITIES PLAN STA 3 +50 TO STA 41 +00
3 OFF -BASE FACILITIES PLAN STA 41 +00 TO STA 80 +00
4 OFF -BASE FACILITIES PLAN STA 80 +00 TO STA 109 +30
5 USCG -BASE FACILITIES PLAN STA 109 +30 TO STA 122 +50
6 USCG -BASE FACILITIES PLAN STA 122 +50 TO STA 137 +50
7 USCG -BASE FACILITIES PLAN STA 137 +50 TO STA 149 +35
8 STANDARD PUMP STATION DETAILS
9 STANDARD SECTIONS AND DETAILS
10 MISCELLANEOUS DETAILS
11 MISCELLANEOUS DETAILS
12 PUMP STATION DESIGN TABLE
13 WASHDOWN AREA PLUG VALVE DETAILS
X0011522.072/FrNAL 07/31/97
page
TC -1 PROJECT MANUAL —TABLE OF CONTENTS
PART 1
BIDDING REQUIREMENTS
(BLUE SHEETS TO BE FILLED IN AND INCLUDED WITH BID)
ADVERTISEMENT FOR BIDS
EDIZ HOOK/USCG BASE WASTEWATER FACILITIES
Project No. 92 -11
City of Port Angeles
Sealed bids will be received by the office of the City Clerk at 321 East Fifth Street, P. 0. Box
1150. Port Angeles. Washington 98362. until 2:30 p.m.. August 26, 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 construction of grinder pump stations and forcemain pipe to provide
service to the Ediz Hook and United States Coast Guard facilities.
The cost range and time for completion for this project are $400,000 to $500,000 and 70 working
days. Detailed plans and specifications (Project Manual) may be obtained from the office of the
City Engineer, City of Port Angeles, upon payment of a non refundable fee of 30.00 per set,
plus 55.00 to cover postage, if mailed. Informational copies of maps, plans and specifications are
on file for inspection in the office of the City Engineer [Phone 360- 417- 4700].
Bidders shall be qualified for the type of work proposed. A Bidder's Construction Experience
Form is included in the Project Manual.
All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this
advertisement and in the Project Manual and said bids shall be accompanied by a bid deposit in
the form of cashiers 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
X0011522.072 /FINAL 08/01/97
P1 -1 PART I- BIDDING REQUIREMENTS
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. 0. Box 1150, Port Angeles, Washington 98362.
Publish: Peninsula Daily News: August 3 and 10, 1997 Jack N. Pittis, P.E.
Daily Journal of Commerce: August 4, 1997 Director of Public Works
X0011522.072/FINAL 08/01/97
P1 -2 PART I- BIDDING REQUIREMENTS
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 addenda, 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 City Engineer and
shall be completed within the time as stated in the Advertisement for bids.
The Owner may make such investigations as it deems necessary to determine the ability of the
bidder to perform the work, and the bidder shall furnish to the Owner all such information and
data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if
the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such
bidder is properly qualified to carry out the obligations of the contract and to complete the work
contemplated therein.
X0011522.072/FINA1 07/31 /97
P1 -3 PART I- BIDDING REQUIREMENTS
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.
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.
X0011522.072/FINAL 07/31/97
P1 -4 PART I- BIDDING REQUIREMENTS
X001 I522.072/F[NAL 07/31/97
BIDDERS' 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. To include name and address of surety and Dower of
attorney of signatory.
C. Insurance certificate(s).
P1 -5 PART I- BIDDING REQUIREMENTS
STATE OF WASHINGTON
COUNTY OF WHATCOM
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
X0011522.072/FINAL 07/31/97
NON COLLUSION AFFIDAVIT
gnature of Bidde3 /Contractor
James A. Gebhardt, Vice President
26 day of August
\AoTA/
y A ILA. 4
i UU
PUB lic in and for the,
'4., 'r ashington.
•■at
w�;,��. g at Whatcom
1 i Comm. Exp.: 4 /1/98
1997.
P1 -6 PART I— BIDDING REQUIREMENTS
1
BIDDER'S CONSTRUCTION EXPERIENCE
All questions must be answered and the data given must be clear and comprehensive. 1
necessary, add separate sheets for items marked
1. Name of bidder: Strider Construction Co., Inc. 1
2. Permanent main office address: 2430 E. Bakerview Road Bellingham, WA 98226
3. When organized: 1988 i
4. Where incorporated: State of Washington
I
5. How many years have you been engaged in the contracting business under your present firm
name? eight (8)
6. *Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion.) 1
See Attached
7. *General character of work performed by your company:
turn -key construction
14. The undersigned hereby authorizes and requests any pe
any information requested by the City of Port Angel
DATE: August 26, 1997
X0011522.072/FiNAL 07/31 /97
Print Name:
Title:
General site -work and
No
8. *Have you ever failed to complete any work awarded to you?
If so, where and why?
9. *Have you ever defaulted on a contract? No
10. *List the more important 'projects recently completed by your company, stating approxim1
See Attached
1
r
cost for each. and the month ¶nd year completed.
11. *List your major equipmenthvvai1able for this contract: See Attached
See Attached If
12. *Experience in construction work similar in importance to this project:
13. Will you, upon request, fill out a detailed financial statement and furnish any out
information that may be required by the City? Yes
der Signature
or orp on to furl
James A. Gebhardt
Vice President
r
P1 -7 PART I- BIDDING REQUIREMEI
PROPOSAL ATTACHMENTS
for
CITY OF PORT ANGELES, DEPARTMENT OF PUBLIC WORKS
EDIZ HOOK USCG BASE WASTEWATER FACILITIES
6 Contracts on hand:
Owner
IKO Pacific. Inc
U.S. Dept of The Navy
City of Lynden
WWU
City of Port Angeles
City of Port Angeles
Skagit County P.W.
Skagit County P.W.
10. List the more important proiects
cost for each, and the month and
Proiect Title
Lynden Door, Inc.
Jerry Smith Chevrolet
McEvoy Oil Company
TEXACO Site Remed.
Janicki Robotics
Cockreham Island
S Skagit Highway
Proiect
Strider Industrial Park
PROJECT NO. 92-11
Contract Amount
$2,000,000.00
255,000.00
650,000.00
122,000.00
$2,055,487.00
205,076.00
5 198,214.00
577,049 00
STRIDE construction
co., inc.
recently completed
year completed:
Approximate Cost
715,000.00
375,000.00
418,000.00
500,000 00
250,000.00
305,000.00
280,000 00
11 List your maior equipment available for this contract:
John Deere 410C Backhoe
Hitachi EX220 Excavator
CAT E240B Excavator
CAT D8 Dozer
Terex TS -14 Scraper
Forty (40) Foot Job Trailer with Full Shop
Two (2) 1 Ton Crew and Tool Trucks
12. Experience in construction work similar in importance to this proiect:
Contractor's Registration No STRIDCC12I0Z
Estimated Completion Date
September 1997
September 1997
July 1997
June 1997
March 1998
April 1998
October 1997
November 1997
by your company, stating approximate
Month and Year Completed
February 1995
April 1995
October 1995
February 1996
March 1996
November 1996
December 1996
Description of Work
Infrastructure for 22 acre industrial site, utility installation
including water, sewer and drainage.
Allans Road Site Utilities Extensive site work including clearing and grubbing of 13
acres, excavation and stripping of approximately 95,000
1 of 2
06/24/97
City of Port Angeles Ediz Hook
2430 E Bakerview Rd Bellingham, Washington 98226 (360) 676 -5094
Hogg Subdivision
Jerry Smith Chevrolet
Lynden Door
2 of 2
06/24/97
City of Port Angeles Ediz Hook
yards. Construction of access road, utilities, storm drainage,
detention basin and rock wall
Roadway and utility improvements in and around the Hogg
Subdivision in Sedro Woolley, Washington, including the
installation of 1/2 mile sewer line, 1/4 mile water line and 1/4
mile storm drain.
Construction of a Chevrolet Dealership in Anacortes,
Washington. Work included site clearing, installation of a
closed septic system, 1 mile of 12" ductile iron waterline, 1/2
mile storm drain, 20,000 yards grading and 15,000 yards
import materials.
Alpha Tech Production Facility Site preparation including excavation, fill, grading, utilities
and construction of 20,000 SF building and office.
Site preparation including excavation, fill, grading and utilities
as well as the construction of a 75,000 SF office and
production facility.
LISTING OF PROPOSED SUB- CONTRACTORS
Bidder shall list all subcontractors 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, write "NO SUB CONTRACTORS WILL BE USED
1
NAME AND ADDRESS DESCRIPTION OF WORK
5TeAtTs
P• O 29/4
sLa A.,)c, c_as Li, A L Lv G �7L;
1
1
t
IGNATURE and TITLE
X0011522.072/F►NAi.07/31/97
James A. Gebhardt, Vice President
P1 -8 PART I— BIDDING REQUIREMENTS
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER: Strider Construction Co., Inc.
DATE: August 26, 1997
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in
bid are those named herein; that the bid is in all respects fair and without fraud; and that it is
made without any connection or collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plan, specifications, and contrac
documents, hereinafter referred to as the project manual, for the construction of the propo c
project improvement(s); that it has personally inspected the site(s); that it has satisfied itself a."
the types and quantities of materials, the types of equipment, the conditions of the wort
involved, including the fact that the description of and the quantities of work and materials, 11(
types of equipment, the conditions of and the work involved as included herein, are brief and
intended only to indicate the general nature of the work and to identify the said quantities witl
the corresponding requirements of the project manual; and that this bid is made in accordal(
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
surface information and has utilized all data which it believes is pertinent from the City EnginL r
hereinafter also referred to as the City or Owner, and such other source of information as 1
determined necessary in arriving at its conclusion.
The kidder further certifies that the subcontracting firms or businesses submitted on h
LISTING OF PROPOSED SUB CONTRACTORS will be awarded subcontracts for
described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the suit
who will provide the performance bond is:
Name of Surety:
Address of Surety:
X0011522.072/FIN&L 07/31/97
BID FORM
United Pacific Insurance Company
2505 South 320th Street
Federal Way, WA 98003
1
1
1
1
1
1
r
1
P1 -9 PART I— BIDDING REQUIREMEI
1
1 BID FORM
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SCHEDULE A OFF -BASE FACILITIES
Item Estimated ITEMS WITH UNIT PRICE :BID UNIT PRICE AMOUNT
No. quantities for (unit prices to be written in words)
comparing
bids only
I Lump Sum Mobilization
2 Lump Sum Maintenance Protection of Traffic
3 200 Hours Traffic Control Labor
4 Lump Sum Construction Surveying
5 Lump Sum Trench Safety System
6 Lump Sum 4 -Inch D.I. Canal Crossing and
Connection
7 2385 Lineal 4 -Inch HDPE Forcemain
Feet
8 6 Each 4 -Inch Cleanout Assembly
9 17 Each Cut -in 4 -Inch Cleanout Assembly
10 Lump Sum Repair Existing 4 -Inch Forcemain;
Sta. 21 +55
l I 16 Each Service Connection
12 315 Lineal 2 -Inch HDPE Service Connection
Feet Forcemain
X0011522.072/FtNn1. 07/31/97
Dollars Cents Dollars Cents
/8,C00 c J G( OCJ
2,C 00 Z OCO 06
32 (fib 6.4Ck
3,00o, QO 3,0
/MO( (y) /.0 1)
OCR c 7 on by
(0 L‘7000
/300 bQ s bU
OO CA
5QC. 00 &)0O C'O
/Z 378o co
P1 -10 PART I— BIDDING REQUIREMENTS
Item Estimated ITEMS WITH UNIT PRICE BID UNIT PRICE AMOUNT
No. quantities for (unit prices to be written in words)
comparing
bids only
Dollars Cents Dollars Cer
13 2215 Lineal Asphalt Pavement Repair
Feet O Q
14 Lump Sum OB -1 System; Sta. 20 +00
15 Lump Sum OB -2 System; Sta. 34+00
16 Lump Sum OB -3 System; Sta. 102 +00
17 Lump Sum OB-4 System; Sta. 105 +70
1
1
6.co0 Op CD,00D
Loco 00 6,000 lea
(,000 30 6, 00o
1 CO fsQoc�cSa
18 Lump Sum OB -5 System; Sta. 109 +30 1
CO30oo CO
19 Lump Sum Restoration and Cleanup
20 Lump Sum Spare Equipment
X0011522.072/Fm AL 07/31/97
s000 60 s7000
2,C�Cp hb 2.0 gSZ�
21 3 Each Automatic Air Release Valve
Assembly r, y. pa 06 2.00_
Schedule A Sub -Total 9. 86,511
7.9% Washington State Sales Tax /4.,21.'
Schedule A Total $20484 4 e
1
Note: Items 14, 15, and 18 may be deleted by the City at its option, after Award. See Sp
Provisions Section 1- 02.11.
1
P1 -11 PART I— BIDDING REQUIREME1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SCHEDULE B USCG BASE FACILITIES
Item Estimated ITEMS WITH UNIT PRICE BID UNIT PRICE AMOUNT
No. quantities for (unit prices to be written in words)
comparing
bids only
1 Lump Sum Mobilization
2 Lump Sum Mamtenance Protection of Traffic
3 160 Hours Traffic Control Labor
4 Lump Sum Construction Surveying
5 Lump Sum Trench Safety System
6 2685 Lineal 4 -Inch HDPE Forcemain
Feet
7 1005 Lineal 3 -Inch HDPE Forcemain
Feet
8- 1570 Lineal 2 -Inch HDPE Service Connection
Feet Forcemain
9 7 Each 4 -Inch Cleanout Assembly
10 1 Each 3 -Inch Cleanout Assembly
11 570 Lineal Asphalt Pavement Repair
Feet
12 10 Square Cement Concrete Sidewalk
Yards
13 Lump Sum USCG -1; CPO Club System
X0011522.072/FINAL 07/31/97
Dollars Cents Dollars Cents
/5:Coh C>O /s.000 CO
Zan C 3•C)O0 RAJ
32 60 5/2.0 a3
3600 CO .3000 M
/COO 1 o IMO CO
/2 X .3ZZZ0 Ol3
/a ao c so co
'7 in rol9i
/'3oo co woo c 0
bo 06 /70D 00
1/ 0 0 Ca 270 Ott
4s 00 15 0 0()
ilsya. 00 SOU c
P1 -12 PART I— BIDDING REQUIREMENTS
Item
No.
Estimated
quantities for
comparing
bids only
14 Lump Sum
15 Lump Sum
16 Lump Sum
17 Lump Sum
18 Lump Sum
19 2 Each
20 Lump Sum
21 Lump Sum
ITEMS WITH UNIT PRICE BID
(unit prices to be written in words)
USCG -2 System; Medical/Exchange
System
USCG -3 System; Group Support/
Dock System
USCG -4 System; Administration
Building System
USCG -5 System; Hanger System
USCG -6 System; Washdown Pad
System
Pressure Cleanout
Restoration and Cleanup
Spare Equipment
UNIT PRICE
Dollars Cents
r3Ot
Otb
/g C CO
/2.4CC G4
26,000 00
551) O0
50b0 60
��O6O00
Schedule B Sub -Total
7.9% Washington State Sales Tax
Schedule B Total
SUMMARY OF CONTRACT COST:
Subtotal Schedule A (Including Sales Tax)
Subtotal Schedule B (Including Sales Tax)
GRAND TOTAL CONTRACT COST (INCLUDING SALES TAX)
Basis of Contract Award is the total of Schedules A and B.
Section 1- 02.11.
X0011522.072/FINAL 07/31/97
See
AMOUNT
1
1
1
Dollars Ceni
/.000 ca
36,060+ o0
L4000 cya
/2,00Q
21,,000 00 it
1, 100 OCR
1
SC 00 3c
1
Loc
1
2I ,4oO s
-7,
235" f,, 53
204.864. 3-4
235, 6531
$440 677•1
Special Provisto
P1 -13 PART I— BIDDING REQUIREMEI
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda Nos. 1 (dated 8/14/97)
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.
Bidder's firm name
Tele. No.
Sign
360 62.6-094
ames A. Gebhar t
Print Name: James A. Gebhardt
BID FORM
Strider Constrnrtinn Cr
Complete address 2430 E. Bakerview Road
(Street address)
Title
Bellingham. WA 98226
(State) (Zip)
Vice President
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.
X0011522.072/FINAL 07/31/97 P1 -14 PART I- BIDDING REQUIREMENTS
SECTION 00900
ADDENDUM NO. 1
EDIZ HOOK USCG BASE
WASTEWATER FACILITIES
PROJECT NO. 92-11
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
NOTICE is hereby given that the Contract Documents are modified as follows:
DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
Page 7 -2, Section 7 -17.2, Materials
Add the following, describing the eccentric plug valve for connection near the helicopter
washdown area:
Operator and control system shall be rated and installed for use in a
Class I, Division 2 explosive- hazardous area. Install conduit seals as
needed to comply with NEC requirements.
ADDM01.DOC
SPECIFICATIONS
DIVISION 8 MISCELLANEOUS CONSTRUCTION
Page 8 -24, 8- 31.2(8), Electrical
Add the following:
Pump station equipment shall be rated for use in a Class 1, Division 1
explosive- hazardous area as appropriate, and station as a whole shall
be designed to meet the requirements of the National Electric Code
pertaining to classified areas.
Page 8 -25, 8- 31.3(2), Electrical Installation
Add the following:
Install station electrical equipment as recommended by the
manufacturer and in compliance with the National Electric Code.
00900 -1 ADDENDUM NO. 1
DRAWING 12
To meet Class I, Division 1 explosive- hazardous requirements, revise the column PUMP
TYPE/ IMPELLER DIAMETER as follows:
ADDM01.DOC
INSTALLATION
OB -1
OB -2
OB -3
OB -4
OB -5
USCG -1
USCG -2
USCG -3
USCG -4
USCG -5
USCG -6
Issued August 14, 1997
R. W. Beck, Inc.
DRAWINGS
PUMP TYPE/
IMPELLER DIAMETER
G1LX, 3 SIMPLEX
G1LX, 3 SIMPLEX
G1X, 4.62 SIMPLEX
G1X, 4.62 SIMPLEX
G2HX, 5.25 SIMPLEX
G2HX, 5.25 SIMPLEX
G2HX, 5.75 DUPLEX
G2HX, 6.87 DUPLEX
G2HX, 5.75 DUPLEX
G2HX, 5.25 SIMPLEX
G2HX, 5.25 DUPLEX
END OF ADDENDUM NO. 1
1 ors: I -2S -9
00900 -2 ADDENDUM NO. 1
Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the
amount of which amount is not less than five (5 percent
of the total bid.
SIGN HERE
KNOW ALL MEN BY THESE PRESENTS:
Strider Construction United Pacific
That we„ Co., Inc. 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
Five Percent of Total Amount Bid Dollars, for the payment of which the Principal and the
Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal
for: Ediz Hook /USCG Base Wastewater Facilities
Project No. 92 -11
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
By.
Unit acific Insures
Str
By:
Juli
Dated:
CF
�1W
Glover, Attorney -In -Fact
Received return of deposit in the sum of
X001 1522.072/FINAL 07/31/97
BID BOND FORM
BID BOND
D DATED THIS 25th day of August
James A. Gebhardt, Vice President
Company Principal
Surety
19 97
P1 -15 PART 1- BIDDING REQUIREMENTS
THE FACE OF THIS DOCUMENT HAS OLORED BACKGROUND ON WHITE PAPER
1
1
RELIANCE SURETY COMPANY
UNITED PACIFIC' INSURANCE''COMPANY
i 4'
KNOW' MEN BY THESE' PRESENTS; _that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del-
aware,' and that RELIANCE INSURANCE, UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws
of the' Commonwealth of'Pennsylvania and khat RELIANCE NATIONAL INDEMNITY COMPANY is a' corporation duly organized under the laws of
the State of Wisconsin (herein collectiv_ely'; called "the Companies and that the Companies by virtue of signature and seats do hereby make,
constitute and appoint Cindy, +Darlene Jakielski, M.J. Cotton, Steven K. Bush, Nancy J. Osborne, Mike Amundsen, Scott, Mark
A. Jensen, Julie M. Glover;''of Kirkland;,'- Washington their_true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver for and on their
behalf,_ as act and deed any,and all bonds and_ undertakings of suretyship and to bind the Companies thereby as fully and to the same
extent asif such bonds and'undertakings and other writings obligatory' in the nature thereof 'were signed by.an 'Executive Officer-of the Companies
and sealed and attested by One other` of such officers, and hereby ratifies and confirms all that their said Attorney(s) =in -Fact may, do in pursuance
hereof.-
Thi Po of Attorney Is. granted under and
by the authority of Article' VII of the�By -Laws of RELIANCE ,SURETY COMPANY,
I NATIONAL INDEMNITY COMPANY which
4yrici.s VII= EXECUTION OF BONDS AND UNDERTAK --1'1'''''
e Bexrd hi Direqt siden h Chairman of theBoard. any Senior Vice President, any Vice President ocAsiistant thce;Pres dent Cr th if 9 "tliby the Board
authority, sublect to thetennx and limitations of the, Power, crC ,AttciMey sued I NCE INSURANCE "COMPANY =UNITED 'PACIFIC- INSURANCE COMPANY, and RELIANCE °NAT
i recogndances, contracts of mdemnity,and, writings 'obligatory in the, nature thereof. ;j' 11 t
Attorne ll°
i S' dtplv�,i A' e ''j1i i i i
(sl- in-Fact shall Mave power'and aut hority 'to execute ae o
affidavits required to be attchd to bnds,.reco n a o ntracts of +n
y p g rzanoes, co= ndemrnty+orother conditional or obligatory
undertekings` and they shall also have pOwer author+ty,to,cert +fy ttie finana+ai'statement of the Company and to copies of, the By Laws =o[ihe Company oi any_arncle =o� section thereof.
'i`j "i14 „l iI i'i'' h' t.• ':,:2',>,
"0'111 "1141�14yI, 'p l' �;�'d�la r', 5.,. l'2:4?,;',-r-7,- 7,”
This Power'of Attorney_+s s+gned!a�d lsealed by` and by�_authonry of the following resolution adopted by the Executive end Finane;Committ o f the'Boards of Directors of Reliance
I Insurance Company, Urated Pacifietirie ance:Compan and Rebance Nationaltndemmry Company by Unanimous Consent' dated, as of February 28 -1994 and by. the Executive and Financial
Committee of =the Board ofD+rectors of- Reliance SuretyCompany by Unan+mous dated as of March 31, 1994 N
Iv_thbt =the signatures ofdsuch_directors!;and ofhce�s arid- the seal of_the'Company may-'be affixed_W an such Power of Attoiney:or any certificates eC thereto by
facs+mde,and any such Power of Attorney or cerp beanng such facsimile or facsimile seal shall.be valid and,binding upon the Company, and any such Power so
executed and cert+Tedbyfacs+mlles+gnatures and facsrmrle shaltbe valid and binding upon the Company, in the future -with respect to any /bond or undertaking to which it is
i m ,ms's" i•,,_.
e` presents to be signed and their corporate seals, to be 'hereto 'affixe 31,
IN_WITNESS WHEREOF;°
1996:
ai
STATE OF,Washington
COUNTYiOF Kin g
!:j' I' i:,l��',i 11 I p „°p',;�f;: +,I,; €i7 1�'I ''I” Irk "i:
On his,October 31, 1996;; 1' I ;beforenie,'Janet',Blankiey; personally appeared,; Mark, W: Alsup ivho'_acanowledged -himself to_be the Vice President
of le'Relle Surety'Cornoanv: Relianceti ''lnsurancel''Comoanv:;:. United' Pacific-Insurance'Comoanv -and Reliance Company and
g ,p-
NOTARY'" <t
PUBLIC
r q 12-2947 o
,t
wasa
RELIANCE INSURANCE COMPANY
RELIANCE NATIONAL INDEMNITY COMPANY
,i,
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
SURETY COMPANY,
RELIANCE INSURANCE COMPANY
UNITED' PACIFIC ,INSURANCE COMPANY
LIANCENATIONAL°'INDEMNITY COMPANY
No ary Public iri and to!' the' State of Washington
Redding at Puyallup
I, Robyn Layng, Assistant Secretar o RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power
of Attorney executed by said Companies, which is still in full force and effect.
I IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 26 day of August 19 97
Assistant Secretary
THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK HOLD AT AN ANGLE TO VIEW
PART 2
CONTRACT FORMS
(TO BE SUBMITTED AT CONTRACT EXECUTION)
THIS AGREEMENT, made and entered into in duplicate, this
f5 ay of ,/j l 19 4z, by and between the
CITY OF PORT ANGELES, hereinafter called the Owner, and
Strider Construction Co. I hereinafter called the
Contractor,
WITNESSETH:
That in consideration of the terms and conditions contained
herein and attached and made a part of this agreement, the
parties hereto covenant and agree as follows:
1. The Contractor shall do all work and furnish all tools,
materials, and equipment for
Ediz Hook USCG Base Wastewater Facilities
Project No. 92 -11
in accordance with and as described in the attached plans and
specifications and the Standard Specifications for Municipal
Public Works Construction, referred to as the project manual,
and shall perform any alterations in or additions to the work
provided under this contact and every part thereof.
This contract is subject to minimum wage requirements of
Section 1 -07.9 (Wages) of the Standard Specifications.
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.
Work shall start within ten (10) days after execution of contract
and be completed in 70 (working) 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 uncompleted after expiration of the specified time.
The Contractor shall provide and bear the expense of all
equipment, work and labor of any sort whatsoever that may be
required for the transfer of materials and for constructing and
completing the work provided for in this contract and every part
thereof; except such as are mentioned in the specifications to be
furnished by the Owner.
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 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.
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.
X0011522.072 /FINAL 08/01/97 P2 -1
CONTRACT
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.
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) 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.
[City e ngeles]
CONTRACTOR[ Strider Construction Co. Inc.__]
N. e of Contractor
By
Title Pr si ent
Ap.. ed as to form
U eg Hinton
City Clerk
Attest:
PART 2— CONTRACT FORMS
KNOW ALL MEN BY THESE PRESENTS:
That we. the undersigned. Strider Construction Co. Inc. as Principal. and
United Pacific a corporation, organized and existing under the laws of the State of
TnSllran!`P Company g g
Washington. as a surety corporation. and qualified under the laws of the State of Washington to
become surety upon bonds of contractors with municipal corporations as surety, are jointly and
severally held and firmly bound to the City of Port Angeles in the penal sum of 440,517.94----
for the payment of which sum on demand we bind ourselves and our successors. heirs.
administrators or personal representatives, as the case may be.
This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances
of the City of Port Angeles.
Dated at
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 Strider Construction Co. Inc.
the above bounded Principal, a certain contract. the said contract being numbered 92 11
and providing for Ediz Hook /USCG Base Wastewater Facilities
(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, Strider Construction Co.. Inc. shall faithfully perform all of
the provisions of said contract in the manner and within the time therein set forth. or within such
extensions of time as may be granted under said contract. and shall pay. all laborers. mechanics,
subcontractors and materialmen. and all persons who shall supply said Principal or subcontractors
with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City
of Port Angeles harmless from any damage or expense by reason of failure of performance as
specified in said contract or from defects appearing or developing in the material or workmanship
provided or performed under said contract within a period of one year after its acceptance thereof by
the City of Port Angeles. then and in that event, this obligation shall be void; but otherwise. it shall
be and remain in full force and effect.
Signed this /1 day of .5c—:-fire—g1
United Pftejfic Insura Company
Title
By
Glover
av ;n Farr
X001 1522.072/FiN AL 08/01/97
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
Washington, this
By
,19 97.
Strider Construction Co.. Tnc.
Principal
Title
Gk Hinton
Pnt
Bond U2818902
day of 1997
P2 -2 PART 2- CONTRACT FORMS
THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER
I UNITED PACIFIC INSURANCE COMPANY' RELIANCE NATIONAL INDEMNITY COMPANY
ADMINISTRATIVE OFFICE, PHILADELPHIA, PENNSYLVANIA
1
1
1
1
1
RELIANCE SURETY COMPANY
KNOW ALLMEN BY THESE PRESENTS, that RELIANCE SURETY COMPANY is a corporation duly organized under the laws of the State of Del-
aware, and that RELIANCE INSURANCE COMPANY and UNITED PACIFIC INSURANCE COMPANY, are corporations duly organized under the laws
of the Commonwealth'" of'Pennsylvania and that RELIANCE NATIONAL INDEMNITY COMPANY is a corporation duly organized under the laws of
the State of Wisconsin (herein collectively called "the Companies and that the Companies by virtue of signature and seals do hereby make,
I constitute and;,,appoint', „Cindy L. Villasista, Darlene Jakielski, M.J. Cotton, Steven K. Bush, Nancy J. Osborne, Mike Amundsen, S.M. Scott, Mark
A. Jensen, Julie M. Glover, of Kirkland, Washington their true and lawful Attorney(s) -in -Fact, to make, execute, seal and deliver for and on their
behalf, ant tea their act and deed any all bonds and undertakings of suretyship and to bind the Companies thereby as fully and to the same
extent-as if such'bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the Companies
and sealed and attested by one other of such officers, and hereby ratifies and confirms all that +their said iAttorney(s) -in -Fact may do in pursuance'
I hereof.
This -Power of_Attorney_ is granted_ under and by the authority' of Article VII of the ,By-Laws of RELIANCE SURETY,, COMPANY,
RELIANCE INSURANCE= COMPANY; °UNITED PACIFIC- INSURANCE COMPANY,' and RELIANCE NATIONAL INDEMNITY;; COMPANY which
provisions are; now;.in.full, force and effect, reading as follows: ire
POWER OF ATTORNEY
lo
ARTICLE VII EXECUTION OF BONDS AND UNDERTAKINGS
Boar o ("Directors, the President, the,Chairinan of the Board, any Senior Vece'President. any Vice President or Assrstant_Vrce,,President or other officer designated by the of
Directors` shall have power and'authority to (a) appointAttorney(s)-in -Fact and to authorize them to execute on behalf of the Company „tionds;and, undertakings, recognizances „contracts of indemnity
I and other wiihngs'obbdetory o ttie nature thereof,.and (b) to remove any such Attorney(s)-in-Fact at any time and revoke the power and'euthonty; given to them
v;
2., -1n =Fact shall have po and authority, subject to the terms, and iimrtations of.the Power of Attorney „d,issued,to themX46 execute deliver on behalf of -the Company, bonds
and undertakings„'irecognizances, oCentracts of rndemnity and other wntrngs obbgatory the' nature' thereof The, corporate seal, is°not necessary for the validity of_any bonds and undertakings,'
recognizances, contracts of indemnit and other writings obligatory in the nature thereof o
3. 'Attorney(s)-in -Fact shall have power and authority to execute affidavits required to-be attached`to bonds; recognizances, contracts of indemnity or -other conditional`or obligatory.
undertakings'andthey shall also have power and authority -to certify the financial statement of theLCompany and to copies of the By -Laws of_tha Company,orany article or section thereof.
r s'r
n i Executive, 1994 and he Executiveran nancial
n ni u n Aa ed' as'of
This
ru 28” 199 nil b t d Fi
i n i 'Indemnity _b U a mo s, onsa t t Feb
I
i urartce an and Rel a ce Nat oval 'Inds t C an C
In n' "'n U "ih .Ins Com om
ura ce Coma nt d'Pac c arY by s e v v- Y
P Y.- _P Y P
i nce _n n dated o 31 1994.
Committee of the Board of_Directors of Rel a Surety_Compa y_by_ Unanimous Goose t t as t
;�lr`� Ressolved that�the';srgnatures_ of such directors and officers and seal of the -Company may- be afflxed- to_any s Power, of Attorney or ,any certificates relating thereto by`,:
o
mile,and any
I' facsi'
y s „uch� ,awer of Attorney or certificate bearing such facsimile signatures fal binding, upon the Company and any such Power so
,:m fI b
e,�. y l f .a., o. acsimile seal shill be valid an
the bond or g which 1 i s
'�t to any bon undertaken' to whit
CoMP anies_have caused these_ presents to obe;, and their corporate' see
IN WITNESSWHEREOF
1996:
STATE OF,;Wa
COUN King'',°
On ti s; October 31;,,;1
h 996 before me, Janet' Blankley, personally appeared,, Alsup, whoa +,acknowledged himself to be the Vice President,.
of the;: Reliance;!''Surety`Company, Reliance Insurance Company, United Pacific Insurance Company; °and, Reliance National Indemnity Company, and'',,
that ,as such;°,li;being ,authorized to do so,', executed, the foregoing instrument for the purpose "therein" contained by signing the name of the
corporation by -'himself: as its duly authorized officer. ir 'f!
i B
In witness 'whereof,'1 hereunto set my hand and official seal. 4 +zbY4
4° NOT RY�s �.c i
PUBLIC
12.2947 0
I IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of
RELIANCE INSURANCE COMPANY
Assistant Secretary
s ^;to be, hereto affixed, this'October, 31
RELIANCE SURETY COMPANY
RELIANCE INSURANCE COMPANY;
UNITED PACIFIC INSURANCE COMPANY',"
,AELIANGE NATIONAL INDEMNITY COMPANY
No ary Public in and for the State of Washington
Re -ding at Puyallup
1 1, Robyn Layng, "Assistant Secretary of RELIANCE SURETY COMPANY, RELIANCE INSURANCE COMPANY, UNITED PACIFIC INSURANCE COMP-
ANY, and RELIANCE NATIONAL INDEMNITY COMPANY do hereby certify that the above and foregoing is a true and correct copy of the Power
of Attorney executed by said Companies, which is still in full force and effect.
19
THE BACK OF THIS DOCUMENT CONTAINS AN ARTIFICIAL WATERMARK HOLD AT AN ANGLE TO VIEW
DT-I- CO 1CJ• JVI"il 1 111L. VI 11 I 1 \VVI 1 J'.JC' 1 ..J'I V�.
ACORD CERTIFICATE OF'LIABILI 'LIABILITY 1 NSURANcggis..
RODUCEF
1
1
1
1
1
1
li he Unity Group Bellingham
10 Unity Street, P.O. Box X
ellingham WA 98227
Sheldon L. Satterthwaite
1[ 0.No. 360 -647 -9000 FsxNa 360- 734 -8496
suREo
0
TYPE OF INSURANCE
1 GENERALLIAEOLITY 1
I X I COMMERCIAL GENERAL LIABILITY
I I I CLAIMS MADE
OCCUR
L X OWNER'S CONTRACTOR 5 FAO 1
I 1 X S t ov Gap
I
AUTOMOBILE LIABILITY
ilk ANY N!
AU. OWNED AUTOS
—.A 3CHEDU -ED AUTOS
HIRED AUTOS
I J NON-ON/NW AUTOS
I
i
I GARAGE LIABILITY
ANY AUTO
EXCESS UABILRY
I UMBRELLA FORM
I OTHER THAN UMBRELA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
j THE PROPRIETOR/
PARTNERS/EXECUTIVE
OFFICERS ARE.
I OTHER
INCL
I EXCL
52058507
52058507
POLICY NUMBER
52058507 06/23/97 06/23/98
A SCRIPTION OF OPERATIONSROCATIONsNEHICLES !SPECIAL ITEM
Re: Ediz Hook U.S.C.G. Base pro ect #9211. The City of
U.S. Coast Guard and R.W. Beck Engineers, 1001 4th Ave,
eattle, Wa. 98154 -1004 are Additional Insureds.
II
CERTIFICATE FIOLDER
'CORD 254 (tab)
City of Port Angeles
321 E. 5th St.
Port Angeles wA 98362 -1150
XXXXX X
DATE (MM/DO/YY)
09/17/97
44Ol-9El--TH1S CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY
A Ohio Casualty
COMPANY
B
COMPANY
C'
Strider Construction_ Co., Inc.
2430 East Bak.erview Rd
Bellingham WA 98226
I oVAQS
THIS I5 TO CERTIFY TI-IAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY' CONTRACT OR OTHER DOCLImENT WITH RESPECT To WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED �Y PAID CLAIMS
COMPANY
D
POLICY EFFECTIVE POLY EXPIRATION 1
GATE (MM /DO/YY) DATE (MOONY)
06/23/97 06/23/98
06/23/97
CANCELLATION
AUTHORIZED REPRESEN7A1IVE
Sheldon L. Satte t
Port Angeles, The
Suite 2
LIMITS
IGENERAL A GGREGATE
i PRODUCTS COMP /OP AGG I
j PERSONALS ADV INJURY
EACH OCCURRENCE
FIRE DAMAGE (Any one Ere; I
1 MED EXP (Any one person)
^OMSINED SINGLE LIMIT
BODILY INJURY
(Per person;
BODILY INJURY
(Per accident)
PROPERTY DAMAGE
AUTO ONLY EA ACCIDENT 1 ffi
OTHER THAN AUTO ONLY, I
EACH ACCIDENT I
AGGREGATE IS
I EACH OCCURRENCE
0 6/23/98 AGGREGATE
1 II WC STATU-
TORV UMfTS
s2,000,000
52,000,000
51,000,000
$1,000,000
$50,000
$5,000
$1,000,000
!$2,000,000
,52,000,000
EL EACH ACCIDENT I E
E. DISEASE POLICY LIMIT
EL DISEASE EA EMPLOYEE
or ze.a.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES EE CANCELLED BEFORE THE n
'n EXP%RAT +ON DATE THEREOF THE ISSUING COMPANY WILL 4
i DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
QACORD CORPORATION 4988'
PART 3
AMENDMENTS TO STANDARD SPECIFICATIONS
AND SPECIAL PROVISIONS
INTRODUCTION
The following Amendments and Special Provisions shall be used in conjunction with the 1996
Standard Specifications for Road, Bridge, and Municipal Construction (English).
AMENDMENTS TO THE STANDARD SPECIFICATIONS
The following Amendments to the Standard Specifications are made a part of this contract and
supersede any conflicting provisions of the Standard Specifications. For informational purposes,
the date following each Amendment title indicates the implementation date of the Amendment or
the latest date of revision.
Each Amendment contains all current revisions to the applicable section of the Standard
Specifications and may include references which do not apply to this particular project.
SECTION 1 -02, BID PROCEDURES AND CONDITIONS
March 3, 1997
1 -02.13 Irregular Proposals
The reference to Section 1 06.6 in item 1. h. is revised to read Section 1 02.6.
SECTION 1 -04, SCOPE OF THE WORK
March 3, 1997
1 -04.6 Increased or Decreased Quantities
The first sentence of Item no. 1 in the first paragraph is revised to read:
Either party to the contract will be entitled to renegotiate the price for that portion of the actual
quantity in excess of 125 percent of the original bid quantity.
Item no. 2 in the first paragraph is revised to read:
Either part to the contract will be entitled to an equitable adjustment if the actual quantity of
work performed is less than 75 percent of the original bid quantity. The equitable adjustment in
the case of decreased quantities shall be based upon any increase or decrease in costs due solely
to the variation of the estimated quantity. The total payment for any item will be limited to no
more than 75 percent of the amount originally bid for the item.
Item no. 4 in the second paragraph is deleted.
X0011522.072/FINAL 07/31/97
P3 -1 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
SECTION 1 -06, CONTROL OF MATERIALS
April 28, 1997
1- 06.2(1) Samples and Tests for Acceptance
This section is supplemented with the following:
The CONTRACTOR may observe any of the sampling and testing performed by the
ENGINEER. If the CONTRACTOR observes a deviation from the specified sampling and
testing procedures, the CONTRACTOR shall verbally describe the deviations observed to the
ENGINEER or designated representative immediately, and shall confirm these observed
deviations in writing to the ENGINEER within 24 hours, referencing the specific procedure
steps. The ENGINEER will respond in writing within three working days of the receipt of the
CONTRACTOR's written communication.
SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
March 3, 1997
1- 07.9(5) Required Documents
The fifth sentence of the third paragraph is revised to read:
Employee labor descriptions used on certified payrolls shall coincide exactly with the labor
descriptions on the minimum wage schedule in the contract unless the ENGINEER approves an
alternate method to identify labor used by the CONTRACTOR to compare with labor listed in
the contract provisions.
1 07.11(10)B Required Records and Retention
The reference •to "PR 1391" in the first sentence of the second paragraph is revised to read
"FHWA 1391".
The third paragraph is revised to read:
All CONTRACTORS /SubCONTRACTORS having contracts of $100,000 or more that are
Federally funded shall submit WSDOT form 820 -010 to the Project ENGINEER by the fifth of
the month during the term of the contract. The CONTRACTOR/subcontractor shall maintain
this Information for all Contracting Agency funded projects, and those Federally funded projects
under $100.000.
1 07.13(4) Repair of Damage
The second sentence of the first paragraph is revised to read:
For damage qualifying for relief under Section 1- 07.13(1), 1- 07.13(2), and 1- 07.13(3), payment
will be made in accordance with Section 1 -04.4.
X0011522.072/F1NAL 07/31/97
P3 -2 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
SECTION 1 -09, MEASUREMENT AND PAYMENT
March 3, 1997
1 -09.8 Payment for Material on Hand
The first sentence of the fifth paragraph is revised to read:
The Contracting Agency will not pay for material on hand when the invoice cost is less than
$2,000.
SECTION 1 -10, TEMPORARY TRAFFIC CONTROL
March 3, 1997
1- 10.2(1) Traffic Control Supervisor
This section is revised to read:
1- 10.2(1) General
The CONTRACTOR shall designate an individual or individuals to perform the duties of Traffic
Control Manager (TCM) and Traffic Control Supervisor (TCS). The TCM and TCS shall be
certified as a worksite traffic control supervisor by one of the organizations listed in the Special
Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM can
also perform the duties of the TCS. The CONTRACTOR shall identify an alternate TCM and
TCS that can assume the duties of the assigned or primary TCM and TCS in the event of that
person's inability to perform. Such alternates shall be adequately trained and certified to the
same degree as the primary TCM and TCS.
The CONTRACTOR shall maintain 24 -hour telephone numbers at which the TCM and TCS can
be contacted and be available upon the ENGINEER request at other than normal working hours.
The TCM and TCS shall have appropriate personnel, equipment, and material available at all
times in order to expeditiously correct any deficiency in the traffic control system.
1 10.2(1)A Traffic Control Manager
The duties of the Traffic Control Manager include:
1. Discussing proposed traffic control measures and coordinating implementation of the
CONTRACTOR- adopted traffic control plan(s) with the ENGINEER.
2. Coordinating all traffic control operations, including those of SubCONTRACTORS,
suppliers, and any adjacent construction or maintenance operations.
3. Coordinating the project's activities (such as ramp closures, road closures, and lane closures)
with appropriate police, fire control agencies, city or county Engineering, medical emergency
agencies, school districts, and transit companies.
4. Overseeing all requirements of the contract which contribute to the convenience, safety, and
orderly movement of vehicular and pedestrian traffic.
X0011522.072/FINAL 07/31/97
P3 -3 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
5. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD
for Streets and Highways for the State of Washington and applicable standards and
specifications available at all times on the project.
6. Attending all project meetings where traffic management is discussed.
7. Review TCS's diaries daily and
be responsible for knowing "field" traffic control operations.
1- 10.2(1)B Traffic Control Supervisor
A TCS shall be on the project whenever traffic control labor is required or as authorized by the
ENGINEER.
The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS
shall be able to be on the jobsite within a 45- minute time period after notification by the
ENGINEER.
The TCS's duties shall include:
1. Inspecting traffic control devices and nighttime lighting for proper location, installation,
message, cleanliness, and effect on the traveling public. Traffic control devices shall be
inspected each work shift except that Class A signs and nighttime lighting need to be checked
only once a week. Traffic control devices left in place for 24 hours or more should also be
inspected once during the nonworking hours when they are initially set up (during daylight or
darkness, whichever is opposite of the working hours).
2. Preparing a daily traffic control diary on DOT Forms 421 -040A and 421 -040B, which shall
be submitted to the ENGINEER no later than the end of the next working day to become a
part of the project records. The CONTRACTOR may use their own form if it is approved by
the ENGINEER. Include in the diary such items as:
a. When signs and traffic control devices are installed and removed,
b. Location and condition of signs and traffic control devices,
c. Revisions to the traffic control plan,
d. Lighting utilized at night, and
e. Observations of traffic conditions.
3. Ensuring that corrections are made if traffic control devices are not functioning as required.
The TCS may make minor revisions to the traffic control plan to accommodate site
conditions as long as the original intent of the traffic control plan is maintained and the
revision has concurrence of the, WSDOT TCS.
4. Attending traffic control coordinating meetings or coordination activities as authorized by the
ENGINEER.
X00I1522.072/FrNAL 07/31/97
P3 -4 PART 3— STANDARD SPECIFICATIONS
AND AMENDMENTS
The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the
TCS are accomplished. Possession of a current flagging card by the TCS is mandatory.
A reflective vest and hard hat shall be worn by the TCS.
1 10.2(3) Conformance to Established Standards
This section is supplemented with the following:
The condition of signs and traffic control devices shall be new or "acceptable" as defined in the
book Quality Standards For Work Zone Traffic Control Devices, and will be accepted based on a
visual inspection by the ENGINEER. The ENGINEER's decision on the condition of a sign or
traffic control device shall be final. When a sign or traffic control device becomes classified as
"unacceptable" it shall be removed from the project and replaced within 12 hours.
The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to
the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg,
VA 22407, telephone: (703) 898 -5400, FAX (703) 898 -5510.
1 10.3(1) Traffic Control Labor
The first sentence of the second paragraph is replaced with the following two sentences:
Flaggers and spotters shall possess a current flagging card issued by the State of Washington,
Oregon, or Idaho. The flagging card shall be immediately available and shown upon request by
the Contracting Agency.
The second sentence of the last paragraph is revised to read:
Any work described under this section performed by a Traffic Control Supervisor will not be
paid as "Traffic Control Labor" but will be covered by the item "Traffic Control Supervisor" per
hour.
1 10.3(2) Traffic Control Vehicle
This section is revised to read:
When the bid proposal includes an item "Traffic Control Vehicle," the work required for this
item is furnishing a vehicle or vehicles for the traffic control supervisor and for transporting the
Class B construction signs and other temporary traffic control devices in the "work area" defined
in Section 1 -10.5. The eligible work for transporting signs shall be limited to:
1. Set up and removal,
2. Relocation to and from temporary storage, provided that, the use and Iocation of the
temporary storage is approved by the ENGINEER, and
3. Relocation on the project, provided that, the new locations are in accordance with the
contract plans, approved traffic control plan, or the orders of the ENGINEER.
X0011522.072/Fm &L 07/31/97 P3 -5 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
The traffic control vehicle shall be equipped with a roof or post -mount flashing amber light
visible for 360 degrees.
1 10.3(5) Temporary Traffic Control Devices
The first sentence of the first paragraph is revised to read:
When the bid proposal includes an item for "Temporary Traffic Control Devices the work
required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and
other temporary traffic control devices, unless the contract provides for furnishing a specific
temporary traffic control device under another item.
1 10.4 Measurement
The fourth paragraph is revised to read:
Traffic control supervisor will be measured per hour for each hour a person is actually
performing the duties described in Section 1- 10.2(1)B as authorized by the ENGINEER. A
minimum of 4 hours will be paid when the ENGINEER authorizes the TCS to be on the jobsite
during non working shifts.
The following paragraph is inserted after the fourth paragraph:
No unit of measure will apply to the position of traffic control manager and it will be considered
incidental to unit contract prices. When the traffic control manager performs the duties of the
traffic control supervisor, measurement and payment will be as specified for the traffic control
supervisor.
The sixth paragraph is revised to read:
The days eligible for "Traffic Control Vehicle" will be those days that a vehicle or vehicles are
actually used for the previously described work. The CONTRACTOR may use more than one
vehicle to perform this work, however, all the vehicles used will be considered one unit for the
days that more than one vehicle is used. Vehicles required to be furnished by any other
specifications such as Section 1- 10.3(6) may be used for doing the work required by this section
but will be excluded from payment! under this section.
1 10.5 Payment
The bid item "Traffic Control Supervisor per day, is revised to read:
"Traffic Control Supervisor per hour.
The first paragraph following the bid item "Traffic Control Supervisor" is revised to read:
The unit contract price per hour for "Traffic Control Supervisor" shall be full pay for each hour a
person performs the duties described in Section 1- 10.2(1)B including when performing traffic
control labor duties.
X0011522.072/FINAL 07/31/97
P3 -6 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Under the bid item "Temporary Traffic Control Devices the reference to "Section 1- 10.3(9) is
revised to read "Section 1- 10.3(5)
The first paragraph following the bid item "Traffic Control Vehicle" is revised to read:
The unit contract price per day shall be full pay for all costs involved in furnishing the vehicle or
vehicles for the work ,described in Sections 1- 10.2(1)B and 1- 10.3(2). The operator(s) of the
vehicle(s) will be paid for under the item "Traffic Control Labor" or "Traffic Control
Supervisor
The last paragraph of this section is deleted.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
March 3, 1997
9 -04.3 Joint Mortar
The first paragraph is revised to read:
Mortar for hand mortared joints shall consist of one part Portland cement, three parts fine sand,
and sufficient water to allow proper workability.
SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
March 3, 1997
9- 05.4(7) Coupling Bands
The first paragraph is supplemented with the following:
As an alternate to the coupling bands shown in the Standard Plans, 24 -inch wide flat band
couplers are allowed for use on all sizes of steel pipe arch with 3 -inch by 1 -inch corrugations.
Rubber gaskets for flat band couplers shall conform to the requirements of Section 9- 04.4(3) and
shall have a minimum thickness of 1 inch. When flat band couplers are used, pipe arch ends are
not required to be recorrugated.
9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and PVC
Sanitary Sewer Pipe
The section heading is revised to read:
9- 05.12(1) Solid Wall PVC Culvert Pipe, Solid Wall PVC Storm Sewer Pipe, and Solid
Wall PVC Sanitary Sewer Pipe
The reference to "PVC sanitary sewer pipe" in the first paragraph is revised to read:
"solid wall PVC sanitary sewer pipe"
X0011522.072/FINAL 07/31/97
P3 -7 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
The third paragraph is revised to read:
Fittings for solid wall PVC pipe shall be injection molded, factory welded, or factory solvent
cemented.
SECTION 9 -12, MASONRY UNITS
March 3, 1997
9 -12.4 Precast Concrete Manholes
This section is revised to read;
Precast concrete manholes shall meet the requirements of AASHTO M 199.
Section 9 -12 is supplemented with the following new section:
X0011522.072 /FINAL 07/31/97 P3 -8 PART 3-STANDARD SPECIFICATIONS
AND AMENDMENTS
1
1
1
1
1
1
The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent
lateral displacement.
As an alternate to steel reinforcement, 48 -inch diameter by 3 -foot high eccentric or concentric
cone sections may be reinforced with synthetic fiber. The synthetic fiber shall meet the
requirements of ASTM C 116 Type III. The synthetic fiber shall be added at a rate of 0.75
pounds per cubic yard of concrete and shall be thoroughly mixed with the concrete before
placement in the forms. The synthetic fibers shall be a minimum of 0.75 inches and a maximum
of 2 inches in length. A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of
each cone. No steel is required in the remainder of the cone. Precast concrete units shall be
furnished with knockouts or cutouts.
9 -12.5 Precast Concrete Catch Basins
1
This section is supplemented with the following:
Knockouts or cutouts may be placed on all four sides and may be round or D shaped.
1
1
1
1
1
1
1
1
1
1
SPECIAL PROVISIONS
The following Special Provisions supersede any conflicting provisions of the 1996 Standard
Specifications for Road, Bridge, and Municipal Construction, and the foregoing amendments to
the Standard Specifications and are made a part of this contract.
DEFINITIONS AND TERMS
The term "State" is redefined to mean the City of Port Angeles for this project.
The term "Commission" is redefined for this project to mean the City Council of the City of Port
Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works for the
City of Port Angeles.
The term "Department" is redefined to mean the City of Port Angeles Department of Public
Works for this project.
The terms "ENGINEER" and "Project ENGINEER" are redefined for this project to mean the
City ENGINEER for the City of Port Angeles.
APWA SUPPLEMENT
Section 1 -99, APWA SUPPLEMENT, of the 1996 Standard Specifications for Road, Bridge, and
Municipal Construction, shall be included and made a part of the contract specifications.
PLANS AND SPECIFICATIONS
Section 1 -02.2 of the Standard Specifications is deleted and replaced with the following:
Information as to where plans and specifications can be obtained or reviewed will be found in the
advertisement for the work placed in the OWNER's official newspaper.
Section 1- 02.4(1) is supplemented with the following:
The contract, if awarded, will be on the basis of materials and equipment described in the plans
or specified in the Contract provisions without consideration of possible substitute or "or-equal"
items. Whenever it is indicated in the Plans or specified in the Contract Provisions that a
substitute or "or- equal" item of material or equipment may be furnished or used by the
CONTRACTOR if acceptable to the ENGINEER, application for such acceptance will not be
considered by ENGINEER until after the Effective Date of the Contract.
PROPOSAL FORMS
The term "prequalified" is deleted from Section 1 -02.5 of the Standard Specifications for this
project.
X0011522.072/F[NAL 07/31/97
P3 -9 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
DELIVERY OF PROPOSAL
Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to now
read as follows:
Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS_ and the INFORMATION FOR BIDDERS AND BIDDER'S
CHECKLIST.
COMBINATION AND MULTIPLE PROPOSALS
Section 1 -02.11 of the Standard Specifications is deleted and replaced by the following:
The basis of contract award will be the total of Bid Schedules A and B. The City reserves the
right to award or reject any or all schedules as deemed to be in the best interest of the City.
Award will be based on the lowest responsible bid. Unbalanced bid prices may be considered an
irregularity and considered to be non responsive.
Following award, the City may elect to delete Schedule A, Item No. 14 -OB -1 System; Item
No. 15 -OB -2 System; and/or Item No. 18 -OB -5 System, at City option based on the property
owner decision to not participate in the project cost at this time. Any or all of these three Items
may be deleted by the City by change order and no adjustment will be allowed or due the
Contractor as a result of deleting any or all of these three items, as provided in Section 1 -04.4
Changes.
CONTRACT BOND
Section 1 -03.4 is supplemented with the following:
The CONTRACTOR shall use the Performance Bond as provided in these specifications or other
surety forms subject to City approval. 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.
SCOPE OF THE WORK
See the Request for Proposal for bid opening instructions.
Section 1 -04.1 is supplemented with the following:
The work consists of two primary features:
Off -Base facilities which connect the existing forcemain to the City gravity system and installs
pumping systems to connect to the existing forcemain, and
USCG Base facilities which installs forcemain and pumping facilities to serve the USCG Base
and connects to the Off -Base facilities.
X0011522.072/F NAL 07/31/97 P3 -10 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Contractor Use of Site
Construction Operations shall be limited to street Rights -of -Way and easements identified on the
Drawings.
Normal hours of work shall be 7 A.M. to 10 P.M.
Utility Outages and Shutdown shall be scheduled with the OWNER at least two weeks in
advance of the required outage, shutdown, or cutover.
Work Sequence
At least one lane of traffic in each direction shall be maintained on Ediz Hook Road.
Construction in the Daishowa plant shall be coordinated with the plant operations to minimize
impact to the plant operations.
Construction on USCG Base facilities shall be coordinated with the Base to minimize the impact
to operations.
Helicopter washdown operations shall not be interrupted for more than 8 hours per day.
CHANGES
Section 1 -04.4 is supplemented with the following:
All changes in the work will be on City of Port Angeles' Form PW -029 (DCVR) (see standard
drawings). The CONTRACTOR's mark -up for changes in the work shall be limited as follows:
1. Definitions:
a. DCVR (City of Port Angeles' Document PW -029)
1). A written request for itemized quotations for changes in the work signed by the
ENGINEER; which, if accepted by the City, affects either the Contract Sum or the
Contract Time, for inclusion with subsequent Change Orders.
2). A written order to the CONTRACTOR, signed by the ENGINEER, which amends the
Contract Documents as described and authorizes CONTRACTOR to proceed with a
change which affects the Contract Sum or the Contract Time, for inclusion in
subsequent Change Orders.
3). A written order, instructions, drawings, or interpretations, signed by the ENGINEER
making contract changes in the work not involving a change in Contract Sum or
Contract Time.
4). A written request for design clarification initiated by the CONTRACTOR to the
ENGINEER.
X0011522.072/FINAL 07/31 /97
P3 -11 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
2. Procedures:
a. The ENGINEER may initiate changes in submitting a DCVR to the CONTRACTOR.
b. The DCVR is for information only and is not an instruction to execute the changes, nor to
stop work in progress, unless agreed upon and signed by all parties.
c. The CONTRACTOR may initiate cost proposals for changes by submitting a DCVR to
the ENGINEER containing;
1). Description of proposed changes.
2). Statement of reason for making changes.
3). Statement of the effect; of the Contract Sum and the Contract Time. Submission of
DCVR "s by the CONTRACTOR shall be limited from any submission from
SubCONTRACTORS. Facsimiles are not allowed.
PROGRESS ESTIMATES AND PAYMENTS
Section 1 -04.8 is supplemented with the following:
Accompanying the second application for payment, and all subsequent applications, the
CONTRACTOR shall submit notarized lien waivers or signed statements from ALL
SubCONTRACTORS and material suppliers certifying that they have been paid for the previous
month's work. Payments will not be approved by the ENGINEER without all executed lien
waivers submitted.
SURVEYING
Section 1 -05.4 is deleted and replaced by the following:
The Contracting Agency will establish the horizontal and vertical control points at approximately
1,000 feet intervals along the alignment. The CONTRACTOR will be responsible for all survey
control and work for detailed dimensions, elevations, and slopes measured from them. If the
plans, special provisions, or these specifications state specific tolerances, the work shall be
performed within those limits. The ENGINEER's decision on whether the work is in conformity
shall be final, as provided in Section 1 -05.1.
The CONTRACTOR shall not deviate from the approved plans and working drawings unless the
ENGINEER approves in writing.
The CONTRACTOR shall preserve the control points or reference and re- establish the control
points following construction.
The CONTRACTOR shall be responsible for setting and maintaining all alignment stakes, slope
stakes, and grades necessary to complete the work as shown in the Plans and specified in the
X0011522.072/FINAL 07/31/97
P3 -12 PART 3-STANDARD SPECIFICATIONS
AND AMENDMENTS
contract, if such construction is included in this project. The survey control data will be
furnished by the Contracting Agency. Calculations, surveying, and measuring required for
setting and maintaining the necessary lines and grades shall be the CONTRACTOR's
responsibility. The CONTRACTOR shall provide the Contracting Agency copies of such
calculations and staking data when requested by the ENGINEER.
Any staking requirements for the project that do not fit field conditions will be reviewed and if
necessary adjusted by the ENGINEER. Any necessary revision to the staking information will
be provided to the CONTRACTOR for use in completing the work.
Section 1 -05.5 is deleted in its entirety.
GUARANTEES
Section 1 -05.10 is supplemented with the following:
The CONTRACTOR shall guarantee all materials and equipment furnished and work performed
for a period of one (1) year from the date of substantial completion. The CONTRACTOR shall
warrant and guarantee for a period of one (1) year from the date of substantial completion of the
system that the completed system is free from all defects due to faulty materials or workmanship
and CONTRACTOR shall promptly make such corrections as may be necessary by reason of
such defects including the repairs of any damage to other parts of the system resulting from such
defects. The City will give notice of observed defects with reasonable promptness. In the event
that the CONTRACTOR should fail to make such repairs, adjustments, or other work that may
be made necessary by such defects, the City may do so and charge the CONTRACTOR the cost
thereby incurred. The Performance Bond shall remain in full force and effect through the
guarantee period.
LAWS TO BE OBSERVED
Section 1 -07.1 is supplemented with the following:
The CONTRACTOR shall be exclusively responsible for providing the services of the competent
person and registered professional ENGINEER as referenced in Section 296 -155 -650 of the
Washington Administrative Code, relating to excavation, trenching and shoring. Representatives
of the Contracting Agency and the ENGINEER shall not be required to perform the roles of
competent person or registered professional ENGINEER as defined in WAC 296- 155 -650.
The CONTRACTOR and all SubCONTRACTORS shall be required to comply fully with the
requirements of the following state laws, including all regulations issued pursuant to the
authority contained in said State laws or statutes:
Environmental Pollution and Protection of Natural Resources: RCW 39 04.120, relating to
federal and state statutes and regulations relating to environmental pollution and protection of
natural resources.
X0011522.072/FINAL 07/31/97
P3 -13 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Contractor Registration: RCW 36.06.010 prohibits the Contracting Agency from entering into
a contract with a CONTRACTOR unless that CONTRACTOR has met the registration and
bonding requirements for a general or specialty CONTRACTOR under RCW Chapter 18.27.
(Note, this requirement is in addition to and not related to the Performance and Payment Bond
and the Bid Proposal deposit requirements for municipal contracts.)
Offshore Items: RCW Chapter 39.25 limits or makes special provision regarding the use by the
CONTRACTOR or the Contracting Agency of offshore items as therein defined in the course of
the work to be performed.
Noise Control: The CONTRACTOR's operations shall be subject to the City of Port Angeles
Noise Ordinance.
The CONTRACTOR shall be responsible for the following:
1. The CONTRACTOR shall take special precautions to reduce the noise level from
construction activities. Noise of construction shall be kept from exceeding, as a criterion, the
NC 45 curve inside rooms of adjoining buildings with windows kept closed. Criterion may
be met by:
a. Erecting barriers between construction equipment and occupied spaces, or
b. Supplying necessary attenuation within the rooms themselves, or
c. Meeting equipment noise specifications as follows:
1). Equipment operating outside the enclosed building including, but not limited to,
tractors, bulldozers, loaders, power shovels, cranes, derricks, motor graders, paving
machines, pneumatic powered equipment, and agricultural equipment shall be limited
to 92 db(A) at full power when measured with a'standard handheld shoulder level
meter 50 feet in any direction from the equipment in operating position.
2). Maintain a noise level at each piece of vehicular equipment not greater than 86 db(A)
at a distance of 50 feet, as measured under the noisiest operating conditions.
3). Provide sound- controlling housing made of rubberized fabric for all earth drills.
4). Air compressors shall be equipped with silencing packages; or provide electric -driven
equipment; or keep 100 feet from any occupied building.
5). Jackhammers shall be equipped with silencer on air outlet and sound controlling
housing on pick.
6). Use of electric -driven types of equipment in lieu of gas or diesel -driven types
whenever possible. If noise levels on any gear or equipment cannot be brought down
to criteria, either that gear or equipment will not be allowed on the Construction or
"use times" will be scheduled.
X0011522.072/FnvAL 07/31/97
P3 -I4 PART 3— STANDARD SPECIFICATIONS
AND AMENDMENTS
d. Or, combinations of the above as selected by the CONTRACTOR which reduce noise to
or below the specified criterion.
2. Operations shall be conducted in such a way that employees of the CONTRACTOR,
OWNER, ENGINEER, and the public are not subjected to noise levels in excess of those
prescribed in the Walsh -Healy Act, on occupational noise exposure.
3. The CONTRACTOR may work extra shifts after normal working hours except it shall notify
the ENGINEER at least 48 hours in advance of the start of each extra shift schedule. No air
hammering or other high level noise operations as determined•by the ENGINEER will be
permitted from the hours of 7:00 P.M. to 7:00 A.M.
4. Submit proposed plan in accordance with these Special Provisions.
Nondiscrimination and Equal Opportunity Employment: RCW Chapter 49.6 prohibits
discrimination and requires equal opportunity in employment. The CONTRACTOR agrees that
he shall actively solicit the employment of minority group members. The CONTRACTOR
further agrees that he shall actively solicit bids for the subcontracting of goods or services from
qualified minority businesses. The CONTRACTOR shall furnish evidence of his compliance of
these requirements of nondiscrimination and equal opportunity employment, both as to
employees of the CONTRACTOR and SubCONTRACTORS.
During the performance of this Contract, the CONTRACTOR agrees as follows:
(1) The CONTRACTOR will not discriminate against any employee or applicant for
employment because of age, race, creed, color, national origin, sex, or the presence of any
sensory, mental, or physical handicap all as defined in RCW 49.60.180. The
CONTRACTOR will take affirmative action to ensure that applicants are employed and that
employees are treated during employment without regard to their age, race, creed, color, sex,
national origin, or handicap. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion, or transfer, rates of pay, or other forms of compensation
and selection for training, including apprenticeship.
The CONTRACTOR agrees to post in a conspicuous place, available to employees and
applicants for employment, notices to be provided by the Contracting Agency setting forth
the provisions of the nondiscrimination clause.
(2) 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, creed, national origin, sex, age or any sensory,
mental or physical handicap as defined in RCW 49.60.180.
Unemployment Compensation/Workmen's Compensation: The CONTRACTOR and all
SubCONTRACTORS shall comply with all requirements and regulations of RCW Title 50
pertaining to unemployment compensation and to RCW Title 51 relating to Workmen's
Compensation, sometimes referred to as industrial insurance.
X0011522.072/FINAL 07/31 /97
P3 -15 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
General Compliance: The CONTRACTOR shall comply with the requirements of all other
Contracting Agency ordinances, State statutes, laws and regulations, whether or not stated herein,
which are specifically applicable to the public improvements and work to be performed.
Anti Kick Back: The CONTRACTOR and all SubCONTRACTORS shall comply with the
Copeland Anti Kick -Back Act and regulations of. the U.S. Department of Labor (29 SFR Part 3).
This Act provides that each CONTRACTOR or Subcontractor shall be prohibited from inducing
by any means, any person employed in the construction, completion or repair of public works, to
give up any part of the compensation to which he is otherwise entitled. The CONTRACTOR or
Subcontractor shall report all suspected or reported violations to the appropriate agency.
STATE SALES TAX
The work on this contract is to be performed upon lands whose ownership obligates the
CONTRACTOR to pay State sales tax. The provisions of Section 1- 07.2(1) apply.
PERMITS AND LICENSES
No hydraulic permits are required for this project unless the CONTRACTOR's operations use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the
waters of the State or materials from gravel or sand bars, or from stream beds.
WAGES
Prevailing Wages: As required in Section 1 -07.9, all workmen, mechanics and laborers employed
or working on the site and/or under this Contract shall be paid in accordance with the RCW
Chapter 39.12. The hourly minimum rate of wages and fringe benefits shall not be less than the
prevailing wage rates furnished by the U.S. Department of Labor and the State of Washington
Department of Labor and Industries hereby made a part of these Specifications. Wherever there
is a conflict between the rates so listed, the higher rate shall govern.
The latest wage scale set forth by the Department of Labor and Industries can be obtained from:
Department of Labor and Industries
Prevailing Wage Section
PO Box 44540
Olympia, WA 98504 -4540
Telephone (360) 902 -5335
A copy of the latest wage scale is attached as Appendix C at the end of Division 1.
In case of a dispute that is related to prevailing rates of wages for work of a similar nature, and if
such dispute cannot be adjusted by the parties involved, the matter shall be referred to the
appropriate public official in the Department of Labor and Industries for the State of
Washington, or where otherwise required, the U.S. Department of Labor; the decision of such
public official shall be final, conclusive and binding on all parties involved in the dispute.
X0011522.072/FINAL 07/31/97
P3 -16 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
The CONTRACTOR, on or before the date of commencement of work, shall file a statement
under oath with the Contracting Agency, the Director of Labor and Industries for the State of
Washington, certifying the rate of hourly wage paid and to be paid to each classification of
laborers, workmen and mechanics employed on the project by the CONTRACTOR or
Subcontractor which shall not be less than the prevailing wage. Such statement and any
supplemental statements which may be necessary shall be filed in accordance with the practices
and procedures required by the Agency. All affidavits of wages paid must also include a list of
all usual or "fringe" benefits paid, as well as the hourly wage rate. In addition, prior to payment
of final retention monies, a statement of release must be obtained from the Department of Labor
and Industries. Any fees or charges levied by the Washington State Department of Labor and
Industries in conjunction with the mentioned required statements and/or releases shall be the
responsibility of the CONTRACTOR.
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.)
During the performance of this contract, the CONTRACTOR agrees as follows:
1. 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 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.
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 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
X0011522.072/FINAL 07/31 /97
P3 -17 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
CONTRACTOR intends to fill from within its own organization or under a customary and
traditional employer -union hiring agreement.
3. The CONTRACTOR will send to each labor union or representative of workers with which
he 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.
4. 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.
5. 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 his 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.
6. The CONTRACTOR will not, on grounds of race, color, religion, sex, physical or mental
handicap, or national origin:
a. Deny an individual any services or other benefits provided under this agreement;
b. Provide any service(s) or other benefits to an individual which are difference, or are
provided in a different manner from those provided to others under this agreement;
c. 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 agreement;
d. Deny any individual an opportunity to participate in any program provided by this
agreement through the provision of services or otherwise, or afford an opportunity to do
which is difference from that afforded others under this agreement. 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.
7. 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 may be
X0011522.072/FINAL 07/31 /97
P3 -18 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
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.
8. 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.
CONTRACTOR'S RESPONSIBILITY FOR WORK
Section 1 07.13 is supplemented with the following:
If the CONTRACTOR abandons the work for any cause other than failure of the Contracting
Agency to make monthly progress payments or refuses to comply with the provisions of the
Plans and Specifications, the Contracting Agency has the right to notify the CONTRACTORS
surety and require said surety to complete the work in accordance with the Plans and
Specifications. In the event no liens or claims have been filed and the Contracting Agency fails
to make progress payments, the CONTRACTOR may then, at his option, cease operations until
payments are resumed by notifying the Contracting Agency of his intentions to cease operations
for this cause.
Should the CONTRACTOR abandon the work, fail or refuse to complete the work embraced in
this Contract, or fail to pay just claims for labor and materials, the Contracting Agency reserves
the right to charge against the CONTRACTOR all extra legal, ENGINEERing, or other costs
caused by such abandonment, failure, or refusal. The legal costs will also include all attorneys'
fees and othercost to the Contracting Agency in defending or prosecuting any suits in connection
v ith such abandonment, failure, or refusal and nonpayment of claims wherein the Contracting
Agency is made a co- defender and the CONTRACTOR agrees to pay all such costs.
UTILITIES AND SIMILAR FACILITIES
Section 1 -07.17 is supplemented by the following:
Locations and dimensions shown in the plans for existing facilities are in accordance with
a'. tillable information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their CONTRACTORS, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these
Special Provisions. Such adjustment, relocation, replacement, or construction will be done
during the prosecution of the work for this project.
The CONTRACTOR shall call the Utility Location Request Center (One Call Center), for field
location not less than two nor more than ten business days before the scheduled date for
commencement of excavation which may affect underground utility facilities, unless otherwise
X0011522.072/FINAL 07/31/97
P3 -19 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
agreed upon by the parties involved. A business day is defined as any day other than Saturday,
Sunday, or a legal local, State or Federal holiday. The telephone number for the One Call Center
for this project may be obtained from the ENGINEER. If no one number locator service is
available, notice shall be provided individually to those owners known to or suspected of having
underground facilities within the area of proposed excavation.
The CONTRACTOR is alerted to the existence of Chapter 19.22 RCW, a law relating to
underground utilities. Any cost to the CONTRACTOR incurred as a result of this law shall be at
the CONTRACTOR's expense.
No excavation shall begin until all known facilities in the vicinity of the excavation area have
been located and marked.
The following addresses and telephone numbers of utility companies known or suspected of
having underground facilities within the project limits are supplied for the CONTRACTOR's
convenience:
1. U.S. West Communications
Oakridge Drive
Port Angeles, WA 98362
Telephone: 452 -2184
2. City of Port Angeles Department of Public Works (Water, Sewer, Power)
East Fifth Street
Port Angeles, WA 98362
Telephone: 417 -4708
3. Northland Cable Television
East First Street
Port Angeles. WA 98362
Telephone: 452 -8466
Public Liability and Property Damage Insurance
Section 1 -07.18 is supplemented with the following:
The CONTRACTOR shall, before commencing work on said project, file with the City of Port
Angeles, with copies to the ENGINEER and other additional insureds identified, certificate or
certificates of insurance on a form acceptable to the Contracting Agency showing insurance
coverage in force prior to or at the start of construction and including the City of Port Angeles,
R. W. Beck, Inc. and the United States Coast Guard as additional named insureds. Unless
otherwise specified, the public liability and property damage insurance limits for each accident or
occurrence shall be not less than $1.000.000 for bodily injury, including accidental death to any
one person and in a total amount of not less than $1.000,000 bodily injury and property damage
for each accident or occurrence. At the discretion of the Contracting Agency, such limits may be
increased or decreased provided that any decrease shall not reduce such limits below the
X001 1522.072/FINAL 07/31/97
P3 -20 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
minimum limits provided by Section 1 -07.18 of the Standard Specifications. Insurance required
to be obtained and maintained by the CONTRACTOR include: comprehensive automobile,
general comprehensive liability, CONTRACTOR's liability insurance covering risk of loss or
damage to premises and property on which work is to be performed, and property casualty
insurance as to the perils of fire, extended coverage of vandalism, and malicious mischief.
If Contracting Agency has any objection to the coverage afforded by or other provisions of the
insurance required to be purchased and maintained by CONTRACTOR, Contracting Agency
shall notify CONTRACTOR in writing thereof within ten days of the date of delivery of such
certificates to Contracting Agency. Failure by Contracting Agency to give any such notice of
'objection within the time provided shall constitute acceptance of such insurance purchased by
CONTRACTOR as complying with the Contract.
To the fullest extent permitted by Laws and Regulations, CONTRACTOR shall defend,
indemnify and hold harmless Contracting Agency, ENGINEER, ENGINEER's Consultants and
the officers, directors, employees, agents and other consultants of each and any of them from and
against all claims, costs, losses and damages (including but not limited to all fees and charges of
ENGINEER, architects, attorneys and other professionals and all court or arbitration or
performance of the Work), provided that any such claim, cost, loss or damage: (i) is attributable
to bodily injury, sickness, disease or death, or including loss of use resulting therefrom, and (ii)
to the extent is caused by the negligent act or omission of CONTRACTOR.
In any and all claims against Contracting Agency and ENGINEER or any of their respective
consultants, agents, officers or employees by any employee (or the survivor or personal
representative of such employee) of CONTRACTOR, any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by any of them to perform or furnish any
of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation
shall not be limited in any way by any limitation on the amount of type of damages,
compensation or other person or organization under worker's compensation acts, disability
benefit acts or other employee benefit acts, (including but not limited to the industrial insurance
laws, Title 51 of the Revised Code of Washington), it being clearly agreed and understood by the
parties hereto that the CONTRACTOR expressly waives any immunity the CONTRACTOR
might have had under such laws. By executing the Contract, the CONTRACTOR acknowledges
that the foregoing waiver has been mutually negotiated by the parties.
The indemnification obligations of the CONTRACTOR shall not extend to the liability of
ENGINEER and ENGINEER's Consultants, officers, directors, employees or agents arising out
of the preparation or approval of maps, drawings, opinions, reports, surveys, designs or
specifications caused by the professional negligence, errors or omissions of any of them.
ENGINEER is intended to be a design professional under Section 51.24.035 (Revised Code of
Washington). The ENGINEER has not assumed, and does not intend through its actions to
assume, any responsibility for safety practices of construction CONTRACTORS,
SubCONTRACTORS or suppliers at the project site.
X0011522.072/FINAL 07/31/97
P3 -21 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
PUBLIC CONVENIENCE AND SAFETY
The construction safety zone for this project is 10 feet from the outside edge of the traveled way.
During nonworking hours equipment or materials shall not be within the safety zones unless it is
protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete
barrier shall be permitted only if the ENGINEER approves the installation and location, however
the construction safety zone of 10 feet must be adhered to as stated above.
During the actual hours of work, unless protected as described above, only materials absolutely
necessary to construction shall be within the safety zone and only construction vehicles
absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or
park on the shoulder of the roadway.
The CONTRACTOR's nonessential vehicles and employees private vehicles shall not be
permitted to park within the safety zone at any time unless protected as described above.
Deviation from the above requirements shall not occur unless the CONTRACTOR has requested
the deviation in writing and the ENGINEER has provided written approval.
Sequencing of construction and work hours shall be as identified in these Special Provisions.
The CONTRACTOR shall at all times conduct his work so as to ensure the least possible
obstruction to traffic and inconveriience to the general public and the residents in the vicinity of
the work and to ensure the protection of persons and property. No road or street shall be closed
to the public except with the permission of the ENGINEER.
The CONTRACTOR shall conduct his work and take preventive measures such that dust or other
particulate matter in the project area shall not become objectionable to the adjacent property
owners. Should the Contracting Agency determine the CONTRACTOR is not fulfilling his
obligation in this regard, the Contracting Agency reserves the right to take such action as may be
necessary and to charge the CONTRACTOR with any cost that may be incurred in such remedial
action. All work shall be carried on with due regard for the safety of the public. CONTRACTOR
shall be responsible for notifying private property owners 72 hours in advance of scheduled
interruptions of access to private roads or driveways. Access shall be restored as soon as
possible, but not later than the end of each working day. Any exceptions will only be with the
approval of the private property owner and the ENGINEER.
MAINTENANCE AND PROTECTION OF TRAFFIC
In addition to the requirements of Section 1- 07.23(3) of the Standard Specifications and the
Plans, the following provisions shall apply:
1. The main trenching, service lateral, backfilling, and patching operations shall be carried out
in such a manner that traffic in each direction will be available at all times, by the use of
proper flagging personnel, if necessary, on all streets affected by the work.
X0011522.072/FENAL 07/31/97
P3 -22 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
2. Whenever, in the opinion of the ENGINEER, traffic conditions dictate, properly trained and
attired flagmen shall be provided by the CONTRACTOR to control traffic until the problem
no longer exists.
3. Disruption of traffic shall be kept at the minimum at all times.
4. The CONTRACTOR shall furnish and maintain all construction signs, barricades and other
devices as necessary, at his own expense.
5. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing
lights or sirens. The CONTRACTOR shall alert all flaggers and personnel of this
requirement.
6. The CONTRACTOR shall notify the ENGINEER at least 24 hours in advance of the need to
restrict parking within the project limits. The ENGINEER will notify the Police Department
of the required restricted parking.
7. Prior to cutting across driveways, the CONTRACTOR MUST NOTIFY ALL OWNERS 24
HOURS IN ADVANCE.
8. Standard Plan K -2 shall be used for this project for the traffic control plan. The minimum
lane width shall be eleven (11) feet. The CONTRACTOR shall provide alternate traffic
control plans for approval by the City ENGINEER, as necessary to accommodate any
changes.
PERSONAL LIABILITY OF PUBLIC OFFICERS
Section 1 -07.26 is supplemented with the following:
The CONTRACTOR shall indemnify, defend, and hold harmless the Contracting Agency, the
ENGINEER, ENGINEER's Consultants and the officers, agents, and employees, from and
against any and all claims, losses, or liability, including attorney's fees arising from injury or
death to persons or damage to property occasioned in whole or in part by any act, omission, or
failure of the CONTRACTOR, its officers, agents, and employees, in performing the work
required by this agreement; provided, however, to the extent any of the damages referenced by
this paragraph were caused by or resulted from the concurrent negligence of the Contracting
Agency, ENGINEER, ENGINEER's Consultants or its agents, or employees, the obligation to
indemnify is valid and enforceable only to the extent of the negligence of the CONTRACTOR,
its officers, agents and employees. With respect to the performance of this agreement and as to
claims against the Contracting Agency, ENGINEER and ENGINEER's Consultants, its officers,
agents, and employees, the CONTRACTOR expressly waives its immunity under Title 51 of the
Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and
agrees that the obligation to indemnify, defend, and hold harmless provided for in this paragraph
extends to any claim brought by or on behalf of any employee of the CONTRACTOR. This
waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage
X0011522.072/FrrvAi. 07/31/97 P3 -23 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
resulting from the sole negligence of the Contracting Agency, ENGINEER, ENGINEER's
Consultants, its agents, and employees.
It is understood that the whole of the work under this Contract is to be done at the
CONTRACTOR's risk and that he has familiarized himself with the conditions of excavation,
backfill, materials, climatic conditions, and other contingencies likely to affect the work and has
made his bid accordingly, and that he is to assume the responsibility and risk of all loss or
damage to materials of work which may arise from any cause whatsoever prior to completion.
In addition to the amounts required by RCW 60.28 to be withheld from the progress or retained
percentage payments to the CONTRACTOR, the Contracting Agency may, in its sole discretion,
withhold any amounts sufficient to pay any claim of which the Contracting Agency may have
knowledge and regardless of the informalities of notice of such claim arising out of the
performance of this Contract, provided that the total amounts withheld for such purpose shall not
exceed three percent (3 of the Contract price. The term "claim" shall not include any claim by
persons furnishing supplies or performing labor for the CONTRACTOR. The amount may be
withheld by the Contracting Agency until either the CONTRACTOR secures a written release
from the claimant, obtains a court decision that such claim is without merit, or satisfies any
judgment in favor of the claimant on such claim. The Contracting Agency shall not be liable for
interest during the period the funds', are so held.
PUBLIC RELATIONS
Add a new section 1 -07.28 Public Relations, as follows:
The CONTRACTOR shall be responsible for the field public relations including property owner
notification within the project area. The CONTRACTOR shall designate a person to act as a
liaison to the public. All costs for the field public relations shall be included in the bid prices and
no additional compensation shall be made.
An Owner's representative will be available to assist the CONTRACTOR's public relations
representative on an as needed basis at the discretion of the OWNER.
The CONTRACTOR shall notify property owners, or tenants, three days in advance of
construction on or near the property by having the representative of the CONTRACTOR
personally contact the property owner or tenant. If the property owner or tenant is not available,
the CONTRACTOR shall leave a door hanger indicating the commencement date of work,
duration of work, the type of work being done, and the CONTRACTOR's phone number and
address for questions and concerns.
CONTROL OF WATER
Add a new section 1 -07.30 Control of Water, as follows:
CONTRACTOR shall make submittal in accordance with these special provisions.
X0011522.072/FINAL 07/31 /97
P3 -24 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
CONTRACTOR shall:
A. Furnish, install, operate, and maintain necessary machinery, appliances and equipment to
keep excavations free of water during construction.
B. Dewater and dispose of water in a manner that will not cause injury to public and private
property.
C. Do not cause a nuisance to the public.
D. Keep sufficient pumping equipment and machinery on hand at all times for emergencies,
including electric power failures.
E. Keep experienced personnel available at all times to operate pumping equipment, machinery
and appliances.
F. Do not shutdown dewatering systems between shifts, on holidays and weekends, nor during
Work stoppages.
G. Control groundwater to prevent softening of bottoms of excavations, or formation of "quick"
conditions or "boils
H. Design and operate dewatering system that will not remove natural soils.
I. Keep excavations free of water during excavation, construction of structures, installation of
pipelines, placing of structures, backfill, and placing and curing of concrete.
J. Control surface water runoff to prevent entry and collection in excavations.
K. Draw down static water level a minimum of 2 -foot below bottom of excavations to maintain
the undisturbed state of foundation soils and allow placement and compaction of fill and
backfill materials to required density.
L. Install and operate dewatering system so that groundwater level outside excavations is not
Iov,ered to an extent that will damage or endanger adjacent structures or property.
NI. Do not use open or cased pumps as primary dewatering means for excavations more than 3
feet below the static water level. Locate open or cased sumps outside of excavation limits.
N. Release static water level in a manner to maintain the undisturbed state of natural soils;
prevent disturbance of compacted backfill; and prevent flotation or movement of structures
and pipelines.
O. Do not obstruct streets, roads, gutters and ditches; provide means for free flow of surface
water.
X001 1522.072/FINAL 07/31/97
P3 -25 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
P. Provide methods to remove and dispose of surplus water, mud, silt, slickings, or other runoff
pumped from excavations or from sluicing or other operations.
Q. Provide temporary storm drain provisions during construction
PROSECUTION AND PROGRESS
Subcontracting
Section 1 -08.1 is supplemented with the following:
Prior to any Subcontractor or agent beginning work, the CONTRACTOR shall submit to the
ENGINEER a certification (WSDOT Form 420 -004) that a written agreement between the
CONTRACTOR and the Subcontractor or between the Subcontractor and any agent to the
Subcontractor has been executed. This certification shall also guarantee that these subcontract
agreements include all the documents required by the Special Provision FEDERAL AGENCY
INSPECTION.
A Subcontractor or an agent to the Subcontractor will not be permitted to perform any work
under the contract until the following documents have been completed and submitted to the
ENGINEER:
I Request to Sublet Work (Form', 421 -012), and
2. CONTRACTOR and Subcontractor or Agent Certification for Federal -aid Projects
(Form 420 -004).
3. Statement of Intent to Pay Prevailing Wage (Form 700 029 -000)
The CONTRACTOR's records pertaining to the requirements of this Special Provision shall be
open to inspection or audit by representatives of the Contracting Agency during the life of the
contract and for a period of not less than three years after the date of acceptance of the contract.
The CONTRACTOR shall retain these records for that period. The CONTRACTOR shall also
guarantee that these records of all SubCONTRACTORS and agents shall be available and open
to similar inspection or audit for the same time period.
Progress Schedule
The third sentence of the second paragraph of Section 1 -08.3 is revised to read as follows:
The schedule shall be developed by a critical path, bar graph, or similar type method.
TIME FOR PHYSICAL COMPLETION
Section 1 -08.5 is supplemented with the following:
This project shall be physically completed within 70 working days.
X00 1 1522.072/FJNAL 07/31/97 P3 -26 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Should any unforeseeable existirig conditions cause delay in the completion of the work by
reason of requirement of extra work or otherwise provided for by the Plans or these
Specifications, the CONTRACTOR will be granted a delay and no charge will be made against
him for the extension of time so granted, provided; however, that all such extensions requested
by the CONTRACTOR shall be made to the Contracting Agency in writing no later than ten (10)
days after the alleged delay occurred, and such -claim for extension of time shall state explicitly
the reason thereof and such extension of time must be approved by the Contracting Agency in the
same manner as is required for the approval of a written contract change order. Should the
CONTRACTOR fail to file such written request for extension of time within the period provided
herein, he shall be conclusively deemed to have abandoned any claim. No claim for delay will
be considered by the Contracting Agency except that alleged to have been caused by extra work
or special order of the Contracting Agency.
SUSPENSION OF WORK
Section 1 -08.6 is supplemented with the following:
If the performance of all or any part of the Construction is suspended, delayed, or interrupted due
to an order of a court of competent jurisdiction as a result of environmental litigation, as defined
below, the Contracting Agency, at the request of the CONTRACTOR, shall determine whether
the order is due in any part to the acts or omissions of the CONTRACTOR or a Subcontractor at
any tier not required by the terms of this Contract. If it is determined that the order is not due in
any part to acts or omissions of the CONTRACTOR or a Subcontractor at any tier other than as
required by the terms of this Contract, such suspension, delay, or interruption shall be considered
as if ordered by the Contracting Agency in the administration of this Contract under the terms of
this Section, except that it will not be possible for the Contracting Agency to fix the date for
resumption of the Construction.
The term "environmental litigation as used herein, means a lawsuit alleging that the
Construction will have an adverse effect on the environment or that the Contracting Agency has
not duly considered, either substantively or procedurally, the effect of the Construction on the
environment.
SCOPE OF PAYMENT (APWA ONLY)
The second sentence of the first paragraph of Section 1 -09.3 is deleted and replaced with the
following:
Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and Work for
that item is performed by the CONTRACTOR, then payment for that Work will be considered
incidental to other Bid Items in the Proposal Form.
Section 1 -09.3 is supplemented with the following:
Mobilization This is a lump sum bid item and shall be as described and paid for in accordance
with Section 1 -09.7 of the Standard Specifications.
X0011522.072/FINAL 07/31/97
P3 -27 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Maintenance and Protection of Traffic The lump sum contract price for the "Maintenance and
Protection of Traffic" shall be full compensation for all costs and expense necessary or incidental
to furnishing all labor, equipment, tools, and materials in connection with the construction and
removal and relocation signing.
The CONTRACTOR shall remove and relocate the existing traffic signs as shown on the Plans
as directed by the ENGINEER. The voids left due to the removal of the signs shall be filled with
suitable material to the satisfaction of the ENGINEER. All existing signs damaged by the
CONTRACTOR during the removal operation shall be replaced at his own cost.
All costs for furnishing all labor, equipment, tools, and materials required to remove and relocate
the existing traffic signs shall be included in the unit contract price for "Maintenance and
Protection of Traffic"
Traffic Control Labor The bid
Section 1 10.5.
4 -inch HDPE Forcemain
3 -inch HDPE Forcemain
X001 1522.072/FtNnt. 07/31/97
price for this item is a unit price in accordance with
Construction Surveying This is a lump sum bid item that includes costs associated with
construction surveying required in accordance with Section 1 -05.4.
Trench Safety System This is a lump sum bid item that includes costs associated with
complying with all requirements of Section 296 155 -650 of the Washington Administrative
Code, relating to excavation, trenching, and shoring.
Sewer pipe bid items shall include, for installation of pipe of the type and size as indicated
on the drawings for use as sanitary sewer. The bid price includes removal of surface
improvements not included in other bid items, excavation, dewatering, removal and disposal of
excavated materials, providing and installing pipe, bedding, subsequent backfill, compaction, and
connections where required to existing manholes or other existing structures. Testing of the
installed pipeline shall also be included in this item. Measurement of this item shall be in
accordance with Section 7 -17.4. Specific sewer pipe bid items include:
PVC Sanitary Sewer Pipe 6 -inch Diam.)
2 -inch HDPE Service Connection Forcemain
Asphalt Pavement Repair The bid price for this item is a unit price for furnishing and placing
control density backfill materials and placement of asphalt concrete materials for repair of
roadways cut as a result of installation of 4 -inch HDPE Forcemain, 3 -Inch HDPE Forcemain, and
2 -inch HDPE Service Connection Forcemain. All other repair of asphalt surfaces shall be
included in the appropriate bid items associated with that work. Measurement will be made in
the field by the ENGINEER.
P3 -28 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
4 -Inch D.I. Candl Crossing and Connection —This is a lump sum bid item that includes costs
associated with constructing the section of ductile iron forcemain from the west side of the canal
crossing to and including the connection to the existing gravity sewer manhole. This includes
removal of surface improvements not included in other bid items, excavation, dewatering,
removal and disposal of excavated materials, providing and installing pipe, bedding, subsequent
backfill, compaction, and connections where required to existing manholes. This item also
includes the installation of the ductile iron forcemain across the existing timber canal crossing
and attachment of the metal straps to hold the pipe in place. Testing of the installed pipeline
shall also be included in this item. Rechanneling of the existing manhole is included in this item.
Replacement of the existing landscaping to its pre construction condition is included in this item:
Asphalt Pavement Repair shall be paid per separate bid item.
3 Inch Cleanout Assembly and 4 Inch Cleanout Assembly The bid price for this item is a unit
price for constructing the wye and cleanout assembly including the isolation valve and valve
assembly from and including the wye to flange of the completed assembly, and attached to the
new forcemain piping.
Cut in 4 Inch Cleanout Assembly The bid price for this item is a unit price for removal of the
appropriate length of the existing forcemain piping and constructing the wye and cleanout
assembly including the isolation valve and valve assembly from and including the wye to flange
of the completed assembly, and connection to the existing forcemain piping. This includes
removal of surface improvements, excavation, removal and disposal of excavated materials,
bedding, subsequent backfill, compaction, and restoration of the area to pre construction
conditions.
Pressure Cleanout The bid price for this item is a unit price for constructing the bends and
cleanout piping including the reducer and connection to the new forcemain piping. Construction
of the vault and restoration are also included.
Repair Existing 4 Inch Forcemain; Sta. 21 +55 —This is a lump sum bid item that includes costs
associated with repairing a section of existing forcemain damaged when guardrail posts were
installed during roadway construction. This includes removal of surface improvements,
excavation, removal and disposal of excavated materials, providing and installing pipe,
connections to the existing forcemain piping, bedding, subsequent backfill, compaction, and
restoration of the area to pre construction conditions.
Service Connection The bid price for this item is a unit price for removal of the appropriate
length of the existing forcemain piping (if located on the existing forcemain pipe) and
constructing the service connection stub for connection of the service and connection to the
existing forcemain piping. This includes removal of surface improvements, excavation, removal
and disposal of excavated materials, bedding, subsequent backfill, compaction, and restoration of
the area to pre- construction conditions. The service tee, valve, and adjacent forcemain pipe
connections are included in this item.
X0011522.072/FINAL 07/31/97 P3 -29 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Cement Concrete'Sidewalk The bid price for this item is a unit price for replacement of cement
concrete sidewalk removed as required to construct the forcemain and appurtenances. This price
shall include the costs associated with subgrade preparation, forming, materials, finishing, and
restoration of the area to pre construction conditions.
Restoration and Cleanup This is a lump sum bid item that includes costs associated with
restoration of the construction areas to pre construction conditions. This includes removal of all
debris materials or construction materials remaining on the site, leveling of the work area to pre
construction grades, seeding of the grassed area disturbed by the construction with appropriate
seed mixture, and general cleanup of the area to pre construction conditions. The
CONTRACTOR shall follow his trenching operation as soon as possible with his restoration
work. The CONTRACTOR will not be permitted to leave any particular area unrestored for
more than two weeks except in they case where he may be doing repair work on a line which has
failed to meet test specifications. Such restoration shall follow immediately.
These lump sum bid items shall include costs associated with the construction of the individual
pumping units described and shown on the plans, the connections of the system to the existing
sewer facilities, and the connections to and improvements required for the electrical and control
system. This includes removal of surface improvements, excavation, removal and disposal of
excavated materials, providing and installing pipe, pump station, bollards, and appurtenances,
connection to the existing building; connection, installation of any cleanouts required, connection
of the pump station discharge to the service connection piping, bedding, subsequent backfill,
compaction, and restoration of the area to pre construction conditions. This includes any
required asphalt or cement concrete paving repair and landscaping repair required as a result of
the construction.
OB -1 System; Sta. 20 +00
OB -2 System; Sta. 34 +00
OB -3 System; Sta. 102 +00
OB-4 System; Sta. 105 +70
OB -5 System; Sta. 109 +30
USCG -1; CPO Club System
USCG -2; Medical/Exchange System
USCG -4; Administration Building System
USCG -5; Hanger System
USCG -6; Washdown Pad System
X0011522.072/FINAL 07/31/97
P3 -30 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
USCG -3; Group Support/Dock System —This lump sum bid item shall include costs associated
with the construction of the individual pumping units described and shown on the plans, the
construction of the attenuating flow precast vault, the replacement of the FRP piping on the dock
facilities, the connections of the system to the existing sewer facilities, and the connections to
and improvements required for the electrical system. This includes removal of surface
improvements, excavation, removal and disposal of excavated materials, providing and installing
pipe, pump station, and appurtenances, connection to the existing building connections,
installation.. of any cleanouts required, connection of the pump station discharge to the service
connection piping, bedding, subsequent backfill, compaction, and restoration of the area to pre
construction conditions. This includes any required asphalt or cement concrete paving repair and
landscaping repair required as a result of the construction.
Spare Equipment —This lump sum bid item shall include costs associated with furnishing and
delivering to the Contracting Agency, one spare pump /motor unit of each size and capacity
specified and furnished for the respective Schedules. Spare equipment shall be delivered and
unloaded at the location in the City as designated by the Contracting Agency.
Automatic Air Release Valve Assembly —The bid price for this item is a unit price for
constructing the air release valve assembly complete as shown.
BID SCHEDULE
Add the following Section 1- 09.3(1):
The two major portions of the contract, the Off -Base facilities and the USCG Base facilities have
been divided into separate bid schedules A and B, respectively.
TRAFFIC CONTROL MANAGEMENT
The third sentence of the first paragraph of Section 1- 10.2(1) is revised to read:
The CONTRACTOR may designate the project superintendent as the TCS.
TRAFFIC CONTROL PLANS
The last sentence of Section 1- 10.2(2) is revised to read:
The CONTRACTOR's letter designating and adopting the specific traffic control plan(s) or any
proposed modified plan(s) shall be submitted to the ENGINEER for approval at least ten
calendar days in advance of the time the new plan will be implemented.
CONSTRUCTION SIGNS
Section 1- 10.3(3) is revised to read:
All signs required by the approved traffic control plan(s) as well as any other appropriate signs
prescribed by the ENGINEER shall be furnished by the CONTRACTOR. The CONTRACTOR
X0011522.072/FINAL 07/31 /97
P3 -31 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
shall provide the posts or supports and erect and maintain the signs in a clean, neat, and
presentable condition until the necessity for them has ceased. All nonapplicable signs shall be
removed or completely covered with metal, plywood, or an ENGINEER approved product
specifically manufactured for sign covering during periods when they are not needed. When the
need for these signs has ceased, the CONTRACTOR, upon approval of the ENGINEER, shall
remove all signs, posts, and supports from the project and they shall remain the property of the
CONTRACTOR.
All signs lost, stolen, damaged, or destroyed shall be replaced at the CONTRACTOR's expense.
All signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All signs
shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the
Plans.
Construction signs will be divided into two classes. Class A construction signs are those signs
that remain in service throughout the construction or during a major phase of the work. They are
mounted on posts, existing fixed structures, or substantial supports of a semi permanent nature.
Sign and support installation for Class A signs shall be in accordance with the Contract Plans or
the Standard Plans. Class B construction signs are those signs that are placed and removed daily,
or are used for short durations which man extend for one or more days. They are mounted on
portable or temporary mountings. In the event of disputes, the ENGINEER will determine if a
construction sign is considered as a Class A or B construction sign.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on
impact shall be used. The bag of sand shall: (1) be furnished by the CONTRACTOR, (2) have a
maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground.
Furnishing Class B signs will be in accordance with Section 1- 10.3(3). Payment for setup and
take down of Class B signs will be limited to the labor cost to.do the work described in Section
1- 10.3(1). and for transportation described in Section 1- 10.3(2).
The condition of the signs shall' be new or "Acceptable" as defined in the book, Quality
Standards For Work Zone Traffic Control Devices. The ENGINEER's decision on the condition
of a sign shall be final.
The book. Quality Standards For Work Zone Traffic Control Devices, is available by writing to
the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg,
VA 22407, telephone: (703) 898 -5400, FAX: (703) 898 -5510.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the ENGINEER
deems to be unacceptable while their use is required on the project, shall be replaced by the
CONTRACTOR without additional compensation.
X0011522.072/FINAL 07/31/97
P3 -32 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
STANDARD PLANS
The State of Washington Standard Plans for Road, Bridge and Municipal Construction
transmitted under Publications, Transmittal No. 80 -354, dated may 30, 1980, and as revised
under Publications Transmittal No. 81 -17 dated march 31, 1981, transmittal No. 82 -34 dated
June, 1982, transmittal No. 82 -58 dated December, 1982, transmittal No. 83 -80 dated October,
1983, transmittal No. 83 -87 dated November, 1983, transmittal No. 84 -015 dated June, 1984,
transmittal No. 85 -005 dated march, 1985, transmittal No. 86 -001 dated January, 1986,
transmittal No. 87 -28 dated July, 1987, transmittal No. 87 -067 dated December, 1987,
transmittal No. 88 -035 dated June, 1988, transmittal No. 88 -059 dated November, 1988,
transmittal No. 89 -012 dated April, 1989, transmittal No. 89 -077 dated December, 1989,
transmittal No. 90 -022 dated April, 1990, transmittal 90 -050 dated October, 1990, transmittal
No. 91 -010 dated April, 1991, transmittal No. 91 -047 dated November, 1991, and transmittal No.
92 -017 dated July, 1992, transmittal No. 92 -055 dated December, 1992, and transmittal No. 93-
067 dated November, 1993, is made a part of this contract.
The Standard Plans are revised as follows:
Concrete class designations shown on any of these Standard Plans shall be changed to read as
follows:
B -11
From To
Current Designation New Designation
Class A and AX Class 4000
Class D and DX Class 4000W
Class B and C Class 3000
Class LS Class 4000LS
The last note is revised to read l' -0" for diameters 12" through 42" and for spans through 50
2' -0" for diameters greater than 42" and for spans greater than 50
On all three details, the label "Gravel backfill for pipe bedding" is revised to read "Gravel
backfill for pipe bedding compacted to 95% maximum density
B -15
Notes 13 and 14 are revised to read:
13. If the total of all C values is greater than 1 and less than 1.75, divide the total of all K
values by the total of all C values to get "Time required by specification
14. If the total of all C values is greater than 1.75, divide the total of all K values by 1.75 to
get "Time required by specification
X0011522.072/FINAL 07/31/97
P3 -33 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
Notes 15 and 16 are added as follows:
15. When testing non air- permeable pipelines, the pressure drop shall be from 3.5 to 3.0 psi
greater than the average back pressure above the center of the pipe and minimum time
shall be twice that computed in notes 12 through 14 above.
16. When testing storm sewer pipe, the allowable leakage is 0.0060 cubic feet per minute per
square foot of internal pipe surface area. Divide the time, tq, as calculated in Notes 12 to
14 above, by 2.
The line under the nomograph is revised to read:
NOMOGRAPH FOR THE SOLUTION OF K 0.0111d
C= 0.0003918dL &tq =K =C
In the table, K and C are revised as follows:
K 0.0111d 0.0003918dL
B -17
This Standard Plan is revised in its
A
Schedule
(Fill Height)
(2' -15')
B
(15' -25')
C
(25' -40')
Diameter
in Inches
12,15,24
30,36
42,48
12,15,24,
30,36
42,48
12,15,24
36,42,48
X0011522.072/FINAL 07/31/97
None
12,15,24 None
D 30 None
(40' -60') 36 None
42,48 None
1. Corrugated Polyethylene pipe
Polyvinyl Chloride pipe
entirety as follows:
Concrete
Plain or Cl. IV
Class III
Class III
Class V
Class V
Culvert Pipe Schedules
Steel
2 2/3 "x '/2"
.064" (16 Ga.)
064" (16 Ga.)
.064" (16 Ga.)
.064" (16 Ga.)
.064" (16 Ga.)
.064" (16 Ga.)
.064" (16 Ga.)
.064" (16 Ga.)
.064" (16 Ga.)
.079" (14 Ga.)
Aluminum
2 2/3"x /2"
.060" (16 Ga.)
.060" (16 Ga.)
.060" (16 Ga.)
.060" (16 Ga.) PVC
.060" (16 Ga.) None
.060" (16 Ga.)
.060" (16 Ga.)
.075" (14 Ga.)
.105" (12 Ga.)
.105" (12 Ga.)
Thermoplastic
PE' or PVC 2
PE or PVC
PE or PVC
None
None
None
None
None
None
P3 -34 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
The CONTRACTOR shall provide the schedule and diameter of culvert pipe called for on the
Plans or special provisions, and has the option of furnishing any of the acceptable alternates
shown in the above table, except when specifically provided otherwise in the plans or special
provisions.
C -4
On the Breakway Cable Terminal (BCT) Plan, "37' -6" Parabola" is revised to read "37' -6"
Parabola Terminal Pay Limit
C -7
This Standard Plan is renamed BEAM GUARDRAIL END SECTIONS.
C -7a
This Standard Plan is renamed THRIE BEAM END SECTION.
D -7a
On the Type 1 Anchor detail, /2" wire rope" is revised to read "5/8" wire rope
On the Type 2 and Type 3 Anchor details, "/2" steel cable is revised to read "5/8" steel cable
G -8
The following table and note are added:
M183 Torque
W 10x26, W10x22 60 FT -LBS
W8x21 W8x18 50 FT -LBS
W6x16 W6x12 45 FT -LBS
W6x12 W6x9 25 FT -LBS
A 28 gauge steel keeper plate, sized to fit the base and with holes for the bolts to pass through,
shall be installed between the sign post and the stub post.
J -7a
In the Date column of the Revision block a date of 2/18/94 is added.
J -7c
In the Date column of the Revision block a date of 2/18/94 is added.
K -1 through K -18
These plans are not allowed to be used on projects administered by WSDOT.
X0011522.072/FINAL 07/31/97
P3 -35 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
An approved date of October 20, 1995 is
K -13, K -16, K -17 and K -18.
The following are Standard Plan numbers
this project was advertised:
added to K -1,
and their date
K -2, K -3, K -5, K -7, K -8, K -10, K -11,
of last revision applicable at the time
A -1 11/19/93 C -2h 2/09/89 G -6 10/24/75
A -1 3/12/93 C -2i 2/06/90 G -6a 8/31/73
A -2 10/11/93 C -2j 11/26/90 G -7 4/04/88
A -2 10/11/93 C -2k 9/04/91 G -8 8/17/90
A -3 10/05/90 C -2m 9/04/91 G -8 1/28/85
A -3 10/05/90 C -2n 9/04/91 G -8a 10/18/85
A -4 12/13/91 C'-2p 8/12/94 G -8a 10/18/85
C -3 10/11/93 G -8a 10/18/85
B -1 5/26/96 C-3a 10/11/93 G -9 11/16/90
B -la 6/23/95 C -3b 10/11/93 G -9 11/16/90
B -lb 10/21 /94 C =3b 10/11/93 0-9 11/16/90
B -le 5/26/95 C -3c 8/12/94
B -lf 6/30/95 C -4 3/18/94 H -1 10/16/92
B- l h 1/05/87 C -4a 9/20/91 H-la 2/06/95
B -1j 1/30/87 C -5 8/18/95 H -lb 10/16/92
B -lz 5/26/95 C -6 4/05/93 H -lc 10/16/92
B -2 9/19/83 C-6 4/05/93 H -1 d 8/12/94
B -2a 12/12/83 C -6a 1/21/85 H -le 10/16/92
B -2b 3/19/84 C-6b 1/21/85 11-2 12/29/89
B -3 9/13/91 C 7 -6c 1/06/95 H -3 2/18/94
B -3 9/13/91 C -6c 1/06/95 H -3a 10/16/92
B -3a 10/13/89 C -6d 4/05/93 H -3a 10/16/92
B -4b 9/07/84 C' 6e 4/05/93 H -5 6/28/85
B -4c 9/07/84 C; 6e 4/05/93 H -5a 6/28/85
B -4f 9/19/83 C,' -6e 4/05/93 H -5b 6/28/85
B -4g 9/19/83 C -6e 4/05/93 11-5c 7/17/81
B -4h 12/29/89 C. -7 6/12/87 H -5d 2/08/91
B-4h 12/29/89 C -7a 5/26/95 H -5d 6/14/91
B -5 7/8/94 6 5/01/92 14-6 7/17/81
B -5a 7/8/94 C, 8a 4/11/86 H -7 9/07/90
B -6 11/26/79 C -8b 8/15/85 H -8 11/26/79
B -6a 11/26/79 C -8c 6/04/85 H -9 2/22/82
X0011522.072/FrNAL 07/31/97
P3 -36 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
B -6b 11/26/79 C -8d 1/04/88 H -10 4/22/88
B -7 9/22/88 C -8d 1/04/88 11-12 9/18/92
B -7a 8/17/90 C -9a 3/18/94 1-1-12 9/18/92
B -8 3/12/84 C -9b 12/02/88 11-12 9/18/92
B -8a 3/29/82 C -10 7/28/89 H -13 3/15/91
B -9 9/20/89 C -10 7/28/89 H -13a 3/15/91
B -9a 3/15/91 C -12a 12/23/93
B -9b 5/26/95 I -1 11/26/79
B -9c 11/01/91 D- l a 7/28/95 I- l a 11/26/79
B -9d 11/01/91 D -la 7/28/95
B -10 1/25/80 D -1b 7/28/95 J -1 5/07/93
B -11 1/25/80 D-lb 7/28/95 J -1 5/07/93
B -12 1/25/80 D -lc 7/28/95 J -lb 4/05/93
B -13a 12/02/85 D -ld 7/28/95 J -lb 4/05/93
B -13b 12/02/85 D -le 7/28/95 J -lb 4/05/93
B -13c 12/02/85 D -lf 7/28/95 J -lc 7/24/87
B -13d 12/02/85 D -2a 6/23/95 J -le 5/10/82
B -14 12/02/85 D -2g 6/23/95 J -lf 7/17/81
B -15 7/24/87 D -2h 6/23/95 J -3 11/07/75
B -17 10/09/89 D -2h 6/23/95 J -3b 1/06/89
B -18 3/19/84 D -2j 6/23/95 J -3b 1/06/89
B -18a 9/06/83 D -2j 6/23/95 J -3c 1/06/89
B -18b 10/03/83 D -2q 6/23/95 J -3d 1/06/89
B -18c 2/21/91 D -3 1/25/80 J -3e 2/04/82
B -19 6/30/95 D -4 5/23/83 J -5 8/10/95
B -20 9/19/83 D -5 6/23/95 J -5a 7/17/81
B -20a 9/19/83 D -5 6/23/95 J -6c 1/06/89
B -20b 9/06/83 D -5a 4/09/93 J -6f 2/22/82
B -20c 9/06/83 D -5a 4/09/93 J -6g 2/22/82
B -20d 9/19/83 D -6 8/18/95 J -6h 2/22/82
B -20f 5/07/93 D -7 1/04/80 J -7a 2/18/94
B -21 6/30/95 D -7a 1/04/80 J -7c 2/18/94
B-21a 6/30/95 D -8 1/04/80 J -7d 10/12/92
B -22 6/30/95 D -9 8/17/90 J -7d 10/12/92
B -22a 6/30/95 D -9 8/17/90 J -8a 9/15/87
B -23a 10/11/93 J -9a 4/24/86
B -23b 6/30/95 E -1 6/29/90 J -10 3/07/88
X0011522.072/FINAL 07/31 /97 P3 -37 PART 3-STANDARD SPECIFICATIONS
AND AMENDMENTS
B -23c 10/11/93 E'2 8/27/93 J -1 la 7/19/85
B-23d 10/11/93 E;2 8/27/93
B -24 3/18/94 E -4 8/07/86 K -1 10/20/95
B -25 5/20/94 El-4a 12/22/87 K -2 10/20/95
B -26 1/03/95 E -5 1/25/80 K -3 10/20/95
K -5 10/20/95
C -1 9/26/94 F -1 3/13/92 K -7 10/20/95
C -1 9/26/94 F -2 11/26/79 K -8 10/20/95
C- l a 10/11/93 FL 2a 11/26/79 K -10 10/20/95
C -la 10/11/93 F -2b 2/21 /91 K -11 10/20/95
C -lb 3/31/89 F -3 8/10/95 K -13 10/20/95
C -1 c 9/04/87 F! 3 8/10/95 K -16 10/20/95
C -ld 5/09/88 K -17 10/20/95
C -2 2/09/89 G-2 7/28/95 K -18 10/20/95
C -2a 10/11/93 G -2 7/28/95
C -2b 4/29/94 G -2 7/28/95 L -1 1/21/85
C -2c 3/18/94 G� -2a 7/28/95 L -2 5/24/91
C -2d 2/09/89 G -3 7/28/95 L -2 5/24/91
C -2e 8/12/94 G -3a 7/28/95 L -3 1/21/85
C -2e 8/12/94 G -3a 7/28/95 L -5 1/21/85
C -2f 8/12/94 G -4a 6/23/95 L -5a 9/02/86
C -2g 8/12/94 G -4b 8/12/94 L -6 1/21/85
X0011522.072/FINAL 07/31/97
P3 -38 PART 3- STANDARD SPECIFICATIONS
AND AMENDMENTS
DIVISION 2
EARTHWORK
2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
2- 02.3(3) Removal of Pavements, Sidewalks, and Curbs
Section 2- 02.3(3) is supplemented with the following:
Removal shall be conducted in a manner to prevent damage to any existing sidewalk or
pavement that is to remain. Any remaining asphalt concrete pavement, sidewalk, or curb and
gutter damaged due to the Contractor operations shall be replaced by the Contractor at its
expense and to the satisfaction of the Engineer. All removed asphalt concrete pavement,
sidewalk, or curb and gutter shall be disposed of off the project site at an acceptable location.
The Contractor shall perform sawcutting full depth for removal of existing sidewalks and streets.
Pavement shall be cut to clean vertical full -depth straight lines. Cutting of pavement with
excavation equipment will not be permitted.
No separate payment shall be made for removal of these existing facilities.
2 -09 STRUCTURE EXCAVATION
2 09.3(1)E Backfilling
Section 2- 09.3(1)E is supplemented with the following:
Unless the Engineer directs otherwise, structure and trench backfill material shall be suitable
native material meeting the requirements of Section 9- 03.14(1), except for the material within 6-
inches of the structures or piping which shall be Gravel Backfill for Pipe Zone Bedding meeting
the requirements of Section 9- 03.12(3).
Control Density Backfill under pavement areas shall be as shown on the plans.
Compaction control tests shall be required by the Engineer if it appears that compaction is
inadequate. All costs and expenses for this testing shall be incurred by the Contractor.
2 09.4 Measurement
Section 2 -09.4 is supplemented with the following:
No measurement shall be made for gravel backfill for pipe bedding.
X0011522.072/FnNAL 07/31/97
2 -1 DIVISION 2 EARTHWORK
2 -09.5 Payment
Section 2 -09.5 is supplemented with the following:
All costs for Gravel Backfill for Pipe Bedding shall be included with the unit contract price for
each item of pipe installed.
2 -11 TRIMMING AND CLEANUP
2 -11.3 Construction Requirements
Section 2 -11.3 is supplemented with the following:
After all work has been completed and before acceptance of the Contract, the entire roadway,
sidewalks, and driveways that have been soiled as a result of the construction work, shall be
water flushed and cleaned up. Dirt; dust, and other debris shall be removed and disposed of at a
waste site provided by the Contractor. All debris shall be removed from the construction
alignment. These areas shall be uniformly graded to provide an even and smooth finished grade.
X0011522.072/F[NAL 07/31/97
END OF DIVISION 2
2 -2
DIVISION 2 EARTHWORK
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5 -04 ASPHALT CONCRETE PAVEMENT
5 -04.3 Construction Requirements
Section •5 -04.3 is supplemented with the following:
The composition of the mix shall be subject to the approval of the Engineer and the percentage of
sand, filler, and asphalt shall be adjusted, if directed, to ensure a satisfactory pavement.
Tack coat shall be applied to the edge of the cut and at cold joints prior to paving.
Asphalt concrete shall be asphalt concrete Class B, equal in depth to the existing pavement, or as
shown on the plans, whichever is greater.
Patches shall be feathered and shimmed to an extent that provides a smooth -riding connection
and expeditious drainage flow for the paved surface.
Unacceptable paving patches shall be corrected by removal and repaving of the trench.
5 04.4 Measurement
Section 5 -04.4 is supplemented with the following:
Asphalt Pavement Repair will be measured by the lineal foot of pavement repair required for the
trench excavation, regardless of width removed. This item shall also include the Control Density
backfill required at crossings of pavements.
5 04.5 Payment
Section 5 -04.5 is supplemented with the following:
"Asphalt Pavement Repair" per lineal foot.
X0011522.072/FrNAL 07/31/97
END OF DIVISION 5
5 -1 DIVISION 5 SURFACE TREATMENTS
AND PAVEMENTS
MI MN NM MI OM M N NM MO MI I MI MI MN
X001 1522.072/F[NAL 07/31/97
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS
7- 08.3(2)J Pipe Laying HDPE Pipe
Add Section 7- 08.3(2)J as follows:
HDPE pipe shall typically be joined by the method of thermal butt fusion, as outlined in ASTM
D 2657, Heat Joining Polyolefin Pipe and Fittings. Butt fusion joining of pipe shall be
performed in accordance with the printed procedures recommended by the manufacturer.
The polyethylene pipe may be adapted to fittings or other systems by means of an assembly
consisting of a polyethylene stubend, butt fused to the pipe, a backup flange of ductile iron, made
to Class 150, ANSI B16.1/B16.5 dimensional standards with exceptions, bolts of compatible
material and gasket of suitable neoprene or red rubber cut to fit the joint. In all cases the bolts
shall be drawn up evenly and in line.
Polyethylene pipes of the same outside diameter liut different wall thicknesses shall be joined by
means of a flange assembly as designated above.
Where limited space is available for joining equipment, Central Electrofusion fittings and
accessories may be used in lieu of the flanged couplings and adapters to join the pipe. Joining of
HDPE pipe with the electrofusion process shall be in accordance with the manufacturers printed
instructions, and as approved by the Engineer. Electrofusion fittings shall be manufactured in
compliance with ASTM F 1055 standard for electrofusion type polyethylene fittings for outside
diameter controlled polyethylene pipe and tubing. Resin shall be a PE 3408 virgin material
complying with ASTM D -1248 and ASTM D -3350. Electrofusion fittings shall be pressure
rated for an operating pressure of 165 psi. The fittings shall be manufactured with an integral
identification resistor, which automatically sets the fusion time on the Central plastics
Electrofusion Processor.
7 08.3(2)K FRP Pipe
Add Section 7- 08.3(2)K as follows:
FRP pipe shall be installed where shown on the plans. The existing FRP pipe shall be removed
and the new pipe installed on the existing brackets. Socket joints shall be utilized except for
flanged connections shown on the plans and details.
1
7 Measurement
Section 7 -08.4 is supplemented with the following:
Separate measurement for payment will not be made for items in this Section. Costs associated
with this work shall be included in other bid items.
7 -1 DIVISION 7 DRAINAGE STRUCTURES,
STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
7 -08.5 Payment
Section 7 -08.5 is supplemented with the following:
Separate payment will not be made for items in this Section. Costs associated with this work
shall be included in other bid items:
1
7 -17 SANITARY SEWERS
7 -17.1 Description
Section 7 -17.1 is supplemented with the following:
This work includes constructing sanitary sewer forcemains and gravity collection systems to the
pumping station systems. It also` includes the replacement of FRP piping on existing dock
facilities.
7 17.2 Materials
Section 7 -17.2 is supplemented with the following:
Existing forcemain pipe is 4 -inch diameter DR 17 HDPE pipe. This pipe was installed as part of
the Ediz Hook Road improvements The pipe has never been placed into service.
Ductile iron pipe shall meet the requirements of Section 9- 05.13.
Gravity collection sewers shall be PVC pipe meeting the requirements of Section 9- 05.12(1).
Forcemain materials shall be high density polyethylene (HDPE) pipe, except where shown on the
Plans to be ductile iron pipe HDPE Pipe and fittings shall be made from polyethylene resin
compound with a minimum ce11!, classification of PE 345434C for PE 3408 materials in
accordance with ASTM D 3350. The material must exceed 300 hours when tested in accordance
with the Ring Environmental Stress Crack Resistance Test (Radar Ring Test) with fewer than 20
percent failures. The extruded pipe shall have impact strengths greater than 3 ft-lbs per inch. At
32 degrees Fahrenheit when tested in accordance with the ASTM D256 Method B Charpy Test.
The pipe shall be extruded from pre- compounded resin. In plant blending of carbon black,
thermal stabilizers and anti oxidants will not be allowed. The pipe shall be homogeneous
throughout and free of visible cracks, holes, foreign inclusions or other injurious defects. It shall
be uniform in color, opacity, density, and other physical properties. HDPE pipe shall be DR 17
pipe. Pipe and fittings shall have a minimum 100 psi pressure rating.
Gate valve for 2 -inch service connections shall be Clow Resilient Wedge Valve F -6103 with
threaded ends. Gate valves for 4 -inch and 3 -inch isolation valves shall be Clow Resilient Wedge
Valve F -6102 flanged ends.
Pipe supports used in plug valve installation near washdown area shall be Standon Model S89
Flange Support or approved. Size as required to suit the application.
X0011522.072/FtNAL 07/31/97
7 -2 DIVISION 7 DRAINAGE STRUCTURES,
STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
FRP pipe to be used to replace the existing FRP pipe on the dock facilities shall be standard wall
vinyl ester fiberglass pipe. Pipe shall be Fibercast CENTRICAST III VE Pipe. The pipe shall be
manufactured from vinyl ester resin by the centrifugal cast method to meet or exceed the
requirements of ASTM D 2997. The pipe shall have a minimum 50 mil thick vinyl ester resin
liner as determined per ASTM D 3567. The liner shall have a minimum 65% by weight vinyl
ester resin content. The pipe shall have a minimum reinforced wall thickness of 0.090 inches,
determined per ASTM D 3567. The reinforced wall shall have a minimum 45% by weight
continuous glass roving content. The pipe, fittings, and adhesive shall be produced by the same
manufacturer. The piping system, including pipe, fittings, and joints, shall have a minimum
'pressure rating of 150 psig at 175 degrees F.
Plug valve for the FRP piping connection on the dock shall be Clow Eccentric Plug Valve F-
5412 flanged end with lever actuator. Quick coupling and dust plug shall match existing system
for compatibility with existing connections from ship piping.
Eccentric plug valve for connection near the helicopter washdown area shall be DeZurik Series
100, Figure 118, 6 -inch, with EIM or Limitorque electric motor operator; or approved equal.
Install as shown on the Drawings. Operator and valve shall be suitable for occasional
submersion. Seal conduit entering operator to prevent water in the conduit from entering
operator housing. Plug shall be coated with Hycar (nitrile- butadiene). Neoprene or neoprene-
coated plug is not acceptable. Operator shall be 208 -volt, three -phase with controls as shown on
the Drawings. Motor shall be sized for intended operation. Provide stainless steel control panel,
NEMA 3R or better, as shown on the Drawings. Mount panel on the East wall of building
adjacent to washdown area with other washdown equipment. Coordinate with Coast Guard to
determine exact location of panel.
Precast Concrete Vault for use as an attenuating basin ahead of the pump station shall be a Utility
Vault Company 814 -LA, with interior dimensions of 8 -feet wide, 14 -feet long and 4 -feet high.
Riser section shall be No. 814 -48R. Top section shall be No. 814 -TEE with two Cover No. 46C-
42 units for access.
Check valve for FRP piping connection on the dock shall be APCO Model 104P3 Rubber
Flapper Swing Check Valve. Valve shall have a heavily constructed cast iron body and cover.
The body shall be long pattern design with integral cast -on end flanges. Flapper shall be Buna -N
having an "O" ring seating edge and be internally reinforced with steel. The body and cover
shall be lined with 1/8 -inch thick natural rubber. The lining shall be auto claved to the body and
cover and cured to 55 durometer shore A -5. The lining shall be tested in conformance with
ASTM D573.
Precast concrete vault for plug valve installation near washdown area shall be Utility Vault
Company 506 -LA or approved equal. Provide with interior dimensions 4' -0" wide, 4' -0" long,
and 5' -0" high. Provide with cover No. 55 -332P.
Sign shall be 1/8 -inch thick rigid, high pressure colored laminated stock with white core which is
exposed when material is engraved. Color shall be dark red. Sign lettering shall be helvetical
light or medium. Sign shall have radius corner treatment and have center center positioning.
Fasteners shall be stainless steel.
X001 1522.072/F[NAi. 07/31/97
7 -3 DIVISION 7 DRAINAGE STRUCTURES,
STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
FCA
Flange coupling adapters for use with HDPE pipe shall be as made by the pipe manufacturer and
installed per manufacturer's recommendations.
7 17.3(2)A General
Section 7- 17.3(2)A is supplemented with the following:
The completed forcemain and service connections to the pump units shall be pressure tested to
100 psi by the Contractor. The forcemain shall be completely filled with water and pumped up
to the test pressure. The forcemainl can be tested in sections against the isolation valves.
7 17.4 Measurement
Section 7 -17.4 is supplemented with the following:
Separate measurement for payment will not be made for ductile iron pipe, FRP pipe, and testing
of sewer pipe in this section.. Costs associated with this work shall be included in other bid
items.
7 17.5 Payment
Section 7 -17.5 is supplemented with the following:
"4 -Inch HDPE Forcemain per linear foot.
"3 -Inch HDPE Forcemain per linear foot.
"2 -Inch HDPE Service Connection Forcemain per linear foot.
"PVC Sanitary Sewer Pipe 6 inch Diam. per linear foot.
X0011522.072 /FINAL 07/31/97
END OF DIVISION 7
7 -4 DIVISION 7 DRAINAGE STRUCTURES,
STORM SEWERS, SANITARY SEWERS,
WATER MAINS, AND CONDUITS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
8 -30 ELECTRICAL
Add Section 8 30 as follows:
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8 -30.1 Basic Electrical Requirements
8- 30.1(A) General
Summary: Section includes basic electrical requirements applicable to the Work and the other
Sections of Division 16--Electrical. Related sections include the following:
All Other Section 8 -30 Electrical
Section 8 -31 Packaged Grinder Pump Station
Division 1 General Requirements
Conform to the following Codes and Standards, as applicable:
American National Standards Institute (ANSI).
Canadian Standards Association (CSA).
Institute of Electrical and Electronic Engineers (IEEE).
Insulated Cable Engineers' Association (ICEA).
National Electrical Code (NEC).
National Electrical Safety Code (NESC).
National Electrical Manufacturers' Association (NEMA).
Underwriters' Laboratories, Inc. (UL).
Quality Assurance
Provide electrical equipment, materials, details of construction, and installation. Perform
necessary tests, in conformity with NEC and UL as well as other codes, ordinances, or
regulations as specified and that may otherwise apply. Referenced codes and standards establish
the minimum requirements for the Work. Wherever these Contract Documents require higher
grades of materials or workmanship than required by the codes and standards, these Contract
Documents precede.
If the specified reference standards conflict with these Contract Documents, request clarification
from the Engineer before proceeding.
X0011522.072/FiN&L 07/31/97 8 -1 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Drawings
The Drawings are generally diagrammatic and the location of outlets and equipment terminals
are approximate unless detailed ordimensioned. Determine the exact placement and routing of
cables and raceways as governed by structural conditions, physical interferences, and the location
of electrical terminations on equipment.
Examine the Drawings and equipment manufacturers' drawings, before determining the exact
number and routing of raceways required. Examine the existing site conditions, the Drawings,
and the Shop Drawings of equipment in order to determine exact routing and final terminations
for raceways and cables. Stub conduits as near as possible to equipment terminals.
The Drawings are based on available data pertaining to a particular design of equipment, and
portray the systems that have been chosen to affect the required operation and level of control.
Equipment furnished and installed; even though of the make and model specified, may differ in
detail, arrangement, connections, or configuration from that shown on the Drawings.
Equipment that differs from that shown and requires modifications to power, control, or other
electrical systems will not be approved unless the required modifications are provided. Quality
of equipment is to be the same as that specified, and provided at no additional expense to the
Owner.
Size conductors and raceways for proposed changes in accordance with the requirements of these
Contract Documents.
Typical control diagrams are shown to delineate the basic circuit arrangements to be used.
Submittals
Provide submittals in accordance with Division 1 requirements, as required in the device or
system's own specification section; and as follows.
Within 30 days after delivery of the Notice to Proceed, submit the material proposed under this
division of Work for review as follows:
Name of manufacturer.
Identifying trade name.
Model designation.
Catalog cuts.
Endorse catalog cuts for the specific parts and ratings of the equipment being supplied, especially
where multiple parts and ratings appear on one sheet. Indicate the intended use for operating
devices. Submit information on major equipment and panels at least one month prior to the
scheduled incorporation of the equipment in the Work.
Provide complete information prior to manufacturer for major electrical equipment, such as
panelboards, control panels, and any special electrical equipment. Use the diagrams and
descriptions as shown or specified, the electrical layouts and specifications, along with
X0011522.072/F[NAL 07/31/97 j 8 -2 DIVISION 8 MISCELLANEOUS CONSTRUCTION
equipment suppliers' information as applicable in order to produce the required drawings.
Include diagrams showing the power and control systems in detail, and interconnection diagrams.
Diagrams format shall be as follows:
Place rungs of elementary diagrams horizontally and number each line.
Symbols: ANSI Standards.
Cross reference contact locations by line numbers.
Provide each device with a clear description and a contact development.
Provide coils and indicating lights.
Identify and number terminal points on elementary, internal, and interconnection
diagrams.
Closeout submittals shall include test reports as specified hereinafter, Operations and
Maintenance Manuals, and construction record drawings showing as-built conditions of project.
Product Delivery, Storage, and Handling
Perform Work in accordance with Division 1— General Requirements, and as follows:
Protect materials and equipment from dust and moisture prior to and during construction. Repair
scratches or defects in the finish of the equipment by spray painting, after properly preparing the
surface. Use only identical paint furnished by the equipment manufacturer for such purposes.
Provide warranties in accordance with the requirements of Division 1.
8.30.1(B) Products
General
Use new materials, of current manufacture. Use same manufacture and quality for each type of
material incorporated into the Work. Furnish products UL- listed and UL- labeled for the purpose
for which they are intended, where such listing exists. If no such listing exists, then CSA or
other approved third -party listing and labeling will be acceptable.
Corrosion Protection and Painting
Unless otherwise specified, treat equipment and appurtenances furnished under Section 8-30
Electrical. with zinc phosphate, bonderize, or otherwise give a rust preventive treatment, then
prime and paint with a durable lead -free enamel finish of not less than 5 mils total dry film
thickness. Final finish unless otherwise specified as follows:
Exteriors: ANSI 61, light gray.
Interiors: white.
Conform hot -dip galvanizing, where specified, to the applicable of ASTM A 123, A 153, A 384,
and A 385. Coat field cuts of hardware and minor damage of the galvanized surface with Galv-
Bar galvanizing repair system.
X001 1522.072/F►NAL 07/31/97 8 -3 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Provide stainless steel hardware for electrical devices and equipment installed out of doors,
below grade, or in damp locations.
Equipment Variance from Contract Documents
If the equipment proposed for use in the Work differs in control circuitry, or if the equipment is
of larger horsepower than that shown on the Drawings, furnish and install the controls and wiring
properly to serve the proposed equipment, and submit information prior to installation showing
the complete system.
Mark final sizing of revised or added conductors and raceways after completing the required
diagrams and determining the exact conductor count. Size conduit for revised power and control
systems in accordance with NEC, Tables 1, 4, and 5.
8- 30.1(C) Execution
Dust Control
Accomplish operations involving grinding of concrete, sweeping, or similar activities under
controlled conditions that keep cement dust or other dust and particles from contaminating the
electrical equipment. Adequately cover and protect from dust any parts susceptible to damage.
At the completion of the Work, clean the electrical equipment and render the interior of panels
and cabinets dust free.
Modifications of Existing Equipment
A portion of the Work involves rewiring, relocation, and modification of existing electrical
equipment, to provide pump station power from existing panelboards.
Installation of Electrical Equipment
Install equipment per manufacturers' requirements as specified hereinafter.
Locate wall, ceiling, roof, and floor openings for passage of conduit, to electrical enclosures from
suppliers' equipment data and in accordance with the structural requirements of the Contract
Documents and the requirements! of other trades. Make arrangements for the forming of
openings in cast -in -place and precast concrete building elements during the casting of these
elements whenever possible. Do not cut, notch, or drill structural steel members unless
specifically approved by the Engineer.
Coordination
Coordinate electrical installation work with other trades on the job site.
Testing
Furnish power, labor, materials, instruments, and tools as required for testing. Demonstrate that
equipment is operating as intended] prior to the acceptance of the Work. Protective devices are to
be operative during testing of equipment. Notify the Engineer at least 24 hours in advance of the
tests. The Engineer may be present to witness the tests. Correct deficiencies or unsatisfactory
conditions in a satisfactory manner, at no additional cost to the Owner.
X001 1522.072/FrNn[ 07/31/97 8-4 DIVISION 8 MISCELLANEOUS CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Record and submit to the Engineer, in report form, the detailed results of each of the tests, as
specified hereinafter.
Test miscellaneous equipment by operating electric motors, relays, switches, and heaters
sufficiently to demonstrate their intended function and electrical connections.
8 -30.2 Basic Electrical Materials and Methods
8- 30.2(A) General
Summary
Sect i ncludes basic electrical materials, equipment, and methods applicable to the Work and
to other sections of Section 8- 30— Electrical, and the following:
Boxes and enclosures.
Wiring devices.
Nameplates.
Concrete expansion anchors.
Sealants.
Nonshrink grout.
Related Sections
Related sections include 8 30.1 Basic Electrical Requirements.
Submittals
Submit in accordance with the requirements of Section 8 -30.1 and as specified herein. Submit
nameplate schedules for review prior to inscription.
8- 30.2(B) Products
Boxes and Enclosures
Boxes include junction and pull boxes, enclosures include pedestal mounted fieldpanels. Branch
circuit panelboards are specified elsewhere in these Contract Documents.
Junction Boxes shall be hot -dip galvanized cast ferrous alloy. Provide with integrally cast
threaded hubs or bosses for conduit entrances, full 5- thread contact on tightening, drilled and
threaded before galvanizing. Covers shall be similar hot -dip galvanized cast ferrous alloy
material. Furnish full -body neoprene gasket and Type 316 stainless steel machine screws with
the cover. Manufacturers: O.Z. /Gedney or special Crouse -Hinds or Appleton units famished
with factory- applied hot -dip galvanized finish.
Boxes for Use in Class I Explosive Hazardous Locations: UL- listed for the application.
Pull boxes: commercially fabricated of sheet metal of code gage or heavier. Provide "C" or "L"
configuration, or design for special applications. Covers shall be attached with machine bolts
and permanently attached nuts furnished under the lip of the box. Furnish a neoprene gasket
between the cover and the box. Hot -dip galvanize after fabrication.
X0011522.072/FINAL 07/31/97 8 -5 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Enclosures shall be NEMA 4X. Fabricate of stainless steel, polyester fiberglass, or epoxy resin
construction as applicable. Furnish steel enclosures with either welded hubs or weathertight hub
box entry fittings. Furnish enclosures without knockouts. Provide enclosures with hinged doors
unless otherwise shown. Door construction shall allow 110 degree minimum swing. Furnish
mounting pans on the back of each enclosure unless otherwise shown.
Wiring Devices
Comply with NEMA WD -1. Specification grade with provisions for back wiring and side wiring
with captive binding screws. Switch covers for cast boxes shall be cast alloy cover plates of the
weather resistant type, with rocker arm operator. Receptacle covers shall be weatherproof while
in use, industrial grade, meeting NEC 410 -57, UV- stabilized polycarbonate with sealing gaskets
and stainless steel mounting screw's. Key locking where shown. Manufacturers: Taymac Safety
Outlet Enclosure, or equal.
Nameplates
Provide a nameplate designating the function of the device and its identifying number (if
applicable) for each field panel and control device. Also identify with nameplates relays,
pressure switches, solenoid valves, and similar devices mounted outside of their associated
control panels, as well as numbered instruments and devices.
Nameplates shall be 1 /16 -in. thick machine engraved laminated phenolic with white letters not
less than 3 /16 -in. high on a black background or as otherwise shown. Nameplates for wiring
devices such as switches and receptacles may have 1 /8 -in. high lettering. Spell equipment titles
out completely on nameplates.
Provide stainless steel drive screws for securing nameplates on the exteriors of steel panels.
Identify relays and devices that are located inside panels with nameplates of either sandwich
phenolic as described above, white fiber strips marked in India ink, or 3 /8 -in. minimum size
Dymo tape. Clean the surface to which adhesive labels will be applied with mineral solvent of
denatured alcohol and wipe clean with lint -free absorbent cloth just prior to application of the
label.
Concrete Expansion Anchors
Stud Bolt Wedge Anchors: 2 -piece type, stainless steel. Manufacturers: Kwik -Bolt, Parabolt, or
equal.
Sealants
Watertight building penetration: Where a conduit passes through a below -grade concrete wall,
seal opening around the conduit with a minimum expanding form sealant, that will form a
durable, airtight, waterproof bond to metal and masonry. "Manufacturers" Insta -Foam Products
"Great Stuff," or equal.
Cabinet Pad Mounting: One -part, nonsag urethane, silver or gray. Manufacturers: Sika
Corporation, Sikaflex -la, or equall
Nonshrink Grout
Provide nonrusting metallic aggregate. Manufacturers: Master Builders Embeco 636, or equal.
X0011522.072/FENAL 07/31/97 8 -6 DIVISION 8 MISCELLANEOUS CONSTRUCTION
8- 30.2(C)
Perform installation in accordance with the applicable provisions of Section 8 -30.1 and as
specified herein.
Install wiring devices in boxes with adequate space for the device, wiring, and splices. Ground
devices by means of a ground lug, where provided, and through the mounting strap.
Locate boxes and enclosures so as to provide ample clearance between the unit and any other
equipment including fixtures, pipes, beams and ducts. Mount units with doors, so that the doors
may be freely opened to at least 110 degrees. Place sealants and nonshrink grout in accordance
with manufacturer's instructions.
Field Checkout and Tests
Make field checkout and tests in accordance with the applicable provisions of Section 8 30.1.
8 -30.3 Raceways
8- 30.3(A) General
Summary
Section includes raceways, fittings, supports, and appurtenances. Related Sections include
8- 30.1 —Basic Electrical Requirements.
Submittals
Submit in accordance with the requirements of Section 8 30.1.
8- 30.3(B) Products
General
Conform raceways to the definition given in Article 100 NEC. Furnish and install raceways in
accordance with the UL listing and applicable NEC articles. Minimum conduit size shall be
3/4 in., unless specifically noted otherwise in these Contract Documents.
Raceways
Rigid Galvanized Steel Conduit (RGS): Conform to ANSI C80.1. Hot -dip galvanized inside
and outside after threading.
Rigid Nonmetallic Conduit (PVC):
and with one of the following:
Schedule 40 heavy wall
encasement or direct burial.
Schedule 80 extra heavy wall polyvinyl chloride, UL- listed for direct burial.
Provide type EB, ETL- listed for concrete encasement. Use polyvinyl chloride solvent weld type
fittings in accordance with NEMA Standard TC -3. Use rigid galvanized steel for elbows and
risers. Furnish expansion joints in accordance with the manufacturer's recommendations.
Provide in accordance with NEMA Standard TC -2 of TC -6,
high- impact polyvinyl chloride, UL- listed for concrete
X001 1522.072/FiNAL 07/31/97 8 -7 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Liquidtight flexible metal conduit (LFMC) shall be formed from spirally wound galvanized steel
strip, with successive convolutions securely interlocked and jacketed with a liquidtight plastic
cover. Fittings shall be cadmiumiplated malleable iron body and gland nut, brass grounding
ferule threaded to engage conduit spiral and 0-ring seals around the conduit and box connection
and insulated throat. Use matching 145- and 90- degree fittings where applicable.
Fittings
Unions shall be cast ferrous alloy, electroplated with zinc, suitable for use in hazardous locations
as well as in moist atmospheres and designated UNF or UNY by Crouse -Hinds or Appleton.
X0011522.072/FENAL 07/31/97
Locknuts shall be extra heavy steel electroplated with zinc for conduit sizes 3/4 in. through
1-1/2 in. and malleable iron for conduit sizes greater than 1-1/2 in.
Bushings shall be electrogalvanized steel or malleable iron with a molded phenolic or nylon
insulating collar. Furnish grounding bushings with separate lugs for ground conductor
attachment and a set screw for securely locking the bushing to the conduit. Manufacturers:
O.Z. /Gedney or Appleton. Bushed openings for protection of cables passing through metal
barriers shall be high- impact thermosetting phenolic. Manufacturers: O.Z. /Gedney Type ABB,
or equal.
Conduit Bodies shall be oblong, lround, or rectangular conduit type, zinc electroplated cast
ferrous alloy with integrally cast threaded hubs, and with a minimum of 4- thread contact on
tightening. Cover plates shall be of a material similar to the body and secured to the body by
Type 316 stainless steel machines screws. Furnish a full -body neoprene gasket with each cover.
Provide bodies for explosive hazardous areas specifically designed for use in classified locations.
Manufacturers: O.Z. /Gedney, Crouse Hinds, or Appleton.
Weathertight connectors (hubs) for conduit attachment to NEMA 4X enclosures shall be
electroplated zinc, malleable iron{ or stainless steel, with a LEXAN insulated throat, 0-ring
gasket, and grounding face as part of the unit. Manufacturers: Meyers "Scru Tite," or equal.
Liquidtight connectors for the attachment of liquidtight flexible conduit to enclosures and
fixtures shall be electroplated zinc malleable iron, with 0-ring gasket and approved grounding
insert. Use matching angle connectors, where applicable.
Conduit seals for conduit systems in Class I hazardous locations shall be hot -dip galvanized cast
ferrous alloy. Provide sealing compounds for use in the seal of the same manufacture as the
fitting and UL- listed for the purpose intended.
Deflection/expansion fittings in exposed and embedded runs shall be watertight and furnished
with an internal bonding jumper. Provide with neoprene expansion material, allowing for 3 /4 -in.
movement in any direction. Manufacturers: O.Z. /Gedney, or equal.
Raceway Supports
Clamps: One -hole hot -dip galvanized malleable iron. Use with hot -dip galvanized clamp backs
(and nesting backs where required for spacing). Manufacturers: O.Z. /Gedney, or equal.
Racks: Hot -dip galvanized framirig channel, with hot -dip galvanized pipe clamps with stainless
steel fasteners. Manufacturers: Uriistrut, or equal.
8 -8 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Underground Duct Spacers
Fabricated plastic base and intermediate spacers shall be designed to maintain NEC required
spacing for buried conduit runs. Manufacturers: P.W. Pipe, Underground Devices, Inc., or
equal.
Marking Tape
Marking tape shall be 'detectable type, high tensile strength, with an elongation factor of 35
Provide with solid metal core to provide for easy detection, 2 inches -wide minimum. Tape shall
be red, with the words "CAUTION— ELECTRIC LINE BURIED BELOW" printed in black.
Manufacturers: Terra Tape Sentry Line No. 1350, Reef Industries, Houston, Texas, or equal.
Conduit Tags
Tags shall be nonferrous aluminum, with raceway designations pressure stamped onto them.
Furnish tags with Type 304 stainless steel wire or aluminum tape strips for mounting.
8 30.3(C) Installation
Perform installation in accordance with the applicable provisions of Section 8 -30.1 and as
specified herein.
Types of conduit for use, as follows:
Exposed conduit: RGS unless otherwise shown.
Underground conduit: PVC unless otherwise shown. Use of PVC conduit in CMU walls
or exposed locations will not be allowed.
Do not use flexible conduit as a general purpose raceway, but only install it in locations requiring
flexibility, due to vibration or movement. Maximum length: 24 in. unless otherwise shown.
Run exposed conduit on supports spaced not more than 8 ft apart. Install with runs parallel or
perpendicular to walls, structural members, or intersections of vertical planes and ceilings.
Conduit is not to approach closer than 6 in. to any object operating above the rated temperature
of the insulation of the conductor within the conduit. Space conduit out from surfaces at least
3 /8 -in.
Secure conduit supports to concrete surfaces by means of expansion anchors. Field drills holes
for anchors. Use of wooden plugs, plastic inserts, or power- actuated fasteners to secure conduit
supports will not be allowed.
Welding, brazing, or other heating of the conduit will not be allowed. Use of straps or plumber's
perforated hanger tape for securing or bonding of conduit, devices, or equipment will not be
permitted.
Where required for ease of pulling and as necessary to meet code, install junction or pull boxes,
even though not shown on the Drawings. Where two or more conduit runs of different systems
use the same pull box, separate the conductors by means of suitable barriers.
Terminate conduits at junction boxes, outlets boxes, or panels with proper fittings. Effectively
ground metallic conduit. Terminate conduit feeding freestanding panels and cabinets, from
X0011522.072/FINAi. 07/31/97 8 -9 DIVISION 8 MISCELLANEOUS CONSTRUCTION
below, in clear wiring space. Terminate conduit end with a grounding bushing. Terminate
conduit entering NEMA 4X enclosures by means of a raintight hub having an insulating liner.
Make up conduit joints with a conductive corrosion inhibitor, such as T &B Kopr Shield. Apply
inhibitor to the male threads only.
Install underground conduit with ;between 24 in. and 36 in. cover, unless otherwise shown.
When not run with other utilities, run conduit in a trench with sand backfill 6 in. all around
conduit.
I
Install a sealing fitting in each conduit passing from a hazardous area into a non hazardous area.
Install the seal in accordance with NEC and local requirements. Fill seal with compound after
installation of conductors. Install conduit fittings in hazardous areas in accordance with Article
500 of the NEC and with applicable state and local codes.
Prevent the entrance of dirt, concrete, or debris in conduit, fittings, or boxes during the course of
installation.
To test conduits for obstructions or flattening, pull a round, solid cleaning mandrel, not less than
10 in. long, correctly dimensioned Ifor each size of conduit, through buried underground conduit.
If an obstruction is found, that section must be replaced. Then pull through stiff bristled brush,
or blow conduit out with compress i d air, just prior to pulling in conductors or cables.
Furnish and install separate raceways for circuits supplying different pieces of equipment, or of
different voltages of type of system, unless otherwise shown. Home runs for circuits fed from
the same panelboard may be combined.
Complete the whole conduit run, including terminations, supports, and fittings, prior to pulling in
conductors.
Seal ends of conduit entering handholes or pad mounted electrical cabinets with permagum
sealing compound. Install the compound around conductors or pull strings.
Place concrete curbs around all conduit rising through finished floors as detailed on the
Drawings.
Paint conduit to match others nearby.
Attach conduit tags to raceways.
Field Checkout and Tests
Make field checkout and tests in accordance with the applicable provisions of Section 8 30.1.
8 -30.4 Conductors and Cables
8- 30.4(A) General
Summary
Sections includes conductors, cables, terminating devices, and wiring accessories. Related
sections include section 8- 30.1 —Basic Electrical Requirements.
X0011522.072/FtNAL 07/31/97 8 -10 DIVISION 8 MISCELLANEOUS CONSTRUCTION
8- 30.4(B) Products
Conductors and Cables
Provide cable and conductors in strict accordance with applicable publications of the ICEA for
the cable provided. Conductors shall be copper, with Class B standing unless otherwise noted.
Minimum conductor size shall be No. 12 AWG -for power circuits and No. 14 AWG for control
circuits, unless the conductor is supplied as part of a manufactured equipment assembly and is
approved, or where a specific size is shown for a specific application.
General Purpose Power and Control Cable shall be as follows:
Conductor insulation for use on circuits rated 600 V or below in dry locations:
Power conductor sizes No. 4 AWG and larger: Type XHHW.
Power and control conductors No. 6 AWG and smaller: Type THWN/THHN.
Conductor insulation for use on circuits rated 600 V or below in underground raceways or
direct buried: Type USE with 600 -V rated insulation.
Conductor and Cable Terminating Devices
Devices shall be designed and manufactured for the applications specified herein.
Power cable terminators (No. 8 AWG and larger) shall be tin plated copper and of solid tubular
construction designed for high pressure power tool indenting or compressing of the sleeve.
Control and small power cable terminators (No. 10 AWG and smaller) shall be of welded seam
or tubular tinned copper construction. Design for fastening to the conductor by indenting the
terminal sleeves.
Wiring Accessories
Provide conductor markers that are legible, permanently coded, tubular yellow or white
polyvinyl chloride tubing, sized to fit the conductor insulation; or heat shrink polyolefin tubing.
Provide markings machine printed in black with the conductor coding.
Terminal blocks for power loads shall be channel- mounted solderless box lugs with ample size
and capacity to accommodate the required loads. Provide with pressure plates. Terminal blocks
for No. 10 AWG and No. 12 AWG control and small power wiring shall be binding -head screw
type or box -type lugs capable of receiving 2 conductors in each lug. Terminal blocks for No. 14
AWG control wiring shall be channel- mounted nylon -type, with binding -head or washer -head
screws. Furnish spare terminals in terminal block assemblies in quantities of not less than 10%
of the total terminals used for control and small power circuits.
8- 30.4(C) Execution
Conductors and Cables
Exercise care in pulling cables into conduit so as to avoid kinking, putting undue stress on the
cables, compressing, distorting, or otherwise abrading cable insulation. Only UL- listed pulling
compound will be permitted for use in pulling cables. Complete and protect the raceway
installation from the weather before pulling cable into it.
X0011522.072 /FINAL 07/31/97 8 -11 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Splices in power and control circuits are not permitted. Run conductors from point -to -point and
from termination -to- termination in continuous lengths.
Make up cables crossing hinges into groups, not exceeding 20, so arranged that they will be
protected from chafing when the hinged member is moved. Run groups of cables parallel to
hinge axis for at least 12 in.
Do not install circuits below 100 V in the same raceway or enclosure with circuits above 100 V
except where adequately barriered or where necessary to terminate the circuits.
Install a green equipment grounding conductor for each power and .lighting circuit, in the same
:raceway as the power conductors. Terminate ground conductors to a ground lug or screw
terminal at each end. Terminate spire conductors with electrical tape and an identifying label.
Conductor and Cable Terminating Devices
Apply devices only to the conductor s within the size ranges for which they are designed.
Use terminating devices rated for the full ampacity of the cables.
Terminations of power conductors, No. 8 AWG and larger, may be made without terminals
directly in box -type lugs where such lugs are part of the electrical equipment of device as
manufactured and providing that the lugs are of adequate capacity and rating.
Install terminals and connectors with the compression tool recommended by the terminal
manufacturer. Electrical spring connectors are not permitted.
At wire -to -wire (pigtail) connections other than described •above, connect conductors by means
of compression connectors.
Conductor Markers
Tag control circuit conductors at each end of run with a legible, permanently coded wiremarking
sleeve showing the complete wire designation.
Field Checkout and Tests
Make field checkout and tests in accordance with the applicable provisions of Section 8 -30.1 and
as specified herein.
Test thoroughly for shorts and grounds. Test single conductors in the same conduit, to each
other and to ground. Values of resistance less than 10 megohms will not be acceptable.
Complete and submit the Electrical System Data and Test Report per Form 8 -30.4, following this
section.
X0011522.072/FINAL 07/31/97 8 -12 DIVISION 8 MISCELLANEOUS CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
FORM 8 -30.4
ELECTRICAL SYSTEM DATA AND TEST REPORT
A. EQUIPMENT NAME:
B. CONDUCTOR SIZE AND INSULATION TYPE:
1. Phase Conductors:
2. Neutral Conductors:
C. MEASURED OPERATING CONDITIONS FOR CONDUCTORS:
1. Operating Loads:
a. In Volts A -B B -C C -A Volts
A -N B -N C -N Volts
b.. In Amps A B C Amps
2. Conductor Insulation
Resistance A -B
B -C
A -G B -G
BY
CO.
DATE
NO.
(IF USED)
C -A megohms
C -G megohms
X0011522.072/F NAi. 07/31/97 8 -I3 DIVISION 8 MISCELLANEOUS CONSTRUCTION
8 -30.5 Service and Distribution
8- 30.5(A) General
Summary
Section includes work necessary for distribution of power and branch circuit protection. Provide
connection, appurtenances, and utility costs with this portion of the Work. Related sections
include Section 8- 30.1 —Basic Electrical Requirements.
Submittals I
I
Submit in accordance with the requirements of Section 8 -30.1, and submit test results as
specified herein.
8- 30.5(B) Products
Grounding
Furnish and install the grounding system in compliance with NEC, state, and local electrical
codes and as shown on the Drawings. Bond together and effectively ground exposed non-
energized metal surfaces containing energized devices, parts or conductors, building steel,
metallic electrical raceways, and the neutrals of transformers and generating equipment.
Grounding conductors shall be soft -drawn stranded copper.
Motor Starters and Contactors
Provide starters and contactors that conforming to NEMA ICS and the provisions of this Section.
Alternating Current Contactors: magentically operated and held, double break, with sliver -to-
silver bridging type contacts. Coils shall be easily removable, and unless otherwise shown
operate at 115 Vac. Contacts shall be rated for 600 Vac. Furnish with auxiliary contacts as
required or shown.
Single -phase motor starters, at a minimum, shall consist of a magnetic contactor with thermal
overload relay. Size the relay heater for motor full -load current with contacts rated for line
current interruption.
Protective Devices
Overcurrent protective devices shall have the ratings shown on the Drawings. Small power
panelboard breakers shall have an interrupting rating of not less than 10,000 A at 120/240 V.
Other circuit breakers shall be rated as shown on Drawings.
Branch Circuit Panelboards
Branch circuit lighting and power panelboards, including cabinets, shall conform to standards
and requirements established by ;UL, NEMA, and NEC, and equipped with the number of
circuits, bus capacity, and arrangement and rating of circuit breakers shown or required.
Provide dead -front bolt -in type cir breakers unless otherwise shown.
Fabricate cabinets from galvanized code -gage steel without knockouts. Fabricate fronts of cold
rolled steel, complete with flush-hinged door equipped with catch and lock, and a directory frame
X0011522.072/FrNAL 07/31/97 8 -14 DIVISION 8 MISCELLANEOUS CONSTRUCTION
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
faced with transparent plastic. Panelboards shall be suitable for mounting as required. Protect
and paint them in accordance with Section 8 -30.1.
Panelboard buswork shall be copper and arranged for single -phase, 3 -wire or 3 -phase, 4 -wire
service, as appropriate. Arrange 3 -phase panel busing to maintain sequence phasing throughout.
Furnish panelboards with the isolated neutral bar and ground bar mounted at the opposite end of
the enclosure from the main lugs. Furnish a removable link for bonding the neutral bar to the
ground bar.
Furnish typewritten circuit directory in accordance with the schedule on the Drawings, modified
to show as- installed conditions.
Capacitors
Provide liquid dielectric type, suitable for ultimate disposal without environmental degradation.
Install in a metal enclosure with a removable cover over the terminal compartment.
Fuses: Size to protect capacitor case and the surroundings from damage in the event of internal
faults. Mount fuses within the compartment. Resistor: Size for discharge of the capacitor when
the unit is de- energized.
8- 30.5(C) Execution
Installation
Install in accordance with Section 8 -30.1 and as specified herein.
Make grounding surfaces smooth and clean before connecting the grounding electrodes and
conductors.
Ground conduit directly or through equipment frames and ground buses to the grounding system.
In addition to the conduit system, ground equipment having a 120- or 240 -V supply to the supply
source ground bus, by a green insulated ground cable installed in the conduit with the phase
cables. Ground cables for small panels and equipment, No. 8 AWG copper minimum, unless
otherwise shown.
Install an insulated grounding bushing on each conduit that does not terminate in a grounded
cabinet or on panel steel. Bond the bushing to the cabinet or panel ground bus with an
equipment grounding conductor of proper size.
Field Checkout and Tests
Perform field checkout and tests in accordance with the applicable provisions for Section 8 -30.1
and as specified herein.
Overload Protective Devices (Thermal) Testing
Make a tabulation of the following data for each motor:
Equipment driven.
Nameplate amperes.
Service factor.
X0011522.072/Fr .&i, 07/31/97 8 -15 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Overload device catalog number.
Overload device current range and setting.
Submit this information prior to startup of any equipment. Include copies of the information in
the Operation and Maintenance manuals specified.
8 -30.6 Motors
8- 30.6(A) General
Summary
Section includes electric motors, and appurtenances. Related section include 8- 30.1 —Basic
Electrical Requirements.
Quality Assurance
Motors shall be manufactured in accordance with the standards of IEEE, NEMA, and ANSI.
Enclosures, nameplates, ratings, and tests shall be in accordance with NEMA MG -1.
Furnish motor -driven mechanical equipment with the drive motor as an integral design part of
the equipment. Furnish motors that are able to develop ample torque for the required service
through acceleration and rated loadI range. Furnish motors rated for continuos duty operation and
based on operation in an ambient temperature of 40 °C.
Submittals
Submit in accordance with the requirements of Section 8 -30.1, and as follows:
Before installation of motors, furnish nameplate data sheets on integral horsepower motors.
Include. as a minimum, the following:
Manufacturer's type and NEMA frame designation.
Enclosure construction description.
I
Horsepower output.
I
Time rating in accordance Iw ith NEMA MG 1- 10.35.
Ambient temperature rating and temperature rise.
RPM at rated load.
Frequency.
Number of phases.
Rated load amperes.
Locked rotor current (include part winding LR current if applicable).
Voltage. I
Code letter in accordance with NEMA MG 1 -1.70.
I
Design letter for integral horsepower induction motors in accordance with NEMA MG
1 -1.16.
X001 1522.072 /FINAL 07/31/97 8 -16 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Service factor.
Insulation system designation.
Verify the foregoing data after manufacture and include it with the information furnished in the
Operation and Maintenance Manuals specified in Division 1. The foregoing data need not be
submitted for single -phase fractional horsepower motors; however, submit pertinent catalog data.
Submit leak detection system details for submersible motors.
8- 30.6(B) Products
General
Design and connect for operation on a 230 Vac, single -phase, or 208 Vac, three -phase 60 -Hz ac
electrical system, unless otherwise shown. Provide with copper windings.
Ratings
Maximum output shaft horsepower under any condition of loading shall not exceed 90% of the
motor's horsepower rating at a service factor of 1.0, unless otherwise approved.
Insulation
Motor insulation systems shall be manufacturer's premium grade and resistant to attack by
moisture, acids, alkalis, and mechanical or thermal shock. Seal motor leads with a nonwicking,
nonhygroscopic insulating material. Single -phase motors shall have NEMA Class B insulation.
Type B motors shall have epoxy encapsulation.
Thermal Protection
Furnish thermal protection where indicated on motors. Furnish protection by bi -metal strip
switch embedded in the windings. The supervisory relay will be furnished by the motor
manufacturer for installation in the control equipment.
Bearings
Provide anti- friction motor bearings designed to be regreasable and initially filled with grease
suitable for ambient temperatures to 40 °C. Furnish corrosion- resistant pipe plugs for grease
inlets and outlets. Grease inlet and outlet plugs must be accessible without the necessity of
dismantling any part of the motor. Mount motors on the equipment to the pipe plugs. Furnish
grease that is compatible with operating temperature of the motor.
Single Phase Motors
Single -phase motors shall be standard capacitor -start designed for operation on 240 V, 60 Hz,
unless otherwise specified or shown on the Drawings. Motors shall deliver rated load without
exceeding a 55 °C temperature rise while operating in a 40 °C ambient temperature.
Motors shall have sealed ball bearings lubricated for 10 years normal use.
Three Phase Motors
Furnish each 3 -phase motor with an aluminum or cast iron frame, and cast conduit box. Conduit
Box: split from top to bottom and capable of being rotated to 4 positions. Install synthetic
X0011522.072 /FINAL.. 07/31/97 8 -17 DIVISION 8 MISCELLANEOUS CONSTRUCTION
rubber -like gaskets between the frame and the conduit box and between the conduit box and its
cover. Furnish a grounding lug inside the conduit box.
Deliver motors with the manufacturer's standard primer. Field paint if installed separately from
the driven mechanical equipment. Factory paint if factory assembled with the driven equipment.
Hardware: corrosion resistant.
Equip 3 -phase motors weighing more than 50 lbs with at least 1 lifting lug.
Motor Manufacturer's Nameplates
:Provide engraved or stamped, stainless steel nameplates containing the information specified
herein, fastened to the motor frame. Position the nameplate so as to be readily visible and
readable for inspection on the completed machine.
Leak Detector
Furnish submersible motors with double seals on the pump end. Provide a leak detection system
with a N.O. pilot duty rated seal leak switch between the double seals, or with leak sensor and
relay. The relay, with transformer if necessary, shall be furnished by the motor manufacturer for
installation in the control equipment.
Submersible Cables
Furnish factory- sealed cables with a ground conductor with submersible motors. Furnish one
cable for the motor line current and a separate cable for pilot devices embedded in the motor.
Size cable lengths as specified in these Contract Documents.
8- 30.6(C) Execution
Installation
Protect motors from dust and moisture and after installation. Make up power conductors as
described in Section 8 -30.4. Whe e monitoring leads are brought out of the motor in the same
conduit box, use 600 -V insulated conductors on monitoring wiring.
Testing
The Owner may test a motor at any time after delivery of the motor to the job site, or at any time
during the warranty period to determine its ability to meet specified loading conditions within the
temperature limits of the manufacturer's submittal data. In the event that a motor does not meet
the specified load requirements, replace the motor at no expense to the Owner.
Motor insulation resistance may be checked by the Owner at any time after delivery to the job
site, or during the warranty period in accordance with these Contract Documents. In the event
that a motor does not meet the specified resistance requirements, replace the motor at no expense
to the Owner.
Complete and submit, a Motor Data and Test Report for each motor per Form 8 -30.6, following
this section.
X0011522.072/FINAL 07/31/97
8 -18 DIVISION 8 MISCELLANEOUS CONSTRUCTION
8 -30.7 Payment
No separate payment will be made for work specified in Section 8 -30. Electrical work will be
paid as part of work required in other Sections.
X0011522.072/FrNAL 07/31/97 8 -19 DIVISION 8 MISCELLANEOUS CONSTRUCTION
FORM 8 -30.6
MOTOR DATA AND TEST REPORT
A. EQUIPMENT NAME:
B. MOTOR MANUFACTURER'S REPRESENTATIVE:
1. Name:
2. Address:
3. Phone: 1-
C. MOTOR NAMEPLATE DATA:
1. Type:
2. Frame:
3. Enclosure:
4. Output: hp
5. Time Rating:
6. Ambient Temperature: degrees F, C
7. Temperature Rise Class:
8. RPM at Rated Load: rpm
9. Voltage(s): volts
10. Number of Phases:
11. Frequency: Hz
X0011522.072/FINAL 07/31/97 8 -20 DIVISION 8 MISCELLANEOUS CONSTRUCTION
BY
CO.
DATE
NO.
(IF USED)
Page 2
12. Rated Load Amperes: FLA
13. Locked Rotor Current: LRA
14. NEMA Code Letter:
15. Design Letter:
16. Service Factor: at degrees F, C ambient
17. Insulation System Designation:
18. Efficiency:
19. Power Factor:
OA
D. OTHER DEVICES (AS APPLICABLE):
1. Thermal Protection Device:
2. Leak Detection (Moisture Sensor) Type:
3. Winding Heaters:
E. FULL OPERATING LOAD DATA:*
1. In Volts A -B B -C C -A Volts
A -N B -N C -N Volts
2. In Amps A B C Amps
*Take measurements at the closest accessible point in the load.
F. MOTOR WINDING INSULATION RESISTANCE
1. In megohms A -B B -C C -A megohms
A -G B -G C -G megohms
X001 1522.072/FINAL 07/31/97 8 -21 DIVISION 8 MISCELLANEOUS CONSTRUCTION
Add Section 8 -31 as follows:
8 -31 PACKAGED GRINDER PUMP STATIONS
8 -31.1 Description
This section includes equipment required for simplex or duplex, submersible grinder pump
installation including pumps, tank, discharge piping, electrical, and controls. It also includes
installation instruction for equipment and testing and inspection requirements for stations. Refer
to Section 8 -30, Electrical, for more requirements.
Submittals
Within 30 days of notice to proceed, submit the following:
1. Drawings and catalog cuts showing details of all station types to be used. Indicate
proposed location or locations for each. Drawings shall indicate tank dimensions
and layout of all equipment inside including pumps, piping, floats, and mounting
equipment.
2. Pump curves for all pumps to be used. Indicate at which installation or
installations each is to be used and mark design flow on curves.
3. Catalog information on the following items:
Pump motors, including nameplate data.
Control devices and panel enclosure.
4. Drawings detailing controls panels to be used. Submit one set of drawings for
simplex and one for duplex installations. Drawings shall show the following:
Layout of panel face including dimensions.
Layout of backpan.
Control ladder diagram.
5. Indicate power requirements for each pump station.
8 -31.2 Equipment
All pump station equipment shall be purchased as a package from one manufacturer:
Aurora/Hydromatic Pump, Inc. or, equal as approved by Engineer. The design of the system is
based on the use of Aurora/Hydromatic Pump equipment.
8- 31.2(1) Pump Construction
Impeller and casing shall be non -clog, corrosion resistant, semi -open or closed vane,
hydraulically and dynamically balanced. Provide with a stainless steel cutter, adjustable without
disassembly. Flow shall pass cutters before it reaches impeller. Pump shall be submersible with
dual seals to prevent sewage from damaging bearings or motor. Shaft and miscellaneous
hardware shall be stainless steel, bearings shall be rated for at least 50,000 hours of operation.
Provide with 1 114 in. to 2 in. discharge.
X0011522.072/FINAL 07/31/97 8 -22 DIVISION 8 MISCELLANEOUS CONSTRUCTION
8- 31.2(2) Pump Performance
Provide casings and impellers for performance requirements as shown on the Drawings.
Cutters shall reduce solids to 1/4 in., maximum. Cutters shall pass cotton diapers, pantyhose,
rubber gloves, mop strings, bones, and other common residential or commercial solids. Pumps
shall operate at any point on their curves including shutoff head without damage.
8- 31.2(3) -Motor
Provide pumps with 230 Vac, single -phase or 208 Vac, three -phase motors, 7.5 hp maximum,
non overloading. If more power is required, contact Engineer. Motor shall meet requirements of
Section 8 -30. Provide with a minimum of 30 feet of cable, 50 feet if required. Motors shall be
submersible, oil filled for lubrication and cooling and to provide protection against the entry of
fluids. A cooling water jacket is not acceptable; motor shall operate either submerged or not
without overheating. Provide sealed connection box with protection against wicking.
Provide bi- metallic overload protection in motor winding, automatic reset. Provide moisture seal
fail sensor. Seal fail sensor shall detect seal failure in time to allow for continued operation
while maintenance is scheduled (2 weeks nominal) without damage to the pump.
8 31.2(4) Tank Construction
Provide a tank to house pump station equipment. Tank shall be made of corrosion- resistant,
glass fiber reinforced polyethylene or concrete. Plastic tank shall be UV stable and shall have an
anti floatation plate. Tank and lid shall withstand momentary loads from residential lawn care
equipment. Provide tank with a pedestal mounted control panel for electrical connections,
galvanized steel guide rails for pump removal and replacement, and a locking lid. All
miscellaneous hardware shall be 316 stainless steel. Make provisions for influent penetration.
8 31.2(5) Tank Dimensions
Tank sizes shall be sufficient to house all required pumping equipment for the proposed site.
Provide an opening in the top large enough for a man to enter the tank if needed. Dimensions
shall be as shown on the Drawings.
8 31.2(6) Pipe
Provide pipe per the requirements of these contract documents. Discharge Pipe shall be
compatible with sewer pipe. Provide easy disconnect means to- allow for removal of pump
without entering tank or disturbing discharge piping. Discharge piping shall include fittings to
connect to 2 in. diameter pipe with NPT fitting on the end for connection to sewer.
8 31.2(7) Piping Specialties
Provide galvanized steel rails to guide pump during removal and replacement. Rails shall be
installed by manufacturer. Provide a lifting chain as needed. Provide a hydraulic seal at joint
where discharge piping is broken for pump removal. Provide a gate valve for each pump to keep
out pressurized sewer in case pump and check valve are removed. Gate valve shall be hand
operated with operator extension if standard operator cannot be easily reached from the top of the
X0011522.072/FINAL 07/31/97 8 -23 DIVISION 8 MISCELLANEOUS CONSTRUCTION
tank. Provide a ball or flapper check valve for each pump. Mount horizontally. Valve shall
prevent backflow of sewage when pump is not running. Valve shall be self cleaning and not
prone to clogging. Mount valve so that it can be easily removed for maintenance if needed.
8- 31.2(8) Electrical
Provide breaker, starters, and control accessories as required for operation. Provide- capacitors
for power factor correction. All electrical components shall be per Section 8 -30, Electrical.
Service shall be 240 Vac, single -phase or 208 Vac; three- phase.
-8- 31.2(9) Controls
Simplex controls shall consist of the following:
Three floats for PUMP ON, PUMP OFF, HIGH LEVEL.
Internal lights for PUMP ON and SEAL FAIL.
Internal HAND OFF -AUTO switch
External light for HIGH LEVEL, SEAL FAIL, and OVERLOAD.
Simplex controls shall function ash described: Pump comes on when level reaches PUMP ON
float switch and runs until level drops to PUMP OFF float switch. If external light is energized,
it shall seal in until reset.
Duplex controls shall consist of the following:
Three floats for LEAD PUMP ON, PUMP OFF, and HIGH LEVEL/LAG PUMP ON.
Internal lights for PUMP ON (2) and SEAL FAIL (2).
Internal HAND- OFF -AUTO switches (2).
External light for HIGH LEVEL, SEAL FAIL, and OVERLOAD.
Duplex controls shall function as described: Lead pump comes on when level reaches LEAD
PUMP ON float switch and runs until level drops to PUMP OFF float switch. If level reaches
HIGH LEVEL float, lead pump is shut off and then lag pump is started. Alternator switches lead
pump after each operation. If external light is energized, it shall seal in until reset.
Enclosure shall be corrosion resistant, NEMA 4X, lockable. Meet the requirements of Section 8-
30. Provide locks and keys. Mount no controls on face except external light. External light
shall be red, beacon -type dome light, shatterproof on top of enclosure. Attach label reading,
"PUMP STATION FAILURE. MAINTENANCE REQUIRED." near light.
Floats shall be sealed mercury s witch floats, industrial type, heavy -duty, corrosion resistant.
Weight cables to prevent tangling and excessive movement.
X0011522.072/FINAL 07/31/97 8 -24 DIVISION 8 MISCELLANEOUS CONSTRUCTION
8 -31.3 Construction Requirements
8- 31.3(1) Station Installation
Install station with top of tank flush with grade and with sides plum. Align discharge with sewer
line. Stabilize to prevent movement. Seal tank penetrations for intake and discharge pipe per
manufacturer's requirements.
8 31.3(2) Electrical Installation
Provide 240 Vac, single -phase or 208 Vac, three -phase power from the building served by each
pump station or as shown on the Drawings. Provide breaker in panelboard sized per NEC, as
shown on the Drawings, or as instructed by Engineer. Breaker shall meet the requirements of
Section 8 -30.5 and be compatible with existing panelboard. Bring conductors from panelboard
to station control panel as shown on the Drawings or as field conditions dictate. Connect per
pump station manufacturer's recommendations. Install cables as required from control panel to
station equipment per manufacturer's recommendations. Install all control devices in the tank
per manufacturer's recommendations.
8 31.4 Inspection and Testing
Visually inspect station for compliance with contract documents. Engineer or Owner may
inspect before influent sewage or water for testing is introduced.
Test to demonstrate the following:
No leaks in tank or piping connections.
Pumps functioning correctly and at rated flow versus head.
Easy removal and replacement of pump as described above.
All controls and alarms working as intended.
Engineer may witness tests, give two working days notice. Owner will not accept installation
until satisfied that all deficiencies detected during testing have been corrected.
8 31.5 Spare Equipment
The Contractor shall furnish and deliver one spare pump /motor unit for each size and capacity of
pump provided for each schedule. The pump /motor unit shall include all parts, cable, and
accessories required to allow ease of removal and replacement of the unit.
8 31.6 Payment
Payment will be made in accordance with Section 1 -04.1 on a per station basis once the station
has been accepted by the Owner.
END OF DIVISION 8
X0011522.072/FrriAL 07/31/97 8 -25 DIVISION 8 MISCELLANEOUS CONSTRUCTION
ATTACHMENT A
STANDARD DRAWINGS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
CITY OF PORT ANGELES PUBLIC WORKS DEPT.
STANDARD DETAILS
CAST IRON RING AND COVER
PER WSDOT STANDARD. PLAN B -18b.
COVER MARKED SEWER.
CALL FOR FORM INSPECTION BY CITY
PRIOR 70 POUR /NC CONCRETE
I� NAME: CLN- OUT.DWC
150' MAX
TO MANHOLE
CONCRETE ENCASEMENT
6" PVC RISER
6" 45' BENDS
APPROVED BY iA DATE 8/24/95
L TY ENGINEER
7- REMOVABLE SCREW -ON CAP
NOT TO SCALE
FINISHED GRADE
I 6 P-VC SANITARY
SEWER PIPE
19 MIN
ALL $ARK AND MA TERIALS TO BE IN ACCORDANCE WITH CURRENT STANDARD SPECIFICATIONS
FOR ROAD. BRIDGE AND MUNICIPAL CONSTRUCTION" WASHINGTON STATE DEPARTMENT OF
TRANSPORTATION, AMERICAN PUBLIC NARKS ASSOCIATION
SEWER CLEANOUT
DETAIIL
Alter
location
LECEM
CHAN/CLUNG DEVICES
Mr FLAGGED
ENS C20.2
CONSTRUCT I ON
Typkd application of traffa contra device on two-lane
h) .sy efr.re en. lone Ore closed end flogging Is provided.
4 Repbeed End C.n*ds Si/n, Added Obtac. Oran flogger
1. Wert Pre. 1 Mer.et.'bogr L.c.Ua Nedeed Mete.
10 10 91) wined a Iii C oinagen give. Added Ter Leal ADM',
8-31-90 Revl,.d Sign Spodq Table. Flogger Olnr,wlen, Added
W31 -4. and Deelpned
DATE 1 REVISION
GENERAL NOTES
Floodlights Thal be provided to mark
flogger etodono at right as needed.
If entire work area Is vi.b)e from one
stadon. one flogger may be used at
alternate location.
Steady burring earring lights (TYPE C. MUTCD)
should be wed t0 mark cha nele4q device.
at night as needed.
Melons from work area to end of toper
shal be lengthened If necessary ahir traffic.
to M viable
to epproa
Sign sequence Is the sane for both
directions of travel.
Olin Sperms II Mott
40150 MPH 0002
25/35 ifr l 2502
FOR LOCAL
AGENCY USE
TRAFFIC CONTROL PLAN
Mal
e rare 90. ass
11111111111•1111101•110
STANDARD PLAN K -2
ATTACHMENT B
STATE PREVAILING WAGE RATES
STATE OF WASHINGTON
February 3, 1997
JUL 2 8 1997
R. W. BECK'.
SEAM'S, WA
DEPARTMENT OF LABOR AND INDUSTRIES
P 0 BOX 44540, OLYMPIA, WASHINGTON 98504 -4540
(360) 902 -5335 FAX (360) 902 -5300
TO: All Public Agencies and other Interested Parties
FROM Jim Christensen, Industrial Statistician
SUBJECT: Revised Prevailing Wage Rates
Enclosed are the newest revised prevailing wage rates. They are the prevailing
rates of wage for public works projects that will bid on or after March 5, 1997.
WAGE PUBLICATION FORMAT CHANGE
The attached prevailing wage publication does not list the fringe benefit amounts
separately. Contractors are not required to provide benefits to workers on public
work projects. Contractors are required to pay a wage and usual benefit
combination that adds to the prevailing rate of wage. For example, if the
prevailing wage is $20.00 per hour, and a contractor provides usual benefits worth
S3 00 per hour, the wage paid must equal or exceed $17.00 per hour.
OVERTIME The department's policy has not changed in recent years. Overtime
is calculated using the hourly rate paid to the worker. Money paid to the worker
on an hourly basis is a wage, not a benefit. In the above example, hours over forty
per week must be paid at a wage of $25.50 ($17.00 x 1 5) plus the fringe benefits
at the straight time rate ($3.00) for a total of $28.50.
BID SPECIFICATIONS AND CONTRACTS, RCW 39.12.030 requires that
public agencies pnnt these prevailing wage rates in bid and contract specifications.
That law also requires that the contract contain a stipulation that the workers on
that project shall be paid the wages printed in the contract specifications.
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.
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 OP 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
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED M 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
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
11 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
BENEFIT CODE KEY EI FECTTVE 03 -05 -97
OVERTIME CODES
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
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 A( HO( IRS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL
BENEFIT CODE KEY EFFECTIVE 03-05 -97
-2-
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
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 13E 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
O 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
A HOLIDAYS NEW YEAR'S DAY. MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY THANKSGIVING DAY, FRIDAY
AF1 ER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
I3 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 AFTER 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)
(3 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE LAST
WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
11 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
M 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)
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)
O PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, AND CHRISTMAS DAY (6)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
R PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON 'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THA NKSGIVING DAY. ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1 2)
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PAID HOLIDAYS. SIX (6) PAID HOLIDAYS.
BENEFIT CODE KEY EFFECTIVE 03 -05 -97
-3-
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).
W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS
X. HOLIDAYS. AFTER 520 HOURS NEW YEAR'S DAY. THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS
NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y HOLIDAYS NEW 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 AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER 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 AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9)
HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (7)
PAID HOLIDAYS THANKSGIVING AND CHRISTMAS UNPAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY AND THE DAY AFTER THANKSGIVING
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
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
x)
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)
BENEFIT CODE KEY EFFECTIVE 03 -05 -97
-4-
V PAID HOLIDAYS. NEW YEARS 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 YEARS 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 (10).
X PAID HOLIDAYS. NEW YEARS 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' 51 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' 52.25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' 55 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' S1 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 175' 52 25 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 175' TO 250' 55 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' 51 00 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO 150' SI 50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200' S2 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 S 100 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 (S24 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 50 75, LEVEL B
50 50. AND LEVEL C SO 25
ht WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A B 51 00,
LEVELS C D SO 50
N WORKERS ON HAZMA PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A S1 00, LEVEL B
SO 75, LEVEL C SO 50. AND LEVEL D SO 25
1
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fnnge
benefits On public works projects, workers' wage and benefit rates must add to not Tess than this
total A brief description of overtime calculation requirements is provided on the Benefit Code Key
CLALLAM COUNTY
Effective 03 -05 -97
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $24 73 1M 50
BOILERMAKERS
JOURNEY LEVEL $33 38 1R 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $29 37 1N 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $13 12 1
CARPENTERS
ACOUSTICAL WORKER $28 79 1M 5D
CARPENTER $28 63 1M 5D
CREOSOTED MATERIAL $28 73 1M 5D
DRYWALL APPLICATOR $28 63 1M 50
FLOOR FINISHER $28 76 1M 5D
FLOOR LAYER $28 76 1M 50
FLOOR SANDER $28 76 1M 5D
MILLWRIGHT AND MACHINE ERECTORS $29 63 1M 5D
PILEDRIVER $28 63 1M 50
SAWFILER $28 76 1M 5D
SHINGLER $28 76 1M 5D
STATIONARY POWER SAW OPERATOR $28 76 50
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 1 N 50 8L
ASSISTANT MATE (DECKHAND) $28 58 1 N 5D 8L
BOATMEN $29 02 1 N 50 8L
CRANEMAN $29 07 1N 5D 8L
ENGINEER WELDER $29 07 1N 50 8L
LEVERMAN HYDRAULIC $2946 1N 5D 8L
MAINTENANCE $28 58 1N 50 8L
MATES $29 02 1 N 51) 8L
OILER $28 66 1N 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $28 71 1J 5A
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9 37 1J 5A
Page 1
Classification
ELECTRICIANS INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS POWERLINE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL LINEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
CONSTRUCTOR
MECHANIC
MECHANIC IN CHARGE
PROBATIONARY CONSTRUCTOR
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
DECKHAND
ENGINEER DECKHAND
OPERATOR
CLALLAM COUNTY
Effective 03 -05 -97
Page 2
PREVAILING
WAGE
$35.53 1J 6H
$38.28 .1J 6H
$34.28 1J 6H
$36 90 1J 6H
$18 43 1J 6H
$33 83 1J 6H
$35 53 1J 6H
$15 37 2A 6C
$14 69 2A 6C
$33 36 4A 5A 8E
$30 62 4A 5A 8E
$22.26 4A 5A 8E
$23 40 4A 5A 8E
$30 62 4A 5A 8E
$23 40 4A 5A 8E
$30 62 4A 5A 8E
$26 15 4A 5A 8E
$30 62 4A 5A BE
$23 40 4A 5A 8E
$12 07 1
$26 54 4A 61
$35 84 4A 61
$39 55 4A 61
$13 78 4A 61
$13 50 1
$13 80 1
$11 60 1
$20 05 1M 5D
$10 72 1
$30 57 1F 6R
$18 45 1J 5A
$15 65 1
$9 07 1
$18 15 1K 5D
$19 77 1K 5D
$20 55 1K 5D
1.******
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
SHOTCRETE WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE RELINER (NOT INSERT TYPE)
PIPELAYER CAULKER
POT TENDER
CLALLAM COUNTY
Effective 03 -05 -97
Page 3
PREVAILING
WAGE
Classification
INSPECTION /CLEANING/SEALING OF SEWER WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $9 73 1
GROUT TRUCK OPERATOR $11 48 1
HEAD OPERATOR $12.78 1
TECHNICIAN $6 25 1
TV TRUCK OPERATOR $10 53 1
INSULATION APPLICATORS
JOURNEY LEVEL $20 50 1
IRONWORKERS
JOURNEY LEVEL
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 50
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 50
CLEAN -UP LABORER $24 73 1M 5D
CONCRETE FORM STRIPPER $24 73 1M 5D
CONCRETE SAW OPERATOR $25 21 1M 50
CRUSHER FEEDER $20 05 1M 5D
CURING CONCRETE $24 73 1M 50
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 0 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 513
GRADE CHECKER TRANSIT MAN $25 21 1M 5D
GRINDERS $24 73 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $25 57 1M 50
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 50
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $25 21 1M 50
PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE,
$30 62 1B 5A
$25 21 1M 50
$20 05 1M 50
$25 21 1M 513
$25 21 1M 5D
$24 73 1M 5D
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
Classification
POWDERMAN
POWDERMAN HELPER
RAILROAD SPIKE PULLER (POWER)
RE- TIMBERMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
TAMPER SIMILAR ELECTRIC, AIR GAS
TAMPER (MULTIPLE SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPMAN, TAILMAN
TRACK LABORER
TRACK LINER (POWER)
TUGGER OPERATOR
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
VIBRATOR
WELL -POINT MAN
LABORERS UNDERGROUND SEWER WATER
CLALLAM COUNTY
Effective 03
Page 4
PREVAILING
WAGE
$25 57 tM 50
$24.73 1M 50
$25.21 1M 5D
$25.57 1M 50
$25.21 1M 5D
$25 21 1M 50
$24.73 1M 50
$25.21 1M 50
$25.21 1M 5D
$24.73 1M 5D
$24.73 1M 50
$24.73 1M 50
$25.21 1M 5D
$24 73 1M 5D
$24.73 1M 50
$25.21 1M 5D
$25.21 1M 5D
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
GENERAL LABORER $24.73 1M 5D
PIPE LAYER $25.21 1M 50
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
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST $16 84 1
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15 16 1
LABORER $11 13 1
MACHINE OPERATOR $10 66 1
PAINTER $11 41 1
PAINTERS
JOURNEY LEVEL $23 88 2B 5A
PLASTERERS
JOURNEY LEVEL $29 81 1R 5A
PLAYGROUND PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7 93 1
PLUMBERS PIPEFITTERS
JOURNEY LEVEL $37 61 113 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS (OILERS) $27 19 1N 50 8L
BACKHOES (75 HP UNDER) $29 29 1N 50 8L
BACKHOES (OVER 75 HP) $29 65 1N 50 8L
BACKHOES (3 YD UNDER) $29 65 1N 5D 8L
BACKHOES, OVER 3 YD AND UNDER 6 YD) $30 09 1N 50 8L
BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) $30 59 IN 50 8L
BATCH PLANT OPERATOR, CONCRETE $29 65 1N 5D 8L
BELT LOADERS (ELEVATING TYPE) $29 29 1N 50 8L
BOBCAT $27 19 1N 5D SL
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Classification
CLALLAM COUNTY
Effective 03 -05-97
BROOMS
BUMP CUTTER
CABLEWAYS
CHIPPER
COMPRESSORS
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT
CONCRETE PUMPS
CONVEYORS
CRANES, THRU 19 TONS, WITH ATTACHMENTS
CRANES, 20 44 TONS, WITH ATTACHMENTS
CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB
WITH ATACHMENTS)
CRANES 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB
WITH ATTACHMENTS)
CRANES, 200 TONS OVER, OR 250 FT OF BOOM (INCLUDING JIB WITH
ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER
CRANES, A- FRAME, OVER 10 TON
CRANES OVERHEAD, BRIDGE TYPE (20 44 TONS)
CRANES OVERHEAD, BRIDGE TYPE (45 99 TONS)
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER)
CRANES TOWER CRANE
CRUSHERS
DECK ENGINEER /DECK WINCHES (POWER)
DERRICK BUILDING
DOZERS D -9 UNDER
DRILL OILERS AUGER TYPE TRUCK OR CRANE MOUNT
DRILLING MACHINE
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE
EQUIPMENT SERVICE ENGINEER (OILER)
FINISHING MACHINE CURB EXTRUDER
FORK LIFTS (3000 LBS AND OVER)
FORK LIFTS UNDER 3000 LBS)
GRADE ENGINEER
GRADE'CHECKEP ANC STAKEMAN
HOISTS AIR TUGGERS
HYDRALI TS BOOM TRUCKS (10 TON UNDER)
HYDRALIPTS BOOM TRUCKS (OVER 10 TON)
LOADERS OVERHEAD UNDER 6 YD)
LOADERS OVERHEAD (6 YD UP TO 8 YD)
LOADERS OVERHEAD (8 YD OVER)
LOCOMOTIVES ALL
MECHANICS ALL (WELDERS)
MIXERS ASPHALT PLANT
MOTOR PATROL GRADER (FINISHING)
MOTOR PATROL GRADER (NON- FINISHING)
MUCKING MACHINE MOLE TUNNEL DRILL AND /OR SHIELD
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
OPERATOR
PAVEMENT BREAKER
PILEDRIVER (OTHER THAN CRANE MOUNT)
PLANT OILER (ASPHALT CRUSHER)
Page 5
PREVAILING
WAGE
$27.19
$29.65
$30 09
$29 65
$27 19
$29 65
$29 29
$29.29
$29.29
$29 65
$30 09
$30 59
$31 09
$27 19
$29 29
$29 65
$30 09
$30 59
$30 59
$29 65
$29 65
$30 09
$29 29
$29 29
$29 65
$277 19
$29 29
$29 65
$29.29
$27 19
$29 29
$27 19
$29 29
$27 19
$29 29
$29 65
$30 09
$30 59
$29 65
$29 65
$29 65
$29 65
$29 29
$30 09
$27 19
$27 19
$29 65
$29 29
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 50 8L
1N 5D 8L
1N 513 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
IN 5D 8L
1N 50 8L
1N 5D 8L
1N 50 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 50 8L
1N 5D 8L
1N 513 8L
1N 50 8L
1N 5D 8L
1N 50 8L
1N 513 8L
1N 50 8L
1N 50 8L
1N 5D 8L
1N 50 8L
1N 5D 8L
Classification
POSTHOLE DIGGER, MECHANICAL
POWER PLANT
PUMPS, WATER
QUAD 9, D -10, AND HD-41
REMOTE CONTROL OPERATOR
ROLLAGON
CLALLAM COUNTY
Effective 03 -05 -97
Page 6
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$27 19
$27 19
$27 19
$30 09
$30 09
$30 09
ROLLER, OTHER THAN PLANT ROAD MIX $27.19
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS (COMPOSITION $29.29
MATERIALS)
ROTO -MILL, ROTO GRINDER $29 65
SAWS, CONCRETE $29 29
SCRAPERS, CONCRETE AND CARRY ALL $29 29
SCRAPERS, SELF PROPELLED UNDER 45 YD) $29 65
SCRAPERS, SELF PROPELLED (45 YD AND OVER) $30 09
SCREED MAN $29 65
SHOTCRETE GUNITE $27 19
SHOVELS, (3 YD UNDER) $29 65
SHOVELS, OVER 3 YD AND UNDER 6 YD) $30 09
SHOVELS, (6 YD AND OVER WITH ATTACHMENTS) $30 59
SLIPFORM PAVERS $30 09
SPREADER, TOPSIDE OPERATOR BLAW KNOX $29 29
SUBGRADE TRIMMER $29 65
TRACTORS, (75 HP UNDER) $29 29
TRACTORS (OVER 75 HP) $29 65
TRANSPORTERS ALL TRACK OR TRUCK TYPE $30 09
TRENCHING MACHINES $29 29
TRUCK CRANE OILER /DRIVER UNDER 100 TON) $29 29
TRUCK CRANE OILER /DRIVER (100 TON OVER) $29 65
WHEEL TRACTORS, FARMALL TYPE $27 19
YO YO PAY DOZER $29 65
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER WATER
ALL CLASSIFICATIONS $19 85 1
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
RESIDENTIAL BRICK MARBLE MASONS
JOURNEY LEVEL $29 37 1N 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $15 35 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $18 00 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $21 05 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $15 94 1
1N 50 8L
1N 50 8L
1.N 50 8L
1N 50 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 50 8L
1N 5D 8L
1N 50 8L
IN 50 8L
1N 50 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
IN 50 8L
IN 50 81.
1N 5D 8L
1N 5D 8L
1N 5D 8L
1N 5D 8L
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1
Classification
CLALLAM COUNTY
Effective 03-05 -97
Page 7
PREVAILING
WAGE
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $10 00 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL 86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $8.44 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $2219 1
RESIDENTIAL PLUMBERS PIPEFITTERS
JOURNEY LEVEL $16 97 1
RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS
JOURNEY LEVEL $35.81 1A 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL $16 25 1
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $26 68 1R 51
ROOFERS
JOURNEY LEVEL $26 80 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $29 80 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL $33 77 1J 5A
SIGN MAKERS INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19 29 1
STOCK PERSON $10 39 1
SIGN MAKERS INSTALLERS (NON ELECTRICAL)
JOURNEY LEVEL $1215 1
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
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13 23 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 2B 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 11 $21 07 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $21 53 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $19 95 2B 5A
TELEVISION GROUND PERSON $10 90 2B 5A
TELEVISION LINEPERSON $14 87 2B 5A
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
Classification
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS TILE SETTERS
JOURNEY LEVEL
TILE, MARBLE TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
TRUCK DRIVERS
DUMP TRUCK
DUMP TRUCK TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
CLALLAM COUNTY
Effective 03 -05 -97
Page 8
PREVAILING
WAGE
$17.91 2B 5A
$16 00 2B 5A
$19 95 .2B 5A
$28.08 1N 5A
$2316 1N 5A
$22.79 1K 5A
$16 27
$28 19
$18 27
$17 66
$11 60 1
$9 45 1
$11 60 1
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1
1M 5D 8L
1
1