Loading...
HomeMy WebLinkAbout4.528 Original Contract I I I I I I I I' I I I I I ,I I I I ,I I J ,) . 4l. ., , - - ContractP-roVlsions &--PT~:fns--; ~ " for CEDAR STREET RETAINING WALL REPAIRS REBID () , PROJECT NO. 05-22 " CITY OF PORT ANGELES WASHINGTON Q \' .. MA Y, 2006 Contract Copy No. 1 Il . f' . . </.5~~ , '. 'i> . , . . , . . . GLENN A. CUTLER, P.E., DIRECTOR' OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY~ P.E., DEPUTY DIRECTOR OF ENG'fNEERING SERVICES v c ..Ie:' '" For information regarding this project, contact: Michael Szatlocky, PE, Project Engineer, City of Port Angeles 360-417 -4808 ... . (" (> (1 U "' '. I I I I I I I I I I I I I I I I I I I Contract Provisions & Plans for CEDAR STREET RETAINING WALL REPAIRS REBID PROJECT NO. 05-22 CITY OF PORT ANGELES WASHINGTON MA Y, 2006 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Michael Szatlocky, PE, Project Engineer, City of Port Angeles 360-417 -4808 I I I I I I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS I - 1 I I I I I I I I I I I I I I I I I I I , . Contract Provisions & Plans for CEDAR STREET RETAINING WALL REPAIR REBID PROJECT NO. 05-22 CITY OF PORT ANGELES WASHINGTON MA Y, 2006 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Prepared by: ~~<6. Project Engineer Deputy Director zt,wed by: /' 1( ~ . /~ /~ Cit; Attorney 0" 1- 2 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS CEDAR STREET RETAINING WALL REPAIR REBID PROJECT NO. 05-22 PART I BIDDING REQUIREMENTS: Paqe No(s). Advertisements for Bids. ..... ..... .................................................. ....... ............................ 1-4 Information for Bidders.......................................................................................... ........ 1-5 Bidder's Checklist..... ............................. ........................................... ............................ 1-6 Non-Collusion Affidavit.................................................................................................. 1-7 Bidder's Construction Experience ............... ............................. ................. ...... .............. 1-8 List of Proposed Subcontractors ........ ....................................................... .................. 1-19 Bid Form.... ......................................... ............................... .................................. 1-10-11 Bid Bond................................................................................................................... 1-11 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract ........... ......................................................................................................... 11-1-7 Performance and Payment Bond ................................................................................ 11- 8 Escrow Agreement for Retained Percentage.............................. ................................ 11- 9 Certificate of 1 nsurance .......... ........................................................... [provided by bidder] PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS...... 111-1-16 PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Request For Information (RFI) C. Construction Change Order (CCO) Forms D. Contractor's Application for Payment Form E. Project Plans 1-3 I I I I I I I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS CEDAR STREET RETAINING WALL REPAIR REBID PROJECT No. 05-22 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, untiI10:00am, June 14, 2006, and not later, and will then and there be opened and publicly read at that time in the Public Works Engineering Conference Room upstairs City Hall for the construction of the following improvements: Base bid is replacement of steel stringers and backfill on an existing galvanized steel bin retaining wall along Cedar Street, between W. 6th Street and Manne Drive in Port Angeles, Washington. Existing wall is approx. 30' high and 250 feet long. Work includes, but IS not limited to, removal of 222 - 10'Iong stringers, and replacement with a combination of new and salvaged stringers; backfill of wall with approximately 90% expanded polystyrene (EPS) foam blocks and 10% crushed rock; 400 s.y. of 4' wide concrete sidewalk, 200 s y of 4 5' wide dowelled concrete sidewalk; and, miscellaneous landscaping, fencing and rockery. The City Engineer's estimate for this project is $150,000 to $180,000. The time of completion (performance periocp for this Project is 60 working days. All bids shall be submitted on the prescnbed Bid Forms and in the manner as stated in this advertisement and in the Project Manual and said bids shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of the total amount of the bid. If a surety bond is used, said bond shall be Issued by a surety authorized and registered to issue said bonds In the State of Washington. The bond shall specify the surety's name, address, contact and phone number, and shall include a power of attorney appointing the signatory of the bond as the person authonzed to execute it. Should the successful bidder fail to enter Into the Contract and furnish satisfactory performance bond Within the time stated In the Information for Bidders, the bid deposit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds will not be accepted. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap In consideration of an award of any contract or subcontract, and shall be actively solicited for participation in thiS project by direct mailing of the Invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. The City of Port Angeles reserves the nght to accept the bid that IS in the best Interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertlse for bids. Subject to the foregoing, the contract may be awarded to the lowest responsible bidder. Bids must be submitted in a sealed envelope with the outSide clearly marked With the bid opening date and time, the project name and number as it appears In this advertisement and the name and address of the bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a bond of faithful performance of the Contract In the full amount of the Contract price. ~r,pH- Director of Public Works & Utilities Copy to: NPBA 1-4 I I I I I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the lime 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 Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date speCified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) working days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated In the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall Include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract Within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of Withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract Without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 1-5 I I I I I I I I I I I I I I I I I I I BIDDER'S CHECKLIST 1. Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's check been enclosed with your bid? 2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Have you bid on all items? 5. Has the non-collusion affidavit been properly executed? 6. Have you shown your contractor's state license number on the bid form? 7. Have you listed the Subcontractors that you will use for the project? 8. 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, contact and phone number, and address of surety and power of attorney of siqnatorv. C. Insurance certificate(s). 1- 6 I I I I I I I I I I I I I I I I I I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTYOF~ ) ) ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. ~~~~ Signature of Bidder/Contractor }t4u Subscribed and sworn to before me this / cJ. day of -9 ~ , 20a:, ~~~C Notary Public in and for the State of Washington. . () Residing at ClE. ~~ My Comm. Exp.: a-/~-;O() ROSE JOHNSON STATE OF WASHINGTON NOTARY --0-- PUBLIC MY COMMISSION EXPIRES 02-25-07 1-7 I I I I I I I I I I I I I I I I I I I BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive Information. 1. Name of bidder: tffIJ C ~JI AI f L.L.- coli sf- k PI'? O/? /V Registration Number: J!11!(~t.?Ale 'jf' /?C:3 A"'/I- 2. Permanent main office address: / 97" ,r-rtPTF::e7/0/t/ R /1:>6" F ~.l>. ,~tC?~T TC?v--?p..$'. 3. When organized: 197t? 4. Where incorporated: 5. How many years have you been engaged in the contracting business under your present firm name? ..3h 6. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. .# ~ ~ WU/I"P ~ Hfjfjfi/f-P-E-S ~/";i7 If: ~-..: '5- /-! ~~ / Sr-~1/" ~/.5J~ L - ~/ I;~ ?~d/L/EER 7. * General character of work performed by your company: PU'ELlb U/t::? R~ < L!/?kL5T.R/~d-c9~ , , 8. /vP * Have you ever failed to complete any work awarded to you? If 50, where and why? 9. * Have you ever defaulted on a contract? .lVP 10. * List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. ~fE I} t!/i(Y)/;; b 11. 12. 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? I~E .5 / * Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date: 6 - /4- -C/6 Bidder's Signature: ~~4 Print Name: "7(:?M.L. ;1'1Ct;!t::>,A/AlEL-L- Title: t)wlf' EK 1-8 I I I I I I I I I I I I I I I I I I I ., Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Cedar Street Retaininq Wall Repairs Rebid (Project No. 05-22) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed 111 PPSCIf,PL5~ LANP-5CAf'.E- p~ Ct9C'~.L7U.R ,l/ Subcontractor Name Work to be Performed RrY'-b ~ ,-;1jgJ. f-V0 . +-r78-)"1 (l a/ Subcontractor Name Work to be Performed k 1 riA) i F ~AIJ (1_ r: FR4I\~ A-" Y Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed RCW 39.30.060 Bids on public works -- Identification, substitution of subcontractors. (1) Every invitation to bid on a pnme contract that IS expected to cost one million dollars or more for the construction, alteration, or repair of any public bUilding or public work of the state or a state agency or mUniCipality as defined under RCW 39.04.010 or an institution of higher education as defined under RCW 28B.10.016 shall require each pnme contract bidder to submit as part of the bid, or within one hour after the published bid submittal time, the names of the subcontractors with whom the bidder, If awarded the contract, Will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as descnbed In chapter 18.106 RCW; and electncal as descnbed In chapter 19.28 RCW, or to name Itself for the work. The pnme contract bidder shall not list more than one subcontractor for each category of work Identified, unless subcontractors vary with bid alternates, In which case the pnme contract bidder must indicate which subcontractor Will be used for which alternate. Failure of the pnme contract bidder to submit as part of the bid the names of such subcontractors or to name Itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the pnme contract bidder's bid nonresponsive and, therefore, vOid. 1-9 I I I I I I I I I I I I I I I I I I I '. BID FORM (3 pages) Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 BIDDER: frlCCONAIFLL c&J,/sf I DATE: f>' 1# - t!?~ REGISTRATION NO.: ~C()~f'Ob3/fA- UBI NUMBER: 60/ 535 .1.39' The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: -r~If[)UEIt:~ C;Js#ALr~ 7""& .P~E'A//f -S//RE/y ~6g#C'Y Surety Agent ~ I(~~E W/I1f ?/.. PL.bG J3l1/.l,t;J//./G 8/ /7'99 SL /P~# c?p$R I"J!. t.?//E 5/4//2- 2 //~ L/J:/'/ C)$Wb!ft? Stt/77 ;J.9t?1 t/#,t/t!tPHY~,R, tt/~. ~3 Suretladdre~ 3 ~ ,/ Agent Address tPl!-. etp If: I I D 12 /A/ -at Ll 8WlA'1tv/ .-/D, 5'"~l{. L( )..'i '1' D~My ~ ~; J> PL.. E 3bt? - Br.2 - S6'~ Surety Contact and Phone Number Agent Contact and Phone Number 1- 10 I I I I I I I I I I I I I I I I I I I BID SHEET Item Sec No. Description of Item Estimated Units Unit Price Extended No. Quantity Amount 1 1-09 Mobilization 1 LS ;:w no.~ 2 1-04.11 & Protection, Restoration & Cleanup 1 LS 1-07.16 31~O 3 1-10 Temporary Traffic Control 1 LS 3-!>71f 4 2-02 Removal of Structures & 1 LS Obstructions ,:J~19 5 2-09 Removal of Stringer 222 EACH 73 /6JcG 6 6-03 New Steel Stringer 116 EACH ~?t6 ;1f!353b 7 6-03 Recondition & Reinstall Stringer 111 EACH /~O /r 5'EJC> 8 6-03 EPS Foam Backfill (per stringer) 208 EACH 93 193# 9 8-01 Erosion Control 1 LS /9&0 /9a.? 10 8-02 Topsoil Type A 72 CY 3q ;;.fk:>8 11 8-02 Plant Selection, Rosa species 95 EACH ~~ :2 .'-!!i? 12 8-02 Seeding and Fertilizing by Hand 870 SY :3 .:z 6/ C> 13' 8-12 Chain Link Fence Type 1 15 LF ~O ?ISO 14 8-12 Chain Link Fence Type 6 140 LF /~ ~.c:j"~~ 15 8-14 Cement Conc. Sidewalk (4' wide) 400 SY 65 ::zc;(!Zt? 16 8-14 Cement Conc. Dowelled Sidewalk 200 SY III ::U~OO (4.5') 17 8-14 Cement Conc. Sidewalk Ramp 2 EACH 1'11'-0 3@!3e> Tvpe 1 B 18 8-14 Cement Conc. Sidewalk Ramp 1 EACH /'7'60 /~SO Type 2B 19 8-14 Cement Conc. Sidewalk Ramp 1 EACH 9Vl? tj'PO Type 4A 20 8-22 Painted Crosswalk Line 80 SF 7 5~O 21 8-22 Rock for Rock Wall 2 TON 5/;1.. / ?/::;ij- 22 9-03 Gravel Backfill for Bin Wall 45 TON .3;2.3 /-';4 -5?--r- Total: i /q1.l/~. ~ . ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s). NOAl.c to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. Bidder's firm name f/1/:r;L/IVA//:/-L- (;tP,A/~t-Jf'ff6T/tPV r&tf7 j"'d?JP>//.~rp/J Complete address /'l~ ~?t?I'1;(:!fJtP.L/ ~/ PGE ;f>,b i't/If. o/fJ?3tPe> (Street address) (State) (Zip) Telephone No. 3~Z) - 3L/-~ -L/-/t??/ , Signed by ~~~7~ Title ??/L/#b--)2 Printed Name: /;://1?..L. #OCOl/VA/r2-1-- Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. 1- 11 I I I I I It I I I I I I I I I I BID BOND FORM HerewIth find deposit In the form of a cashier's check, postal money order or Bid Bond in the amount of $ ..5%. which amount is not less than fIve (5%) percent of the total bid. SIGNHERE~~~~ BID BOND KNOW ALL MEN BY THESE PRESENTS; That we,MCCONNELL CONSTRUCT~rincIPal and sn~LeMpffiU~r~sBrety, are held and firmly bound unto the CllY OF PORT ANGELES as Obligee, in the penal sum of FIVE PERCENT OF THE TOTAL AMOUNT BID--- (S%) --- 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' CEDAR STREET RETAINING WALL REPAIR PROJECT No. 05-22 according to the terms of the bid made by the PrinCipal. and the Principal shall duly make and enter inlo a contrQcI 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 10 the advertisement for bids, then this obligation shall be null and vOid; otherwise it shall be and remain In full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liqUidated damages, the amount of thiS bond, SIGNED, SEALED AND DATED THIS Jl]'Hay of AERIL ,20 06, THE PHOENIX SURETY AGENCY, INC. Agent 1499 SE TECH CENTER PL. #290 4000 KRUSE WAY PL. BLDG. ONE SUITE 265 :VANCOUVER, WA 98683 Surety address LAKE OSWEGO, OR 97035 Agent Address BTT.T.... SMTTB 'i01-'i14-~?<)4 Surety Contact and Phone Number BONNIE RIDDLE 360-892-5840 Agent Contact and Phone Number Dated: Received return of deposit in the sum of $ PW 0407_01 PanOI (R.CVI~ 06l2S104] 1-13 I POWER OF ATTORNEY WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporatIOn duly orgamzed under the laws of the State of New York, that St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporatIOns duly orgamzed under the laws of the State of Mmnesota, that Fanmngton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are corporatIOns duly orgamzed under the laws of the State of Connecticut, that Umted States Fidelity and Guaranty Company IS a corporatIOn duly orgamzed under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company IS a corporatIOn duly orgamzed under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwnters, Inc IS a corporation duly orgamzed under the laws of the State of Wlsconsm (herem collectively called the "Compames"), and that the Compames do hereby make, constitute and appomt Robert W Lagler, and Bonme Riddle ~. ~ STPAUL ... TRAVELERS Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company I I I Attorney-In Fact No. 214869 I I I I St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 0 1 7 3 814 of the City of Vancouver , State of Washinj!;ton , theIr true and lawful Attorney(s)-m-Fact, each 10 their separate capaCity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogmzances, conditional undertakmgs and other wntmgs obligatory 10 the nature thereof on behalf of the Compames 10 thel~ l;lUsmess of guaranteemg the fidelity of persons, guaranteemg the performance of contracts and executmg or guaranteemg bonds and undertakmgs reqUired or perputte&m a1}T~'cJlOns or<proceedmgs allowed by law \ -' -.::...... J ,'"./ I 6th I c _,' f ~J ,_ _ J ~ IN WITN~~~HEREOF, the Comp~'(tB~have caused thIS mstru~~~t to ~~ s.:g~~(fan~,,~~,~~~corp;rate seals to be hereto affixed, thiS day of , \ ~' _' " ,:)" , . I , Jt. < \\,1 ...\...,~,- Farmington Casualty Company' ,,< ", ",.' -' >>_' '=~,"_ Fidelity and Guaranty Insurance' Company i\, \: " - Fidelity and Guaranty oInsurance-Underw~it~;s, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company I o ~ I I State of Connecticut City of Hartford ss I St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ....---..... h~q.~ \NSIJ-,?.q~\.~ f:r'coRPORA"~ ~\ :z -.- Oi i.. EAL 01 '~"""S7f 0' . ,4b <$ f: 't'-'+- '- By 6th March 2006 On thiS the day of , before me personally appeared George W Thompson, who acknowledged hImself to be the Semor Vice PreSident of Farmmgton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc., Seaboard Surety Company, St Paul FIre and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and Umted States Fidelity and Guaranty Company, and that he, as such, bemg authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by slgmng on behalf of the corporatIOns by himself as a duly authonzed officer I I In Witness Whereof, I hereunto set my hand and offiCial seal My CommIsSion expires the 30th day of June, 2006 I I 58440-9-05 Pnnted rn USA WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER "(i\~ C. j~ '- Mane C Tetreault, Notary Pubhc WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER '...~ I This Power of Attorney IS granted under and by the authonty of the followmg resolutions adopted by the Boards of Directors of Farmmgton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St. Paul Fue and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and Umted States Fidelity and Guaranty Company, which resolutIOns are now m full force and effect, readmg as follows I RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Semor Vice President, any Vice President, any Second Vice President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary may appomt Attorneys-m-Fact and Agents to act for and on behalf of the Company and may give such appomtee such authonty as hiS or her certificate of authonty may prescnbe to sign With the Company's name and seal with the Company's seal bonds, recogmzances, contracts of mdemmty, and other wntmgs obligatory m the nature of a bond, recogmzance, or conditional undertakmg, and any of Said officers or the Board of Duectors at any time may remove any such appointee and revoke the power given him or her, and It IS I FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice PreSident, any Semor Vice PreSident or any Vice PreSident may delegate all or any part of the foregomg authonty to one or more officers or employees of thiS Company, proVided that each such delegatIOn IS m wntmg and a copy thereof IS filed m the office of the Secretary, and It IS I FURTHER RESOLVED, that any bond, recogmzance, contract of mdenmlty, or wntmg obligatory m the nature of a bond, recogmzance, or conditional undertakmg shall be valid and bmdmg upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Semor Vice President or any Vice PreSident, any Second Vice President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed with the Company's seal by a Secretary or ASSistant Secretary; or (b) duly executed (under seal, If requued) by one or more Attorneys-m-Fact and Agents pursuant to the power prescnbed m Ius or her certificate or theu certificates of authonty or by one or more Company officers pursuant to a wntten delegatlOp of authonty, and It IS I I FURTHER RESOLVED, that the signature of each of the followmg officers' President, any Executive Vice PreSident, any Semor Vice PreSident, any Vice President, any ASSistant Vice President, any Secretary, any ASSistant Secretary, and the seal of the Company may be affixed by facslllllle to any power of attorney or to any certificate relatmg thereto appomtmg ReSident Vice PreSidents, ReSident ASSistant Secretartes or Attorneys-in-Fact for purposes only of executmg and attestmg bonds and undertakmgs and other wntmgs obligatory m the nature thereof, and any such power of attorney or certificate beanng such facslmtle signature or faCSimile seal shall be valid and bmdmg upon the Company and any such power so executed and certified by such faCSimile signature and facslllllle seal shall be valid and bmdmg on the Company m the future with respect to any bond or understandmg to which It IS attached. I I, Kon M Johanson, the underSigned, ASSistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc., Seaboard Surety Company, St. Paul Fire and Manne Insuran5..!( C9mpanx, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety':,Coinpany<of)\menca;,and Umted States Fidelity and Guaranty Company do hereby /'\~-..,:::::.."""""" ~\ \} y .,'""\ '\ ,/ certify that the above and foregomg IS a true and correct copy of the Power~~ttorneY\\l!\ecuted by\sm)l,eompanies, which IS m full force and effect and has not been revoked k,<\5(,\ ~~\'o."0< <<.1 t:y'\Y ~ "'-;\ r->\).'-> 0!'ol ~ "'l ~\\\\ ~t~ ~O "' ,\\'--' ~1:;W "t;?", / ~ ~~ ..~, > IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the'seals of sald'\Cbmpanles thiS (~~\)/ \~\:t> y ~ <'\> V C%' ~~ ~~'> ~~ ;~~'\O O~J ?:> ~~"\~ ~ ~) I 'I 11 THlay of APRIL ,200~. I Kon M Johans I I o ~ I To verify the authenticity of thiS Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbondcom. Please refer to the Attorney-In-Fact number, the above-named mdlvlduals and the details of the bond to which the power IS attached. I I I I I WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 1 1 1 I~ McCONNELL CONSTRUCTION Building and Engineering Contractors MCCONNELL CONSTRUCTION, OWNER: TOM MCCONNELL, HAS BEEN A LICENSED BUILDING & GENERAL ENGINEERING CONTRACTOR SINCE 1970. MCCONNELL CONSTRUCTION 194 PROTECTION RIDGE RD. PORT TOWNSEND, W A 98368 PHONE: 360/344-4101,360/344-4102 FAX EMAIL: mcc(a)olvpen.com W A LICENSE NO. MCCONC 063KA UBI # 601-535-239 DUNN & BRADSTREET NUMBER: 062942669 LIABILITY & COMMERIAL INSURANCE: BRATRUD MIDDLETON INSURANCE AGENT: BRENT HEILESEN 1201 PACIFIC AYE., SUITE 1000 TACOMA, WA 98402-4321 (253) 310-4016, FAX: (253) 759-6468' BONDING COMPANY: PHOENIX SURETY AGENCY, INC. AGENT: BOB LAGLER BLDG. 8, 1499 SE TECH CENTER PLACE, SUITE 290 Y ANCOUVER, W A 98683 360/892-5840,360/892-5871, FAX BANK: WELLS FARGO BANK CONTACT: DONALD COCHRANE 2101 WASHINGTON ST. PORT TOWNSEND, W A 98368 360/385-4444, 360/379-9422, FAX MCCONNELL CONSTRUCTION IS PRIMARILY ENGAGED IN PUBLIC WORKS CONSTRUCTION INCLUDING BRIDGES, ROADWORK, TREATMENT PLANT WORK, FISH HATCHERY WORK, GRADING, UTILITIES, SCHOOL SITE WORK. 1194 Protection Ridge Rd. . Port Townsend, WA 98368 . Lic.#MCCONC*063KA . (360) 344-4101 FAX (360) 344-4102 I I I I I I I I I I I I I I I I I I I QUALIFICATION STATEMENT FOR: MCCONNELL CONSTRUCTION TOM MCCONNELL, OWNER 194 PROTECTION RIDGE RD. PORT TOWNSEND, WA 98368 360/344-4101, FAX: 360/344-4102 mcc@olvpen.com COMPLETED PROJECTS JOB: SUNLAND WWTP CONTRACT NO.: NONE TYPE: UPGRADE WWTP CONTRACT AMOUNT: $ 382,148.90 START: 9-08-05, COMPLETE: 4-2006 CONTRACTING AGENT: WILLIE 360/683-3905 OWNER: SUNLAND WATER DISTRICT 135 FAIRWAY DR. SEQUIM, WA 98382 JOB: OLD T ARBOO ROAD BRIDGE CONTRACT NO.: NWI 2005-1 TYPE: SITEWORK & BRIDGE INSTALLATION CONTRACT AMT.: $122,220.00 START: 7-15-05, COMPLETED: AUG. 2005 CONTRACTING AGENT: PETER BAHLS, 360/385-6786 OWNER: NORTHWEST WATERSHED INSTITUTE 3407 EDDY ST. PORT TOWNSEND, WA 98368 JOB: FT. FLAGLER WATER RESERVOIR IMPROVEMENT CONTRACT NO.: NW-C3203C TYPE: 312,000 GAL. WATER RESERVOIR & SITE WORK CONTRACT AMOUNT: $248,721.82 START: MAY 2005, COMPLETED: JUNE 2005 CONTRACTING AGENT: PETER KRAMER, 360/755-5262, EXT. 227 OWNER: WA STATE; PARKS & RECREATION 220 N. WALNUT ST. BURLINGTON, WA 98233 JOB: LAKE LIMERICK WELL #6 CONTRACT NO: NONE TYPE: WATER RESERVOIR, PIPING, BOOSTER STATION CONTRACT AMOUNT: $ 464,782.96 START: AUG. 2004, DATE COMPLETED: FEB. 15,2005 ARCHITECT: SEMCOM, INC., DAN PINGEL 360/753-5269, EXT.1 06 I I I I I I I I I I I I I I I I I I I OWNER: LAKE LIMERICK COUNTRY CLUB, INC. CONTRACT OFFICER: KIRK OBBORNE 7900 EAST ST. ANDREWS DR. SHELTON, WA 98584 360/426-3581 JOB: COLUMBIA COVE PARK PIER. RAMP & FLOATS CONTRACT NO - W20043279 TYPE: BOAT DOCK & STEEL PILING CONTRACT AMOUNT: $ 94,535.75 START: JULY 19, 2004, COMPLETED: APRIL 15, 2005 CONTRACTING AGENT: GORDON BRETT, 509/884-7191 OWNER: DOUGLAS CO. PUD NO.1 1151 VALLEY MALL PARKWAY EAST WENATCHEE, WA 98802-4497 CONTACT: GORDON BRETT 509/884-7191 JOB: WINSLOW WASTEWATER TREATMENT PLANT CONTRACT NO - 00011 DESCRIPTION: CONCRETE STRUCTURES, PIPING & ULTRAVIOLET EQUIPMENT INSTALLATION CONTRACT AMOUNT: $ 411,125.38 START DATE: 9-12-03, COMPLETED: 7-13-2004 OWNER: BAINBRIDGE ISLAND DEPT. PUBLIC WORKS 280 MADISON AVE. SO. BAINBRIDGE ISLAND, WA 98110-1812 CONTACT: LAYCHIN FOO, 206/780-3714 ENGINEER: RICK ESVEL T, 206/842-7988 JOB: SNOQUALMIE RAILROAD BRIDGE 35 CONTRACT NO - C33107C DESCRIPTION: JACKING UP BRIDGE, REPLACE ABUTMENTS, PAINTING OF BRIDGE CONTRACT AMOUNT: $ 371,295. START: SEPT. 10, 2003, COMPLETE: 12/12/2003 OWNER: KING CO. DEPT. OF TRANSPORTATION 201 S JACKSON ST., SEATTLE, WA 98104-3856 CONTACT: PAUL MOORE, 206/423-1081PROGRAM MANAGER: DAVE NADAL, 206/205-8748 JOB: ODlIN P ARK BOAT RAMP CONTRACT NO - 03RD24 DESCRIPTION: CONCRETE BOAT RAMP SURROUNDED BY SHEET PILING CONTACT AMOUNT: $165,266. START: 6-09-03, COMPLETED: 6-21-2003 OWNER: SAN JUAN CO. PUBLIC WORKS PO BOX 729, FRIDAY HARBOR, WA 98250 CONTACT: JOANRUTH BAUMAN, 360/370-0509 PROGRAM MANAGER: JOANRUTH BAUMAN, 360/370-0509 I I I I I I I I I I I I I I I I I I I JOB: 188th AVE. SW BRIDGES PROJECT CONTRACT NO - T A 1613 DESCRIPTION: TWO CONCRETE BRIDGES ON PILING, AND ROAD WORK CONTRACT AMOUNT: $ 492,289.32 STARTED 08-20-02, COMPLETED 03-20-02 THURSTON COUNTY DEPARTMENT OF ROADS & TRANSPORTATION CONTACT: DAVE NICHOLS, PROJECT ENGINEER 360/754-4580,360/786-5582 FAX PROGRAM MGR.: DAVE NICOLS, 360/754-4580 JOB: QUILCENE FISH HATCHERY RACEWAY & INTAKE REPAIRS CONTRACT NO -1448-10181-0-C117(VR) DESCRIPTION: CONCRETE STRUCTURE AND PIPING CONTRACT AMOUNT: $ 349,103.86 STARTED AUG. 2001, COMPLETED JAN. 2002 DEPT. OF INTERIOR FISH & WILDLIFE SERVICE CONTACT: VICKIE RUGGLES 503/231-2391 PROGRAM MGR.: JIM BURBY, 503/231-6252 JOB: WHISPERING WINDS BRIDGE CONTRACT NO - NONE DESCRIPTION: CONCRETE ABUTMENTS & STEEL BRIDGE CONTRACT AMOUNT: $ 114,769.00 STARTED DEC. 2000, COMPLETED JAN. 2001 REMAINDER lLC 1469 HUMBOL T RD., CHICO, CA 95928 CONTACT: WESLEY GILBERT, ENGINEER, 530/899-9503 JOB: SUSAN RIVER OVERFLOW BRIDGE CONTRACT NO - 97-92-001 DESCRIPTION: CONCRETE BRIDGE ON PILING CONTRACT AMOUNT: $ 455,073.68 STARTED SEPT. 2000, COMPLETED JAN. 2001 LASSEN CO. DEPT. OF PUBLIC WORKS DA VE ERNAGA, ASSOC. ENGINEER 530/251-8296,530/257-4671 FAX JOB: REDWOOD PARK TRAIL BRIDGES CONTRACT NO - C8480-00-002 DESCRIPTION: TWO (2) WOOD BRIDGES ON STEEL PILING CONTRACT AMOUNT: $ 424,117.66 STARTED SEPT. 2000, COMPLETED JAN. 2001 NATIONAL PARK SERVICE REDWOOD NATIONAL PARK CONTACT: TEKLA VINES, 707/464-6101 PROGRAM MGR.: DICK MAYLE, 707/464-6101,707/464-1812 I I I I I I I I I I I I I I I I I I I PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT 1-14 I. , 1 1 1 1 1 I I I I I 1 1 I I I 1 I I " . PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this ~day ofr-\,.. (). ./, ~ by and between the City of Port Angeles, a non-charter code city ~f ~on, hereinafter referred to as "the City", and McConnell Construction, a sole propritership, hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Cedar Street Retaining Wall Reconstruction Rebid, Project 05-22 in accordance with and as described in A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications", and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically Part02 [ReVised 5/24/06] II - 1 I, I I I I I I I I I I I I I I I I I I . . completed within 60 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method ofPavrnent. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Proj ect Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. Part02 [ReVised 5/24/06] 11- 2 I. , I I I I I I I I I I I I I I I I I I 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or 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 City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability Part02 [Revised 5/24/06] II - 3 I. t I I I I I I I I I I I I I I I I I I coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 11. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 Oland shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 1001 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 111. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. IV. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-contractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$I,OOO,OOO per accident. 11. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products-completed operations aggregate limit. 111. Builders Risk insurance shall be written in the amount ofthe completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. Part02 [ReVised 5/24/06] 11- 4 I. I I I I I I I I I I I I I I I I I I 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall be endorsed to state that coverage shan not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their Subcontractors, Subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtain pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. Part02 [Revised 5/24/06] II - 5 I. I I I I I I I I I I I I I I I I I I C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions ofthis section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. Ifthe Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. Part02 [ReVised 5/24/06] II - 6 I. I I I I I I I I I I I I I I I I I I F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to payor to assure payment of any monies due any subcontractor or assIgnee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. I. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower-tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower-tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by 77/JIf rlt!CCJJVA/cLLon behalf of the Contractor and by Michael S. Szatlocky, PE on behalf ofthe City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. Part02 [ReVised 5/24/06] II - 7 I. I I I I I I I I I I I I I I I I I I I IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: MCCONNELL CONSTRUCTION ~ ~ Name of Contractor ~ ~. R~ BY:~~~~ ayor Title: OWNER ::;;~.. City Attorney Attest: G \Legal_Backup\AGREEMENTS&CONTRACTS\PUB WORKS\0407_02 Part02 051206 DOC Part02 [ReVised 5/24/06] II - 8 I I I I I I I I I I I I I I I I I I I PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 104737925 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, MCCONNELL CONSTRUCTION as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $197.426.00 ------------------------------- for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at PORT ANGELES , Washington, this 21S1'.fayof JUNE ,2006. 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 MCCONNELL CONSTRUCTION the above bounded Principal, a certain contract, the said contract being numbered 05-22, and providing for Cedar Street Retaining Wall Reconstruction Rebid (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, MCCONNELL CONSTRUCTION . 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. ,20 06. MCCONNELL CONSTRUCTION Principal BY~~~ tPW~/A:, Title RIDDLE, ATTORNEY-IN-FACT Title 4000 KRUSE WAY PL. BLDG ONE SUITE 265 Surety Address LAKE OSWEGO, OR 97035 BILL SMITH 503-534-4294 Surety Contact and Phone Number 1499 SE TECH CENTER PL. #290 Agent Address VANCOUVER, WA 98683 BOB LAGLER 360-892-5840 Agent Contact and Phone Number Part02 [Revised 5124106J 11- 9 I POWER OF ATTORNEY WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporatIOn duly organIzed under the laws of the State of New York, that St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporatIons duly organIzed under the laws of the State of Mmnesota, that Farmmgton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are corporatIons duly organIzed under the laws of the State of ConnectIcut, that UnIted States FidelIty and Guaranty Company IS a corporatIOn duly orgalllzed under the laws of the State of Maryland, that FidelIty and Guaranty Insurance Company IS a corporatIOn duly organIzed under the laws of the State of Iowa, and that FidelIty and Guaranty Insurance Underwnters, Inc IS a corporatIOn duly organIzed under the laws of the State of Wlsconsm (herem collectIvely called the "CompanIes"), and that the CompaOles do hereby make, constItute and appomt Robert W. Lagler, and Bonnie Riddle of the CIty of Vancouver , State of Washmgton ,then true and lawful Attomey(s)-m-Fact, each m their separate capacity If more than one IS named above, to sIgn, execute, seal and acknowledge any and all bonds, recognIzances, condItIonal undertakmgs and other wntmgs oblIgatory m the nature thereof on behalf of the CompanIes m thel~_bus!ness ?{:guaranteemg the fidelIty of persons, guaranteemg the performance of contracts and executmg or guaranteemg bonds and undertakmgs reqUired or permltted'm any actIons or-proceedmgs allowed by law ~ -'\\~ '(-.>. /, '",.)" <\ ~ \Y <\':i'\!" v ~'\'A :~(". ~},)'- ,(-1 ~~") ;, - :<~\ \V h- .<\:\,""::\ <\.\~_ r,\~; .,-""v :::\ ". .<""I,\~,.<.. <'")) \:").-/ , ~~ < ~~ "\\~-i A \,~l-" IN WITNESS WlIEREOF, the Compa.oWf! have caused thiS mstt:.ument to'be s}gned'and,theu:'yorporate seals to be hereto affIxed, thiS March LUU6 <,<;~',;;)-v "\^"A)'Y <'f\:!,0.-'" day of , ~" \. \~ " .,.-,)> <;' \>- "'<~\.. . .,1'>>, ~\~(, <<\-( '; v' """V; ,\) > .s:"X~>\> Farmington Casualty CO~Pl!ny' .<,~S:\\_' - ~~'t) F'd I' d G ~I \'- 'c \, v r!\\ ,\ 1 e lty an uarantYk nsur~n\c~, _ompa~~),;,")' v Fidelity and Guaranty Insur3pce'Underwtiters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company RSTPAUL ~ TRAVELERS Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company I I I Attorney-In Fact No. 214869 I I I I I I I I o ~ I I State of Connecticut CIty of Hartford ss I St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 0 1 7 3 8 6 9 6th St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ......-......... /r"v9-"4. \NS(J-9.q~....'\. It t.()~POR.q~t' ~\ !~ -- o. '~!.. SEAL P 0." ..'b ..{$ . .,..~ By 6th March 2006 On thIS the day of , before me personally appeared George W Thompson, who acknowledged himself to be the SeOlor VIce PreSident of Farmmgton Casualty Company, FidelIty and Guaranty Insurance Company, FidelIty and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul GuardIan Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and UOlted States FidelIty and Guaranty Company, and that he, as such, bemg authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by slgnmg on behalf of the corporatIOns by himself as a duly authonzed officer I I In Witness Whereof, I hereunto set my hand and offiCial seal My CommiSSIon expIres the 30th day of June, 2006 I I 58440-9-05 Pnnted In USA WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER '<<\w c. j~ '- Mane C Tetreault, Notary PublIc WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ~ 1 This Power of Attorney IS granted under and by the authonty of the followmg resolutIOns adopted by the Boards of Directors of Farrrungton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Marme Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and Umted States Fidelity and Guaranty Company, which resolulions are now m full force and effect, readmg as follows 1 RESOLVED, that the Chairman, the President, any Vice Chairman, any Execulive Vice PreSident, any Semor Vice President, any Vice PreSident, any Second Vice PreSident, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appomt Attorneys-m-Fact and Agents to act for and on behalf of the Company and may give such appomtee such authonty as his or her cerliflcate of authonty may prescnbe to sign With the Company's name and seal With the Company's seal bonds, recogmzances, contracts of mdemmty, and other wntmgs obligatory m the nature of a bond, recogmzance, or condllional undertakmg, and any of Said officers or the Board of Directors at any lime may remove any such appomtee and revoke the power given him or her, and It IS 1 FURTHER RESOLVED, that the Chairman, the PreSident, any Vice Chairman, any Execulive Vice PreSident, any Semor Vice PreSident or any Vice PreSident may delegate all or any part of the foregomg authonty to one or more officers or employees of thiS Company, proVided that each such delegatIOn IS m wntmg and a copy thereof IS flied m the office of the Secretary, and It IS 1 FURTHER RESOLVED, that any bond, recogmzance, contract of mdemmty, or wntmg obligatory m the nature of a bond, recogmzance, or conditIOnal undertakmg shall be valid and bmdmg upon the Company when (a) Signed by the PreSident, any Vice Chairman, any Execulive Vice PreSident, any Semor Vice PreSident or any Vice PreSident, any Second Vice PreSident, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed wllh the Company's seal by a Secretary or ASSistant Secretary, or (b) duly executed (under seal, If reqUired) by one or more Attorneys-m-Fact and Agents pursuant to the power prescnbed m hiS or her certificate or their certificates of authonty or by one or more Company officers pursuant to a wntten delegatIOn of authonty, and It IS 1 1 FURTHER RESOLVED, that the signature of each of the followmg officers: PreSident, any Execulive Vice PreSident, any Semor Vice PreSident, any Vice PreSident, any ASSistant Vice PreSident, any Secretary, any ASSistant Secretary, and the seal of the Company may be affixed by faCSimile to any power of attorney or to any certificate relatmg thereto appomling ReSident Vice PreSidents, Resident ASSistant Secretanes or Attorneys-m-Fact for purposes only of executing and attestmg bonds and undertakmgs and other wntmgs obligatory m the nature thereof, and any such power of attorney or certificate bearing such facsmllle signature or facsmllle seal shall be valid and bmdmg upon the Company and any such power so executed and certified by such facsmllle signature and facsmllle seal shall be valid and bmdmg on the Company m the future With respect to any bond or understandmg to which it IS attached 1 I, Kon M. Johanson, the underSigned, ASSistant Secretary, of Farmmgton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Manne Insuran~ Cpmpanl, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and S~~!~ Qimpanr~f:;A.men\c~t~d Umted States Fidelity and Guaranty Company do hereby certify that the above and foregomg IS a true and correct copy of the PO,wer~~~ttorneYZ7~ecuted byt~d\eompanles, which IS m full force and effect and has not been revoked k,~\: <,.~~<(0'" :\~ \>> <\\\ <:~~ rv 1))10 ~ (' \>.\'\ -<f" ~~ \y b ~ ~~ ">\. \~ /'~ ~'f \ CA,A, 27TH IN TESTIMONY WHEREOF, I have hereunto set my hand and affixeCl the.seals of saId\",ompanles thiS day of ~ \"'\'/ ,,\\'0) y (', \>V <'\:;.. \, ~J>- ((' ~ ~ ,(\ ~,,>' /\< \> \i; \\i.:;, <\\'<~~~ 17-<\50 D V -'!:J>.5) ~ )\~ k, ~ ~'\'\V rv~':, ~y <' 1~ ~ y)?,~ \l <:~:::;. V 1 1 JUNE ,20 06. 1 Kon M. Johans 1 1 ~ ~~ o ~ 1 To venfy the authenliclty of thiS Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbondcom Please refer to the Attorney-In-Fact number, the above-named mdlvlduals and the details of the bond to which the power IS attached I 1 1 I: 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 I ESCROW AGREEMENT forHETAINED PERCENTAGE Cedar Street Retaining Wall Reconstruction Rebid, Project No. 05-22 I I TO: I THIS ESCROW AGREEMENT is for the Investment of the retained percentage of the above contract, in accordance With chapter 60 28 of the Revised Code of Washington It IS limited to FDIC Insured Washington State Chartered Banks who are covered by the State of Washington Public Deposit Protection Act I I The undersigned, , (as "Contractor"), has directed the CITY OF PORT ANGELES (as "City"), to deliver to you Its warrants which shall be payable to you and/or the contractor The warrants are to be held and disposed of by you In accordance With the following Instruction' I INSTRUCTIONS I 1 . Upon delivery the warrants shall be endorsed by you and forwarded to the City for collection. You shall use the mOnies to purchase Investments selected by the Contractor and approved by the City. You may follow the last wntten direction received by you from the Contractor, for each purchase, prOVided the direction otherwise conforms With this agreement. Acceptable investments are: A Bills, certificates, notes or bonds of the United States, B. Other obligations of the United States or Its agencies; C. Obligations of any corporation wholly owned by the Government of the United States; D. Indebtedness of the Federal National Mortgage ASSOCiation; E Time depOSits In commercial banks, F. Other Investments, except stocks, selected by the Contractor, subject to express pnor written consent of the City. 2. The Investments shall be In a form which allows you alone to reconvert them Into money if you are reqUired to do so by the City 3. The Investments must mature on or prior to the date set for the complellon of the contract, including extension there of or thirty (30) days following the final acceptance of the work. 4. When Interest on the Investments accrues and IS paid, you shall collect the Interest and forward it to the Contractor unless otherwise directed by the Contractor. 5. You are not authOrized to deliver to the Contractor all or any part of the Investments held by you pursuant to thiS agreement (or any mOnies denved from the sale of such Investments, or the negollallon of the City'S warrants) except In accordance With the wntten instructions from the City Compliance with such Instructions shall relieve you of any further liability related thereto 6. In the event the City orders you, In Writing, to reconvert the investments and return all monies, you shall do so Within thirty (30) days of receipt of the order. 7. The Contractor agrees to compensate you for your services In accordance With your current published schedule of applicable escrow fees. Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any mOnies placed With you pursuant to thiS agreement unlll and unless the City directs the release to the Contractor of the Investments and mOnies held hereunder, whereupon you shall be entitled to reimburse yourself from such monies for the entire amount of your fee I I I I I I I I I I I Escrow No.: City of Port Angeles Contract No. 05-22 Completion Date: 8. ThiS agreement shall not be binding until signed by both parties and accepted by you. 9. ThiS document contains the entire agreement between you, the Contractor, and the City, with respect to thiS Escrow, and you are not a party to, nor bound by any Instrument or agreement other than thiS. You shall not be reqUired to take notice of any default or any other matter, nor be bound by nor required to give notice or demand, nor reqUired to take any action whatever except as herein expressly proVided. You shall not be liable for any loss or damage not caused by your own negligence or Willful misconduct CONTRACTOR Federal Tax 1.0. No By Title: Address: DATE CITY OF PORT ANGELES By Title: DATE. THE ABOVE ESCROW AGREEMENT RECEIVED AND ACCEPTED on the _ day of 20_. BANK By: Title: Address DISTRIBUTION City Clerk Flnanclallnstitullon Contractor File Copy 11-9 Client#: 110237 MCCOCONS2 ACORDm CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 06/27/06 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER Bratrud Middleton Insurance Brokers, Inc.-Tac General 1201 Pacific Ave, Suite 1000 Tacoma,WA 98402 J McConnell Construction 194 Protection Ridge Rd. Port Townsend, WA 98368 INSURERS AFFORDING COVERAGE INSURER A EVANSTON INSURANCE COMPANY INSURER B American States Insurance Company INSURER C INSURER D INSURER E NAIC# INSURED COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS I LTR NSRI TYPE OF INSURANCE POLICY NUMBER PJ>l-~~1~~~~8~IE P~~fl r~rft~~N LIMITS A GENERAL LIABILITY 05PKG01337 10/27/05 10/27/06 EACH OCCURRENCE $3.000.000 - DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY $50 000 I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $5.000 I X BI/PD Ded:10000 PERSONAL & ADV INJURY $3 000 000 GENERAL AGGREGATE $3 000.000 GEN'L AGGREGATE LIMIT APPlS PER PRODUCTS - COMP/OP AGG $3 000 000 n ril PRO- I POLICY JECT LOC B AUTOMOBILE LIABILITY 01CG3928222 10/27/05 10/27/06 COMBINED SINGLE LIMIT - $1,000,000 ANY AUTO (Ea accident) - I - ALL OWNED AUTOS BODILY INJURY $ .!... SCHEDULED AUTOS (Per person) .!... HIRED AUTOS BODILY INJURY .!... (Per accident) $ NON-OWNED AUTOS I PROPERTY DAMAGE $ (Per aCCIdent) ~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $ I ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ :=JESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR D CLAIMS MADE AGGREGATE $ I $ ~ DEDUCTIBLE $ RETENTION $ $ I WORKERS COMPENSATION AND 05PKG01337 10/27/05 10/27/06 X I T~~-7r~W~ I IOJ~- X EMPLOYERS' LIABILITY WA Stop Gap E L EACH ACCIDENT $500 000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $500 000 If yes, descnbe under E L DISEASE - POLICY LIMIT $500 000 I SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS RE: Cedar Street Wall Reconstruction Project #05.22. City of Port Angeles is named as an Additional Insured as their interest may appear. Coverage is Primary Non-Contributory and Waiver of Subrogation applies. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2001/08) 1 of 2 #S135821/M105399 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -A5- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE 13,.~ G. #~:/..~...__ SXMOO @ ACORD CORPORATION 1988 City of Port Angeles Public Works Department 321 E. 5th Street Port Angeles, WA 98362 I I IMPORTANT I I If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). I DISCLAIMER I The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I I I I I I I I I I I I ACORD 25-5 (2001/08) 2 of 2 #S135821/M105399 1 1 1 1 1 1 1 1 1 1,- -- I 1 I I I 1 1 1 1 POLICY NUMBER: ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART TillS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY. SCHEDULE Name of Person or Organization: AS PER WRITTEN CONTRACT A. WHO IS AN INSURED (SECTION II) is amended to include as an insured the person or organization shown in the schedule. But only with respect to liability arising out of "your work" for that insured by or for you. B. As respects additional insureds as defined above. This insurance also applies to "bodily injury" or "property damage" arising out of your negligence when the following written contract requirements are applicable: 1. Coverage available under this coverage part shall apply as primary insurance. Any other insurance available to these additional insured's shall apply as excess and not contribute as primary to the insurance afforded by this endorsement. 2. We waive any right of recovery we may have against these additional insured's because of payments we make for injury or damage arising out of "your work" done under a written contract with the additional insured. 3. The term "insured" is used separately and not collectively, but the inclusion of more than one "insured" shall not increase the limits or coverage provided by this insurance. "Insureds are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy. Certificates should not be used to amend, expand, or otherwise alter the terms of the actual policy." IE-0054-0404 I I I I I I I I I I-- I I I I I I I I I POLICY NUMBER: ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: AS PER WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. "Insureds are advised that certificates of insurance should be used only to provide evidence of insurance in lieu of an actual copy of the applicable insurance policy. Certificates should not be used to amend, expand, or otherwise alter the terms of the actual policy." ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. IE-0036-0404 1 of 1 MCCOCONS2 ACORDTM~FI;~[ , ^~JiaVER,",$lJ]R~~!C~E<', OD~T/E;;ID/D~'^ ~ '-'~;~ > ,/~i4>wt: ..W""tl~/h < "'" <(<,,<;r~ -<-.......... ~)"7AK. "'~'"x'^' THIS IS EVIDENCE THAT INSURANCE AS IDENTIFIED BELOW HAS BEEN ISSUED, IS IN FORCE, AND CONVEYS ALL THE RIGHTS AND PRIVILEGES AFFORDED UNDER THE POLICY. PRODUCER AlC No Exl 2 5 3 75 9 - 2 2 0 0 COMPANY Bratrud Middleton nsurance Travelers Insurance Brokers, Inc.-Tac General 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CODE SUB CODE AGENCY CUSTOMER 10 # INSURED McConnell Construction City of Port Angeles and/or Sub-contractors ATIMA 194 Protection Ridge Rd. Port Townsend, WA 98368 LOAN NUMBER I I I EFFECTIVE DATEL~ 07/01/06 THIS REPLACES PRIOR EVIDENCE DATED CONTINUED UNTIL TERMINATED IF CHECKED ~,RROPjg~:Y;Y~lThO~~AlrIONK~C~~f4~>/~:f.~~:*0'k<"V. .' LOCATION/DESCRIPTION Cedar street, Between w. 6th Street and Marine Dr., Port Angeles, WA Cedar Street Retaining Wall Repairs , project no. 05-22 ? n;'" '''it..,..'''.... '"4'W",-,,-,'- ,,,,= YO" > > ~0 ~$:;% :AA.4ldtttL..3'fu1h ~<1Mft~ " ',., '" &QY,ER~GEJ~Ji0RMAIIQN~~_~""i_,~:...:"'~~~~_~__~.w..,_~~~, ..' COVERAGE/PERILS/FORMS Builder's Risk, Including Earthquake & Flood or Minimum of $50,000 EQ & Flood Deductible AMOUNT OF INSURANCE DEDUCTIBLE $197,426 $1,000 .~grA~B.Ii15-,,(I~II,im:.ng~p~cJlIJ!:~.mmio.I1~) .l~~ _C~NCEI:1!iffirn>~~' _ _, ..~,___< ',< THE POLICY IS SUBJECT TO THE PREMIUMS, FORMS, AND RULES IN EFFECT FOR EACH POLICY PERIOD SHOULD THE POLICY BE TERMINATED, THE COMPANY WILL GIVE THE ADDITIONAL INTEREST IDENTIFIED BELOW 45 DAYS WRITTEN NOTICE, AND WILL SEND NOTIFICATION OF ANY CHANGES TO THE POLICY THAT WOULD AFFECT THAT INTEREST IN ACCORDANCE WITH THE POLICY PROVISIONS OR AS REQUIRED BY LAW. I ~.Q.DI!!9~b:i~TERI;_S~ -~--' ~ ' NAME AND ADDRESS City of Port Angeles 321 E. Fifth St. I Port Angeles, WA 98362 I LOSS PAYEE LOAN # '",:<~' <?;,. Th AUTHORIZED REPRESENTATIVE 13,.~ G. #~__ I . I ~ORD~27'~(3/93)~~~-r_<~~, iilffOT:<l ~ :::.J! +0~;->>!,. :;-:,- .- "T/'''\l!WP''''~;1fB1PK''-''''Y~--'-~'W~~'~~' '_W"'" N'_ 'r" 'In:/ }lmr' .2&XS:O"O@ ,A;C0RID'CORP9RATION ~,99 I I I I I I I I I I I I I I I I I I I PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS I I I I I I I I I I I I I I I I I I I SPECIAL PROVISIONS 1. Special Provisions as setforth on pages III - 1 through III - 16 . 2. Submittal requirements. as listed on pages III - 17 through III - 19 3. Project Plans, as set forth in Attachment --E-. 4. Washington State Department of Transportation's Standard Specifications for Road, Bridge, and Municipal Construction 2006 (English Units), referred to herein as the Standard Specifications. 5. Washington State Department of Transportation's Standard Plans, as referenced on page III - 16 6. Attachments (exclusive of the above-mentioned) as listed in the Table of Contents of the Project Manual. STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's Standard Specifications for Road, Bridge, and Municipal Construction 2006 (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 111-1 I I I I I I I I I I I I I I I I I I I 1-02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall e~ecute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power-of-attorney appointing the signatory of the bond as the person authorized to execute it. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2,2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, includinq APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 7. Contractinq Aqency's Standard Plans (if any), and 8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction 111-2 I I I I I I I I I I I I I I I I I I I contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form, PW-404_02. Definitions: a. RFI: Request for Information (City of Port Angeles' Document PW 404_02) b. CCO: Construction Change Order (City of Port Angeles' Document PW 404_04) PROTECTION, RESTORATION AND CLEAN-UP Section 1-04.11, Final Cleanup, and Section 1-07.16, Protection and Restoration of Property, of the Standard Specifications shall be supplemented with the following: The work done under this item consists of restoring, cleaning and repairing private property impacted by the work, and restoration of other existing features of the landscape which are deemed necessary by the Engineer. The Contractor shall follow its trenching operation as soon as possible with its restoration wqrk. The Contractor will not be permitted to leave any particular area unrestored for more than two weeks except in the case where he may be doing repair work on a line which has failed to meet test specifications. Such restoration shall follow immediately. The lump sum bid item for this work, "Protection, Restoration and Cleanup", shall be full compensation for all labor, materials, tools, and equipment necessary to complete this item as specified or as directed by the Engineer. PLANS AND WORKING DRAWINGS Unless otherwise required by the Submittal Requirements, Section 1-05.3 of the Standard Specifications shall apply. 1-05.5 AS-BUILT DRAWINGS Section 1-05.5 is supplemented with the following: As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as-built conditions. These as-built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: 111-3 I I I I I I I I I I I I I I I I I I I a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as-built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as-builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1-07.15 SPILL PREVENTION, CONTROL AND COUNTERMEASURES PLAN (SPCC) The 'Payment' portion of Section 1-07 .15( 1) is replaced with the following: Costs associated with the preparation and implementation of a SPCC plan will be considered incidental to the contract prices, and no separate payment will be made. 1-05.10 GUARANTEES Section 1-05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. 111-4 I I I I I I I I I I I I I I I I I I I STATE SALES TAX The work on this Contract is to be performed upon landk whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. , 1-07.6 PERMITS AND LICENSES All requirements of any permits included in this Project Manual shall be adhered to by the Contractor. All costs related to adhering to these permit(s) shall be included in the overall cost of the contract - no additional payment will be made to the Contractor for work required to meet the requirements of the shoreline permit. 1-07.17 UTILITIES AND SIMILAR FACILITIES Section 1-07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with a~ailable information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. The Contractor is alerted to the existence of Chapter 19.22 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part 1/ of the Project Manual. PROGRESS SCHEDULE Section 1-08.3 is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM) schedule, in both electronic and hard copy format. The CPM shall include all aspects of 111-5 I I I I I I I I I I I I I I I I I I I the contract, including procurement of materials, construction, testing, submittals, and inspection. , The" Contractor shall develop the CPM using the most current version of SureTrak software by Primavera Systems, Inc., which shall be capable of operating in a Windows NT environment. The Contractor shall submit, within 21 calendar days of award of the contract, 3 sets of complete CPM time-scaled logic diagram on 22" x 34" sheets with accompanying schedule reports. An electronic copy shall also be submitted. The schedule diagrams shall show activity numbers, descriptions, early-start dates, float, and all relationships. The diagrams shall also show the sequence, order, and interdependence of activities in which the work is to be accomplished. The Contractor shall submit to the Engineer updates to the CPM schedule monthly with each Payment Request. The CPM schedule shall be accompanied by a written narrative report describing current status and identifying potential delays. This report shall, at a minimum, state whether the contract is on schedule, note any milestones that will not be met, and comment on the project's current critical path as it relates to previously submitted critical path. The CPM deliverables shall be incidental to the contract, and the City will provide no additional payment for work related to developing and maintaining the CPM schedule as required in this contract. The City may withhold payment as a result of incomplete CPM updates, as well as assess liquidated damages per Section 1-08.9 if the schedule shows that work will not be completed in a timely manner to meet the performance period of the contract. TIME FOR COMPLETION Section 1-08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 60 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. PAYMENTS Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. 111-6 I I I I I I I I I I I I I I I I I I I This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. TRAFFIC CONTROL MANAGEMENT The third sentence of the first paragraph of Section 1-10.2(1) is revised to read: The Contractor may designate the project superintendent as the TCS. TRAFFIC CONTROL PLANS The 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. Cqsts associated with the development of the traffic control plan(s) shall be incidentatl to contract prices. 111-7 I I I I I I I I I I I I I I I I I I I DiViSION 2 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS Section 2-02 is supplemented with the following: Work includes removing trees, catch basin, fencing, and concrete swale as shown on the plans. Trees shall be cut even with the ground surface and all vegetation removed from site. Catch basin shall be removed and connecting pipes plugged per Standard Specifications Section 7-08.3(4). 2-09 STRUCTURE EXCAVATION Section 2-09 is supplemented with the following: Removal of Stringer Remove stringers as designated on plans. Do not damage stringers that are to be reused or components of the wall system that remain. Remove existing fill behind stringers and dispose of off-site, unless City Engineer determines it can be reused. Dispose of all corroded/damaged stringers as designated on plans (labeled with 'X'). Some additional stringers may require disposal due to corrosion or damage. Disposal shall be off-site at Contractor's expense. Deliver and stockpile all surplus used stringers (after reconditioning) to the City Public Works Yard at location noted on plans. City Engineer will make final determination as to disposal or delivery of stringers. Measurement and Payment Existing stringers removed from the wall will be measured per each. Only stringers that are entirely removed will be measured. The unit contract price per each for "Removal of Stringer" shall be full compensation for all labor, materials, tools and equipment necessary to complete this item as specified or as directed by the Engineer. Costs associated with disposing of stringers or delivery of surplus stringers to the City yard will be considered incidental to the contract prices, and no separate payment will be made. 111-8 I I I I I , I I I I I I I I I I I I I I DIVISION 6 6~3STEELSTRUCTURES Section 6-03 is supplemented with the following: New Steel Stringer New stringers shall be 16 gage steel to match size and shape of existing wall stringers. Stringer stiffeners shall be 8 gage, column caps 12 gage, and connecting channels 8 gage. Install stringer stiffeners and column cap where missing on existing wall. All connecting bolts and hardware shall be new. All bin wall components shall be galvanized. Recondition & Reinstall Stringer Stringers removed from the wall and designated for reuse shall be reconditioned. Reconditioning shall include cleaning both sides of the stringer with a pressure washer. Verify stringer is free from all moisture, dirt, oil, grease or other foreign matter. To the back side only of the stringer, apply a tannin-based rust converter according to manufacturer's directions. Cure as required. Following rust converter, apply asphalt mastic or tar base mastic uniformly to the back side of the stringer. Mastic and application method shall meet the specifications for Class M material, per ASTM A849. Verify mastic is compatible with rust converter prior to application. Apply mastic coating to a minimum thickness of 0.05 in. (1.3 mm). Cure as required prior to installation. Protect the front side of the stringers from staining during reconditioning and handling. Contractor shall submit a product specifications sheet for the 1) proposed rust converter, and 2) proposed mastic, for City Engineer's approval, prior to use. Used stringers shall be reinstalled, in similar manner as new stringers, at locations indicated on plans (above the new stringers). All connecting bolts and hardware shall be new. Expanded Polystyrene (EPS) Foam Backfill EPS geofoam shall conform to ASTM C578 standards. EPS shall be Type 1, with a nominal density of 1.0 Ibs/cf. Protect EPS foam from weather, including sun and rain, prior to installation. Foam shall be cut to the largest sizes practical for installation. Foam trimmings shall not be used for backfill. Foam shall constitute a minimum of 80% of the volume of backfill behind each stringer. Measurement and Payment New stringers installed on the wall will be measured in place per each. The unit contract price per each for "New Steel Stringer" shall be full compensation for all labor, materials, tools and equipment necessary for complete stringer installation including nuts and bolts, connecting channels, vertical connector caps, and stringer stiffeners. 111-9 I I I I I I I I I I I I I I I I I I I Reconditioned stringers installed on the wall will be measured in place, per each. The unit contract price per each for "Recondition & Reinstall Stringer" shall be full compensation for all labor, materials, tools and equipment necessary for complete stringer reconditioning and installation including nuts and bolts, connecting channels, vertical connector caps, and stringer stiffeners. EPS foam will be measured per each stringer on which it is installed. The unit contract price per each for "EPS Foam Backfill" shall be full compensation for all labor, materials, tools and equipment necessary for complete geofoam installation, including cutting and placement of foam. No payment shall be made where foam constitutes less than one-half of the volume of the backfill behind the stringer. 111-10 I I I I I I I I I I I I I I I I I I I DIVISION 8 8-01 EROSION CONTROL Section 8-01 is supplemented with the following: All soil surfaces that are finish graded at a slope of 4H: 1V or steeper shall be staked with a temporary erosion control blanket, North American Green S150, or approved equivalent. Install blanket after seeding and fertilizing of the slope. Install blanket following manufacturer's recommendations for placement and staking. Section 8-01.4 Measurement and Section 8-01.5 Payment are deleted and replaced with the following: Measurement and Payment The lump sum bid item "Erosion Control," shall be full compensation for all labor, materials, tools and equipment necessary to provide complete erosion protection of the site and prevent sediment-laden water from leaving the construction area. Erosion control will include, but not be limited to, inlet protection, erosion control blankets, street sweeping and cleaning, silt fences, plastic covering, and temporary mulch. 8-02 ROADSIDE RESTORATION Section 8-02 is supplemented with the following: Topsoil Type A Topsoil Type A shall be two-way planting mix consisting of 2/3 naturally occurring sandy loam and 1/3 compost. Soil shall be fertile, friable planting soil, free from stones larger than one-inch in size, refuse, plants or roots, clods, weeds, sticks or other extraneous material. Topsoil shall have a pH value of between 5.0 and 6.5. Soil shall be capable of sustaining healthy plant life. Submit sample of free-draining soil and soil laboratory analysis for approval prior to installation. Plant Selection Rosa species Plant Selection, Rosa species, will be one-gallon pots of Rosa rugosa or Rosa nutkana, or a combination of the two. Plant at the location and spacing noted on the plans. Seeding and Fertilizing by Hand Grass Seed shall be certified quality seed, 50% Derby Perennial Rye Grass and 50% Fine Fescue. Seed shall have 90% min. germination rate and 0.5% max. weed seed. Seed areas at the rate of six (6) pounds per 1,000 sf. Sow half of seed at right angles to the first sowing. Lightly rake to cover seed and compact by rolling. Water as required to maintain moist soil to a depth of at least four (4) inches. Apply 10-20-20 lawn fertilizer at the rate of 30 pounds per 1,000 sf. Cover seeded areas with a 2" thickness of straw. Produce a close stand of grass within 60 days after seeding. Re-seed barren areas as originally specified. 111-11 I I I I I I I I I I I I I I I I I I I Specification Section 8-02.3(15)F Dates for Application of Final Seed, Fertilizer, and Mulch will apply to the project. Measurement and Payment Measurement and Payment for Topsoil Type A, Plant Selection, and Seeding and Fertilizing by Hand will be per the Standard Specifications. 8-14 CEMENT CONCRETE SIDEWALKS Section 8-14 is supplemented with the following: Cement Concrete Dowelled Sidewalk Cement Concrete Dowelled Sidewalk shall be furnished and placed per plans. Adhesive for tie bars shall meet the requirements of Section 9-26.1 for Type II epoxy bonding agent. Align expansion joints in the sidewalk with the existing expansion joints in the concrete pavement where feasible. . Measurement and Payment Measurement and Payment for Cement Concrete Dowelled Sidewalk will be the same as for Cement Concrete Sidewalk. 111-12 I I I I I I I I I I I I I I I I I I I DIVISION 9 9-03 AGGREGATES Section 9-03 is supplemented with the following: Gravel Backfill for Bin Wall Wall backfill in the voids around the EPS foam shall be 1-1/2" minus clean angular rock manufactured from basalt. Backfill shall conform to the following grading: Sieve size 1-1/2" square 1" Percent passinq 100 50 to 70 o to 2 o to 1.5 3/8" U.S. No. 200 Measurement and Payment Gravel backfill will be measured in place per ton. Payment shall include placement and compaction of backfill around geofoam as shown on the contract drawings. The unit contract price per ton for "Gravel Backfill for Bin Wall" shall be full compensation for all labor, materials, tools and equipment necessary for backfill installation including placement and compaction of backfill as shown on the plans. 111-13 I I I I I I I I I I I I I I I I I I I STANDARD PLANS The Washington State Department of Transportation's Standard Plans for Road, Bridge and Municipal Construction, up to and including any official changes to these Plans issued through September 1, 2002 are hereby made a part of this contract. Any conflicts between the Standard Plans and other parts of this contract will be resolved as stated in the Order of Precedence at the beginning of Part III. 111-14 I I I I I I I I I I I I I I I I I I I SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR-01 Material Submittals SR-02 Design Submittals SR-03 Progress Schedule SR-04 As-Built Drawings SR-05 Other Post-Construction Submittals SR-01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed in SR-06, "Itemized List Of Submittals". All material submittals or resubmitlals shall be accompanied by SR-07, "Submittals Review Form". The location of the specification for each of these items in the Standard Specifications or Special Provisions is indicated in SR- 06. If the item description for the material submittal is not the exact brand or model specified in the Contract, then 3 copies of the manufacturer's descriptive literature, catalog cut-sheets, etc., must also be included with the submittal package. The Contractor shall clearly indicate on all material submittals and copies, the submittal review package number (starting with "1" for the first submittal review package), submittal item number (from SR-06) and the exact item selected. In all cases, the Contractor shall enter the exact brand and model on the "Submittal Review Form" for that particular item. All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. For each material resubmittal required, the Contractor should allow an additional 7 calendar days from date of receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1-05.3, "Plans and Working Drawings", of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR-02 DESIGN SUBMITTALS Three copies of all design submittals and related shop drawings are required. Shop drawings and electrical schematic details shall be of the size 22" x 34". Each design submittal or resubmittal and related shop drawings shall be listed on the "Submittal Review Form" by the Contractor with an appropriate reference to the attachments submitted. All design submittals shall be stamped by a Professional Engineer registered in the State of Washington. All design submittals are required within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. For each design resubmittal required, the Contractor should allow an additional 14 calendar days from date of receipt by the City Engineer for review and approval or rejection. 111-15 I I I I I I I I I I I I I I I I I I I The following are required Design Submittals for this Contract: SR-02.1 Traffic Control Plans See Section 1-10.2(2) of the Standard Specifications, as modified by the Special Provisions, for submittal requirements for Traffic Control Plans. SR-02.4 Permanent Retaining Wall System See Section 6-11 of the Standard Specifications, as revised above, for design submittal requirements for this item. SR-03 PROGRESS SCHEDULE See Section 1-08.3, as modified in the Special Provisions, for the submittal requirements for a Progress Schedule and regular updates. SR-04 AS-BUILT DRAWINGS Requirements for maintaining As-Builts for the work completed under this Contract are specified in Section 1-05.5 of the Special Provisions above. Final As-Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. SR-05 OTHER POST-CONSTRUCTION SUBMITTALS The Contractor shall furnish the City Engineer with all other post-construction submittals required by the specifications, whether or not listed on the submittal review form. All results of tests the Contractor performs as required by the Contract for quality assurance such as compaction tests, pressure tests, or bacteriological analyses shall be submitted to the Project Engineer whether or not the test meets the performance standards as required by the specifications. SR-06 ITEMIZED LIST OF SUBMITTALS Below is a summarized list of the submittals required under this contract. ITE M APPLICABLE NO. DESCRI PTION SECTION Design Submittals 1 Traffic Control Plan(s) 1-10 2 Progress Schedule 1-08.3 Material Submittals 3 Bedding and Backfill Materials various 4 Primer & Beutimous Paint Appendix F Post-Construction Submittals 5 Final As-Builts 1-05.5 111-16 I I I PART IV I ATTACHMENTS I I I I I I I I I I I I I I I 111-17 I I I I I I I I I I I I I I I I I I I Attachment A Washington State Prevailing Wage Rates for Clallam County including Benefit Code " 1-18 I State of Washington I DEPARTMENT OF LABOR AND I N D U S T R I E S Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 I Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief I description of overtime calculation requirements IS provided on the Benefit Code Key. CLALLAM COUNTY I Effective 03-03-06 **************************************************************************************************************** * I (See Benefit Code Key) Over PREVAILING Time Holiday No Classification WAGE Code Code Cod I ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $33.46 1N 50 BOILERMAKERS JOURNEY LEVEL $46.32 1C 5N I BRICK AND MARBLE MASONS (JOURNEY LEVEL $41 17 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 I CARPENTERS ACOUSTICAL WORKER $40.23 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $40.07 1M 50 CARPENTER $40.07 1M 50 CREOSOTED MATERIAL $40.17 1M 50 I DRYWALL APPLICATOR $40 22 1M 50 FLOOR FINISHER $40 20 1M 50 FLOOR LAYER $40.20 1M 50 I FLOOR SANDER $40.20 1M 50 MILLWRIGHT AND MACHINE ERECTORS $41 .07 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40.27 1M 50 SAWFILER $40 20 1M 50 I SHINGLER $40.20 1M 50 STATIONARY POWER SAW OPERATOR $40.20 1M 50 STATIONARY WOODWORKING TOOLS $40.20 1M 50 CEMENT MASONS I JOURNEY LEVEL $33 46 1N 50 DIVERS & TENDERS DIVER $83 19 1M 50 8A DIVER TENDER $39.51 1M 50 I DREDGE WORKERS ASSISTANT ENGINEER $40 77 1T 50 8L ASSISTANT MATE (DECKHAND) $40.28 1T 50 8L BOATMEN $40 77 1T 50 8L I ENGINEER WELDER $40 82 1T 50 8L LEVERMAN, HYDRAULIC $42.34 1T 50 8L MAINTENANCE $40.28 1T 50 8L MATES $40 77 1T 50 8L I OILER $40.40 1T 50 8L DRYWALL TAPERS JOURNEY LEVEL $40 29 1E 5P ELECTRICIANS - INSIDE I CABLE SPLICER $50.60 10 5A CABLE SPLICER (TUNNEL) $54 40 10 5A CERTIFIED WELDER $48 88 10 5A CERTIFIED WELDER (TUNNEL) $52 50 10 5A I CONSTRUCTION STOCK PERSON $26 72 10 5A JOURNEY LEVEL $47.15 10 5A JOURNEY LEVEL (TUNNEL) $50.60 10 5A I 111-19 I I I ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON H,EAD GROUNDPERSON $52.38 $47 88 $34 87 $36 75 4A 4A 4A 4A I I I I I I I I I I I I I I I I 111-20 5A 5A 5A 5A I I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I HEAVY LINE EOUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL L1NEPERSON $47.88 4A 5A I LINE EOUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A POWDERPERSON $36.75 4A 5A ELECTRONIC TECHNICIANS I ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 60 MECHANIC IN CHARGE $60 60 4A 60 I FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11 60 FLAGGERS I JOURNEY LEVEL $28.78 1N 5D GLAZIERS JOURNEY LEVEL $41.15 1H 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS I MECHANIC $43.68 1S 5J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $33.94 1N 5D INLAND BOATMEN I CAPTAIN $36 83 1K 5B COOK $31.21 1K 5B DECKHAND $30 58 1K 5B ENGINEER/DECKHAND $33 25 1K 5B I MATE, LAUNCH OPERATOR $34 87 1K 5B INSULATION APPLICATORS JOURNEY LEVEL $20.50 IRONWORKERS I JOURNEY LEVEL $44.61 10 5A LABORERS ASP HAL T RAKER $33.94 1N 5D BALLAST REGULATOR MACHINE $33.46 1N 5D I BATCH WEIGHMAN $28 78 1N 5D BRUSH CUTTER $33 46 1N 5D BRUSH HOG FEEDER $33 46 1N 5D BURNERS $33.46 1N 5D I CARPENTER TENDER $33.46 1N 5D CASSION WORKER $34.30 1N 5D CEMENT DUMPER/PAVING $33.94 1N 5D CEMENT FINISHER TENDER $33 46 1N 5D I CHANGE-HOUSE MAN OR DRY SHACKMAN $33 46 1N 5D CHIPPING GUN (OVER 30 LBS) $33 94 1N 5D CHIPPING GUN (UNDER 30 LBS) $33.46 1N 5D CHOKER SETTER $33 46 1N 5D I CHUCK TENDER $33 46 1N 5D CLEAN-UP LABORER $33.46 1N 5D CONCRETE DUMPER/CHUTE OPERATOR $33.94 1N 5D CONCRETE FORM STRIPPER $33 46 1N 5D I CONCRETE SAW OPERATOR $33.94 1N 5D CRUSHER FEEDER $28 78 1N 5D CURING LABORER $33.46 1N 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $33 46 1N 5D I DITCH DIGGER $33.46 1N 5D DIVER $34 30 1N 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $33 94 1N 5D I DRILL OPERATOR, AIRTRAC $34 30 1N 5D I Page 21 I I CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I OUMPMAN $33.46 1N 50 EPOXY TECHNICIAN $33.46 1N 50 EROSION CONTROL WORKER $33.46 1N 50 FALLER/BUCKER, CHAIN SAW $33.94 1N 50 I FINAL DETAIL CLEANUP (Le., dusting, vacuuming, window cleaning; NOT $26 46 1N 50 construction debris cleanup) FINE GRADERS $33 46 1N 50 FIRE WATCH $28.78 1N 50 I FORM SETTER $33 46 1N 50 GABION BASKET BUILDER $33.46 1N 50 GENERAL LABORER $33 46 1N 50 I GRADE CHECKER & TRANSIT PERSON $33.94 1N 50 GRINDERS $33.46 1N 50 GROUT MACHINE TENDER $33.46 1N 50 GUARDRAIL ERECTOR $33.46 1N 50 I HAZARDOUS WASTE WORKER LEVEL A $34.30 1N 50 HAZARDOUS WASTE WORKER LEVEL B $33.94 1N 50 HAZARDOUS WASTE WORKER LEVEL C $33 46 1N 50 HIGH SCALER $34.30 1N 50 I HOD CARRIER/MORTARMAN $33.94 1N 50 JACKHAMMER $33 94 1N 50 LASER BEAM OPERATOR $33 94 1N 50 MANHOLE BUILOER-MUOMAN $33 94 1N 50 I MATERIAL YARDMAN $33 46 1N 50 MINER $34.30 1N 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $33.94 1N 50 PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, I GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $33 94 1N 50 PILOT CAR $28.78 1N 50 PIPE POT TENDER $33.94 1N 50 I PIPE RELlNER (NOT INSERT TYPE) $33 94 1N 50 PIPELA YER & CAULKER $33 94 1N 50 PIPELAYER & CAULKER (LEAD) $34.30 1N 50 PIPE WRAP P ER $33 94 1N 50 I POT TENDER $33.46 1N 50 POWOERMAN $34.30 1N 50 POWOERMAN HELPER $33 46 1N 5D POWERJACKS $33 94 1N 50 I RAILROAD SPIKE PULLER (POWER) $33 94 1N 50 RE-TIMBERMAN $34 30 1N 50 RIPRAP MAN $33 46 1N 50 ROOOER $33.94 1N 5D I SCAFFOLD ERECTOR $33 46 1N 50 SCALE PERSON $33.46 1N 50 SIGNALMAN $33 46 1N 50 SLOPER (OVER 20") $33 94 1N 50 I SLOPER SPRA YMAN $33.46 1N 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $33 94 1N 50 SPREADER (CONCRETE) $33 94 1N 50 STAKE HOPPER $33 46 1N 50 I STOCKPILER $33 46 1N 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $33 94 1N 50 TAMPER (MULTIPLE & SELF PROPELLED) $33 94 1N 5D TOOLROOM MAN (AT JOB SITE) $33 46 1N 50 I TOPPER-TAILER $33.46 1N 50 TRACK LABORER $33 46 1N 50 TRACK LINER (POWER) $33.94 1N 50 I Page 22 I I CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I TRUCK SPOTTER $33.46 1N SD TUGGER OPERATOR $33.94 1N SD VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $33 46 1N SD VIBRATOR $33.94 1N SD I VINYL SEAMER $33.46 1N SD WELDER $33.46 1N SD WELL-POINT LABORER $33.94 1N SD LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $781 LANDSCAPING OR PLANTING LABORERS $793 LATHERS I JOURNEY LEVEL $40.22 1M SD PAINTERS JOURNEY LEVEL $32.63 2B SA PLASTERERS I JOURNEY LEVEL $2S.83 PLUMBERS & PIPE FITTERS JOURNEY LEVEL $S3 39 1G SA POWER EQUIPMENT OPERATORS I ASSISTANT ENGINEERS $38 42 1T SD 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $4112 1T SD 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41 S9 1T SD 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $42 13 1T SD 8L I BACKHOES, (7S HP & UNDER) $40 71 1T SD 8L BACKHOES, (OVER 7S HP) $41 12 1T SD 8L BARRIER MACHINE (ZIPPER) $41 12 1T SD 8L BATCH PLANT OPERATOR, CONCRETE $41 12 1T SD 8L I BELT LOADERS (ELEVATING TYPE) $40 71 1T SD 8L BOBCAT (SKID STEER) $38 42 1T SD 8L BROOMS $38 42 1T SD 8L BUMP CUTTER $41.12 1T SD 8L I CABLEWAYS $41.S9 1T SD 8L CHIPPER $41.12 1T SD 8L COMPRESSORS $38 42 1T SD 8L CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T SD 8L I CONCRETE PUMPS $40 71 1T SD 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41 12 1T SD 8L CONVEYORS $40 71 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 5D 8L I CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41 12 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 1S0 FT OF BOOM (INCLUDING $41.59 1T SD 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $4213 1T 5D 8L I WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42 68 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $38.42 1T SD 8L I CRANES, A-FRAME, OVER 10 TON $40.71 1T SD 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43.22 1T SD 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $41.12 1T SD 8L I CRANES, OVERHEAD, BRIDGE TYPE ( 4S - 99 TONS) $41 S9 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $42 13 1T SD 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $42 13 1T 5D 8L CRANES, TOWER CRANE OVER 17S'IN HEIGHT, BASE TO BOOM $42.68 1T SD 8L I CRUSHERS $41 12 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $4112 1T 5D 8L DERRICK, BUILDING $41 59 1T SD 8L I Page 23 I "I' I CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I DOZERS, 0-9 & UNDER $40.71 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40.71 1T 50 8L DRILLING MACHINE $41.12 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $38.42 1T 50 8L I EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 1T 50 8L FORK LIFTS, (3000 LBS AND OVER) $4071 1T 50 8L I FORK LIFTS, (UNDER 3000 LBS) $38 42 1T 50 8L GRADE ENGINEER $40.71 1T 50 8L GRADECHECKER AND ST AKEMAN $38 42 1T 50 8L GUARDRAIL PUNCH $41 12 1T 50 8L I HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $40 71 1T 50 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $41.12 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $38 42 1T 50 8L I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $40.71 1T 50 8L LOADERS, OVERHEAD (6 YO UP TO 8 YO) $41.59 1T 50 8L LOADERS, OVERHEAD (8 YD & OVER) $42.13 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $41.12 1T 50 8L I LOCOMOTIVES, ALL $41.12 1T 50 8L MECHANICS, ALL $41 59 1T 50 8L MIXERS, ASPHALT PLANT $41.12 1T 50 8L MOTOR PATROL GRADER (FINISHING) $41.12 1T 50 8L I MOTOR PATROL GRADER (NON-FINISHING) $40 71 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41.59 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 1T 50 8L OPERATOR I PAVEMENT BREAKER $38 42 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 50 8L PLANT OILER (ASPHALT, CRUSHER) $40 71 1T 50 8L POSTHOLE DIGGER, MECHANICAL $38 42 1T 50 8L I POWER PLANT $38 42 1T 50 8L PUMPS, WATER $38 42 1T 50 8L QUAD 9, 0-10, AND HD-41 $41.59 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41 59 1T 50 8L I EQUIP RIGGER AND BELLMAN $38 42 1T 50 8L ROLLAGON $41 59 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $38 42 1T 50 8L I ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $40.71 1T 50 8L ROTO-MILL, ROTO-GRINDER $41.12 1T 50 8L SAWS, CONCRETE $40.71 1T 50 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.12 1T 50 8L I OFF-ROAD EQUIPMENT ( UNDER 45 YO) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41 59 1T 50 8L OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $40.71 1T 50 8L I SCREED MAN $41.12 1T 50 8L SHOTCRETE GUNITE $38.42 1T 50 8L SLlPFORM PAVERS $41.59 1T 50 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $41.12 1T 50 8L I SUBGRADE TRIMMER $41 12 1T 50 8L TOWER BUCKET ELEVATORS $40 71 1T 50 8L TRACTORS, (75 HP & UNDER) $40 71 1T 50 8L TRACTORS, (OVER 75 HP) $41.12 1T 50 8L I TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $41 59 1T 50 8L TRENCHING MACHINES $40 71 1T 50 8L I Page 24 I I CLALLAM COUNTY Effective 03-03-06 ************************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I TRUCK CRANE OILER/DRIVER (UNDER 100 TON) $40.71 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $41.12 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $38.42 1T 5D 8L I YO YO PAY DOZER $41.12 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34.75 4A 5A SPRAY PERSON $33.00 4A 5A I TREE EQUIPMENT OPERATOR $33.43 4A 5A TREE TRIMMER $31.10 4A 5A TREE TRIMMER GROUNDPERSON $23.43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS I MECHANIC $27.68 ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.22 1E 6L SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 I SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 I TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 10 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.92 2B 5A I HOLE DIGGER/GROUND PERSON $1622 2B 5A INSTALLER (REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER I $28.92 2B 5A I SPECIAL APPARATUS INSTALLER II $28.34 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 28 5A TELEVISION GROUND PERSON $15.39 2B 5A I TELEVISION L1NEPERSON/INSTALLER $20 45 2B 5A TELEVISION SYSTEM TECHNICIAN $24 32 2B 5A TELEVISION TECHNICIAN $21 88 28 5A TREE TRIMMER $26 90 2B 5A I TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $38.43 1B 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $32.26 18 5A I TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33 40 1K 5A TRUCK DRIVERS ASP HAL T MIX ( TO 16 YARDS) $37.94 1T 5D 8L I ASPHALT MIX (OVER 16 YARDS) $38.52 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $38 52 1T 5D 8L I TRANSIT MIXER $23 73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11 60 I Page 25 I I CLALLAM COUNTY Effective 03-03-06 ************************************************************************************************************** I I PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Code Code Note Code Classlficallon OILER WELL DRILLER 1 1 $945$11.60 I I I I I I I I I I I I I I I Page 26 I I I I I I I I I I I I I I I I I I I . *.... * .*. * * *.. * *_. * * * * *_. ** *_. *.......... ** *_... * * * *. * *.. * * * * ** *.... ** *. * * *..... * * *.. ** *. * *.....- *.. *.... **. ....- *- *.. *** ***. * *... * -*. OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON 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 MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS OVER TEN (10) HOURS ON THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. MONDAY THROUGH FRIDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 03-03-06 THE HOURLY RATE OF WAGE N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON 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. 1. Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS'MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:00PM SATURDAY TO 600AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. 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 W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS) 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 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE 1 I I I I I I I I I I I 4. I I 5 I I I I I I BENEFIT CODE KEY - EFFECTIVE 03-03-06 HOURLY RATE OF WAGE E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 2. ~ K M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE O. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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 AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11) G HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 2 I I I I I I I I I I I I I I I I I I I 5 V. W. x 6 A. BENEFIT CODE KEY - EFFECTIVE 03-03-06 THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY', AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) N. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). a. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (71/2). S PAID HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10). PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) 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) PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B PAID HOLIDAYS' NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). F. PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). I. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) 3 I I I I I I I I I I I I I I I I I I I a. 8 BENEFIT CODE KEY - EFFECTIVE 03-03-06 L. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE lAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) PAID HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY. PRESIDENTS' DAY. T. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE lAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS' NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). x PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, lABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11) NOTE CODES A THE STANDBY RATE OF PAY FOR DIVERS SHAll BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOllOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2 25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO lESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHAll BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOllOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR l WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOllOWS - lEVEL A: $0 75, lEVEL B: $0 50, AND lEVEL C: $0 25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOllOWS lEVELS A & B $1.00, lEVELS C & D $0.50 N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOllOWS - lEVEL A $1.00, lEVEL B: $0.75, lEVEL C $050, AND lEVEL D' $0.25. 4 I I I I I I I I I I I I I I I I I I I Attachment B Request for Information Form I I I I I I I I I I I I I I I I I I I REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: CEDAR STREET RETAINING WALL REPAIR PROJECT/CONTRACT NUMBER: 05-22 ORIGINATOR: Owner ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: Contractor DATE REPLY REQUESTED: CRITICAL TO SCHEDULE' YES NO ORIGINATOR SIGNATURE: DATE: COMMENTS. RFI Number' I I- I I I I I I I I I I I I I I I I I Attachment C Contract Change Order I CONTRACT CHANGE ORDER (CCO) NO. I I Project Name: CEDAR STREET RETAINING WALL REPAIR Date I Contractor Project No. 05-22 I DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: I 1. Describe work here 2. Additional work, etc.... I I Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The descnbed work affects the existing contract items and/or adds and/or deletes bid items as follows: I Item DescriptJon No RFI# Qty. Unit $ Cost Per Unit $ Cost Ong. I Rev 2 Ong Rev. I ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER * * * * * DAYS: XX DAYS:YY DAYS: ZZ DAYS: XX+ZZ-YY DAYS' YY+ZZ I I * Amount with applicable sales tax included I All work, matenals and measurements to be In accordance With the provisions of the onglnal contract and/or the standard specifications and special prOVIsions for the type of construction Involved The payments and/or addlllonalllme specified and agreed to In thiS order include every claim by the Contractor for any extra payment or extension of time With respect to the work descnbed herein, including delays to the overall project. I J,,'!?w' ',.;;.. ::AI?PROVE8 B~: f' ,Y:., ' ,~ f < 3'~Y}< fjJ~'W{ ? .,' S(GNA~UiRg:;;. " {A({(k)Aj]:E~~(':~; .' I PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE ,'0 '&" . " I I I I I I I I I I I I I I I I I I I I I I Attachment D Contractor's Application for Payment I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT CEDAR STREET RETAINING WALL REPAIR, PROJECT NO. 05-22 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department P.O. Box 1150 Port Angeles. W A 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). [Excluding Sales Tax] $ 3 Adjusted Contract Amount (1 +2) $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site [per attached breakdown] $ 6 Subtotal (4+5) $ 7 8.3% Sales Tax [at 8.3% of subtotal], As Applicable $ 8 Less Amount Retained [at 5% of subtotal] $ 9 Subtotal (6+7-8) $ 10 Total Previously Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST (9-10) $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower- tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of ,20_. Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date I I I I I I I I I I I I I I I I I I I Attachment E Construction Plans I" 1 1 1 1 I 1 I 1 I 1 1 I I I I I I I THE CITY OF PORT ANGE'LES, WASHINGTON CEDAR STREET RETAINING WALL REPAIR PROJECT No. 05-22 FEATURES SHOWN ON THESE PLANS HAVE BEEN DERIVED FROM AERIAL PHOTOGRAPHS, AND LIMITED FIELD INFORMATION SUPPLIED BY THE CITY OF PORT ANGELES. MILBOR-PITA & ASSOCIATES, INC. IS NOT RESPONSIBLE FOR THE ACCURACY OF THIS INFORMATION AND DOES NOT REPRESENT THIS PLAN AS SURVEYED FIELD DATA. CONTRACTOR SHALL FIELD VERIFY ALL LOCATIONS, AND DIMENSIONS PRIOR TO 'CONSTRUCTION. Call 3 Working Days Milbor-Pita & Associates, Inc. Before ~ou DlG! GeotechnIcal Be Tunnel Consultants '. 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 ..~ Suite '703 fox: 425-488-2660 1>:;3 Woodinville, WA 98072 www.milbor-ita.com 1 - 800- 424- 5555 Drawn &f: EI NELSON cnrPi'Tl;p.E., P.G. Dat., GENERAL NOTES: 1. ALL WORK AND MATERIALS SHALL BE IN ACCORDANCE WITH THE 2004 WSDOT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, THE CURRENT EDITION OF THE WSDOT/APWA STANDARD PlANS, THE CURRENT CllY OF PORT ANGELES CONSTRUCTION STANDARDS, AND THE SPECIAL PROVISIONS INCLUDED IN THE PROJECT MANUAL. 2. TEMPORARY WATER POLLUTION 1 EROSION CONTROL MEASURES ARE REQUIRED AND SHALL COMPLY WITH THE CITY OF PORT ANGELES CLEARING AND GRADING ORDINANCE AND WSDOT STANDARD SPECIFICATION SECTION 1-07.15. EROSION CONTROL MEASURES SHALL BE CONSTRUCTED IN CONJUNCTION WITH ALL CLEARING AND GRADING ACTIVITES, AND IN SUCH A MANNER AS TO INSURE THAT SEDIMENT LADEN WATER DOES NOT ENTER THE DRAINAGE SYSTEM, OR VIOLATE APPLICABLE WATER STANDARDS. THE EROSION CONTROL FACILITIES SHOWN ON THIS PlAN ARE THE MINIMUM REQUIREMENTS FOR ANTICIPATED SITE CONDITIONS, DURING CONSTRUCTION THE FACILlITES SHALL BE UPGRADED, MAINTAINED OR REPLACED AS NEEDED. 3. A PRECONSTRUCTlON MEETING SHALL BE HELD WITH THE CllY PRIOR TO THE START OF CONSTRUCTION. 4. CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED PERMITS PRIOR TO STARTING CONSTRUCTION. 5. CONTRACTOR SHALL FIELD LOCATE EXISTING PROPERlY LINES ADJACENT TO THE WORK AREA. NOTIFY CllY ENGINEER IN THE EVENT THE PROPOSED WORK MAY ENCROACH ON PRIVATE PROPERlY, PRIOR TO BEGINNING WORK. 6. STATIONING SHOWN ON THE PLANS IS BASED ON THE START OF THE WALL AT STA. 5+00. THE STATIONING OF IMPROVEMENTS IS APPROXIMATE, AND FIELD ADJUSTMENT MAY BE REQUIRED. 7. CONTRACTOR IS RESPONSIBLE FOR LOCATING AND PROTECTING ALL EXISTING UTILITIES IN THE PROJECT VlCINllY. ALL DAMAGE TO UTILITIES DAMAGED DURING CONSTRUCTION SHALL BE REPAIRED AT THE CONTRACTOR'S EXPENSE. VERIFY ALL UTILITY LOCATIONS BY CAlliNG UNDERGROUND LOCATE AT 1-800-424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION. 8. CONTRACTOR SHALL PROVIDE A TRAFFIC CONTROL PLAN FOR REVIEW AND APPROVAL BY THE CITY ENGINEER IN ACCORDANCE WITH THE CURRENT MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). SUBMIT PLAN MINIMUM OF ONE WEEK PRIOR TO STARTING CONSTRUCTION. 9. CONTRACTOR SHALL MAINTAIN A COPY OF THE APPROVED PLANS AT THE CONSTRUCTION SITE AT ALL TIMES. 10. CONSTRUCTION WORK SHALL BE RESTRICTED TO BETWEEN 7 A.M. AND 6 P.M., WEEKDAYS UNLESS OTHERWISE APPROVED IN WRITING BY THE CllY ENGINEER. CONSTRUCTION NOTES: SEE ALSO RETAINING WALL NOTES, SHEET 6. 1. CONCRETE WALK - CONCRETE SIDEWALK AND RAMPS SHALL CONFORM TO WSDOT/APWA STANDARD PLAN F-3, F-3a, F-3b, AND F-3d. 2. CEMENT CONCRETE DOWELLED SIDEWALK - DOWELLED SIDEWALK SHALL CONFORM TO DETAIL (SHEET 8) AND BE CONSTRUCTED PER WSDOT STD. SPEC 8-04. 3. CHAIN LINK FENCE - CHAIN LINK FENCE SHALL CONFORM TO WSDOTjAPWA STANDARD PLAN L-2. 4. CROSSWALK MARKINGS - CROSSWALK PAVEMENT MARKINGS SHALL CONFORM TO WSDOT 1 APWA STANDARD PlAN M-15.10-00. 5. ROCK WALL - ROCK WALL SHALL BE CONSTRUCTED PER WSDOT STD SPEC 8-24 USING ONE- AND TWO- MAN ROCKS AT LOCATIONS SHOWN ON PlANS. 6. EROSION CONTROL BLANKET - ALL SOIL SURFACES THAT ARE FINISH GRADED AT A SLOPE OF 4H:1V OR STEEPER SHALL BE STAKED WITH A STRAW EROSION CONTROL BlANKET, NORTH AMERICAN GREEN S 150, OR APPROVED EQUIVALENT. 7. PLANTINGS - REPLANT EXISTING SLOPE ABOVE THE RETAINING WALL WITH ROSA RUGOSA OR ROSA NUTKANA, OR A COMBINATION OF THE TWO. PLANTS SHALL BE ONE-GALLON POTS, PlANTED AT 5' ON-CENTER IN TRIANGULAR SPACING. INSTALL PLANTS AFTER PLACEMENT OF THE EROSION CONTROL BLANKET. PROVIDE WATER, FERTILIZER AND MULCH AS NECESSARY TO ENSURE PLANT HEALTH. 8. RESTORATION & SEEDING - ALL GROUND SURFACES DISTURBED BY CONSTRUCTION SHALL BE RESTORED WITH TOPSOIL, SEED, FERTILIZER AND STRAW UNLESS NOTED OTHERWISE. IN AREAS TO BE SEEDED REMOVE ALL WOODY MATERIAL, DEBRIS, ROOTS, CONCRETE AND STONES LARGER THAN 1-1/2" DIAMETER. FILL LOW AREAS WITH TOPSOIL TYPE A -AS REQUIRED TO- BRING -GROUND SURFACE UP TO THE LEVEL OF THE ADJACENT CONCRETE WALK. REGRADE TO PROVIDE A SMOOTH TRANSITION BETWEEN THE EDGE OF THE WALK AND THE EXISTING GROUND. APPLY GRASS SEED AND FERTILIZER PER SPECIAL PROVISIONS. COVER SEEDED AREAS WITH 2" THICKNESS OF STRAW. ! --- ~~ SITE: CEDAR STREET '. BETWEEN WEST 6TH STREET 0'-- - . E).MARINE DRIVE -v' ~ VICINITY MAP - CITY OF PORT ANGELES LEGEND NOT TO SCALE CL CENTERLINE <ID FILTER FABRIC UNDER GRATE SHEET INDEX -x x- 1 COVER SHEET: VICINITY MAP, NOTES AND SHEET INDEX 2 PLAN - STATION 0+00 TO 5+00 3 PLAN - STATION 5+00 TO 8+00 4 PLAN - STATION 8+00 TO 13+00 5 RETAINING WALL ELEVATION AND REPAIR SCHEDULE 6 RETAINING WALL CONSTRUCTION NOTES AND EXISTING CONDITIONS PHOTOGRAPHS 7 CONSTRUCTION DETAILS 8 CONSTRUCTION DETAILS 9 DETOUR PLAN 10 REFERENCE DETAILS FROM 1975 CONSTRUCTION 11 REFERENCE DETAILS FROM 1975 CONSTRUCTION NOTE: - DO NOT SCALE DRAWIN' City of Port Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 1 OF 11 COVER SHEET - VICINITY MAP, NOTES AND SHEET INDEX Pro~ No. MP 1506 t "', l- I- :I: , U. C!) 00 ': ~C!) (2ca; 'z ,0::: CQ 0- CQ::JI C\I .... (JI W ~ W 1-' 0.:) 0. 000 -Ii ~ in ~ ~'~ go. >< 0.1-5 + ~in ~::Jo ~ ~ i= ~ ~;~ I-...IS: ...I~CI) 00 (J:> (.) en <( o L() + N W Z :::i J: () i i (.) z o r:!:!:> CO'lt' +z 0_ ~ffi CJ)CQ 5' X 6' RAMP ~ ::JC (J~ 1--1 ~~ -li~o~ I'- c...j C")~inct; +,,~3: ........z" <(~-z I-ic(ffio CI)CI)a::IU 5' TRANSITION FROM 5'TO 4' WALK WIDTH i ! i I I : t I c--, ~ 1- ,- =-J--=~: --- ;:: (: ----.. r--' I } I __ - -~---- --~ II I _ --- 'I ~- c"!J"- ",~, - ", -~,-- .c,_ W~-----'-~' w' "1- L ~~'~i ",""'",'" ,.----1.. OJ O-'.'IJ~ ,___ 'i" "'I _), C\I + -I .... 0-1 / --l-"'C ---------- PC) --- __ -:J()-- o 124.5 ~ \'vl-----~- ',JI o o + o -, h~' ''''~ ~o~ ~C!)O - /' - o:::zo " !l! ~ oJ; CROSSWALK' ~ ~ 6;:!: SEE DETAIL' "", ,"/ . ' It: W co " '~[I7'; "'" ' -II 0 "' I- /" ' '. en ; I ~ ~t; ~ ~ ( ~ / '-, -, NEW 4' CONCWALK' ~ ,+ -' ' ' .. ' ~/.... " . 0 0" . '~\ ' -- ~ ,'" w~ .. ~~ . to. .,: " f t;8~~': PROTECT '" ~. '" ,.c, :> .' ! EX SIGNS i '_ ~--W~>--- i i - -~, --r--d~- \Ai - I "..,- i ~ --w-- : !" y- _., ...... '." . C w~_._-" W __, W "-, 1J...." .' . .' W " y ><;'" "', c .' w <;! ," .' ," ~ /" "'\ r-'- , 0'''' . . --- w~--' , ~:z:5. ~ i L · r- -,~, 'i84:' \,/ "..... , :>' ,- I ;' - ,- ~~ // . ..... ' - o ,-,' s .. . . "% '( ,'- ...... ~~~O . I oM .g (.) " o I- 0'- '--.. (t) :;) iot, '--.. + "rq z-"" " \J. - -', ~o$ CJ)mco / -~ ~ ~ ", -~ -~~ ....:::':_-- NEW 4,5' DOWELLED CONC WALK 3~lYf --_._~ -, // -~" I- ", ::> ' lel~ -~ -'- /--;! .' CJ) (.) - ,-.- / / "~* 3:,...1 -Ii...,. We, . -~ ~'~'''-~~ It)Z..l ~a:a! CJ)M:l3: / -- .,~, f5 + N W Z , :::i -. -\--- " -', ' ~ ---., " ~., '~ ~ " ----- ~- -- " -' ------ I I I I - --!---- I I ~ + sO ~"'\.'''' ! i l ~_ ;-';~r:-'^r--_~:':'/- / /' - - \ I -1- I r ~/' \ : _- J --- I=- ~~ ;. 0 -- / PO ~, / \ ~ I ::=--__--- , _SOv---= -- - , '~~"".~SQ~ =--: :.~~.c;~ ' =====-- __ ~ ,. EX CB CEDAR 5T" / _ ", ._~ ~~==-~~. _. ,_ __ ,n:KHI~~LL, ,~~~g~~lt ~NEW 4' CONC WALK :_=.. __------- PROTECT EXIST 6" PERF PIPE ~ "- --'. SO --'-- - -I 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 ., W II R . .:~~ Suite #703 fox: 4?5-48~-2660 Retaining a epalr ~ Woodinville, WA 98072 www.milbor-.to.com.tN05_22IproJectNO.MP1506 I 2 OF 11 D=(} Drown By: Chocked By: Date: Pro J e co. 1 - 800- 424- 5555 ' EI NELSON F' PITA, P.E., P.G ~_::=::::::::~- "-~O $.-, (t)v -' so o It) + C\I 'I - "- ~.,~ ';00 : " , T " . 112.5 n.. ?= to "_ NEW 4.5' OOWELLEO CONC WALK / " DO NOT SCAI::.E DRAWIN( - -.--~-- - - - ----- ---~ --6'IYP - o 20 40 SCALE: 1 " 20' -~'~--------- ?:) -~~------------- PC --'-----------?O ------____'c-, I \ I \..j-- ~--==:::::: :::::::::::::::-=:::::::-~--=-- - ---~- -~ - SD -~-=i =-==- -==- ---=~ -=--==----=- -- ~-== It) " ~ _ 1- D ~ EXISTING /STEEL BIN RETAI~ING IWALL I SEE REPAIR SCHEDULE, SH, 5 , ~E R~FERENCE DETAILS, SH 10 AND 11 I" I I I I I I I I I I I I I I I I I I r ...l ~-S +0- W o (/) -z - - ~~~ It)Z-l <--I f-ffi~ ClJco:> --@-~ It) I - ===------- ~SR, EX CB REMOVE AND PLUG PIPE o o + II) III Z ::::i :I: u ,i ~--,-- vv - - I i _ L o , SCALE: I- I -I - I I- I ~- ~ '-g~ +~-- - -- N u.r::; - ~ _ , , ...----- -___ c) {'""\ -, :<~ ' ,"',------ }~, '- ---C/J,_-' . I- ;:) 00 coo.. +~ . ~;:) ,.c;,-,- :< CD _ _' , ~ ,-J ,--,' -~ d.----~- -PO ------~-~--- PC' ~, " . ~--- K 1\ ! ; w------- II, . ! ! REMOVE EX 30" CONC SWALE ~ J.. N =+=.--ALOtiG ;f~~~6 TO 19 __.- i ---- Oi) REPLACE EX CHAIN LINK -.J ------ FEN~E ALONG PANELS #6 to';19 ,WITH 4/- HIGH CHAIN LINK FENCE ;. IYPE 6 , -t----iW" : 1 i : u ' c I ! I ' -------- -________~_ f 1 --------- j! ~ ' g ~ ~ ' ___L..l__ O'-~ --:-==::"==-~-T'--=o~-' ,,y- I!_ SD':" I It) , -- - " - I d ~ r;;; 0 / . . L PROTECT EXIST 6" PERF PIPe. ::: +- co ~=-- " . (UNDERDRAIN) LOCATED 18" BEHI.ND Ii' _' _ , .- -, - .- . " -SD'----~=---~ :~ FACE OF CURB AT 30" DEPTH / 1" -t--.-,' - ',/ / - ,-,' - + ..._ = ~ , ~ .. t., / - TOPSOIL-' --=-- - . --- ~ , ~ ~. , I ,,~ND SEED - -f """"~. , - _ =SD ! _- ;=-- I j 7 __/ ',' J ..~ ! /1 - " j __ .........~ ~ ................~ I-----==-~ Ij 1 j 1//-'- ---... - ~ . "', ':~~~~l'tEe: "- " ' --- o i ---\.\"\. '\ TOPSOIL AND SEED- ~". ~ ALL DISTURBED AREAS ~ / --=::::::- \ REPLACE EX CHAIN LINK -PC- \ FENCE (14LFf) WITH 6' HIGH ~ F'G -CfiJ.IN LINK FENCE IYPE 1 ----------- PC) --- ---:---- Pi) vV-----I, ~ -" - '. / Vv --.. -~ -~~~;~;LL: E~OSI~~C~~~~O~=~~~~K~--ON -- ~~S~~~~;D. -- - - ---'--", - '\' '" SLOPE. I,' (CROSS-HATCH) REPLANT'SL9PE WITH -~~ NATIVE ,ROSE TO MATCH EXISTING AT '5: O.C. \' i IN TRIANGULAR -SF.?ACING.- --- --- -------- -'-"'.---------, 'I ~ "I '~ -~--.----~-- , I 1\ --- -- - -~-- ,- ~ --- :1 Ii: ~ I: I I ' / < / -, --\ / //-\ I ........... / " NOTE: SEE SHEET 5 FOR RETAINING WALL ELEVATION DO NOT SCALE DRAWINC 20 Call 3 Working Days Before..lt~u DIG! Do:::) 1 - 800- 424- 5555 MP 1506 3 OF 11 Milbor-Pita & Associates, Inc. Geotechnical & Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite #703 fax: 425-488-2660 Woodinville, WA 98072 www.milbor-ita.com Drown By: EI NELSON ClIfplrt" P.E.. P.G City of Port Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 PLAN - ST A 5+00 TO 8+00 REPAIR AREA 40 , p",Jecl No. 1" = 20' I" ~ I' " , " , , ' l I 1 1 o o + CO ~ -J ,J;: ~{; -----~~- r"j '-', , , J '" -- ' ~, ~ ~, ',r' ~ ------:::0 ~----- c --", '~, ' --"~~- -', ---'-'--_ _ _ -- "', '-""'-,,-:- - , ~ - "-, - 'r'~', ' - '--:",-_ _L ~.:... ---- F~~ __~?.f, pr' j, - -__:.....-_ \-1(- ~_____________~~ DC -'>""-~--."---~----....~ PO -~---.-~----- !-'\_} .. -'-- ?O' " , ',- --:~~-~-/'-'''-=-~-~- "-:.~ /'" ~~~,-~~~~:~' , ~----=~-- _ " ~ ' ' \ ~'---- 0 ,=> It) ~ \ ___ I + \!..J ~I 6 t/ _ w-~,-------- \:.:-;------~ -1-1 -,---~~--::=:.-.::-1~------- \^I-l5~ w-,;------- v':~-~--- ,N,----- Vv-----,.. - '" -- I' I __--------~-- 8 '; ,I - ~: I - -1 '~ ~- GFD~~ ~1~:',/--", "~" /' ~,:_,0,,/-', 'I,i' " ,\,' ;50\ __ ' ~~ _ . " ,r ---===_ --= ,,~, ,_ "'__'~ ~'-, -" - ~_ I--===-- -~"'- : ~-----==---~CONC WALK --::_ ______ - ..--== ~ ---- --r -- ---",- -',' -~---- . I -_ I 1 1 ---- '{,} ------ --------------- o --- ? co ~'~'" -1 - o It) + co -' -1 1 '/ -so \, ,;~ ~~ / / 1 ~- - '<- __1_ __ _~I ~~ ! ) ~-~ ~---' 1 '-- _/ --~~-. / .~--. / /~ \, --................ r I -.--- I . I ... ~ ? ~ 1\ // -, '"~I' '> ' I I I : -;~<:O I' ,,' __ ----",,--- > ,,-,:,:-~--,~,-~----,::\ ~I~\ ~,ll~/ '_'_ ~ 0:::----- I '" ---'-~--, -" '-," \ ___-bC,---~.:c,'L-m~~~,PQ=-.2::./ -',/-p-O.-~;;--- ~ -" ff- _ ('f')" ~---,-- , '-' - ,,' "- -I::;J.(' --"'- PO.e - 5 ~'--- ~ 'j' -- ----" -- -- ------, --- --,- -- -- --- u_ _-l~~.DO-~~'~ ." .~~= - ~ ..:;--PO-=-=Tj,</="::"/_:~,:,o\- ';~~~~! r . -. ~~_~__ 7 i ;' ", ", -____,_______ .( 0 ~__~ _---'-- / . \ "" '__ W. Vv ----" -, W ' W ~ Z-ts-~:.::- Vv -~=-"= ,\N._ f-:-: 8~ W w-----<)__, ,~w'\ ~ _~'_ --~,____ ------________,~w~ ',,-, -" --;"--~__:::.~, @,: \, ____ " ..... I '\ ' /... / -----=---- ___ ,or'''' \ I '....... / +~ \ 1B+ '----~ .> \, / -. I ,e, j\ ..<\ /" :r ;"'" /"-, j -/ / --'~ \ / ____ _ ;_ ' ~ \ 8 ' -- ( ',,-_/ ~__..:::-r-\-_/ '----' \, I ~\ .' 7 ~, " SO ; _ i I SO ~ \ V V "}/ '\/ """\ "_ I I ~ I ~ " So/CEDAR ST I /~ .-~ j --....... , ~ - -..........., / . , ,/--+-~, / .,..,...------... , I I I '. I I' :;E co fiJ I cr:::l ,:)~ .-. () 0;::0. ,:) 0 1-0 0 0 i !a'm ' ~ ;t ,dt ~ ~ ~ ,:),,- ~ !:; ~~~---~ ~, . -:~ 0....2:> + -- - ....()~() ~~ :E FE ~ (!J'Z < ~_ (.) , (J) ;;;UJ 0 ~ ~ __ ~ _ J vJtD (,) '(J) ~ __ _ _~ " --J _:~ - - -PC) ---~ -:- ,/ ...:- \,Ii"""~ '--' 8 r.:;;-<P ~I ...' /_~/~ >-, , .t--~ --"- ! " ---= ~ -, " ........., '......... '''.. -. ~~~,'\ /' '., I TO MARINE DR\VE1!-'l7.~~f6/c~_" . I ,AC TRANSITION , TO EX GRADE ''-, if" -, / --.L J, ... ~- ....., I ------ f \/.o::.D "', I J ..... ,~_ I " _ --_ ! .----- ' 0. \,/ ",-" -----::'-fSu -:~1,--------~-- -~~~ ---~ I / / --= -'-==' , NEW 4 S'-==='~ ~LED 'CONrC-' !AI ----::- , ,/ ~fr'ALk ~, "--/ ", \, ' / ... , --==== I i '.....\ /- ........." j/~ v " --..."./-'" , \/~ --~--~ ./- .' - ,I / aWEST FIBE~OPTIC VAULT LOCATION APPROXIMATE. CONTACT aWEST PRIOR TO __ EXCAVA TIQN-IN-THIS'VICiNiTY. ---aWEST INSPECTOR SHALL BE PRESENT DURING WORK WITHIN 5' OF VAULT. ,/' ,/" /~ '.... .' / / 1-7~- " /' I \ -~---- ~----.-~ ~ ,/ /' .' i ' /-, _/ r-- --- ---- - - .- / /- , --' /..-'." ,~ ~ ,/ ,/' // / I // /~ I Call 3 Working Days Before ~ou DIG! ... ,~ 1>:;:1 1 - 800- 424- 5555 Milbor-Pita & Associates, Inc. Geotechnical &: Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite #703 fox: 425-488-2660 Woodinville, WA 98072 www.milbor-ita.com Drown By: ~ By: lloto: EI NELSON F PITA. P,E.. P,G City of Port Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 DO NOT SCALE DRAWINC I o I 20 40 I PLAN - ST A 8+00 TO 13+00 REPAIR AREA Project No. 1" :::: 20' SCALE: MP 1506 4 OF 11 I', I I I I I I I I I I I I I I I I I I RETAINING WALL REPAIR SCHEDULE PANEL No. 26 25 24 I 23 22 21 20 19 18 17 16 15 14 13 12 11 10 I 9 8 7 6 5 4 3 2 1 TOTAL No. STRINGERS 6 9 12 15 19 21 23 22 22 20 19 18 17 16 15 14 13 12 11 10 9 8 7 6 5 3 No. OF STRINGERS TO DISPOSE (X) 6 6 15 13 16 9 3 2 2 2 8 8 5 4 2 I I I 1 I REMOJE UNLAJELED S~RINGERS ... . ... . ... .... .. AS R[pUIRED TO ACCESS .. ,...... ... ,.... .... X ... ...... . ...... CORR~DED ST~INGERS I . .,_.. .... ....... ... .... ............. ......... . ..................... .. . ...... . .. ........ M .. ..... ....1. ....... ....1......... l........x.. ...L .... ........1..... . ....I. . ..... ..j......... .! ..... , I. ...... I.. .. ... I X X X X X X . .... M.... .. . .. .... .................1.. ......... ...j.... 'x' . t ...x.... +.... .X......-I-.... ......... .............. t.. ....... ......... X ......I... ",( . I. .. 'x .. ..t.... x..... ~.... .x...... .. .L..~~r}i.?;...t....... ..... ..I........~:::..J;::.:;..- . .... .. -..-.. ----.- - --- ..~.m . ~..- ..-j.l.j .r..~. -....-.......... ..... ---.- .~.. -f - .- -..- ~ --.--. - .--r -.- - _._.--~.._--... -- _~;~~--~; - ---- --- -- --;~=- - ---- .. .. ...... .. ... .. . . ..... ......... . ............. . ....x .. . .... x" . ..... x" .... .......)(..... ................. .... ..... ... . .. ......... ... ......~ . -.::;:.:.;..' .......... ... .. ....... ........ o. .. . ............... ......... . ... . ........................ ............ n. ......................... ...... ...... ...... .... . .. . . ... ... ......... .... ...:;,t.-r:.. ....... ..... t .. ... .t-. .... . .. ........ ..... .... x.....t... ~. ...+... .~....... .............. +........... ....t... ..... .... ... ... ..... +.... . . .+..... :;";" --- -- m - ---- --- _.-._---- ---- -- -.- ----- .- -._{m -- ---- --- -----. -.. ------ -- -.-- -_.~ - -- --- ------ --- ---_.- ----~-~. :_~.m~ ~ ~-- m~ -- ;-"--- --- 1 .:..:.L.....\~~~1;i.~~j-..rl~.~=;:~~!~ -- ---- ~~r UMI OF ST INGER MOVAL ........... ..,... .S,cr;.......... ...t. ....... l' . ....... . ,.... ... .... _--- I 1 I I ............................................ .... ........... ........ 00"';' _.--:.~ o IZ w I I TOP O~ EXISTI~~" SOflER PI, \ I I 1 :::c I- :::> o (f) I ........... .. ..... .. :;::...~-~.-;-. -- JINGER Tl RE~l -- .......... ................ .................. ..... ~"::.-;:....... --- . :':;...~.;.I I I I I LIMIT 0 STRIN R REM VAL ~ ~ ~ ;.. 10 ~ ;j; ~ ~ ~ ;.. 10 LEGEND RETAINING WALL ELEVATION x CORRODED OR DAMAGED STRINGER TO BE REMOVED AND DISPOSED MISSING STRINGER - INSTALL RECONDmONED STRINGER VERTICAL SCALE: NONE HORIZONTAL SCALE: 1 ~ = 20' M Milbor-Pita & Associates, Inc. Geotechnical Be Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite #703 fax: 425-488-2660 Woodinville, WA 98072 www.milbor-ita.com Drawn By: Ch_ By: Date EI NELSON F PITA. P.E.. P.G. City of Port Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 o ZI w :::c l- e:::: o TOP OF EXI TING WALL Z I I I I EXI,TING GRpUND A1 WALL BO~OM OF EXISTIN~ WALL STR INGERS BURIED) I 1 I ~ ;. Il) DO NOT SCALE DRAWING RETAINING WALL ELEVATION AND REPAIR SCHEDULE Project No. MP 1506 5 OF 11 I" 1 1 I 1 1 1 1 1 1 1 I 1 1 1 I I I 1 EXISTING WALL BACKFILL IN PANEL 9. NOTE INTERMEDIATE SOLDIER PILE. RETAINING WALL NOTES: (SEE SHEET 5) 1. THE SOIL FACE BEHIND THE STRINGERS SHALL NOT BE LEFT EXPOSED FOR AN EXTENDED PERIOD OF TIME. INSTALLATION AND BACKFlWNG OF STRINGERS SHALL OCCUR IN A TIMELY MANNER TO MINIMIZE EXPOSURE OF THE SOIL FACE. NO MORE THAN HALF OF THE STRINGERS TO BE REMOVED SHALL BE REMOVED PRIOR TO INSTALLATION OF NEW STRINGERS. 2. STRINGERS LABELED 'X' - STRINGERS ARE CORRODED OR DAMAGED. REMOVE AND DISPOSE OF THESE STRINGERS. 3. UNLABELED STRINGERS - ALL REMAINING STRINGERS WITHIN THE "LIMIT OF STRINGER REMOVAL" SHALL BE REMOVED AND RECONDITIONED, EXCEPT PER NOTE 5 BELOW. STRINGERS TO BE REUSED SHALL BE PROTECTED FROM DAMAGE. THE CITY ENGINEER MAY DETERMINE THAT SOME OF THE STRINGERS TO BE REUSED HAVE UNSEEN CORROSION OR DAMAGE. DISPOSE OF THESE STRINGERS AS DIRECTED. 4. RECONDITIONING OF STRINGERS - USED STRINGERS TO BE REINSTALLED SHALL BE RECONDITIONED BY CLEANING BY POWER WASHING, AND APPLICATION OF RUST CONVERTER AND ASPHALTIC COATING ON THE BACK SIDE. SEE SPECIAL PROVISIONS. 5. EXISTING WALL BACKFILL - TEST EXPLORATIONS SHOW THE EXISTING WALL BACKFILL IS PEA GRAVEL AND SILTY SAND. THIS MATERIAL WILL "RUN" OUT OF OPENINGS IN THE WALL. UNTIL THE REMAINING FILL REACHES AN ANGLE OF REPOSE OF APPROX. 30 DEG. FROM HORIZONTAL SEE PHOTOS. THE "UMIT OF STRINGER REMOVAL" (SHOWN ON THE WALL ELEVATION, SHEET 5) IS BASED ON THE ASSUMPTION BACKFILL WILL RUN OUT FROM BEHIND ADJACENT STRINGERS DURING REMOVAL OF STRINGERS DESIGNATED 'X'. THE UNLABELED STRINGERS WITHIN THE "UMIT OF STRINGER REMOVAL" WILL UKELY REQUIRE REMOVAL IN ORDER TO ACCESS THE STRINGERS DESIGNATED 'X'. IF CONTRACTOR CAN ACCOMPUSH REPLACEMENT OF 'X' STRINGERS WITHOUT DISTURBING EXISTING WALL BACKFILL BEHIND ADJACENT STRINGERS, THEN UNLABELED STRINGERS DO NOT NEED TO BE REMOVED. CONTRACTOR MAY TRY TO SHORE OR RESTRAIN "RUNNING" FILL FROM THE SIDE PANELS SO THAT THE TOTAL NUMBER OF STRINGERS REMOVED IS REDUCED. HOWEVER, ALL VOIDS THAT DEVELOP BEHIND THE WALL MUST BE BACKFILLED TO THE SATISFACTION OF THE ENGINEER. 6. BOLT REMOVAL - TEST EXPLORATION IN APRIL 2005 SHOWED THE EXISTING BOLTS ON THE STRINGERS ARE CORRODED TOGETHER. DO NOT TORCH CUT THE BOLTS ON STRINGERS THAT ARE TO BE REUSED (DAMAGE MAY OCCUR). MECHANICALLY CUT OR SNIP BOLTS INSTEAD. , 7. INSTALLATION OF STRINGERS - NEW STRINGERS SHALL BE INSTALLED IN THE LOWERMOST POSITIONS WITHIN THE PANELS, DISTRIBUTED TO AN EVEN ELEVATION ACROSS THE WALL RECONDITIONED STRINGERS SHALL BE REINSTALLED ABOVE THE NEW STRINGERS. THE FINISHED HEIGHT OF' EACH PANEL AFTER RECONSTRUCTION SHALL BE TO THE TOP OF THE EXISTING VERTICAL COLUMNS. 8. STRINGERS LABELED 'M' - THESE STRINGERS ARE CURRENTLY MISSING. FILL THESE LOCTlONS WITH RECONDITIONED STRINGERS. 9. SURPLUS RECONDITIONED STRINGERS THAT ARE NOT REINSTALLED SHALL BE DELIVERED AND STOCKPILED AT THE CITY PUBLIC WORKS YARD AT 1703 S. B STREET, PORT ANGELES. .... .:' \'/~CJ_~:/~r ~!---" '.J , i? , . <-~, " d J;- ji) _~~:, ~:::-;C~~;!~t 'j-~-:::----:~~:""':--. - ---~~~ 'J"\.-'~::' ";/0'/1) ~ ; ,..~. ~...i"~-~~-::::- 10. WALL STRINGERS - NEW STRINGERS SHALL BE BIN TYPE GALVANIZED STEEL STRINGERS, 9' 5" LONG (COLUMNS ARE 10' O.C.). STRINGER~ SHALL BE 16 GAGE, AND MATCH EXISTING STRINGERS IN SIZE, SHAPE AND GENERAL APPEARANCE. CONTRACTOR IS RESPONSIBLE FOR VERIFYING THAT NEW STRINGERS ARE FULLY COMPATIBLE WITH THE EXISTING WALL SYSTEM, INCLUDING BOLTING PATTERNS. 11. STIFFENERS AND COLUMN CAPS - INSTALL A STRINGER STIFFENER ON THE TOP STRINGER OF ALL RECONSTRUCTED PANELS. EXISTING STIFFENERS AND MAY BE REUSED IF UNDAMAGED AND UNCORRODED. INSTALL A NEW COLUMN CAP ON TOP OF COLUMNS WHERE MISSING. 12. BOLTS AND HARDWARE - ALL NUTS AND BOLTS SHALL BE NEW, GALVANIZED, WHETHER INSTALLED ON RECONDITIONED OR NEW STRINGERS. CONNECTING CHANNELS MAY BE REUSED IF NOT CORRODED OR DAMAGED. OTHERWISE REPLACE CHANNELS WITH NEW. 13. WALL BACKFILL - WALL BACKFILL SHALL BE A COMBINATION OF EXPANDED POLYSTYRENE (EPS) GEOFOAM AND GRAVEL BACKFILL SEE SPECIAL PROVISIONS FOR GRAVEL BACKFILL GRADATION. BACKFILL SHALL BE INSTALLED IN UFTS OF NO MORE THAN 2 STRINGERS AT A TIME. EPS FOAM AND GRAVEL BACKFILL SHALL BE INSTALlED TO FILL ALL VOIDS AND COMPACTED, PRIOR TO PROCEEDING WITH INSTALLING THE STRINGERS ABOVE. EXPANDED POLYSTYRENE (EPS) FOAM BACKFILL SHALL BE TYPE 1 (1 LBICF NOMINAL DENSITY). EPS FOAM SHALL FILL APPROXIMATELY 90% OF THE VOIDS BETWEEN THE STEEL FACING AND THE EXISTING SOIL FACE. EPS FOAM SHALL BE INSTALLED TIGHT AGAINST THE BACK OF THE STRINGERS. EPS SHALL BE CUT INTO LARGEST SIZE BLOCKS AS ARE PRACTICAL FOR INSTALLATION. FOAM TRIMMINGS SHALL NOT BE USED FOR BACKFILL. ALL REMAINING VOIDS SHALL BE BACKFILLED WITH GRAVEL BACKFILL NOTE THE EXISTING SOLDIER PILES BEHIND THE WALL ARE LOCATED AT 5' O.C. CUT FOAM BACKFILL AS NEEDED TO FIT BETWEEN THE PILES. 14. WALL GRAVEL BACKFILL SHALL BE COMPACTED BY HAND TAMPING WITH A ROD AT NO GREATER THAN 18" UFTS. VIBRATING WITH A CONCRETE STINGER MAY ALSO BE USED. 15. CONTRACTOR MAY REUSE ONLY THAT EXISTING WALL BACKFILL THAT IS; 1) GRANULAR, FREE DRAINING GRAVEL THAT CONTAINS MINIMAL FINES (<5%), AND 2) ANGULAR AND OF A LARGE ENOUGH SIZE NOT TO RUN OUT OF GAPS IN THE WALL. SANDY AND SILTY BACKFILL MAY NOT BE REUSED AND SHALL BE REMOVED FROM THE SITE. SUITABILITY OF EXISTING BACKFILL FOR REUSE SHALL BE DETERMINED BY THE CITY ENGINEER. 16. CONTRACTOR SHALL REMOVE ALL VEGETATION FROM FACE OF WALL AND POWERWASH FACE TO REMOVE SEDIMENT AND SUME. Milbor-Pita & Associates, Inc. GeotechnIcal &: Tunnel Consultants 17270 Woodlnville-Redmond Rd HE ph: 425-486-6561 Suite '703 fox: 425-488-2660 Woodlnville, WA 98072 www.milbor-Ito.com Drawn By: Chocked By: Date: EI NELSON r PITA; P.E., P.G. City of Porl Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 RETAINING WALL CONSTRUCTION NOTES AND EXISTING CONDITIONS PHOTOGRAPHS Pro~ No. MP 1506 6 OF 11 -'" I I I I I I I I I I I I I I I I I I I Brooe post ~ote or corn9r post L r ne post Full post ~1/4. PREMOLD ED JOINT FILLER 4' 2' MIN1 ... 2" / NEW 4. PCC SIDEWALK L REMOVE ALL ORGANIC MATERIAL AND BACKFILL WITH CRUSHED SURFACING. COMPACT SUBGRADE TO FIRM AND UNYIELDING. Top roll link: fabr-rc tillIES: 1. PROVIDE JOINT AND FINISH DETAILS PER WSDOT STANDARD PLAN F -3. 2. PROVIDE RESTORATION AND SEEDING OF DISTURBED AREAS PER CONSTRUCTION NOTE 8 ON SHEET 1. CHAIN LINK FENCE - WSDOT TYPE 6 (REF WSDOT STD PLAN L-2) 4' CEMENT CONCRETE WALK NOT TO SCALE NOT TO SCALE lAIN. IAAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" CURB, OR CURB AND GUTIER CEMENT CONCRETE SIDEWALK RAMP TYPE 1 B DETECTABLE WARNING PATTERN (SEE DETAIL) RADIUS POINT OF SIDEWALK RAMP ~R_ ""' CO<IERU'J _____ ~ TOP OF ROADWAY 4' - 0" lAIN. LANDING CEMENT CONCRETE SIDEWALK 6' - 0" lAIN. RAMP 2' - 0" TRUNCATED DOIAES .. DETECTABLE WARNING PATTERN DETAIL .. DETECTABLE WARNING PATTERNS MAY BE CREATED BY ANY METHOD THAT WILL ACHIEVE THE TRUNCATlED DOME DIMENSIONS AND SPACING SHOWN. VARIES N 3' - 0" TO "A" N TYPE 2A VARIES N 6' - 0" TO "8" RAMP VARIES N 2' - 6" TO "C" N TYPE 2B -0 ~y SIDEWALK 3/8" EXPANSION JOINT l1YP) (SEE STD. PlAN t -3) DETECTABLE WARNING PATTERN (SEE DETAIL) SECTION CD · CURB AND GUTTER IS SHOWN, SEE THE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. I CROsfwALK PLAN VIEW SIDEWALK RAMP lYPE 1 B SECTION CD DETECTABLE WARNING PATTERN (SEE DETAIL) - SIDEWALK RAMP - WSDOT TYPE 18 3ft EXPANSION tstT J:'~ F-3) LANDING SECTION 0 SIDEWALK RAMP - WSDOT TYPE 28 PLAN VIE'" SIDE~ALK RAMP TYPE 2B LAYOUT (REF WSDOT STD PLAN F-38) NOT TO SCALE NOT TO SCALE DO NOT SCALE DRAWING Milbor-Pita & Associates, Inc" Geotechnical &: Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite '703 fax: 425-488-2660 Woadinville, WA 98072 www.milbor-ita.com Drown By Checi(ed By Dote EI NELSON r PITA, P.E., P.G. City of' Porl Angeles Cedar Street Arterial Retaining Wall Repair Project No" 05-22 CONSTRUCTION DETAILS PrOject No MP 1506 7 OF 11 I I I I I I I I I I I I I I I I I I I #6 DOWEl @ 5' O.C. (6") DRILL HOLES FILLED WITH EPOXY GROUT 4.5' 6" 2% ------ 2'.,Nl NOTES: 1. PROVIDE JOINT AND FINISH DETAILS PER WSDOT STANDARD PLAN F-3. 2. PROVIDE RESTORATION AND SEEDING OF DISTURBED AREAS PER CONSTRUCTION NOTE 8 ON SHEET 1. / NEW 4" PeC CURB & WALK L REMOVE ALL ORGANIC MATERIAL AND BACKFILL WITH CRUSHED SURFACING. COMPACT SUBGRADE TO FIRM AND UNYIELDING. 4.5' CEMENT CONCRETE DOWELLED SIDEWALK NOT TO SCALE l' WIDE FOR 4' SHOULDERS 2' WIDE FOR SHOULDERS OVER 4' WIDE INSTALL CROSSWALK LINES IN SHOULDER AREAS ONLY WHEN ADJACENT TO A SIDEWALK OR A SEPARATE WALKWAY (TYP) CROSSWALK LINE EDGE OF PAVEMENT, OR FACE OF CURB (WITHOUT GUTTER), OR EDGE OF GUTTER PAN (WHEN THERE IS CURB & GUTTER) (TYP) EDGE OF TRAVELED WAY SHOULDER AREA CL ROADWAY I CL LANE 2 ~- ~ ~ II II I 5MAxr (TYP) CROSSWALK LAYOUT (REF WSDOT STD PLAN M-15.10-00) NOT TO SCALE LANE LANE .-~~' '''P':', ~/61 '. ~~-'.PJ: 'co , z """ - :::;; EDGE OF TRAVELED WAY SHOULDER AREA CUT/TRIM FOAM BLOCKS TO FIT AROUND EXISTING STEEL MEMBERS NO FILL WITHIN STRINGERS REQUIRED AT FOAM BLOCKS GRADE LOW POINT l 2' OFF FACE OF WALL 1 Vl a:: I'"):J:UJ !:::~ 15~~ ~Vl~ UJf5Vl :s~8 o..-~ UJi=~ a::Vl~ Vl a:: UJ ~ z a: Iii ~ z . 24":1: 4. TOPSOIL AND SEED NEW CONC WALK II SOLDIER BEAMS WALL SECTION REPAIR NOT TO SCALE Milbor-Pita & Associates, Inc. Geotechnical Be Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite 1703 fax: 425-488-2660 Woodinville, WA 98072 www.milbor-ita.com Drown By Checked By Date E! NELSON r PITA, P.E.. P.G. City of Port Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 Project No 2'MIN j NON-WOVEN GEOTEXTILE FABRIC MIRAFI 150N OR EQUIVALENT EPS FOAM - iYP FILL ALL VOIDS BEHIND FOAM AND AGAINST EARTH WITH WALL BACKFILL. MAX ALLOWABLE GAP BEHIND FOAM IS 4" EXISTING TIE BACK EXISTING LAGGING IF PRESENT EXPANDED POLYSiYRENE (EPS) BLOCK CUT TO FIT SNUG AGAINST BACK OF STRINGERS AND TO OTHER BLOCKS AND SOLDIER PILES EXISTING WALL BACKFILL TO REMAIN WHERE STRINGER NOT REMOVED DO NOT SCALE DRAWING CONSTRUCTION DETAILS MP 1506 8 OF 11 I I I I I I I I I I I I I I I I I I I Cedar Street Pine Street "",/ ~ ~- 8th Street ,~~~ I YJ h~ M I I I li'J B ~ 6th Street SR 111 f Trk. Rte. STREET CLOSED witlli barricades "A I Street CEDAR ST. CLOSED 2nd Street Marine Drive CEDAR STREET HILL DETOUR NOTES: 1. CONTRACTOR SHALL PROVIDE, INSTALL AND MAINTAIN ALL DETOUR SIGNAGE FOR THE DURATION OF CEDAR STREET CLOSURE. FOLLOWING CONSTRUCTION ALL SIGNS AND SUPPORTS SHALL BE REMOVED AND THE SIGN LOCATIONS RESTORED TO THEIR ORIGINAL CONDITION. 2. CONTRACTOR SHALL ENDEAVOR TO UMIT THE DURATION OF CEDAR STREET CLOSURE. 3. PROVIDE ADDITIONAL SIGNAGE TO WHAT IS SHOWN ON THE DETOUR PLAN AS REQUIRED TO FACILITATE TRAFFIC MOVEMENT. 4. PROVIDE ADDITIONAL SIGNAGE AND BARRIERS TO DETOUR PEDESTRIANS AROUND THE WORK AREA AS REQUIRED. 5. TRAFFIC SIGNS AND PLACEMENT SHALL CONFORM TO THE CURRENT EDITION OF THE MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MUTCD). 6. INSTALL SIGNAGE AND OTHER TRAFFIC CONTROL DEVICES SO THAT NO TRAFFIC FLAGGERS ARE REQUIRED. Milbor-Pita & Associates, Inc. Geotechnical Be Tunnel Consultants 17270 Woodirwille-Redmond Rd NE ph: 425-486-6561 Suite #703 fax: 425-488-2660 Woodinville, WA 98072 www.m~bor-ita.com Drown By Checked By EI NELSON f' PITA, P.E., P.G. "C" Street 8th Street City of Porl Angeles Cedar street Arterial Retaining Wall Repair Project No. 05-22 DO NOT SCALE DRA~ING DETOUR PLAN PrOject No MP 1506 9 OF 11 I.. I I I I I I I I I I I I I I I I I I WALL FACING IS BASED ON ARMCO STEEL COMPANY'S BIN TYPE RETAINING WALL STD. COLUMN & STRINGER SECTIONS. USE THE FOLLOWING: ,.,.--~ - - -.,..- - ,/ LOCA TlON OF -----.., I, SOIL ANCHORS "I:; I TYP '+ -}t Ti I '., 11 " ,I I I~ , . IKM. STRINGERS STRINGER STIFFENER COLUMN COLUMN CAP COLUMN SPLICE CONNECTING CHANNEL +- -, I '1-=i ~I I J ~ t; I ~j L.J UIL @@ ~ ~l !ll Jil @ "r71"I!II ,'''''' ~ 16 8 8 12 10 8 I I Jl @ I J I~ ~ @ ENLARGED ELEVATION DETAIL NOT TO SCALE - J - - - J,fA\ '\'" Ll - .' I I ; r..;-t-h-'r\~ -~---- '\ I II I I ~ I f ~-i I I '-- oJ I' I I " 't II Jj III ,J I r I J I 1 'I I LJ LJLJY~@@ @)@'eJ WI<e; It 3t;;; 7l::J ex7t:ND TO FLlU- DEPTH OF I-Ic;tJ!!: ~) NOTE: DETAILS SHOWN ON THIS SHEET ARE FROM THE ORIGINAL RETAINING WALL CONSTRUCTION PLANS BY CH2M HILL, DATED MAY 1975. DETAILS ARE FOR CONTRACTOR'S REFERENCE ONLY AND MAY NOT-. REPRESENT ACTUAL AS-BUILT CONDITIONS. :-- l- -+u~ I ~-1 I I " I t .It LJ @@ 2'-0" SQ CONC FOOTING TYP BOTTOM OF WALL TYP TYPICAL SECTION - SOIL ANCHOR NOT TO SCALE DO NOT SCALE DRAWING Milbor-Pita & Associates, Inc. Geotechnical Be Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite #703 fax: 425-488-2660 Woodinville, WA 98072 www.milbor-ita.com Orawn By: EI NELSON ~1:"P.E.. P.G. Date: 5-19-06 City of Port Angeles Cedar Street Arterial Retpining Wall Repair Project No. 05-22 Project No. MP 1506 REFERENCE DETAILS FROM 1975 CONSTRUCTION 10 OF 11 Ff..IO"-I'.ko~.t)"c!J~' CKJ AS CALLED. _ Our IN ~ srutJs TO l!J8 ~c&D ~l'.o" ac. UP 7t) 10'-0" FiOM BOT. oF W4LL t WHEN 8l!!AM IS NOT IiNCAS/!D IN covcm;.rr; WN.t'N /;$ HI ~&Cr CONTACT WlrH (/NOIS7V..~ Qft;)(JN,O 4!O" O.C. F.f. '" -oN AJ!O\E 807. OF WALL 10 Tn- OF .~ ~ SEAM 8r~ll<GE~ SnFFe/llE~ 2'-"" /~f; -::;,>~}'~~ ~;j" ~ III ~ ~ \ ~ r !/Z'IIIZ"II(P"MIN. Pt..ArE ~teeL0t::A7eD ~/N~ PIPe VMIES SR.eN<.. GfI!t::JUT AWAY f'M:;JM SCLD/SI{ PILI! ~ l!XCA~ ee~ 70 F;lCILI7?4,Te W~ F'VCEMEN'T v:I ,~ - -~-" - ~jJ;),? c.:J-r- ~ ... ,~~~>-.~-;;;-u.:;.-v..~~ WALL FAClN'tS 'lOse:. ~L 11I4c.."'KI"II.L ExrENDS BENEArH FACIMJ ro flE~~Ar&.o FlP.E DJTCII IN A ~ MIN. LAYE.e SEE S(J~S(.lRpAC& De4/NitG& /:JET: SH. 2- ~ ~ SOLDIeR. 8/!!AMS .1.10" t70 I'.ACJ:! C1I' CL.IR6.) ~ F/LT'E~ MATE:If/AL EXTENDS, ro PERPOIeATEO .PIP/; S/iil:>I-IT eACJ::FIL L C/O)C CHANNELS _ VARIES (701'JACe OFCLlIf:6) b "" 314"TH~O $7t1DSdlALV-) L/!!!NGTH AS ~I!J:::/o WlZ N/../TS. ~SH~ FIe.LO W6LO STUD 7l::) WIl::;,,!It:; W/~ " 3cii -t-- WA;;;,l(~ ~ ~~;--- v'2 ~ IZ 4'J(~ IIM/N. PLATE 8 a<\. COL/../MN secTtoN S77t:1~ co . pI, H FILL ALl.. ~/DS ~/8 TO ~., CalCRETE EPRAVEL, see SPEClF/C47.oNS, AS W~LL IS a::N5T'!:.LJc:71!!D ~o t:# 0 ,,~ 0'> a .. () , ~"S7Zl&JS ~~ eJ-~.COI....~ ;Iff - M-\Y ~y ACC.Of(I::)INt;;; ~ ~~ , OF SC/t...I:)Il!:Il J!/!Jl!5I!4Ms -- CoNNECTING CHANNEL' SECTION A SECTION B NOT TO SCALE NOT TO SCALE NOTE: DETAILS SHOWN ON THIS SHEET ARE FROM THE ORIGINAL RETAINING WALL CONSTRUCTION PLANS BY CH2M HILL, DATED MAY 1975. DETAILS ARE FOR CONTRACTOR'S REFERENCE ONLY AND MAY NOT REPRESENT ACTUAL _AS-BUILT _CONDITIONS.__ DO NOT SCALE DRAWINI Milbor-Pita & Associates, Inc. GeotechnIcal &: Tunnel Consultants 17270 Woodinville-Redmond Rd NE ph: 425-486-6561 Suite #703 fax: 425-488-2660 Woodinville. WA 98072 www.milbor-Dita.com o.own By. IChecked By. ~ EI NELSON F PITA; P.E.. P.G. City of Port Angeles Cedar Street Arterial Retaining Wall Repair Project No. 05-22 REFERENCE DETAILS FROM 1975 CONSTRUCTION Project No. MP 1506 11 OF 11