Loading...
HomeMy WebLinkAbout4.473 Original Contract ..i- -. 4ef, </7:3 PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 6225007 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned'primo Construction, Inc. as Principal, and SAFECO Insurance Company of Amer lca a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under tl)e laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and finnly bound to the City of Port Angeles in the penal sum of $ 914,767.54------------------------------------- for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as th.e 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 Seattle , Washington, this 31st day of August ,20~. The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said Primo Construction, Inc. the above bounded Principal, a certain contract, the said contract being numbered 03-12, and providing for Crown Park Sewer and Stormwater Improvements (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, Primo Construction, Inc. , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but othelWise, it shall be and remain in full force and effect. Signed this 31st day of August ,20~. SAFECO Insurance Company of America . surety-zu. By~f( ~ , Holly E. Ulfers - Attorney-in-Fact Title SAFECO Plaza Seattle, WA 98185 Surety ~ddress Jane Fox 425-376-8805 Surety Contact and Phone Number r 5i e.-V\t TttF US I N or tlTwes t 1001 4th Ave., #1800, Seattle, WA 98154 Agent Address Holly Ulfers 206-695-3100 Agent Contact and Phone Number PW 0407_02 Part02 [Revised OS/27/04J IT-7 . ~ .. . F;3 S A FEe O. POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE, WASHINGTON 98185 No 1045 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint .**.................MARy A DOBBS, STEVEN W PALMER, DAVID J FORSYTH, HOLLY E ULFERS, Seattle Washmgton..................... Its true and lawful attomey(s)-In-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued In the course of ItS business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents thIs 30th day of Apnl , 2004 ~k jJtc-~\~ MIKE MCGAVICK, PRESIDENT CHRISTINE MEAD, SECRETARY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "ArtIcle V, Section 13 - FIDELITY AND SURETY BONDS . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer In charge of surety operations, shall each have authorrty to appoint individuals as attorneys-in-fact or under other approprrate titles With authonty to execute on behalf of the company fidelity and surety bonds and other documents of Similar character Issued by the company In the course of ,ts bUSiness On any Instrument making or eVidenCing such appointment, the signatures may be affixed by faCSimile On any Instrument conferrrng such authonty or on any bond or undertaking of the company, the seal, or a faCSimile thereof, may be Impressed or affixed or In any other manner reproduced, provided, however, that the seal shall not be necessary to the validIty of any such Instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provIsions of Article V, Section 13 of the By-Laws, and (II) A copy of the power-of-attorney appOintment, executed pursuant thereto, and (III) Certifying that said power-of-attorney appointment IS In full force and effect, the sIgnature of the certifying officer may be by faCSimile, and the seal of the Company may be a faCSimile thereof" I, Chrrstlne Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attomey are stili In full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the faCSImile seal of said corporation this ~ /4.-:1 day of ~~ c2DoI CHRISTINE MEAD, SECRETARY S-0974/SAEF 2/01 @ A registered trademark of SAFECO Corporation 05/03/2004 PDF Client#: 19410 PRIMOCON 4.47~ ACORD~ CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY) 9/14/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION USI Northwest of Washington ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1001 Fourth Avenue, Suite 1800 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle, WA 98154 206695.3100 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A James River Insurance Company NONE Primo Construction Inc INSURER B North Pacific / Oregon Auto P.O. Box 296 INSURER C Ohio Casualty Insurance Company Carlsborg, WA 98324 INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD iNDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN is SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICiES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS II~i: ~~~~ TYPE OF INSURANCE POLICY NUMBER Pci>1-~~~ri~f68m\E p~~~l(~Jt~~N LIMITS A GENERAL LIABILITY 000037640 04/01104 04/01/05 EACH OCCURRENCE $1.000.000 - ~~~j~~J91'~';,~b~.?,nc"\ X COMMERCIAL GENERAL LIABILITY $50 000 I CLAIMS MADE [Xl OCCUR MED EXP (Anyone person) $ 1L BI Ded:5,000 PERSONAL & ADV INJURY $1,000,000 1L WA Stop Gap GENERAL AGGREGATE $2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2.000.000 I nPRO- n POLICY JECT LOC B ~TOMOBILE LIABILITY C01159915 04/01/04 04/01/05 COMBINED SINGLE LIMIT 1L ANY AUTO (Ea aCCIdent) $1,000,000 ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - .!... HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per aCCident) - - PROPERTY DAMAGE $ (Per aCCident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ~ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ C EXCESS/UMBRELLA LIABILITY EX00553191056 04/01/04 04/01/05 EACH OCCURRENCE $2,000.000 ~ OCCUR D CLAIMS MADE AGGREGATE $2 000 000 $ ~ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I WC STATU- I IOl~- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $ If yes, describe under E L DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Crown Park Sewer and Stormwater Improvements, Project 03-12. The certificate holder, Clallam County, and Nippon Paper Industries USA Co. are included as Additional Insured and coverage is primary and non-contributory per attached endorsement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Port Angeles DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ---A.5.... DAYS WRITTEN Public Works Dept. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL P.O. Box 1150 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR Port Angeles, WA 98362 REPRESENTATIVES AUTHORIZED REPRESENTATIVE ~ \.J..:) ~ ACORD 25 (2001/08) 1 of 2 #S134030/M128156 6CMJU @ ACORD CORPORATION 1988 I I I I I I I I I I I I I I I I I I I <t. </7:3 ORIGINAL -If ~ PROJECT MANUAL \ for CROWN PARK SEWER AND STORMWATER IMPROVEMENTS PROJECT NO. 03-12 CITY OF PORT ANGELES WASHINGTON JULY 2004 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Stephen Sperr, City of Port Angeles 360-417 -4821 , 3 IMPORTANT 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). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing msurer(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. ACORD 25-S (2001/08) 2 of 2 #S134030/M128156 CITY OF PORT ANGELES NOTICE OF AWARD August 27, 2004 TO: Charles Parrish Primo Construction, Inc. P.O. Box 296 Carlsborg, W A 98324 PROJECT: Crown Park Sewer and Stormwater Improvements, Project No. 03-12 The Owner has considered the bid submitted by you for the above described work in response to its Advertlsement-for-B ids-dated-d uly-4;-2004. You are hereby notified that your bid has been accepted for items In the amount of $914,767.54, including tax. You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to conSider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this ~ day of Auqust , 2004. CITY OF PORT ANGELES By 5tq~ ~1;;tl1' Mo..~Qr Title ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledg this;J () day of !tv 'IJ P:l SIGNATUR printNameJliltm-r 1<1 j)Jt(UiUSN P/~l ()/::-,vJ: 20Lt) Title Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Michael Szatlocky cc: City Clerk . ~ L vJ~U 51~e Vl-L fl~. ()r~l~ ~ndt OY\'c~ t't ~ {J e ("'.{o y"m.o........ (..c 1)0 "'-~ LJ ~t J V\ or.fo t.AS ~ S-tcvc I I I I I I I I I I I I I I I I I I I PROJECT MANUAL for CROWN PARK SEWER AND STORMWATER IMPROVEMENTS PROJECT NO. 03-12 CITY OF PORT ANGELES WASHINGTON JULY 2004 Prepared by: For: SKILLINGS - CONNOLLY P.O. Box 5080 Lacey, WA 98503 City of Port Angeles Department of Public Works & Utilities 321 E. Fifth St., P.O. Box 1150 Port Angeles, W A 98362 The above-mentioned Project Manual (Bidding and Contract Documents) has been reviewed and approved for advertisement. Such review includes all plans, specifications, and permits associated with the project. Reviewed by: ~ ~L-.-, ~ Deputy Director Revfwed by: 1/J~ <:; City Attorney 1- 1 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS CROWN PARK SEWER AND STORMWATER IMPROVEMENTS PROJECT NO. 03-12 PART I BIDDING REQUIREMENTS: Paqe No( s ). Advertisements for Bids...............................................................:................................ .1-3 I nformation for Bidders.......... ....................................................................................... .1-4 Bidder's Checklist............ ................ ............................................................................. .1-5 Non-Collusion Affidavit ................................................................................................. .1-6 Bidder's Construction Experience................................................................................. .1-7 List of Proposed Subcontractors........................................................... ........................ .1-8 Bid Form................................. ................. ............................................. .............. .... 1-9-12 Bid Bond...................... .... ...... ............ .................................................. ...................... 1-13 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract...................... ..................... ............................................................ ............. .11-1-6 Performance and Payment Bond............................................................................... ..11- 7 Escrow Agreement for Retained Percentage...............................................................11- 8 Certificate of Insurance............................................ [provided by Contractor after award] PART III AMENDMENTS TO THE STANDARD SPECIFICATIONS AND SPECIAL PROViSiONS..... ................................................................................... .111-1-18 P ART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Request For Information (RFI) and Construction Change Order (CCO) Forms C. Contractor's Application for Payment Form D. - intentionally left blank- E. Project Plans (16 pages) 1-2 I I I I I I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS I I I I I I I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS CROWN PARK SEWER AND STORMWATER IMPROVEMENTS PROJECT NO. 03-12 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 3:00pm, Wednesday, July 28,2004, and not later, and will then and there be opened and publicly read at that time in the City Council Chambers at City Hall for the construction of the following Improvements: Installation of over 3,850 feet of 8 to 15 inch sanitary sewer and 1,050 feet of 12 to 36 inch storm sewer, including manholes, stormwater treatment structure and improvements to a stormwater outfall. Work will be in the City's 4th Street right-of-way, Crown Park, and along the base of the bluff to the intersection of Hill Street and Marine Drive. The engineer's estimate for this project is between $800,000 and $1,200,000. The time of completion (performance period) for this Project is 80 working days. To view detailed plans and specifications (Project Manual), go to www.bxwa com on the internet, or contact the Builders Exchange of Washington at 425-258- 1303. Detailed plans and specifications (Project Manual) may be obtained from the office of the City Engineer, City of Port Angeles, upon payment of a non-refundable fee of $50.00. Informational copies of maps, plans and specifications are on file for inspection in the office of the City Engineer (Phone 360-417-4700). Bidders shall be qualified for the type of work proposed. A Bidder's Construction Experience Form is included in the Project Manual. All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement and in the Project Manual and said bids shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered to issue said bonds in the State of Washington. The bond shall specify the surety's name, address, contact and phone number, and shall include a power of attorney appointing the signatory of the bond as the person authorized to execute it. Should the successful bidder fail to enter into the Contract and furnish satisfactory performance bond within the time stated in the Information for Bidders, the bid deposit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds will not be accepted. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this Invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in conSideration of an award of any contract or subcontract, and shall be actively solicited for participation In this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minonty and women owned businesses as potential subcontractors and material suppliers for this project. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a penod not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertlse for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. Bids must be submitted in a sealed envelope with the outside clearly marked With the bid opening date and time, the project name and number as it appears In this advertisement and the name and address of the bidder. Bids shall be addressed to the Director of Public Works & UtIlities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a bond of faithful performance of the Contract in the full amount of the Contract price. Glenn A. Cutler, P.E. Director of Public Works & Utilities Publish Peninsula Dally News (July 4, 11), Daily Journal of Commerce (July 6), Copy to' NPBA 1-3 I I INFORMATION FOR BIDDERS I Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. I Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. I Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. I The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. I I I 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. I The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. I I The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form prOVided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). I The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. I The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such 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. I The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be Issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. I I I I 1-4 I I I I I I I I I I I I I I I I I I I BIDDER'S CHECKLIST 1. Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's check been enclosed with your bid? 2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. 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 ill! 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 execl:lted on the form provided by Owner, by the successful bidder and its surety company. To incl~de name, contact and phone number. and address of surety and power of attorney of siqnatorv. C. Insurance certificate(s). 1-5 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 COUNTY OF uO-l\ CU'<\ ) ) ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Subscribed and sworn to before rne this \ D-tl> day of ~ 11,,~ ,2ocl. N ary ublic in and for the State of Washington. Residing at~oc-t ~ My Comm. Exp.: q -21-6lY 1-6 I I I I I I I I I I I I I I I I I I I BIDDER'S CONSTRUCTION EXPERIENCE 1. Answer all questions and provide clear and comprehensive information. Name of bldder:~\ ~() C-D(l~-\v\..l(0:\()\I., ~V\.~ .. Registration Number: VQI.~C>('I ,:::2.,?\ ?--=\- Permanent main office address: q,() ('C\...,,~\yya M ~ () '%t LR {y\ \ \- Q "-,i4 ~ q"6~ % ~ When organized: ,Ci ~ 9 Where incorporated: How many years have you been eng ed in the contracting business under your present firm name? c1.~ l..l(vO * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. 2. 3. 4. 5. 6. .J~ \ n~~d 7. * General character of work performed by your company: ~~ Il. otiili{\ ~ d 8. * Have you ever failed to complete any work awarded to you? NO If so, where and why? N ( A: 9. * Have you ever defaulted on a contract? ~ c.") 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. 11. 12. .JLQ.. (1 fdt,::e;JA 0 (0 * LiS!Ur major equip-ment available for this contract: {) ~ C\ ~hQQ~ nstruction similar to this project in work and importance: Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Lr ,6_ * Add separate sheets if necessary. 13. The undersigned hereby authorizes and requests any person, firm or corporation to furnish an requested by the City of Port Angeles. Date. ~ - \D - aL\ 1- 7 I I I I I I I I I I I I I I I I I I I Primo CONSTRUCTION, INC. Contracts on Hand at Julv 28. 2004 Job# Job Name Gross Contract Anticipated Date Contact Name & Amount of Completion Phone No. Jamestown 308609 Social Services Building $2,138,396 Aprll-05 S'Klalfam Tribe (360) 681-4621 Annette Nesse Jefferson Co Dept 304506 Sheriff's OffIce $1,760,904 July-04 of Public Works (360)385-9380 Gordon Ramstrom Jamestown 304606 Pedestrian Tunnel $1,600,000 April-04 S'Klalfam Tribe (360) 681-4620 Annette Nesse PA School Dist 405706 Roosevelt Middle School $1,263,000 February-05 #121 (360) 457-8575 James Jones Jamestown 306707 Lower Campus Sitework $880,724 July-04 S'Klallam Tribe (360) 681-4620 Annette Nesse Sierra Const Co, 401603 WalMart $683,354 September-04 Inc. (425) 487-5200 Bryan Ploetz Jamestown 406206 Estuary Restoration $540,000 September -04 S'Klallam Tribe (360) 681-4621 Annette Nesse Church of JC of 403604 LDS Church $429,219 October -04 Latter Day Saints (425) 392-1260 Tom Evans Makah Tribe 404505 Makah Cafe $350,000 August-04 (360) 645-3292 Tricia OePoe Washington State 405806 W Sequim Bay Rd to Dawley $344,000 July-04 DOT (360) 457-2575 Jerry Moore Gentry 400804 Bliemeister's Tilt-Up $150,000 August-04 Collaborative Arch. (360) 681-4621 Mike Gentry I I I I I I I I I I I I I I I I I I I LISTING OF PROPOSED SUBCONTRACTORS Bidder shall list all subcontractors proposed to be used on the project. FAILURE TO LIST SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If there are no subcontractors, write "NO SUBCONTRACTORS WILL BE USED". NAME, ADDRESS AND CONTRACTOR'S REGISTRATION NUMBER CL\ D ~'- \='e(\ (j!. CD. ucth-\3 O\d O\~~c. ~LI c'5 e.~ '" 1 1J)\f\. ~~ 3 'i? ~ t\ LOt-\- JI\ ~c..lll~c.... LClYlc'5 \~ ~\,\~\-Yle.-':J ~O. ~~ "+~'~ '76)-X- ~~ i l,o\4. q~3lo:2. Lr.. ~-\, E8+ ~dl hOJ ~ 5L()e..e..?(~x-5 PD. 561. ;)3\ ~-M 1~~e.,\~SI lj:)'A . cns31o~ ~J:\): 1\.\ s*- \ \ 0 b \-..\ DESCRIPTION OF WORK FCY1~C A0~~\ + \-\L\dro~~~ I SIGNATURE and TITLE 1-8 I I I I I I I I I I I I I I I I I I I BID FORM (4 pages) Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 BIDDER~\ 'ml"-, r e,,~(\1\l)(l,~(\e...... DATE: (<; -, () -DL\ REGISTRATION NO.: \>Q:l.\->\()C'I \r~?-=t UBI NUMBER: \ QD\ ~q ~~ "6 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: ~('l" ,~Y"\Su.J\(t\r\('il.. CIy. ~c.c... 1l~ tJC'\v-\\I~GG,~-\- Sur y Agent c?-~ \>\O.:LCL dOI4\S ,-::\2~ A\le. S.,SLUto ~ ~~cr. \---\ \ Q. \ u.. "')~ Q ~ \ ~ S ~extl-, \ 1).')(.\. q "2 ()3;} Surety address Agent Address ~0 ~ \ (\.\\\\0 l'.. dC')l o. L,QS. 3\C'i) gent Contact and Phone Number ,-YDJUl. \'01<. U,dS . () '=\; to o~DS Surety Contact and Phone Number I - 9 " 08/10/2004 TUE 09:32 FAX IaI 002 I I I I I I I I I I I I I I I I I I I Item Estimated Unit Price Extended No. See No. Descriution of Item Quantity Units (Fi2ures) Amount 1 1-04 Protection, Restoration & 1 Lump $ co $ Cleanup Sum IO,~(), IO,~ri{').oo 2 1-09 Mobilization 1 Lump $ $ Sum q, ~H~C\ ~ :j J. J..t Inq.Cl> 3 1-10 Temporary Traffic Control 1 Lump $ -<~ $ Except For Fla22ers Sum -1J y",",>~ J c:.:1J::.> ,0"1) 4 1-10 Traffic Control Labor (Min. 400 Hours $ $ \'+ I (.f~) ~ Bid $20.001hr) 1--\ J....\ . DO 5 2-09 Controlled Density Fill 470 Cubic $ $ Yards 5J.00 ~ S:f:).D() 6 4-04 Crushed Surfacing Top Course 15 Tons $ o2l-.J. 00 $ 3LD.<5D 7 5-04 Asphalt Cold Patch Mix 10 Tons $ q<=1.o0 s q Cia .CA:J 8 5-04 Commercial lIMA 65 Tons $ ICfd.se> $ Jd 5~$I> 9 6-03 W14X43 Steel 109,300 Pounds $ IOU $ ID9 .2ro~ 10 6-03 Pier Connection 75 Each $ Inf)5.Cib sl\q lli) 0) 11 7-04 Ductile Iron Storm Sewer Pipe 20 Linear $-q co $ 36 In. Diam. Feet 00. l4: Ci"'O. Cl() 12 7-04 HDPE Storm Sewer Sewer 145 Linear $q CD $ Pipe, 18 In. Diam. Feet D. /.~ ctX) .00 . 13 7-04 ADS N-12 Stonn Sewer Pipe 64 Linear $ $ 12 In. Diam. Feet I(X:) .cr{) 104 CO .00 14 7-04 ADS N-12 Storm Sewer Pipe 580 Linear $ C\ f.!> ,15 $ 18 In. Diam Feet ..~~lt, I (5 . O?> 15 7-04 ADS N-12 Storm Sewer Pipe 258 Linear $ $ 36 In. Diam. Feet q3.~ "1.:2 r'.o I I C() ,...y.- J. -", I ' 16 7-04 Testing Storm Sewer Pipe 1,076 Linear $ I. .to $ Feet 1.J'!1/ . ;to 17 7-05 Stormwater Treatment Facility I Each $ ~,lC:O~ $ J.f0 lC() ~CYtJ 18 7-05 Stilling Well and Cover 1 Each $.l-\~,5~~ $ J..j:J J~&J.ct. 19 7-05 Catch Basin Type I 1 Each $ 8~.Ob $ $S2D.Cl) 20 7-05 Catch Basin Type 2, 48 In. 1 Each $ $,~ Diam. ~q'54 ..0{) -10 Ol> l J. 21 7-05 Connect to Existin~ Structure 6 Each $.~.oo $ /8. C(-() .ct) 22 7-05 Abandon Pump Station No. I 1 Lump $ $ Sum 4Q15.c;b J..J g "15 . 0 () 23 7-05 Drop Manhole Connection 1 Each $~.Cil) $~OO.Ot) 24 7-05 Abandon Existing Manhole 1 Each $ I nC"(') .~ $ InN'). GJ 25 7-05 Manhole 48 In. Diam. Type 1 8 Each $J4 to.OO $,2!::f (rXD~ , $oQro0> 26 7-05 Manhole 54 In. Diam. Type I I Each $~ro.O\) 27 7-05 Manhole 60 In. Diam. Type 1 3 Each $ ~(XX).~ $ 11; n)O~ ~ 2et s$'~ I -10R 08/06/2004 FRI 15:08 FAX [4J 002 I I I I I I I I I I I I I I I I I I I Item Estimated Unit Price Extended No. See No. Descri>>tjon of Item Quantitv Units (Fjeures) Amount 28 7-05 Manhole AddrtJonaJ Height 48 52 Lineal $~,60 $ILP ,1L../ 1-/ ,d:l In. Diam. Tvoe 1 Feet 29 7-05 Manhole Additional Height 54 13 Lineal $3~.60 $J-\i-Olo~ In. Diam. Type 1 Feet 30 7-05 Manhole Additional Height 60 29 Lineal $ J-\eD .DD $/3/0fD.oo In. Diam. Type 1 Feet 31 7-08 Structure Excavation Class B 5,000 Cubic $ d.oO $ I (:) I r::i:f) .00 Incl, Haul Yards 32 7-08 Shoring or Extra Excavation 30,150 Square $ , fO $3/015 00 Class B Feet 33 7-08 Plu.lWnJ:! ExistinJ:! Pipe 4 Each $ .5::D. r:>O $~( ceo ,00 34 7-17 HDPE Sanitary Sewer Pipe 14 2,530 Linear $ &),50 ~g I ~ 1~5. c>o In.Diam. Feet 35 7-17 PVC Sanitary Sewer Pipe 8 In. 110 Linear $ lsf5,oO $~l 156.co Diam. Feet 36 7-17 PVC Sanitary Sewer Pipe 15 900 Linear $ C}o ,00 $'8IICCf).oo In. Dlam. Feet 37 7-17 Ductile Iron Sewer Pipe 12 In. 285 Linear $/ro.co ~8Ift:O~ Diam. Feet 38 7-17 Ductile Iron Sewer Pipe 16 In. 26 Linear $ 1'30.01:> $J-L LP~O,oo Diam. Feet 39 7-17 Testing Sewer Pipe 3,850. Linear $ 1..20 ~J-I, LPJO.OD Feet 40 8-01 Silt Fence 180 Linear $ lo.60 $ J 0'60.00 Feet , 41 8-01 Temporary Erosion Control 600 Square $ ?,OO $Ji, ~60.Dt> Blanket Yards 42 8-01 Inlet Protection 10 Each $ 1CX:>,oo $ I. C'CQ).00 43 8-01 ErosionIWater Pollution By force $ 2,000.00 S 2,000.00 Control aCcOlmt 44 8-02 Topsoil Type C 45 Cubic $ J../J-/ .60 $1 Cf80 .0() Yards 45 8-02 Sod Installation 485 Square $ 1/.00 ~ ~5.(X) Yards 46 8-05 Regrading 1 Lump $/OI'8CD~ ~O\~, O() Sum 47 8-12 Reset Chain Lmk Fence and 1 Lump $ /,;).,(f) .(f{) $/,2{)O.(J() Gate Sum 48 8-15 Quarry Spalls 30 Cubic $ go .00 $ t:XJ Yards d/7DO. 49 8-24 Rock Wall for Outfall Channel 40 CUbIC $~ oD $ C() Yards D. IOl:JJj. 1-11 R 08/06/2004 FRI 15:08 FAX @003 I I I I I I I I I I I I I I I I I I I Bid Subtotal ~ ~,10 $ ?)~~'::f6 t~'"i~ "if',. I ~'lS<..r1lP,I:}V ~ ~ .Il1,,1. $ C1 V?~ .S~\ 'f~"T1 Sales Tax (8.3%) $ Total Bid ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s). 'r d 13 Lf to this Project Manual. The name of the bidder submitting this bid and its business ph~Jne number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. ~ . C. ~\.- - Bidder's firm name rf-rl JYlC") C'lt,,")IYU.~1t CW\ I .-\)(lc..-. Complete address Q'1D reJ r\~j '9lC\ ~~ "'J.(Y\ W--r:\ ~'83g~ (Street address) (SIa (Zip) Telep~N~~.~~ Signed bYt. . reo t-' r-e 5\ ~ ~ +- Printed Name:~~&v-~ ,\ ~, .oom~~. 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. I -12R I I I I I I I I I I I I I I I I I I I ADDENDUM NO. 1 TO THE PROJECT MANUAL FOR CROWN PARK SEWER AND STORMWATER IMPROVEMENTS, PROJECT NO. 03-12 NOTICE TO PROSPECTIVE BIDDERS (July 22,2004) The 14-inch HDPE pipe specified for 2,530 feet of the sanitary sewer (bid item 34) and the 18-inch specified for 145 feet of the storm sewer (bid item 12) must have a thickness of DR 17, iron pipe sizing (IPS) system. Delete all references to wall thickness and pipe sizing that conflict with the aforementioned. All other specifications regarding the HDPE pipe remain unchanged. The bid opening date and time is hereby changed from 3:00 pm, Wednesday, July 28, 2004 to 2:00 pm, Tuesday, August 10, 2004. All other requirements of the project remain unchanged. ~.~ Glenn A. Cutler, P.E. Director of Public Works & Utilities This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual when it is submitted to the City with your bid (See Page 1-12). Failure to do so may result in the bid being rejected as being non-responsive. CIty of Port Angeles Addendum No I, Project 03-12 Page 1 of 1 I I I I I I I I I I I I I I I I I I I ADDENDUM NO.2 TO THE PROJECT MANUAL FOR CROWN PARK SEWER AND STORMWATER IMPROVEMENTS, PROJECT No. 03.12 NOTICE TO PROSPECTIVE BIDDERS (August 2, 2004) PART IV, ATTACHMENT D of the above project manual has been changed from "-intentionally left blank-" to "Hydraulic Project Approval". A copy of the four page HPA dated July 21, 2004 is attached and hereby incorporated into the Project Manual. All other specifications remain unchanged. ,h ,~ r:. ~ .....Glenn A. C\itler, P.E. Director of Public Works ;t/ This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual when it is submitted to the City with your (See Page 1-12). Failure to do so may result in the bid being rejected as being non-responsive. N-\PROJECTS\03-12 Pump Stations 1&3\Addendum No 2 8-1-04 wpd Oty of Port Angeles Addendum No_ 2, Project 03-12 Page 1 of1 I I I I I I I I I !t I I I I I I I I I I llrpanmcIII a( RCW 77.55.10 - aDDeal pursuant to Chapter 34.05 RCW Department of Fish and Wildlife FISH "., ITl~<crn:D~~ ~ Region 6 Office 48 Devonshire Road ' WILDUFE Montesano, Washington 98563-9618 DA TE OF ISSUE: Julv 21. 2004 ~ JUL 2 7 2004 LOG NUMBER: ST-G1848-01 ~ . -- PERMITTEE ALJ I HI HI ZED AGENT OR CONTRACTOR City of Port Angeles Not ApplIcable ATTENTION: Stephan Sperr P.O. Box 1150 Port Angeles, W A 98362 (360) 417-4821 Fax: (360) 417-4709 e- HYDRAULIC PROJECT APPROVAL State of Washington' PROJECT DESCRIPTION: Construct new stormwater outfall and sewer treatment line Database Project Description: Rep1ace/New/fixed/permanentlsteel/angular rocklconcrete/outfall/without screen/cobble mix PROJECT LOCATION: 1900 block W. 4th Street, Port Angeles, WA 98363; N 48.132410, W 123.472460 Port of Port Angeles Strait of Juan De Fuca North East COUNTY Clallam WRIA 18.9060 WATER BODY TRIBUTARY TO 1/4 SEe. SEe. TOWNSHIP RANGE NOTE: This HydraulIc Project Approval pertams only to the provisions of the Washington State Fisheries and Wildlife Codes. It is the permittee's responsibility to apply for and obtain any additional authorization from other public agencies (local, state and/or federal) that may be necessary for this project. PROVISIONS 1. TIMING LIMITATIONS: The project may begin Immediately and shall be completed by July 21, 2005. 2. NOTIFICATION REQUlREMENT: The permittee or contractor shall notify the Area HabItat Biologist (ARB) listed below of the project start date. Notification shall be receIved by the ARB at least three working days prior to the start of construction activities. The notification shall include the permittee's name, project location, starting date for work, and the control number for this Hydraulic Project Approval. 3. Removal or destructIon of overhanging bankline vegetation shall be limited to that necessary for the construction of the proj ect. 4. Intertidal wetland vascular plants shall not be adversely impacted due to project activities (e.g., If equipment operates on, or near vegetatIOn, metal plates shall be placed on the ground to mmimize impact). If such vegetation is adversely impacted, it shall be replaced usmg proven methodology. If damage occurs to vegetation the permittee shall be required to submit a planting restoration plan to WDFW for review and approval by December 31, 2004. 5. All natural habItat features on the beach larger than 12 mches in dIameter, including trees, stumps, logs, and large rocks, shall be retained on the beach followmg construction. These habitat features may be moved during constructIOn if necessary. Page 1 of 4 I I I I I I I I I I I I I I I I I I I HYDRAULIC PROJECT APPROV AL RCW 77 .5~.J.o1l..::,..ap..pe.aJ .pursuant.to Chapter 34.05 RCW i!'-'~'''''''- -,-,-,,,,--,, - ! f" ~ ~ ~-,,,\ f '.. ;" ~ -.; ~ ~ /,~ I > ~ , i I .., " ~ 'J, - " " . :< , . "''Y~- ~ ~. oIOl' -. -.... ....'ft I .. ~ ~ ~. I ~i t I! ~ DA TE OF ISSUE: Julv 21. 20~' ~l~: ; ; \ ',~' LOG NUMBER: ST -G 1848-0 1 1''-'1 'r" 6. The outfall discharge channel shall be~:~~;;i.;;;~;o~~kes, planted a maximum 3-fool, on-cenler, for the entire length of the channel. A niilli'iilum 80 percent of willow cuttings shall survive the first season after planting (i.e., spring, 2005). If there are less than 80 percent survival of willow cuttings, then the permittee shall re- plant new cuttings no later than October 31, 2005. e~ DrporfmmI rJ FISH .." WlLDIlFE State of Washington ... Department of Fish and Wildlife....... ReglQn 6 Office 48 Devonshire Road Montesano, Washington 98563-9618 7. The last 10 feet of the discharge channel terminus shall be composed of round river rock, 4-inch minus. 8. The stilling well shall be located no closer than 6-feet from the OHWL. 9. Project activities shall be conducted to minimize siltation ofthe beach area and bed. 10. All equipment and machinery shall be kept landward of the OHWL. 11. A diaper, tarp, or other device shall be used to prevent construction debris from falling into the water and wetlands. 12. If a fish kill occurs or fish are observed in distress, the project activity shall ImmedIately cease and WDFW Habitat Program shall be notified immediately. 13. All debris or deleterious material resulting from constructIOn shall be removed from the beach area and bed and prevented from entering waters of the state. 14. No petroleum products or other deleterious materials shall enter surface waters. 15. Project activItIes shall not degrade water quality to the detnment of fish lIfe. SEPA: DNS by City of Port Angeles, final on June 18,2004. APPLICATION ACCEPTED: June 18,2004 ENFORCEMENT OFFICER: Makoviney 031 [P3] David C. Molenaar (360) 249-1224 Area HabItat Biologist for Director WDFW cc: Brad Collins, Director, Department of Community Development GENERAL PROVISIONS This Hydraulic Project Approval (HPA) pertains only to the provisIOns of the Fisheries Code (RCW 77.55 - formerly RCW 75.20). AdditIOnal authorization from other public agencies may be necessary for this project. ThIS HPA shall be available on the job SIte at all times and all its provisions followed by the permittee and operator(s) performing the work. Page 2 of 4 I I I I I I I I I I I I I I I I I I I e~ ~a( FISH _ WILDUFE HYDRAULIC PROJECT APPROVAL RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW State of Washington Department of Fish and Wildlife Region 6 Office 48 Devonshire Road Montesano, Washington 98563-9618 DA TE OF ISSUE: Julv 21. 2004 LOG NUMBER: ST -G 1848-0 1 This HP A does not authorize trespass. The person(s) to whom this HPA is issued may be held liable for any loss or damage to fish life or fish habitat which results from failure to comply with the provisions of this HPA. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All HPAs issued pursuant to RCW 77.55.100 or 77.55.200 are subject to additional restrictions, conditions orrevocation if the Department ofFish and Wildlife determines that new biological or physical information indicates the need for such action. The permittee has the right pursuant to Chapter 34.04 RCW to appeal such decisions. All HP As issued pursuant to RCW 77.55.110 may be modified by the Department ofFish and Wildlife due to changed conditions after consultation with the permittee: PROVIDED HOWEVER, that such modifications shall be subject to appeal to the Hydraulic Appeals Board established in RCW 77.55.170. APPEALS-GENERALINFO~ATION IF YOU WISH TO APPEAL A DENIAL OF OR CONDITIONS PROVIDED IN A HYDRAULIC PROJECT APPROVAL, THERE ARE INFORMAL AND FORMAL APPEAL PROCESSES A V AILABLE. A. INFORMAL APPEALS (WAC 220-110-340) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100, 77.55.110, 77.55.140, 77.55.190, 77.55.200, and 77.55.290: A person who is aggrIeved or adversely affected by the following Department actions may request an informal review of: (A) The denial or issuance of a HP A, or the conditions or provisions made part of a HP A; or (B) An order imposing civil penalties. It is recommended that an aggrieved party contact the Area Habitat Biologist and discuss the concerns. Most problems are resolved at this level, but ifnot, you may elevate your concerns to hislher supervisor. A request for an INFORMAL REVIEW shall be in WRITING to the Department ofFish and Wildlife, 600 Capitol Way North, OlympIa, Washington 98501-1091 and shall be RECEIVED by the Department within 30-days of the denial or issuance of a HP A or receipt of an order Imposing civil penalties. The 30-day tIme reqUIrement may be stayed by the Department If negotiations are occurrmg between the aggrieved party and the Area Habitat Biologist and/or hislher supervisor. The HabItat Protection Services Division Manager or hIslher designee shall conduct a review and recommend a deciSIOn to the Director or Its designee. If you are not satIsfied with the results of this informal appeal, a formal appeal may be filed. B. FORMAL APPEALS (WAC 220-110-350) OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.100 OR 77.55.140: A person who IS aggrIeved or adversely affected by the following Department actions may request an formal review of: (A) The denial or issuance of a HP A, or the condItions or proviSIOns made part of a HP A; (B) An order imposing ciVIl penalties; or (C) Any other "agency actIOn" for which an adjudicatIve proceeding is reqUIred under the Administrative Procedure Act, Chapter 34.05 RCW. A request for a FORMAL APPEAL shall be in WRITING to the Department ofFish and Wildlife, 600 Capitol Way North, Olympia, Washmgton 98501-1091, shall be plainly labeled as "REQUEST FOR FORMAL APPEAL" and shall be RECEIVED DURING OFFICE HOURS by the Department withm 30-days of the Department action that is Page 3 of 4 I I I I I I I I I I I I I I I I I I I {t~ Drpa1fIIImI r( FISH oal WILDUFE HYDRAULIC PROJECT APPROVAL RCW 77.55.100 - appeal pursuant to Chapter 34.05 RCW State of Washington ~, . Department of Fish and Wildlife "'- Region 6 Office 48 D~vonshire Road ' Montesano, Washington 98563-9618 DA TE OF ISSUE: Julv 21. 2004 LOG NUMBER: ST -G 1848-0 1 being challenged. The time period for requestmg a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, the deadline for requesting a fonnal appeal shall be within 30- days of the date of the Department's written decision in response to the informal appeal. C. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO RCW 77.55.110,77.55.200, 77.55.230, or 77.55.290: A person who is aggrieved or adversely affected by the denial or issuance of a HP A, or the conditions or provisions made part of a HP A may request a formal appeal. The request for FORMAL APPEAL shall be in WRITING to the Hydraulic Appeals Board per WAC 259-04 at Environmental Hearings Office, 4224 Sixth Avenue SE, BUIlding Two - Rowe Six, Lacey, Washington 98504; telephone 360/459-6327. D. FORMAL APPEALS OF DEPARTMENT ACTIONS TAKEN PURSUANT TO CHAPTER 393, LAWS OF 2003: A person who is aggrieved or adversely affected by the denial or issuance of a HP A, or the conditions or provisions made part of a HP A may request a formal appeal. The FORMAL APPEAL shall be in accordance with the provisions of Chapter 393. The request for FORMAL APPEAL shall be in WRITING to the EnVIronmental and Land Use Hearings Board. E. F All-URE TO APPEAL WITHIN THE REQUIRED TIME PERIODS RESULTS IN FORFEITURE OF ALL APPEAL RIGHTS. IF THERE IS NO TIMELY REQUEST FOR AN APPEAL, THE DEPARTMENT ACTION SHALL BE FINAL AND UNAPPEALABLE. Page 4 of 4 I I I I I I I I I I I I I I I I I I I ADDENDUM NO.3 TO THE PROJECT MANUAL FOR CROWN PARK SEWER AND STORMWATER IMPROVEMENTS, PROJECT No. 03-12 NOTICE TO PROSPECTIVE BIDDERS (August 6, 2004) 1. Delete the following sentence on Page 111-4 of the Specifications: In addition to these requirements, the Contractor shall complete all work within the wetland by October 15, 2004. 2. Change the pipe and fitting size for the ductile iron sanitary sewer pipe on sheet 4 from 15" to 16", and change the red ucer fitting to 16" x 14". The description for bid item 38 has been changed on the Bid Form (Page I-IIR) to reflect this change. 3. Add bid item 49, Rock Wall for Outfall Channel, 40 cubic yards, to the Bid Form in the Project Manual. 4. Replace Pages 1-11 and 1-12 of the Project Manual with the attached Pages I-IIR and I -12R. The bid opening date and time remain unchanged by this Addendum. ~ L. r{ ~ ...c.....-Glenn A. ~tler, P.E. Director of Public Works and Utilities This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual when it is submitted to the City with your (See Page 1-12R). Failure to do so may result in the bid being rejected as being non-responsive. City of Port Angeles Addendum No 3, Project 03-12 Page 1 of 1 I I I I I I I I I I I I I I I I I I I Item Estimated Unit Price Extended No. Sec No. Description of Item Quantity Units (Fi2ures) Amount 28 7-05 Manhole Additional Height 48 52 Lineal $ $ In. DIam. Type 1 Feet 29 7-05 Manhole AddItional Height 54 13 Lineal $ $ In. DIam. Type 1 Feet 30 7-05 Manhole Additional Height 60 29 Lmeal $ $ In. Diam. Type 1 Feet 31 7-08 Structure Excavation Class B 5,000 Cubic ,$ $ Incl, Haul Yards 32 7-08 Shonng or Extra Excavation 30,150 Square $ $ Class B Feet 33 7-08 Plugging Existing Pipe 4 Each $ $ 34 7-17 HDPE Sanitary Sewer Pipe 14 2,530 Linear $ $ In. Diam. Feet 35 7-17 PVC Sanitary Sewer Pipe 8 In. 110 Linear $ $ Diam. Feet 36 7-17 PVC Sanitary Sewer Pipe 15 900 Linear $ $ In. Diam. Feet 37 7-17 Ductile Iron Sewer Pipe 12 In. 285 Linear $ $ Diam. Feet 38 7-17 Ductile Iron Sewer Pipe 16 In. 26 Linear $ $ Diam. Feet I 39 7-17 Testmg Sewer Pipe 3,850, Lmear $ $ Feet I I 40 8-01 Silt Fence 180 Linear $ $ Feet 41 8-01 Temporary Erosion Control 600 Square $ $ Blanket Yards 42 8-01 Inlet Protection 10 Each $ $ 43 8-01 Erosion/W ater Pollution By force $ 2,000.00 $ 2,000.00 Control account 44 8-02 Topsoil Type C 45 Cubic $ $ Yards 45 8-02 Sod Installation 485 Square $ $ Yards 46 8-05 Regradmg 1 Lump $ $ Sum 47 8-12 Reset Chain Link Fence and 1 Lump $ $ Gate Sum 48 8-15 Quarry Spalls 30 Cubic $ $ Yards 49 8-24 Rock Wall for Outfall Channel 40 Cubic $ $ Yards 1-11 R I I I I I I I I I I I I I I I I I I I Bid Subtotal $ Sales Tax (8.3%) $ Total Bid $ ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. Bidder's firm name Complete address (Street address) (State) (ZIp) Telephone No. Signed by Title Printed Name: 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 authonzed officials. I-12R I I I I I I I I I I I I I I I I I I I J.../' ADDENDUM NO.4 TO THE PROJECT MANUAL FOR CROWN PARK SEWER AND STORMWATER IMPROVEMENTS, PROJECT No. 03-12 NOTICE TO PROSPECTIVE BIDDERS (August 10, 2004) Replace Page 1-10 with the attached Page I-I0R. The description for Bid Items 14 and 15 have been changed to reflect the correct pipe type and diameter. , The bid opening date and time have been changed to 2:00pm Monday, August 16, 2004 by reason of this Addendum. Bids received on August 10, 2004 will be returned to the bidder unopened. ~L ~ -=- Glenn A. Cufler, P.E. Director of Public Works and Utilities This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual when it is submitted to the City with your (See Page 1-12R). Failure to do so may result in the bid being rejected as being non-responsive. CIty of Port Angeles Addendum No.4, Project 03-12 Page 1 of 1 I I I I I I I I I I I I I I I I I I I Item Estimated Unit Price Extended No. Sec No. Description of Item Quantitv Units (Fi~ures) Amount 1 1-04 Protection, RestoratIon & 1 Lump $ $ Cleanup Sum 2 1-09 MobIlIzatIOn 1 Lump $ $ Sum 3 1-10 Temporary Traffic Control 1 Lump $ $ Except For Flaggers Sum 4 1-10 Traffic Control Labor (Min. 400 Hours $ $ Bid $20.00/hr) 5 2-09 Controlled DensIty FIll 470 Cubic $ $ Yards 6 4-04 Crushed Surfacing Top Course 15 Tons $ $ 7 5-04 Asphalt Cold Patch Mix 10 Tons $ $ 8 5-04 Commercial HMA 65 Tons $ $ 9 6-03 W14X43 Steel 109,300 Pounds $ $ 10 6-03 PIer Connection 75 Each $ $ 11 7-04 Ductile Iron Storm Sewer Pipe 20 Linear $ $ 36 In. Diam. Feet 12 7-04 HDPE Storm Sewer Sewer 145 LInear $ $ PIpe, 18 In. Diam. Feet 13 7-04 ADS N-12 Storm Sewer Pipe 64 Linear $ $ 12 In. Diam. Feet 14 7-04 ADS N-12 Storm Sewer Pipe 580 LInear $ $ 18 In. Diam. Feet 15 7-04 ADS N-12 Storm Sewer PIpe 258 Linear $ $ 36 In. Diam. Feet 16 7-04 TestIng Storm Sewer Pipe 1,076 LInear $ $ Feet 17 7-05 Stormwater Treatment Facility 1 Each $ $ 18 7-05 StIllIng Well and Cover I Each $ $ 19 7-05 Catch Basin Type 1 1 Each $ $ 20 7-05 Catch Basin Type 2, 48 In. I Each $ $ DIam. 21 7-05 Connect to ExistIng Structure 6 Each $ $ 22 7-05 Abandon Pump Station No.1 1 Lump $ $ Sum 23 7-05 Drop Manhole ConnectIOn 1 Each $ $ 24 7-05 Abandon EXIStIng Manhole I Each $ $ 25 7-05 Manhole 48 In. Dlam. Type 1 8 Each $ $ 26 7-05 Manhole 54 In. Diam. Type 1 1 Each $ $ 27 7-05 Manhole 60 In. DIam. Type 1 3 Each $ $ I -10R I I I I I I I I I I I I I I I I I I I P ART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT I I I I I I I I I I I I I I I I I I I PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this~ay of ()~ "''lA. rl- 2004 by and between the City of Port Angeles, a non-charter code city of th~shington, hereinafter referred to as "the City", and Primo Construction, Inc., a Washington Corporation, hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Crown Park Sewer and Stormwater Improvements, Project 03-12 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 Proj ect 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 PW 0407_02 Part02 [ReVised OS/27/04] II - 1 I I I I I I I I I I I I I I I I I I I completed within 80 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 ofthe specified time. 3. Compensation and Method of Payment. A. The qty shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request 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. 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 PW 0407_02 Part02 [ReVised OS/27/04] II - 2 I I I I I I I I I I I I I I I I I I I Chapter 296-127 WAC. The Contractor shall ddcuinent compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the 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 coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 11. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, PW 0407_02 Part02 [ReVised OS/27/04] II - 3 I I I I I I I I I I I I I I I I I I I 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. Ill. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. 11. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors PW 0407_02 Part02 [Revised OS/27/04] 11-4 I I I I I I I I I I I I I I I I I I I The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. PW 0407_02 Part02 [Revised OS/27/04] II-5 I I I I I I I I I I I I I I I I I I I 11. Contract Administration. This Contract shall be administered by on behalf of the Contractor and by Michael Szatlockv on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Primo Construction, Inc. P.O. Box 296 Carlsborg, W A 98324 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. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the ear first set forth ab v . CITY OF PORT ANGELES: By: Clfl)-I~lb-X) /2, PAJ2I2IJ'1! ~LJO~ Mayor Title:p~. A;;~FO~ ____ City Attorney Attest: ,P.lo~~ .1 ~^ City rk - - PW 0407_02 Parl02 [ReVised OS/27/04] 11-6 I I I I I I I I I I I I I I I I I I I PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as Principal, and 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 $ 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. , Washington, this _ day of ,20_. Dated at The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said the above bounded Principal, a certain contract, the said contract being numbered 03-12, and providing for Crown Park Sewer and Stormwater Improvements (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, , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this _ day of ,20_. Surety Principal By By Title Title Surety Address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number PW 0407_02 Part02 [Revised OS/27/04] 11-7 I I ESCROW AGREEMENT for RETAINED PERCENTAGE CROWN PARK SEWER AND STORMWATER IMPROVEMENTS PROJECT NO. 03-12 I I TO' I THIS ESCROW AGREEMENT is for the investment ofthe 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 Umted States; B. Other obligations of the United States or its agencies; C. Obligations of any corporation wholly owned by the Government of the United States; D. Indebtedness of the Federal National Mortgage ASSOCIation; E. Time deposits in commerCial banks; F. Other investments, except stocks, selected by the Contractor, subject to express prior written consent of the City. 2. The investments shall be In a form whIch allows you alone to reconvert them into money If you are required to do so by the City. 3. The investments must mature on or prior to the date set for the completion of the contract, Including extension there of or thirty (30) days follOWing the final acceptance of the work. 4. When Interest on the investments accrues and IS paid, you shall collect the interest and forward it to the Contractor unless otherwise directed by the Contractor. 5. You are not authonzed 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 negotiation of the City's warrants) except in accordance With the written instructions from the City. Compliance With such Instructions shall relieve you of any further liability related thereto. 6. In the event the City orders you, In wnting, to reconvert the Investments and retum 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 I I I I I I I I I I PW 0407_02 Part02 [ReVised OS/27/04] Escrow No.: City of Port Angeles Contract No. 03-12 Completion Date: not be deducted from any monies placed with you pursuant to this agreement until and unless the City directs the release to the Contractor of the Investments and momes held hereunder, whereupon you shall be entitled to reimburse yourself from such monies for the entire amount of your fee. 8. ThiS agreement shall not be binding until signed by both parties and accepted by you 9. ThiS document contains the entire agreement between you, the Contractor, and the City, With respect to thiS Escrow, and you are not a party to, nor bound by any Instrument or agreement other than this. You shall not be required to take notice of any default or any other matter, nor be bound by nor reqUIred to give notice or demand, nor reqUIred to take any action whatever except as herein expressly provided. You shall not be liable for any loss or damage not caused by your own negligence or willful misconduct. CONTRACTOR Federal Tax I.D. No. By: Title. Address: DATE: CITY OF PORT ANGELES By: Title: DATE: THE ABOVE ESCROW AGREEMENT RECEIVED AND ACCEPTED on the _ day of 20_. BANK By: TItle: Address: DISTRIBUTION' City Clerk Financial Institution Contractor File Copy II-8 I I I I I I I I I I I I I I I I I I I PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS I I I I I I I I I I I I I I I I I I I INTRODUCTION/ORDER OF PRECEDENCE See Section 1-04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages III - 1 through III - 16 2. Submittal requirements, as listed on pages III - 16 through III - 18 3. Project Plans, as set forth in Attachment E. 4. Washington State Department of Transportation's 2004 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. This includes Section 1-99, APWA SUPPLEMENT. 5. Washington State Department of Transportation's Standard Plans, as referenced on page III - 16 . 6. Attachments (exclusive of the above-mentioned) as listed in the Table of Contents of the Project Manual. STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportatic~n's 2004 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. Section 1-99, APWA SUPPLEMENT, of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction, shall be included and made a part of the contract specifications. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. III - 1 PW-407 _03 [rev. 5/20/04] I I I I I I I I I I I I I I I I I I I 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. 1-02.2 PLANS AND SPECIFICATIONS Section 1-02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 1-02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power-of-attorney appointing the signatory of the bond as the person authorized to execute it. 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the III - 2 PW-407 _03 [rev. 5/18/04] I I I I I I I I I I I I I I I I I I I following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form, PW-404_02. Definitions: a. RFI: Request for Information (City of Port Angeles' Document PW 404_02) b. CCO: Construction Change Order (City of Port Angeles' Document PW 404_04) PROTECTION, RESTORATION AND CLEAN-UP Section 1-04.11, Final Cleanup, and Section 1-07.16, Protection and Restoration of Property, of the Standard Specifications shall be supplemented with the following: The work done under this item consists of restoring, cleaning and repairing private property impacted by the work, and restoration of other existing features of the landscape which are deemed necessary by the Engineer, or as required by any permit(s) issued for the project. The Contractor shall follow its trenching operation as soon as possible with its restoration work. The Contractor will not be permitted to leave any particular area unrestored for more than two weeks except in the case where he may be doing repair work on a line which has failed to meet test specifications. Such restoration shall follow immediately. The project passes through the wetland from the end of the stormwater discharge ditch and along the sanitary sewer line from approximate station 20+80 to 44+60. There is an existing pipeline maintenance road that is a part of this wetland. The soils supporting the road are saturated, soft, and will not support heavy equipment or repeated loading. The Contractor may use the maintenance road to access the project under the following conditions: 1. No fill material may be placed in the wetland. 2. The Contractor shall limit the area disturbed by construction operations to the minimum necessary to complete the work. 3. The Contractor shall use light equipment, mats, steel plates, or other means to prevent sloughing of the sides of the maintenance roadway or to prevent ruts in the roadway surface in excess of 4 inches deep. Operations that cause sloughing or ruts over 4 inches deep will be discontinued immediately, and alternate construction methods will be used. Any sloughs or ruts over 4 inches deep will be repaired using hand tools and materials available on site. 4. Litter and construction debris shall be collected daily and removed from the project site. III - 3 PW-407 _03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I 5. Fueling of equipment will not take place within the wetland. Equipment shall be inspected daily for fuel and oil leaks. 6. Equipment in need of repair shall be removed from the wetland and repaired off site. In addition to these requirements, the Contractor shall complete all work within the wetland by October 15, 2004. 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 work as specified above 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: 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. III - 4 PW-407_03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I The City of Port Angeles has the right to deny progress payments for completed work if as-built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as-builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1-05.10 GUARANTEES Section 1-05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. 1-07.6 PERMITS AND LICENSES It is anticipated that a WDFW Hydraulic Project Approval (HPA) permit will be issued for this work. If the permit has additional requirements beyond what is already in the Project Manual, an Addendum the Project Manual will be issued. If this occurs, all requirements of the HPA shall be adhered to by the Contractor. All costs related to adhering to this permits shall be under the appropriate bid item, or included in the overall cost of the Contract if no bid item is listed for some of the work - no additional payment will be made to the Contractor for work required to meet the requirements of the permit. 1-07.17 UTILITIES AND SIMILAR FACILITIES Section 1-07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. III - 5 PW-407 _03 [rev. 5/18/04] I I I I I I I I I I I I I I I I I I I 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 II of the Project Manual. 1-07.23 PUBLIC CONVENIENCE AND SAFETY Section 1-07.23 is supplemented with the following: The construction safety zone for this project is 10 feet from the outside edge of the traveled way. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling public. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the III - 6 PW-407 _03 [rev. 5/18/04] I I I I I I I I I I I I I I I I I I I following provisions shall apply: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer at least one work day in advance of the need to restrict parking within the project limits. The Engineer will notify the Police Department of the required restricted parking. 3. Prior to cutting across driveways and business or parking accesses, the Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADV ANCE. 4. Every effort shall be made to limit restrictions to access of businesses to short periods of time. The Contractor may be required to address business access concerns on short notice. Modification(s) to the contract to compensate the Contractor for changes due to access concerns shall only be made if such change results in an impact on the delivery schedule of more than one day and/or a significant change in labor or equipment requirements. Measurement and Payment The contract lump sum price for "Temporary Traffic Control Except for Flaggers" shall be full compensation for all costs and expense necessary or incidental to furnishing all labor, equipment, tools, and materials in connection with maintaining and protecting traffic, including installing and removing Class B signs, as well as all costs for sweeping, washing, or otherwise cleaning roadways and sidewalks of construction debris, including dirt, dust, mud, etc. HOURS OF WORK See Section 1-08.0 of the APWA Supplement (Section 1-99) to the Standard Specifications for hours of work allowed under this contract. This section is further supplemented by the following: The hours for delivery to the Port Angeles Landfill of approved material under this contract is limited to Monday through Saturday, 9:00 am to 3:30 pm, excluding holidays. Material delivered and/or disposed of at other hours will not be compensated for under this contract. PROGRESS SCHEDULE Section 1-08.3 is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM) schedule, in both electronic and hard copy format. The CPM shall include all aspects of III - 7 PW-407_03 [rev 5/18/04] 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 2000 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 80 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: III - 8 PW-407 _03 [rev. 5/18/04] I I I I I I I I I I I I I I I I I I I The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. TRAFFIC CONTROL MANAGEMENT The third sentence of the first paragraph of Section 1-10.2(1) is revised to read: The Contractor may designate the project superintendent as the TCS. TRAFFIC CONTROL PLANS The first sentence of Section 1-10.2(2) is to be replaced with the following: The Contractor shall develop a traffic control plan necessary for their method of performing the work, and submit it to the Engineer for approval before any work involving the plan begins. No work shall occur that alters existing traffic control before approval of the plan. The plan shall be in accordance with this section, the Standard Plans, and the Manual on Uniform Traffic Control Devices (MUTCD). Standard Plan K-2 shall be used for this project for the traffic control plan. The minimum lane width shall be eleven (11) feet. The Contractor shall provide alternate traffic control Plans for approval by the Engineer, as necessary to accommodate any changes. The last sentence of Section 1-10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. Costs associated with the development of the traffic control plan(s) shall be incidental to contract prices. CONSTRUCTION SIGNS Section 1-10.3(3) is revised to read: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, III - 9 PW-407 _03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor, except for the project sign. All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All signs shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the Plans. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. The following Class A signs shall be installed by the Contractor at locations designated at the pre- construction conference: "Construction Ahead" (4) "End Construction" (2) "Project Sign" - provided by the City Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. I If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Furnishing Class B signs will be in accordance with Section 1-10.3(3). Payment for setup and take down of Class B signs will be paid for under the lump sum bid item "Temporary Traffic Control Except for Flaggers", Section 1-07.23. The condition of the signs shall be new or "Acceptable" as defined in the book, Quality Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition of a sign shall be final. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898-5400, FAX: (703) 898-5510. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. III - 1 0 PW-407_03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS STORM SEWERS Materials Section 7-04.2 is supplemented with the following: Ductile Iron Storm Sewer Pipe 9-05.13 High-Density Polyethylene (HDPE) Storm Sewer Pipe 9-30.1 (6) ADS N-12 Storm Sewer Pipe 9-05.12 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Materials The stilling well shall meet the requirements of Section 9-12.4. The stilling well cover shall meet the requirements of Section 9-06 and 9-07. The locks on the hatch shall be provided by the City. Construction Requirements Excavation for the stilling well shall be done in accordance with Section 2-09. The stilling well shall be constructed in accordance with Section 7-05.3. The stilling well cover shall be constructed in accordance with Section 6-03 and the details shown in the Plans. If the fabricated metal is damaged during shipping or construction, the Contractor shall paint all scratches, nicks, etc., with galvanized repair paint meeting the requirements of Section 9-08. This repair work shall be done to the satisfaction of the Engineer. Measurement Section 7-05.4 is supplemented with the following. Connections to existing structures will be measured per each. Stilling well and cover will be measured per each. Payment Section 7-05.5 is supplemented with the following. "Connect to Existing Structure", per each. "Stilling Well and Cover", per each. The unit contract price per each for the "Stilling Well and Cover" shall be full pay for furnishing and installing the manhole, ladder, steel bar cover and related appurtenances. All costs to furnish all materials, labor, tools, and equipment necessary for the manufacture, fabrication, galvanization, transportation, and erection of all structural steel used in the stilling well cover shall be included in the unit contract price for the item installed. III - 11 PW -407 _ 03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I ABANDON PUMP STATION NO.1 Description This work consists of removing and disposing of or salvaging materials and equipment from pump station no. 1 as shown in the Plans or identified by the Engineer. The work shall also include the backfilling of trenches, holes, or pits that result from such removal. This pump station shall not be abandoned until the gravity sewer main from the site of the pump station to pump station 3 is completed, accepted and operational for no less than two weeks. Construction Requirements City personnel shall salvage materials and equipment from the pump station before the Contractor begins disassembling the pump station. Any materials or equipment not named in the Special Provisions or identified by the Engineer as City property will become the property of the Contractor and shall be removed from the project. The Contractor shall minimize disturbance to the shrubs and trees surrounding the pump station. The work area shall be limited to one foot outside the fence in the planting area. After materials and equipment have been salvaged, the manhole and pump chamber shall be broken down to a depth of at least 4 feet below the surface elevation, all connections plugged with concrete, and the manhole and pump chamber filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14 )C. Debris resulting from breaking the upper part of the manhole or pump chamber may be mixed with the sand, subject to the approval of the Engineer. I Other materials to be removed include the following items: Wood fence, approximately 75 linear feet Concrete slab, approximately 5 square yards Concrete bollards, 4 each The disturbed areas shall be backfilled with native material and graded in such a manner to blend naturally with the surrounding area. The Contractor shall coordinate with the respective utilities the timing of disconnecting the telephone, power, and water service lines to the pump station. The Contractor shall cap the water service line at the water main on 4th Street and the City will salvage the water meter. Measurement When shown as lump sum in the Plans or in the proposal as abandon pump station no. 1, no specific unit of measurement will apply, but measurement will be for the sum total of all the work to abandon the pump station. Payment Payment will be made in accordance with Section 1-04.1 for the following bid items that III - 1 2 PW-407 _03 [rev. 5/18/04] I I I I I I I I I I I I I I I I I I I are included in the proposal: "Abandon Pump Station No.1", per lump sum. The lump sum contract price for "Abandon Pump Station No.1" shall be full pay for all costs to disassemble the pump station including, but not limited to breaking down the manhole and pump chamber, filling with sand, backfilling with native material, removing the wood fence, concrete slab, and concrete bollards, disconnecting the service lines, and smooth grading the backfilled areas. STORMWATER TREATMENT FACILITY Description This work consists of furnishing and installing stormwater treatment facility as shown in the Plans. Materials The stormwater treatment facility shall be Aqua Swirl Concentrator model AS-1 0, or approved equal. The swirl chamber shall be 10-ft diameter. The oil/debris storage capacity shall be 1,130 gallons, and the sediment storage capacity shall be 180 cubic feet. The inlet pipe diameter shall be as shown in the Plans. Construction Requirements The Contractor shall excavate for the stormwater treatment facility to the lines and grades shown in the Plans and in accordance with Section 2-09. Measurement Stormwater treatment facility will be measured per each. Payment Payment will be made in accordance with Section 1-04.1 for the following bid items that are included in the proposal: "Stormwater Treatment Facility", per each. The unit contract price per each for the "Stormwater Treatment Facility" shall be full pay for furnishing and installing the treatment facility. All costs associated with furnishing and installing gravel backfill for the treatment facility shall be included in the unit contract price for the item installed. SANITARY SEWERS Materials Materials shall meet the following requirements: High-density polyethylene (HOPE) pipe 9-30.1 (6) PIER CONNECTION Description This work consists of furnishing, fabricating, galvanizing, erecting, and cleaning structural steel connections and installing them to the existing concrete piers as shown III - 1 3 PW-407_03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I in the Plans. Materials Materials shall meet the requirements of the following sections: Structural Steel and Related Materials 9-06 Construction Requirements The steel shall be fabricated and galvanized to the dimensions and configurations shown in the Plans and in accordance with Section 6-03. If the fabricated metal is damaged during shipping or construction, the Contractor shall paint all scratches, nicks, etc., with galvanized repair paint meeting the requirements of Section 9-08. This repair work shall be done to the satisfaction of the Engineer. Measurement Pier connections will be measured per each. Payment Payment will be made in accordance with Section 1-04.1 for the following bid items that are included in the proposal: "Pier Connection", per each. The unit contract price per each for the "Pier Connection" shall be full pay for all costs to furnish all materials, labor, tools, and equipment necessary for the manufacture, fabrication, galvanization, transportation, and erection of all structural steel used in the completed pier connection. W14x43 STEEL Description This work consists of furnishing, fabricating, galvanizing, erecting, and cleaning structural steel beam as shown in the Plans. Materials Materials shall meet the requirements of the following sections: Structural Steel and Related Materials 9-06 Construction Requirements The w-beam shall be installed to the lines and grades shown in the Plans and in accordance with Section 6-03. If the fabricated metal is damaged during shipping or construction, the Contractor shall paint all scratches, nicks, etc., with galvanized repair paint meeting the requirements of Section 9-08. This repair work shall be done to the satisfaction of the Engineer. Measurement III - 14 PW-407_03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I The W14x43 will be measured by the pound of finished weight. Payment Payment will be made in accordance with Section 1-04.1 for the following bid items that are included in the proposal: "W14x43", per pound. The unit contract price per linear foot for the "W14x43" shall be full pay for all costs to furnish all materials; labor, tools, and equipment necessary for the manufacture, fabrication, galvanization, transportation, and erection of all structural steel beams used. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-05 REGRADING Description This work consists of regrading the ground near the bottom of the ravine to the lines and grades shown in the Plans. Construction Requirements The area depicted in the Plans shall be regraded, smoothed, and contoured such that the earthen material is not pushed up against the existing concrete cylinder pipe. This work shall include, but not be limited to, removing trees, shrubs, brush, and debris, and contour grading. The regraded area shall be constructed in accordance with Section 2-03.14 unless otherwise directed by the Engineer. Measurement When shown as lump sum in the Plans or in the proposal as regrading, no specific unit of measurement will apply, but measurement will be for the sum total of all the work to regrade the area at the bottom of the ravine. Payment Payment will be made in accordance with Section 1-04.1 for the following bid items that are included in the proposal: "Regrading", per lump sum. The lump sum contract price for "Regrading" shall be full pay for all work to regrade, smooth, and contour the existing ground area at the bottom of the ravine. CHAIN LINK FENCE AND WIRE FENCE Construction Requirements Section 8-12.3 is supplemented with the following. The existing chain link fence near station 46+00, left, shall be reset as shown in the Plans. New posts shall be furnished and installed, but the chain link fabric with barbed III - 1 5 PW-407 _03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I wire shall be reused. Measurement Section 8-12.4 is supplemented with the following. When shown as lump sum in the Plans or in the proposal as reset chain link fence and gate, no specific unit of measurement will apply, but measurement will be for the sum total of all items to be furnished and installed. Payment Section 8-12.5 is supplemented with the following. "Reset Chain Link Fence and Gate", per lump sum. The lump sum contract price for "Reset Chain Link Fence and Gate" shall be full pay for all work to furnish new fence posts and reset the chain link fence and gate. STANDARD PLANS The Washington State Department of Transportation's Standard Plans for Road, Bridge and Municipal Construction, up to and including any official changes to these Plans issued through June 1, 2004 are hereby made a part of this contract. Any conflicts between the Standard Plans and other parts of this contract will be resolved as stated in the Order of Precedence at the beginning of Part III. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR-01 Material Submittals SR-02 Design Submittals SR-03 Progress Schedule SR-04 As-Built Drawings SR-05 Other Post-Construction Submittals SR-06 Itemized List Of Submittals SR-07 Submittals Review Form SR-01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed in SR-06, "Itemized List Of Submittals". All material submittals or resubmittals shall be accompanied by SR-07, "Submittals Review Form". The location of the specification for each of these items in the Standard Specifications or Special Provisions is indicated in SR-06. If the item description for the material submittal is not the exact brand or model specified in the Contract, then 3 copies of the manufacturer's descriptive literature, III - 1 6 PW-407 _03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I 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. I 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. 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-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 III-17 PW-407 _03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I 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. Edit this list: ITE M APPLICABLE NO. DESCRIPTION SECTION Design Submittals 1 Traffic Control Plan(s) 1-10 2 Progress Schedule 1-08.3 Material Submittals 3 Bedding and Backfill Materials various Post-Construction Submittals 4 Landfill Weight Tickets 1-04.3 5 Final As-Builts 1-05.5 III - 1 8 PW-407 _03 [rev 5/18/04] I I I I I I I I I I I I I I I I I I I PART IV ATTACHMENTS I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 I PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. I On public works proJects, workers' wage and benefit rates must add to not less than this total. A brief descnption of overtime calculation requirements IS provided on the Benefit Code Key. I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31.86 1N 50 BOILERMAKERS JOURNEY LEVEL $43.47 1B 5N I BRICK AND MARBLE MASONS JOURNEY LEVEL $38.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 CARPENTERS I ACOUSTICAL WORKER $38.06 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $37.90 1M 50 CARPENTER $37.90 1M 50 CREOSOTED MATERIAL $38.00 1M 50 I DRYWALL APPLICATOR $38.74 1M 50 FLOOR FINISHER $38.03 1M 50 FLOOR LAYER $38.03 1M 50 FLOOR SANDER $38.03 1M 50 I MILLWRIGHT AND MACHINE ERECTORS $38.90 1M 50 PILEDRIVERS, DRIVING. PULLING, PLACING COLLARS AND WELDING $38.10 1M 50 SAWFILER $38 03 1M 50 I SHINGLER $38.03 1M 50 STATIONARY POWER SAW OPERATOR $38.03 1M 50 STATIONARY WOODWORKING TOOLS $38.03 1M 50 CEMENT MASONS I JOURNEY LEVEL $31.86 1N 50 DIVERS & TENDERS DIVER $79.57 1M 50 8A DIVER TENDER $40.67 1M 50 DREDGE WORKERS I ASSISTANT ENGINEER $38.37 1B 50 8L ASSISTANT MATE (DECKHAND) $37.91 1B 50 8L BOATMEN $38.37 18 5D 8L ENGINEER WELDER $38 42 1B 5D 8L I LEVERMAN, HYDRAULIC $39.85 1B 50 8L MAINTENANCE $37.91 1B 50 8L MATES $38.37 1B 50 8L I' OILER $38.02 1B 50 8L DRYWALL TAPERS JOURNEY LEVEL $38.59 1J 5B ELECTRICIANS - INSIDE CABLE SPLICER $48.51 10 6H I CABLE SPLICER (TUNNEL) $52 31 10 6H CERTIFIED WELDER $46.79 10 6H CERTIFIED WELDER (TUNNEL) $50.41 10 6H I CONSTRUCTION STOCK PERSON $24.33 10 6H JOURNEY LEVEL $45.06 10 6H JOURNEY LEVEL (TUNNEL) $48.51 10 6H ELECTRICIANS - POWERLlNE CONSTRUCTION I CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33.93 4A 5A I Page 1 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL L1NEPERSON $44.65 4A 5A I LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER $44.65 4A 5A POWDER PERSON $33.93 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS I JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q I FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11.60 FLAGGERS I JOURNEY LEVEL $27.18 1N 50 GLAZIERS JOURNEY LEVEL $38.96 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS I MECHANIC $39.93 1F 5E HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.34 1N 50 INLAND BOATMEN I CAPTAIN $33.50 1K 5B COOK $28.96 1K 5B DECKHAND $28.16 1K 5B ENGINEER/DECKHAND $30.61 1K 5B I MATE, LAUNCH OPERATOR $32.05 1K 5B INSULATION APPLICATORS JOURNEY LEVEL $20.50 IRONWORKERS I JOURNEY LEVEL $41.02 1B 5A LABORERS ASPHALT RAKER $32.34 1N 50 BALLAST REGULATOR MACHINE $31.86 1N 50 I BATCH WEIGHMAN $27.18 1N 50 BRUSH CUTTER $31.86 1N 50 BRUSH HOG FEEDER $31.86 1N 50 BURNERS $31.86 1N 50 I CARPENTER TENDER $31.86 1N 50 CASSION WORKER $32.70 1N 50 CEMENT DUMPER/PAVING $32.34 1N 50 CEMENT FINISHER TENDER $31.86 1N 50 I CHANGE-HOUSE MAN OR DRY SHACKMAN $31 86 1N 50 CHIPPING GUN (OVER 30 LBS) $32.34 1N 50 CHIPPING GUN (UNDER 30 LBS) $31.86 1N 50 CHOKER SETTER $31.86 1N 50 I CHUCK TENDER $31.86 1N 50 CLEAN-UP LABORER $31.86 1N 50 CONCRETE DUMPER/CHUTE OPERATOR $32.34 1N 50 CONCRETE FORM STRIPPER $31.86 1N 50 I CONCRETE SAW OPERATOR $32.34 1N 50 CRUSHER FEEDER $27.18 1N 50 CURING LABORER $31.86 1N 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $31.86 1N 50 I DITCH DIGGER $31 86 1N 50 DIVER $32.70 1N 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.34 1N 50 I Page 2 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I DRILL OPERATOR, AIRTRAC $32.70 1N 5D DUMPMAN $31.86 1N 5D GABION BASKET BUILDER $31.86 1N 5D I GENERAL LABORER $31.86 1N 5D GRADE CHECKER & TRANSIT PERSON $32.34 1N 5D GRINDERS $31.86 1N 5D GROUT MACHINE TENDER $31.86 1N 5D I GUARDRAIL ERECTOR $31.86 1N 5D HAZARDOUS WASTE WORKER LEVEL A $32.70 1N 5D HAZARDOUS WASTE WORKER LEVEL B $32.34 1N 5D HAZARDOUS WASTE WORKER LEVEL C $31.86 1N 5D I HIGH SCALER $32.70 1N 5D HOD CARRIERlMORTARMAN $32.34 1N 5D JACKHAMMER $32.34 1N 5D LASER BEAM OPERATOR $32.34 1N 5D I MANHOLE BUILDER-MUDMAN $32.34 1N 5D MATERIAL YARDMAN $31.86 1N 5D MINER $32.70 1N 5D I NOZZLE MAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH . $32.34 1N 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $32.34 1N 5D PILOT CAR $27.18 1N 5D I PIPE POT TENDER $32.34 1N I 5D PIPE RELlNER (NOT INSERT TYPE) $32.34 1N I 5D PIPELAYER & CAULKER $32.34 1N 5D PIPELAYER & CAULKER (LEAD) $32.70 1N 5D I PIPEWRAPPER $32.34 1N 5D POT TENDER $31.86 1N 5D POWDERMAN $32.70 1N 5D I POWDERMAN HELPER $31.86 1N 5D POWERJACKS $32.34 1N 5D RAILROAD SPIKE PULLER (POWER) $32.34 1N 5D RE-TIMBERMAN $32.70 1N 5D I RIPRAP MAN $31.86 1N 5D RODDER $32.34 1N 5D SCAFFOLD ERECTOR $31.86 1N 5D SCALE PERSON $31 86 1N 5D I SIGNALMAN $31.86 1N 5D SLOPER (OVER 20") $32.34 1N 5D SLOPER SPRA YMAN $31.86 1N 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $32.34 1N 5D I SPREADER (CONCRETE) $32.34 1N 5D STAKE HOPPER $31.86 1N 5D STOCKPILER $31.86 1N 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $32.34 1N 5D I TAMPER (MULTIPLE & SELF PROPELLED) $32.34 1N 5D TOOLROOM MAN (AT JOB SITE) $31.86 1N 5D TOPPER-TAILER $31.86 1N 5D TRACK LABORER $31 86 1N 5D I TRACK LINER (POWER) $32 34 1N 5D TRUCK SPOTTER $31.86 1N 5D TUGGER OPERATOR $32.34 1N 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $31.86 1N 5D I VIBRATOR $32.34 1N 5D VINYL SEAMER $31.86 1N 5D WELDER $31.86 1N 5D I Page 3 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I WELL-POINT LABORER $32.34 1N 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 I LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 LANDSCAPING OR PLANTING LABORERS $7.93 LATHERS JOURNEY LEVEL $38.74 1M 5D I PAINTERS JOURNEY LEVEL $30.77 2B 5A PLASTERERS JOURNEY LEVEL $25.83 I PLUMBERS & PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.19 1T 5D 8L I BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $38.73 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $39.19 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $39.70 1T 5D 8L BACKHOES, (75 HP & UNDER) $38.36 1T 5D 8L I BACKHOES, (OVER 75 HP) $38.73 1T 50 8L BARRIER MACHINE (ZIPPER) $38.73 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $38.73 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $38.36 1T 50 8L I BOBCAT $36.19 1T 5D 8L BROOMS $36.19 1T 5D 8L BUMP CUTTER $38.73 1T 50 8L CABLEWAYS $39.19 1T 5D 8L I CHIPPER $38.73 1T 5D 8L COMPRESSORS $36.19 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $36.19 1T 50 8L CONCRETE PUMPS $38 36 1T 5D 8L I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $38.73 1T 5D 8L CONVEYORS $38.36 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 1T 50 8L CRANES, 20 -44 TONS, WITH ATTACHMENTS $38.73 1T 50 8L I CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.19 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $39.70 1T 5D 8L WITH ATTACHMENTS) I CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.21 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $36.19 1T 50 8L CRANES, A-FRAME, OVER 10 TON $38.36 1T 50 8L I CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $40 73 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $38.73 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $39.19 1T 50 8L I CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $39 70 1T 5D 8L CRANES, TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $39.70 1T 5D 8L CRANES, TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $40.21 1T 5D 8L CRUSHERS $38.73 1T 5D 8L I DECK ENGINEER/DECK WINCHES (POWER) $38.73 1T 5D 8L DERRICK, BUILDING $39.19 1T 5D 8L DOZERS, D-9 & UNDER $38.36 1T 5D 8L I DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $38.36 1T 5D 8L DRILLING MACHINE $38.73 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $36.19 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $38.36 1T 5D 8L I Page 4 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $38.73 1T 50 8L FORK LIFTS, (3000 LBS AND OVER) $38.36 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $36.19 1T 50 8L I GRADE ENGINEER $38.36 1T 50 8L GRADECHECKER AND STAKEMAN $36.19 1T 50 8L GUARDRAIL PUNCH $38.73 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $38.36 1T 50 8L I HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.36 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $38.73 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $36.19 1T 50 8L I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $38.36 1T 50 8L LOADERS, OVERHEAD (6 YO UP TO 8 YO) $39.19 1T 50 8L LOADERS, OVERHEAD (8 YO & OVER) $39.70 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $38.73 1T 50 8L I LOCOMOTIVES, ALL $38.73 1T 50 8L MECHANICS, ALL $39.19 1T 50 8L MIXERS, ASPHALT PLANT $38.73 1T 50 8L MOTOR PATROL GRADER (FINISHING) $38.73 1T 50 8L I MOTOR PATROL GRADER (NON-FINISHING) $38.36 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $39.19 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.19 1T 50 8L OPERATOR I PAVEMENT BREAKER $36.19 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 1T . 50 8L PLANT OILER (ASPHALT, CRUSHER) $38.36 1T : 50 8L POSTHOLE DIGGER, MECHANICAL $36.19 1T : 50 8L I POWER PLANT $36.19 1T 50 8L PUMPS, WATER $36.19 1T 50 8L QUAD 9,0-10, AND HD-41 $39.19 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.19 1T 50 8L I EQUIP RIGGER AND BELLMAN $36.19 1T 50 8L ROLLAGON $39.19 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.19 1T 50 8L I ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $38.36 1T 50 8L ROTO-MILL, ROTO-GRINDER $38.73 1T 50 8L SAWS, CONCRETE $38.36 1T 50 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $38.73 1T 50 8L I OFF-ROAD EQUIPMENT ( UNDER 45 YO) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.19 1T 50 8L OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38 36 1T 50 8L I SCREED MAN $38.73 1T 50 8L SHOTCRETE GUNITE $36.19 1T 50 8L SLlPFORM PAVERS $39.19 1T 50 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 1T 50 8L I SUBGRADE TRIMMER $38.73 1T 50 8L TOWER BUCKET ELEVATORS $38.36 1T 50 8L TRACTORS, (75 HP & UNDER) $38.36 1T 50 8L TRACTORS, (OVER 75 HP) $38.73 1T 50 8L I TRANSFER MATERIAL SERVICE MACHINE $38.73 1T 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39 19 1T 50 8L TRENCHING MACHINES $38 36 1T 50 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38 36 1T 50 8L I TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 1T 50 8L TRUCK MOUNT PORTABLE CONVEYER $38.73 1T 50 8L WHEEL TRACTORS, FARMALL TYPE $36.19 1T 50 8L YO YO PAY DOZER $38.73 1T 50 8L I Page 5 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAG'E Code Code Code I POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A 5A SPRAY PERSON $30.29 4A 5A I TREE EQUIPMENT OPERATOR $30.71 4A 5A TREE TRIMMER $28.43 4A 5A TREE TRIMMER GROUNDPERSON $20.89 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) $45.43 1J 6L SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 I SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 I TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B ' 5A HOLE DIGGER/GROUND PERSON $15.69 2B 15A INSTALLER (REPAIRER) $26.70 2B i 5A I JOURNEY LEVEL TELEPHONE L1NEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER I $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $27.84 2B 5A I TELEPHONE EQUIPMENT OPERATOR (LIGHT) $25.91 2B 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION L1NEPERSON/lNSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A I TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $35.63 1H 5A I TILE, MARBLE & TERRAZZO FINISHERS FINISHER $29.46 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A I TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $35.91 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $36.49 1T 5D 8L DUMP TRUCK $20.23 1 I DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $36.49 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS I IRRIGATION PUMP INSTALLER $11.60 OILER $9.45 WELL DRILLER $11.60 I I Page 6 I BENEFIT CODE KEY - EFFECTIVE 03-03-04 ************************************************************************************************************************ 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. 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 SA TURDA YS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SA TURDA YS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SA TURDA Y; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDA Y OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS AND SA TURDA Y, AND ALL HOURS WORKED ON SUNDA YS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DA Y) 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 ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SA TURDA Y SHALL BE PAID ATONE AND ONE-HALF THE HOURL Y RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE-HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY. THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SA TURDA Y, AND ALL HOURS WORKED ON SUNDA YS AND HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DA Y) SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE N. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE I I I I I I I I I I I I I I I I I I I I. 2 BENEFIT CODE KEY - EFFECTIVE 03-03-04 -2- P ALL HOURS WORKED ON SA TURDA YS (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 Q ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SA TURDA YS, EXCEPT MAKE-UP DAYS, SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED AFTER 6.00PM SA TURDA Y TO 6 OOAM MONDAY AND ON HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE W. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALFTIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. , ALL HOURS WORKED ON SUNDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PA Y. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SA TURDA YS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID ATONE AND ONE- HALF TIMES THE HOURLy' RA TE 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-HALFTIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED ON SA TURDA YS 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. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDA Y PAY. ALL HOURS WORKED ON UNPAID HOLIDA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY I I I I I I I I I I I I I I I I I I I 4. 5. BENEFIT CODE KEY - EFFECTIVE 03-03-04 -3- M ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O. ALL HOURS WORKED ON SUNDAYS AND HOLIDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID A T DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. HOLIDA Y CODES A HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDA YS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDA Y AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DA Y (9) G. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDA YS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) N HOLIDA YS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DA Y (9). o PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). P. HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). Q. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DA Y AFTER THANKSGIVING DAY, ONE-HALF DA Y BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) S. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) P AID HOLIDAYS. W PAID HOLIDAYS NINE (9) PAID HOLIDAYS. X. HOLIDA YS 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. HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DA Y, THANKSGIVING DA Y, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) I I I I I I I I I I I I I I I I I I I 6 6. 8 BENEFIT CODE KEY - EFFECTIVE 03-03-04 -4- z HOLlDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DAY, VETERANS DAY; THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). A. PAID HOLlDA YS: 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 HOLlDA YS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DA Y, CHRISTMAS EVE DAY, CHRISTMAS DAY. (9) c. HOLIDA YS: 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 HOLIDA YS. 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). HOLIDA YS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) H. I. PAID HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DA Y, FRIDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) , PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DA Y THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDA Y ~ PRESIDENTS' DAY. Q. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAX (8). PAID HOLIDAYS' NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING D'A Y BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). T. U. HOLIDA YS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10) W. PAID HOLIDAYS' NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, DAY BEFORE CHRISTMAS DAY (10). x. PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DA Y, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I). 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 I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 03-03-04 -5- OVER 200' - DIVERS MA Y NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $ I 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 $025. M. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B: $ I 00, LEVELS C & D: $0.50. N. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURL Y PREMIUMS AS FOLLOWS - LEVEL A: $ I 00, LEVEL B $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 I I I I I I I I I I I I I I I I I I I REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: Crown Park Sewer and Stormwater Improvements PROJECT/CONTRACT NUMBER: 03-12 ORIGINATOR: DOwner D Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: DYES 0 NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: I I CONTRACT CHANGE ORDER (CCO) NO. I Project Name Crown Park Sewer and Stormwater Improvements Date I Contractor Project No. 03-12 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 Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: I I Item Description No. RFI# Qty. Unit $ Cost Per Unit $ Cost I Ong. Rev. 2 Ong I 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:VY DAYS' ZZ DAYS. XX+ZZ-VY DAYS: VY+ZZ I I · Amount with applicable sales tax included I All work, matenals and measurements to be In accordance With the provisions of the onginal contract and/or the standard specifications and special provIsions for the type of construction Involved. The payments and/or addlttonal time specified and agreed to In this order Include every claim by the Contractor for any extra payment or extension of time With respect to the work described herein, Including delays to the overall project I ~ . '''D'..5~A''0~wE' :';Y,;' '> ^ t ~ I~ 'ti I PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR I CITY MANAGER CITY COUNCIL APPROVAL DATE: v,'; I I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT Crown Park Sewer & Stormwater Improvements, PROJ. NO. 03-12 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 o I I I I I I I I I I I I I I I I I ~ ~ ! ~ I j o I~ ((/; o ~ " ~ ..., ~ ~ THE CITY OF PORT ANGELES WASHINGTON, u.s. CROWN PARK UTILITY IMPROVEMENTS PRO,JECT 03-12 2004 , \1CTOIflA \l~ I'"~ . w,. f .,~ STRAIT Of" JUAN DE rUCA SHEET INDEX # TITLE 1 COVER SHEET 2 GENERAL NOTES AND LEGEND 3 SANITARY SEWER PLAN AND PROFILE 4 SANITARY SEWER PLAN AND PROFILE 5 SANITARY SEWER PLAN AND PROFILE 6 SANITARY SEWER PLAN AND PROFILE 7 SANITARY SEWER PLAN AND PROFILE B SANITARY SEWER PLAN AND PROFILE 9 SANITARY SEWER PLAN AND PROFILE 10 STORM DRAINAGE PLAN AND PROFILE 11 STORM DRAINAGE PLAN AND PROFILE 12 DETAILS 13 STORM DRAINAGE DETAILS 14 STORM DRAINAGE DETAILS 15 EROSION CONTROL PLAN AND PIG PORT DETAILS 16 PIER CONNECTION DETAILS VICI~~HTY MAP NOT TO SCALE AREA MAP NOT TO SCALE l. 1 SKilLINGS CONNOLLY 5016 Lacey Boulevard SE. Lacey, WaShIngton 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 ~ I I NOTES: 1 THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A DIVERSION OF FLOWS IN THE WASTEWATER SYSTEM. NO DISRUPTION OF SEWER SERVICE WILL BE ALLOWED 2 ALL SEWER MAINS SHALL BE HIGH VELOCITY CLEANED AND PRESSURE TESTED PRIOR TO PAVING THE STREETS IN CONFORMANCE WITH THE WSDOT/APWA SPECIFICATIONS, AT THE CONTRACTOR'S EXPENSE. HYDRANT FLUSHING OF LINES IS NOT AN ACCEPTABLE CLEANING METHOD AN AIR TEST OF ALL LINES IS THE MINIMUM TESTING REQUIRED TESTING OF THE MAIN MAY INCLUDE TELEVISION INSPECTION, IF DIRECTED BY THE CITY TESTING SHALL TAKE PLACE AFTER ALL UNDERGROUND UTILITIES ARE INSTALLED AND COMPACTION OF THE ROADWAY SUBGRADE IS COMPLETED 3. PRIOR TO BACKFILLING, ALL SEWER LINES AND APPURTENANCES SHALL BE INSPECTED AND APPROVED BY THE CITYS INSPECTOR APPROVAL SHALL NOT RELIEVE THE CONTRACTOR FOR CORRECTION OF ANY DEFICIENCIES AND/OR FAILURE AS DETERMINED BY SUBSEQUENT TESTING AND INSPECTIONS IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE CITY FOR THE REDUIRED INSPECTIONS I I I 4. CONNECTION OF A SEWER MAIN TO A SYSTEM WHERE A lotANHOLE IS NOT AVAILABLE SHALL BE ACCOlotPLlSHED BY POURING A CONCRETE BASE AND SETTING lotANHOLE SECTIONS THE EXISTING PIPE SHALL ONLY BE CUT INTO BY CITY CREWS, UNLESS OTHERWISE APPROVED 5 THE CONTRACTOR IS RESPONSIBLE FOR ALL SHORING OF TRENCHES IF SHORING IS NOT ADEQUATE, THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS 6. ECCENTRIC MANHOLE CONE SHALL BE OFFSET SO AS NOT TO BE LOCATED IN THE TIRE TRACK OR A TRAVELED LANE AND SHALL BE IN LINE WI TH THE MANHOLE STEPS 7 MANHOLE FRAMES AND COVERS SHALL BE CAST IRON lotARKED "SEWER" CONFORMING TO THE REQUIRElotENTS OF ASTlot A536, GRADE BO-55-06, OL YlotPIC FOUNDRY TYPE lotH 30D/T, OR APPROVED EQUAL REPAIR OF DEFECTS SHALL NOT BE PERlotITTED. B SAFETY STEPS SHALL BE FABRICATED OF POL VPROPYLENE CONFORMING TO ASTlot 0-4101, INJECTION lotOLDED AROUND A 1/2 INCH ASTlot A-615 GRADE STEEL REINFORCING BAR WITH ANTI-SLIP TREAD STEPS SHALL PROJECT UNIFORMLY FROlot THE INSIDE WALL OF THE MANHOLE STEPS SHALL BE INSTALLED TO FORM A CONTINUOUS VERTICAL LADDER WITH RUNGS EQUALLY SPACED ON 12 INCH CENTERS AND INSTALLEO PER WSDOT/APWA STANDARD PLAN B-24. 9. MINllotUM SLOPE THROUGH THE MANHOLE SHALL BE 1/10TH OF ONE FOOT FROM THE INVERT IN TO THE INVERT OUT ALL MANHOLES SHALL BE CHANNELED I I I 10 ALL TRENCH EXCAVATION, BEDDING AND BACKFILL SHALL BE ACCOlotPLlSHED IN ACCORDANCE WITH APWA 7-0B AND AS CONTAINED HEREIN A CLEANING AND GRUBBING WHERE REQUIRED SHALL BE PERFORMED WITHIN THE EASEMENT OR PUBLIC RIGHT-OF-WAY AS PERMITTED BY THE CITY ANO/OR GOVERNING AGENCY DEBRIS RESULTING FROlot THE CLEANING ANO GRUBBING SHALL BE DISPOSED OF BY THE CONTRACTOR IN ACCORDANCE WITH THE TERlotS OF ALL APPLICABLE PERlotlTS PERlotlTS THE COST OF ALL LABOR, EQUIPMENT AND lotATERIALS NECESSATY TO COMPLETE THE CLEARING AND GRUBBING SHALL BE INCLUDED IN THE UNIT PRICE BID OF THE PIPE NO SEPARATE lotEASUREMENT OR PAYlotENT WILL BE MADE FOR CLEARING AND GRUBBING B THE TRENCH SHALL BE KEPT FREE FROM WATER UNTIL JOINTING IS COlotPLETE SURFACE WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL lotAINTAIN SumCIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THA T THESE PROVISIONS ARE CARRIED OUT. C TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN AOVANCE OF PIPE LAYING WITHOUT APPROVAL OF THE CITY ENGINEER. I I I o BACKFILLING WITH NATIVE MATERIALS EXCAVATED FROlot THE TRENCHES lotAY ONLY OCCUR WITH THE WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVATED TRENCH lotATERIAL IS OETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR lot A Y USE THE MATERIAL TO THE BOTTOlot or SUBGRADE ALL TRENCH BACKFILL lot A TERIALS SHALL BE COlotPACTED TO 95 PERCENT DENSITY E IN PAVED AREAS WITHIN THE PUBLIC RIGHT-OF-WAY THE CONTRACTOR SHALL USE CONTROLLED DENSITY BACKFILL PER DETAIL ON THIS SHEET UNLESS ANOTHER ALTERNATIVE lotETHOD IS APPROVEO BY THE CITY ENGINEER ALTERNATIVE lotATERIALS MAY ONLY BE ACCEPTED WITH WRITTEN APPROVAL BY THE CITY ENGINEER ALL OTHER TRENCHING SHALL BE BACKFILLED WITH CRUSHED SURFACING lotATERIALS CONFORlotlNG TO WSDOT/APWA SPECIFICATIONS SECTION 4-04 AND SHALL BE COMPACTED TO 95 PERCENT MAXIMUlot DENSITY, AS DESCRIBED IN WSDOT/APWA SPECIFICATIONS SECTION 2-03. 11 TElotPORARY RESTORATION OF TRENCHES SHALL BE ACCOlotPLISHED BY USING 2" lotlNllotUM DEPTH CLASS A OR B ASPHALT CONCRETE PAVElotENT WHEN AVAILABLE, MEDIUM-CURING (lotC-250) L1QUIO ASPHALT (COLD loti X), ASPHALT TREATED BASE (ATB), OR TRAmc BEARING THICKNESS STEEL PLATES 12 ATB USED FOR TElotPORARY RESTORATION lotAY BE DUlotPED DIRECTLY INTO THE TRENCH OR PATCH AREA, BLADED AND ROLLED AFTER ROLLING, THE TRENCH MUST BE FILLED FLUSH WITH THE EXISTING PAVElotENT TO PROVIDE A SMOOTH RIDING SURFACE I I I 13 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE PERlotANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO lotAINTAIN A PATCH FOR WHATEVER REASON, THE CITY WILL PATCH THE AREA A T THE EXPENSE OF THE CONTRACTOR I 14 TRAmC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH BACKFILL FOR MORE THAN 24 HOURS WITHOUT UTILIZATION OF TElotPORARY PATCHING MEASURES STATED ABOVE 15 TACK COAT SHALL BE APPLIED TO EXISTING PAVElotENT AND EDGE OF THE CUT AND AT COLD JOINTS PRIOR TO PAVING AS SPECIFIED IN WSDOT/APWA SPECIFICATION SECTION 5-04 I I I DATE 01 /04 NO 01/04 DATE REVISIONS OESIGNED BY: ENTERED BY CHECKED BY PROJ ENGR SHELLER D SATER S THOMAS 01/04 I OVlCI02049-4Dldwg X<.~z-24d6b, Z2049ARIAl. so_,I. Z2049Bl1. 06/21/04 1044 Kn,lo 16 ASPHAL T CONCRETE CLASS B, EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHALL BE PLACED IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF WSDOT/APWA SPECIFICATIONS OF SECTION 5-04, EXCEPT THAT LONGITUOINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF ASPHALT CONCRETE SHALL BE DISPLACED LATERALLY A MINllotUlot OF 12 INCHES ASPHALT CONCRETE OVER 2 INCHES THICK SHALL BE PLACED IN EQUAL LIFTS NOT TO EXCEED 2 INCHES EACH 17. PATCHES ON ALL STREET SURFACES, WALKS OR DRIVEWAYS SHALL BE FEATHERED AND SHIMMED TO AN EXTENT THAT PROVlOES A SMOOTH-RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR THE NEWLY PAVED SURFACE SHIMMING AND FEATHERING AS REQUIREO BY THE CITY ENGINEER SHALL BE ACCOMPLlSHEO BE RAKING OUT THE OVERSIZED AGGREGATES FROlot THE ASPHALT CONCRETE MIX AS APPROPRIATE SURFACE SMOOTHNESS SHALL BE PER WSDOT/APWA SPECIFICATION SECTION 5-043(13) UNACCEPTABLE PAVING PATCHES SHALL BE CORRECTED BY RElotOVAL AND REPAVING OF THE TRENCH WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO ITS ORIGINAL OR BETTER CONDITION I 18 19 20 THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN 30 DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAlotE MAY BE ADJUSTED IF OELAYS ARE DUE TO INCLEMENT PAVING WEATHER OR OTHER AOVERSE CONOITIONS THAT MAY EXIST HOWEVER, DELAYING OF THE FINAL PATCH OF OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO THE CITY ENGINEER'S APPROVAL THE CITY ENGINEER lotAY DEEM IT NECESSARY TO COMPLETE THE WORK WITHIN THE 30 DAY TllotE FRAME AND NOT ALLOW ANY TIME EXTENSION IF THIS OCCURS. THE CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINEER A lotANDREL TEST IN ACCORDANCE WITH WSDOT/APWA SPECIFICATIONS - 7-173(2)G MAY BE REQUIRED BY THE CITY ENGINEER ON SEWERS EXCEPT LATERALS WHERE DEFLECTION or THE PIPELiNE IS SUSPECTED CONTRACTOR SHALL INSPECT SERVICE LINES FOR BLOCKAGE OR DAlotAGE AND REPLACE ACCORDINGLY UP TO R/W LIMITS WHEN THE SEWER LINE CROSSES AN EXISTING WATER MAIN. THE CONTRACTOR SHALL VERIFY THAT THERE IS AN 18 INCH SEPARATION BETWEEN THE PIPES IF THERE IS LESS THAN 18 INCHES CLEARANCE. THE CONTRACTOR SHALL CUT THE SEWER PIPE AS NECESSARY TO ASSURE THAT NO JOINTS IN THE SEWER PIPE ARE CLOSER THAN 10 FEET FROlot THE CROSSING THE CONTRACTOR SHALL BE FULLY RESPONSI8LE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILITIES THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING THE UNDERGROUND LOCATE AT 1-800-424-5555 A MINIMUM OF 4B HOURS PRIOR TO ANY EXCAVATION. THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR MAINTAINING ALL LOCATE MARKS ONCE THE UTILITIES HAVE BEEN LOCATED 21 22 23 24 CONTRACT NO. 1-1-0'1 z=~"'T ,f,~ 0 ::!..'t- '^.. tJl . r', _ ..... ,f1 I J, U .. ~A>I""'" ,+"' I , iiJ ~/OHAL 1.1>" 5016 Lacey Boulevard SE. Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 PORT ANGELES l. ] SKILLltlGS CONNOLLY CROWN PARK UTiliTY IMPROVEMENTS !XJI1JtE9 7/31/0& LEGEND: ROADWAY CENTERLINE EDGE OF PAVEMENT EOGE OF GR A VEL EXISTING GAS E~STlNG UNDER GROUND POWER EXISTING OVERHEAD POWER EXISTING SANA TARY SEWER EXISTING STORlot DRAIN EXISTING 8URIED TELEPHONE EXISTING CABLE EXISTING WATER EXISTING FENCE EXISTING SPRINKLER HEAD EXISTING VALVE EXISTING FIRE HYDRANT EXISTING WATER lotETER EXISTING SANA TARY SEWER lotANHOLE EX STORlot DRAIN lotANHOLE EXISTING CATCH 8ASIN EXISTING LUlotlNAIRES EXISTING UTILITY POLE EXISTING FUEL TANK LID EXISTING TREES PROPOSEO STORM DRAIN MANHOLE PROPOSED SANITARY SEWER lotANHOLE PROPOSED STORM DRAIN PROPOSEO SANITARY SEWER PROPOSED VALVE FLOW ARROW -G--G--G-- UG-P- -p -w )( )( Qil P<I b' III q @ o ~ OR :P: -0- " 0* (i) o -SD- -ss- .. - JOB NUWBER GENERAL NOTES AND lEGEND WA 02049-4 SHEET 2 OF 16 SHEETS / ~- \\' STA 15+03 MANHOLE N: 424001 80 E: 995635 59/ I 1 / Ii' AI!.ANDON PIPE ,,'J ~ __ IN PLACE __ I J ....- ,r~111.-- \,' ~-;-}'_-"O_ ,,~EE SPECIAL PROrVlSIONS FOR bETAILS , - - - -----___ , I 'I f----- \//-----! ! -------/ vl'] ~,- (J -----." rOo I ,; \) ",-' _ /~TO BE ABANDONED :: /~/ :' _,' ^ i!i- I , UG-P v -<= / _~_', /' ~.---'BY OTHERS ; ,... :.... ': "j1 ( '" 1'0 .;~ : ----> ~ UG-P : ,,'\01 : i ./ ... l.tl.~ I ~--------- (/ T I PLUG OUTLET', -.... " t rf,./:t : J ~'l ~ ) ./11" I I WlT':I CONCRETE', . I : " yL 1_._ __ ~ 'j ~\ It! __~: \f .-; - I ~~ l '- \ .,./ SS~__ ' 'G' tiC; r T''''-? - 'fJ-p --IclE"'1 \ " - .-- "--~ ~-, "f --~I-' E --~.: ?~~~~~~~--__-'-!':' I / I L : I Tb'~P) lie'f" W; ~ fll< ,-_.9'"""- li,~ P ----:-!,:rf!'_o _ ____ : " ',_'" /-;-~~-D/ ' \ s~ ---,~SS~~-~:\--SS~=======;~:=;~~=;~~ I ~--~-;~-~-_L_------1._~s:~~-:;~~-----;-1--=:~=~-~=;;---~~~~7' ~~-4=__=--_-__~:;:__== T ABANDOl-L~PE':::-=-=-"''>/ -:_:,/ 'Ss ~ ___ - _so--=-,-,>-- ,~ stf.i; ,00 so so' i S()- \\0/' so .--- so Iso' sSSO sSso- ss S IN PL'ACE - , ~ -ss--""- =ss= ss ~ 1~ _ ~ SO so . . Cl so..- S 5S SS_ \ \ ,:s~ ~ I ss - 4do-OO-~ SS' ss==: ~ so ss so 50 so 5[}- 50--- =--105 SS , SS, S5 SS is> 15s 4TH\STREET __ , ~<.:. ss ss -;. ~ss ~~05"-f---SDSs~ __ .__ IJ1 W W ' \ '" \ J 55 \ S5 '-. SS \ \ ~ 129 tr~ --+- ,c. ;("l '~~:~:~-' ~/ ~~ / ,'" /'\ ; ~h~~;~':::~"~'~ll:\'~.;"--J;~;.~'~:f :~i;;:~~7V;'~-~::,:~'~.:-~t~~:J~'~';":""~.':""~r~~'.m"'~t~T--'~~'~l:'''r\''--''',~ .,.- - --'07_ ~_~";/ _~~,>...~~.- ~;~ .,>.J. ,.~~. :: /\ L___ -1 /_; 1 '- ~ : ;;' ~'_) ~--"~} ;' w > ~ ~ - .....f"" ~~~- /' ~ ........:.- -- ~4'" II, If ,,\og nl \ \ .'4, ;:~- I __114~~' ~ ' _~ / _ Q~ V A~/Y~ ~ ,;...0(- ,/'~ -108- /'~, " _~J I, " 1\2' --<'~ - ,- / "i~': I :" -_____/ /,,- /\ ~~ ~~~T:O+~ANHOLE :2,/;;::/ ')( ';=~~~- ~110 /111- - '/', '~-::--: <l: ;---~t: .~::~(:' --Ilk.. d : ' I / ,/ ~ :2.-\ PL NORTH OUTLET VjI~/ ~~~' \ r----------{ I' " '" :.;',-;,_,) ~./f'r _ NCRETE AND RECtf#,NNEL ~~ / " , L_________-' -\ I: (" -4 . , \05.,,?,r -- '-/-.- -./ , /::/ ~~~: ~- -C---)\\ ,_,09- I' // -" .... -~" ~ 1;0 "".... ~ -- L\ I ... I ...,}. _ ...i~i---- :J'l ~ ~~~::-10B~~-'/ \ \ --116-- , , '" :- 25' LT 1 ~\;2- -, , r ,. " I 40 1 SCALE IN FEET ~ , o 10 try ~,/ ~ .J:''''__:;::'''_~__ I I I 1 1 110 1 100 190 1110 100 I 90 1 110 1100 190 180 STA 0+12 PROP SED STORM DRAIN IE = 99 8 STA +11 EXISTING STORt;l DRAW STA 0+18 I EXISTING STORM DRAIN 110 170 170 STA 0+00 = STA 11+03, 25' LT t,4ANHOLE 48 IN. DIAM TYPE 1 RIM= t04 SO- l: (SW)- 99 75 IE (SE)= 99 85 PLUG PIPE TO WEST WITH CONCRETE STA 0+00 = STA 11+03 MANHOLE 48 IN OIAM TYPE 1 RlM= 105 78 IE (W)= 9701 IE (NE)= 96 99 IE (SE)= 96 B9 IE (NW)= 96 99 100 150 160 90 150 150 STA 0+16 EXISTING SANITARY SEWER 5TA 0+00 EXISTING MANHOLE RIM= 10249 IE (SW)= 9783 (PLUG WITH CONCRETE) IE (S)= 97 35 IE (SE)= 97 67 (PLUG WITH CONCRETE) IE (E)= 97 45 (SERVICE TO HOUSE) IE (N)= OVERFLOW TO BLUFF (PLUG WITH CONCRETE) 110 140 140 ]- STA 0+69 EXISTING STORM DRAIN STA 0+17 StA O+H EXISTING STORM ORAIN J~ STOR~RAIN _ _ _ _ --- ~ STA 0+92 = STA 11..03 , 97 I F OF 8" PYC PIPE AT -O:X' ~1~f'!.H~~ jg lti, OIN.., T'i'PE 1 _ IE (W)= 9701 IE (NE)'" 96 99 IE (SE)= 96 B9 IE (NW)= 96 99 100 130 130 DRAIN STA 11+03 MANHOLE 48 IN DIAM TYPE 1 RIM= 10578 IE (W)= 'S7 01 IE (NE)= 96,99 IE (SE)= 96 89 - ~~.,_%"- STA 12+41 EXISTING POWER LINE STA 13+04 EXISTING WATER LINE STA 15+03 MANHOLE 48 IN RIM" 11419 IE (NW)= 95 29 IE (SE)= 9519 01 AM TYPE 1 120 -STA 10+75 EXISTING STORM DRAIN STA 10+65 EXISTING WATER LINE STA 10+59 _ E~TI~ S~RM ORAIN I --- 90 120 f- S1A 11 +37 IEXISTING ~: LINE 5TA 11+79 DISTING SANITARY SEWER EXISTING GROUND AT ~E:LINE =-PIPE l --- ----- ----- ---- --- - __.......r-- 110 -----"'"-- t03 LF OF IS" ...., PV~ PIPr 'AT -4 7~o 100 4('0 LF OF 15" PYC PIPE AT 04X 129 LF OF 15" PVC PIPE AT 04" 90 1 DESIGNED BY ENTERED BY CHECKED BY_ PROJ EN GR. S_ HELLER D. SA TER 11+00 12+00 13+00 14+00 15+00 80 16+00 10+00 REVISIONS CONTRACT NO NO DATE t 1 SKILLINGS (()ttttOLLY JOB NUMBER S_ THOMAS 01 CROWN PARK UTILITY IMPROVEMENTS SANITARY SEWER PLAN AND PROFILE 02049-4 I Xr.~ Z-24X.l68, .._st. Z2049-4811, reprl001, 06 30 04 13 56 Kr~ta 5016 Lacey Boule~ard SE, Lacey, Washlnglon 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 PORT ANGELES WA SHEET 3 or 16 SHt:tTS I I // ...J:.,. ---- ./' ......, I SCALE IN FEET ....- o 10 20 I 40 I PLUG INLET (SE) AND RECHANNEL MANHOLE 14".12" REDUCER (FL) 14" 45' BEND (FL) 14" DUCTILE IRON RESTRAINED PIPE //" I .;v " I .','"____' \ 5- I I I 120 I 120 I 110 I 100 90 I 80 I 70 I 60 I 50 STA 19+00 MANHOLE N' 423934 75 E 996000 B3 STA 16+41 PROPOSED STORM DRAIN STA 16+53 EXISTING STORM DRAIN STA 16+64 EXISTING POWER LINE EXISTING TELEPHONE LINE STA 16+66 EXISTING WATER LINE 130 80 120 70 STA 19+05 rpOSED STORM DRAIN IE = 10790 -" 110 60 0 \ X _~,.^rr" " " OF 14" DIP AT -04" 100 50 UNTJL PIP.E DAYI.LGHTS. \ 90 14" HOPE PIPE. LAY ON EXISTING GROUND 80 30 PIPE INVERT (TYP) 70 20 20+ 62 1640 - 10 REGRADED PROFILe J '- "- 20+62 1269 PILE CAP I 0 (TYP) STA 16 35 EXISTING SANITARY SEWER --- -----t_ -- - - - _ IEXIS:G~OOND: C:TE:N~F ~E__ ----- 94 LF OF IS" PYC PIPE AT ~O 411: 174 LF OF IS" PVC PIPE AT -04le ISTA 16+32 MANHOLE 46 IN DIAM TYPE 1 RIM= 11795 IE (NW)= 94 67 IE (NE)= 94 57 IE (SE)= 94 67 (DROP CONNECTION) ISTA 17+26 MANHOLE 46 IN DIAl,! TYPE 1 RIM= 11257 IE (SW)= 94 21 IE (SE)= 94 11 SlA 19+00 MANHOLE 46 IN OIAM TYPE 1 RIM= 11094 IE (NW)= 93 41 IE (NE)= 9331 14" DUCTILE IRON RESTRAINED PIPE I 40 16+00 17+00 DATE I DESIGNED BY. S. HELLER 01 04 NO DATE ENTERED BY D SA TER 01 04 CHECKED BY PROJ ENGR. S THOMAS 01 04 40 10 20+00 REVISIONS CONTRACT NO. WA 18+00 19+00 l ] SKilLINGS COttttOLLY 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 CROWN PARK UTILITY IMPROVEMENTS I O\\tt 02049-4552 d Xr.~Z-24X.16B. se.sl. ZZ049-4B~, rcprlOOI. 06/YJ/04 1401 Knsla PORT ANGELES -- /' ~ /-:.- / - ANCHOR STORM SEWER AND SANITARY SEWER PIPES WITH STEEL FENCE POST ANCHORS AT 10' 0 C SECURE PIPE TO FENCE POSTS WITH GALVANIZED 19 WIRE (4 COMPLETE WRAPS) CINCH '~n~, ] \;-~ t~r -.. HEAVY DUTY STEEL FENCE POST INSTALL IN PAIRS AT10'OC PIPE ANCHOR DETAIL NOT TO SCALE 21+14- 1595 21+46 1590 -~,;~~.- - ~':;;'::ONNECTlO~;<;;" (TYP) BOTTOM OF EXISTING CONCRETE CYliNDER PIPE 21+00 SANITARY SEWER PLAN AND PROFILE 21+79 1566 70 70 60 50 40 30 22+l1 20 1562 10 22+ " 1290 0 10 22+00 JOB NUWSER 02049-4 SHEET 4 or 16 SHEETS I !:lQIES. 1 W-BEAM IS CONTINUOUS BETWEEN PIERS 2 TWO, ONE-INCH DIAMETER DRAINAGE HOLES SHALL BE ,URNISHED AT THE MIDDLE OF" EACH W-BEAM SECTION SEE DRIlliNG DETAIL 3 THE PIER CONNECTION SHALL BE HOT DIPPED GALVANIZED A,TER ,ABRICA TION ---------------~--------------------------- I" STAINLESS STEEL STIRAPS, 18- ,ROM . END OF" W-BEAM AND AT OUARTER POINTS EXISTING 52- 0 D CONCRETE 14 HDPE PIPE ALONG W-BEAM MAKE STIRAPS SNUG, CYliNDER PIPE BUT DO NOT DE,LECT PIPE I W14.43, A572 STEEL GRADE 50 I SEE STEEL PLATE BOLT DETAIL ON THIS SHEET. 14" HDPE PIPE ,".,u"'<]" W14.43, A572 STEEL GRADE 50, HOT-DIPPED GALVANIZED AHER ,ABRICATION I SINGLE-BEVEL GROOVE WELD (TYP), SEE DETAIL THIS SHEET I I I 6" EXTRA STIRONG STEEL~IPE, I VARIABLE HEIGHT, A36 STEEL, I o 432" WALL THICKNESS I 10'/2" BEAM ABOVE PLA TE /;/8" A36 (t) STEEL PLATE (t) /---....... / " / \ . ~ -N 3/.-.2" A325 GALVANIZED CARRIAGE BOLT VrlTH LOCKING NU T AND 'LA T WASHER (TYP 0, 4) I ~ :6- . ... 10" I \ , ", I / _/ ~ N -------------1----- ~~~~R 5~~EO 0 CONCRETE / EXISTING CONCRETE PILE CAP I SIDE VIEW NOT TO SCALE I STEEL PLATE BOL T DETAIL PLAN VIEW NOT TO SCALE PIER CONNECTION DETAIL NOT TO SCALE I LAGOON I / I 'C , / SCALE IN ,EET ~ I o lD 20 40 r SEE PIER CONNECTION DETAIL, THIS SHEET. 24 S 57'54'19" E 3213 H I 23 S 61'07'37- E 3188 H S 56'59'25" E 3161 H ss " ~ " S 63'26'13- E 32 74 H S 60'22'31" E " S 59'34'52- E 3197 n 3214 H EXISTING 52" OUTSIDE DIAMETER CONCRETE PIPE S 62'3'38" E 3150 n 25 S 57"'40- E 3202 H S 57'03'06- E " 3222 n S 56'43'43- E :: 32.25 n 'f S 56'30'D8" E :: 3239 n " S 56'46'15" E :: 3255 n f' I EXISTING GRAVEL ROAD --- if ~ --- ------ I PIPE INVERT (TYP) 20 22+43 1578 25+31 I P~ER CONNECTION (TYP) 22+75 22+ 75 1294 22+43 1290 23+07 23+39 1293 1295 PILE CAP t (TYP)~ I -0 1-10 I -20 22+00 23+00 DATE REVISIONS I DESIGNED BY' S HELLER 01 04 NO. DATE ENTERED BY: 0 SATER 01 04 CHECKED BY: PROJ ENGR: S THOI.lAS 01 04 CONTRACT NO. 25+00 24+00 SINGLE-BEVEL GROOVE WELD (TYP), SEE DETAIL THIS SHEET CENTER HOLES 8ETWEEN BETWEEN PIERS TYPICAL BEAM SLOT DETAIL NOT TO SCALE VARIES 20"-24" SECTION VIEW SINGLE-BEVEL GROOVE NOT TO SCALE 26 S 56'54'55" E 3185 n S 56'49'43- E ;; 32 26 FT :: 27 S 56'56'32- E " 3160 n S 56'44'43- E 3197 n S 56'50'02- E " 3189 n 'f 28 S 56'59'23" E 3156 n S 56'40'06 - E :: 3231 n ,J -- -- --- -- --- --- --- '25+63 1537 26+59 26+91 27+22 27+55 15 5 1521 1517 1 21+22 27+55 26+27 26+.59 261-91 1298 1294 1293 1295 1295 25+63 1291 25+95 1290 -20 26+00 . 27+ 00 28+00 JOB NUYBER l." SKilLINGS CONNOLLY 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 I Oll\;t 02049-45SJ d l(r.~Z-24X36B, se.sl, 22049-4BW, rcprlOO" Porcet._CtownPcxk, 04 27/04 15-47 Ir.... """"'" "/31/00 CROWN PARK UTILITY IMPROVEMENTS SANITARY SEWER PLAN AND PROFILE SHEET 5 OF 16 SHEETS 02049-4 PORT ANGELES WA I I I I I I I \ SCALE IN tEET 1....- 1 o 10 20 40 ;9'23" E" S 56'45'17" E 36 FT 3218 FT II I I I 50 I 40 30 I I 28+19 I 1300 -0 I -10 S 56"26'33" E 32.13 FT i8+51 1501 28+51 1298 29 S 56'55'42" E 32 21 FT 28+83 1-497 28+ 83 1294 5 56'49'54" E 31 35 FT ig+fS 1493 29+15 12.92 I 28+00 29+00 DATE REVISIONS I DESIGNED BY. S. HELLER 01 04 NO DATE ENTERED BY D. SATER 01 04 CHECKED BY: PROJ ENGR. S. THOMAS 01 04 I 0\\1; 02049-4554 d Xr.~Z-24X.16B, se_st, ""fOOl, Z2049-4Illl, PorcdsSrownPo1<, 04/27/04 1546 trIMS S 56'49'40" E 32 49 FT 29+47 1489 29+47 1298 I SEE PIER CONNECTION DETAil, SHEET 5 (TVP) 30 , S 56" E ,I 31 8~' FT ' 5 56'52'10" E 3171 FT S 56'50'12" E 31 73 FT ONDER BLOCK BUILDING 29+79 1289 30+11 1287 30+00 CONTRACT NO. ---- iO+43 1477 30+43 1293 IAANHOlE ON TOP Of' PIPE. BlOWOrr VALVE UNDERNEATH PIPE. LAGOON 31 " S 56"20'03" E 31 75 FT 32 S 56'35'52" E 31 52 FT 56'48'48" E 5 56'55'$4" E !: 5 56'41'58" E \32 48 FT " 31 85 FT " 32 44 FT EXISTING 52" OUTSIDE DIAIAETER CONCRETE CYLINDER PIPE _ _ _ _ _ ------ --- --- EXISTING GRAVEl~ADWA~ _ _ ---- 30+75- 1473 fTOP Of' EXISTING CONCRElE CYLINDER PIPE 31+07 .31...39 1469 1465 PIPE INVERT (TYP) 31+ 71 .32+03 1461 14.57 30+75 1293 31+71 1291 32+03 1295 I 31+07 1295 31+39 1296 PILE CAP (TYP) 31 +00 32 + 00 t 1 SKILLINGS COttttOLLY S 57'0'07" E 32 71 FT 32+35 1453 5 56'22'17" E 31 28 FT 32+67 1449 PtER CONNECTION (TYP) CROWN PARK UTILITY IMPROVEMENTS 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 PORT ANGELES WA 33+ 00 33 - 5 57"23'55" E 32 36 FT 32+99 1445 . :: 5 58'02'45" E ,. 31.37 FT 5 58"21'42" E 32 68 FT --- ---- 33+31 1441 33+63 1437 33+63 1293 SANITARY SEWER PLAN AND PROFILE L-____ 34 5 57"51'45" E 3119 FT ---- 50 40 30 20 33+95 1433 10 33+95 1290 -0 -10 34+00 JOB NUMBER 02049-4 SHEET 6 OF 16 $H(ETS I I I I I I I I I I I I I I I I SCALE IN FEET ...- o 10 20 --- --- ----- -- ------- ~ 57'51'45" ~" ~ 31 19 FT :: S 5912'37" E 32 55 FT 35 :: S 59'55'27" E ~. 31 55 FT ;: -..- S 60'55'25" E ;, S 61'40'37" E 3218 FT ., 3029 FT --- --- --- --- --- ------- 50 40 30 PIPE INVER'T (TYP) 20 34+ i? 1429 34+59 1425 34+91 1421 35+22 .35+53 1417 1413 10 34+27 1284 34+59 1284 34+91 1284 35+22 35+53 1284 1282 PILE CAP t ( TYP) ::.::.......... -0 -10 I -20 34+00 35+00 DATE REVISIONS I DESIGNED BY S HELLER 01 04 NO DATE ENTERED BY: 0 SA TER 01 04 CHECKED BY: PROJ ENGR: S. THOMAS 01 04 I OWC, 02049-4555 d XraH-24X368. "_51. rcprlOO1, 22049-4811. Parcd5_CrownPork, 04/27/04 15 46 Ira~5 I I I I I 40 I / / . / I I / './ / ./ / ---- LAGOON S 65'14'51" E 31 28 fT ~7'~9'02" E 1:\ ~6n _ - - -;-L ROADWA'I _ _ - - Ell\SiltlGGRA _ -- --- --- EXISTING 52" OUTSIDE DIAMETER CONCRETE CYLINDER PIPE .35+85 1409 lTOP Of El<ISllNG CONCRETE CYLIN[)(R PIPE 36+48 1401 36+80 1285 37+14 1282 37+48 1285 36+00 l., SKilLINGS CONNOLLY 5016 Lacey Boulevard SE, lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 37+00 CONTRACT NO 1'/31/0& [SEE PIER CONNECTION DETAIL, SHEET 5 (TYP) ~ 71'19'32" E':, ~ S 72'08'14" E ~~ 2799 n " S 73'05'33" E~' .3217 n .3148 n . .39 S 68'24'20" E :' 3267 FT " --- --- ----- 37+80 1279 38+12 1282 38+44 12.85 38+ 72 1293 38+00 CROWN PARK UTILITY IMPROVEMENTS PORT ANGELES WA :39+00 S 65'25'24" E :: S 62"25'36" E ~ 31 50 FT " 3299 n ------ --- ----- ;19+04 1368 39+36 13 64 39+68 1360 .39+04 1286 39+36 1287 39+68 12.86 SANITARY SEWER PLAN AND PROFILE --- --- 50 40 30 20 40+01 13.56 10 40+01 12.88 -0 -10 -20 40+00 JOB NUMBER 02049- 4 SHEET 7 OF 16 SHEETS I ~ 1 W-BEAlA IS CONTINUOUS BETWEEN PIERS 2 TWO, ONE-INCH OIAlAETER ORAINAGE HOLES SHALL BE FURNISHED AT THE lAlDDLE OF EACH W-BEAI.t SECTION SEE DRILLING DETAIL 3 THE PIER CONNECTION SHALL BE HOT DIPPED GALVANIZED AFTER F ABRICA TlON. I I 10'/2" " I /;/8" A36 (j) STEEL PLA TE (j) /' -...... I \ I N ~" I I STEEL PLATE BOLT DETAIL PLAN VIEW NOT TO SCALE I I " S 50'46'22" E !' 32 23 FT I ---- --- I SCALE IN rEET .....- o 10 20 I .30 I 20 I 40+33 ~5L _ _ 40+65 134B EXISTING 52" 0 0 CYLINDER PIPE CONCRETE 7 /' /' / / / / --- EXISTING 52" 00 CONCRETE CYLINDER PIPE 14" HOPE PIPE 1" STAINLESS STEEL STRAPS, lB" FROI.t END OF W-BEAM AND AT OUARTER POINTS ALONG CHANNEL MAKE STRAPS SNUG, BUT DO NOT DEFLECT PIPE. SEE STEEL PLATE BOLT DETAIL BEAM ABOVE PLATE ~ -N W14.43, A572 STEEL GRADE 50 W14.43, A572 STEEL GRADE 50, HOT-DIPPED GALVANIZED AFTER F ABRICA TlON SEE STEEL PLA TE BOLT DETAIL ON THIS SHEET. i I I 6" EXTRA STRONG STEEL~IPE, ' I VARIABLE HEIGHT, A36 STEEL, I o 432" WALL THICKNESS , ... 3/...2" A325 GALVANIZED CARRIAGE BOL T WITH LOCKING NUT AND FLAT WASHER (TYP OF 4) SINGLE-BEVEL GROOVE WELD (TYP), SEE DETAIL TIHIS SHEET r%" STEEL PLATE, A36 STEEL :--... 6" ~ -N EXISTING :" ~D ~NCRETE 1 CYLINDER PIPE . CONCRETE ANCHOR WlTIH 3/...3" BOLT (TYP or 4) 8" EXSTlNG CONCRETE PILE CAP VARIES 22"-24" SIDE VIEW VARIES 3FT-9FT ALTERNATIVE PIER CONNECTION DETAIL NOT TO SCALE SECTION VIEW r SEE PIER CONNECTION DETAIL, SHEET 5 (TYP) 41 S 47'5'19" E 32 37 FT '- '- '- ('-0 " ~~ '-" ',,- "'G' LAGOON STA 44+775 12" 22/2' BEND (MJ) WlTIH T1HRUST BLOCK S 43'45'30" E 36 3S FT , S 41 4'06" E 2967 FT r SEE AL TERNA TlVE PIER CONNECTION DETAIL, TIHIS SHEET (TYP OF 9) ,; " 43 ! : S 40'59'51" E , ' ___ -' L688 n S 3817'59"~--- ,2 3029 n : S 38'20"3" E " L..! .31.15 FT ! ,: EXISTING 52" OUTSIDE DIAMETER CONCRETE CYLINDER PIPE -- -, ~ ;, " ! 42 ,- ,; STA 44+53 14" 45' BEND, SEE TRANSITION DETAIL SHEET 9 S 4115'09" E -: 29 62 n S 41'08'17" E 31.26 n - S 38'23'14" E 31 67 rr '-'- ! --- ---- -------- _ _ _ _ _EXISTlN~RAVEL~OADWA~ _ _ -_ -_ -, - _ --- -- -- -- -- -- -- , 40 -- -- -- -- -- PIPE INVERT (TYP) fTOP OF EXISTING CONCRETE CYLINDER PIPE 42+27 42+57 42+94 _ ~5 _ !t25_ _ _ 1251 4.3+ 86 1190 E3 ,-,,~ "0<<3- I 2"-j CEN TER HOLES BE TWEEN BETWEEN PIERS 9" TYPICAL BEAM SLOT DETAIL NOT TO SCALE SINGLE-BEVEL GROOVE NOT TO SCALE ---- " STA 45+98 12" 22/2' BEND (I.tJ) WITH T1HRUST BLOCK /-- <> - 0:26, . ::'. ~?~. CONCRETE BULKHEAD -:. ~,.'- ",. -BLOW OFF VALVE .30 EXISTlNI;: GROUND AT CENTERLINE OF PIPEl 20 44+17 11~_ 44+5.3 1146 -I" TRANSITIQI'j FI'OM PIER SlJPPOR"TS TO BURIED PIPE SEE DETAIL ON SHEET 9. 40+97 _1344 _ 41+30 1340 4'+66 1.3.36 4'+95 1316 4.3+55 1211 I -0 40+ 33 1286 40+65 1286 I 40+00 41+00 I DESIGNED BY S. HELLER NO DATE ENTERED BY D. SA TER CHECKED BY: PROJ ENGR: S THOMAS 01 10 I -10 I 02049- 4SS6 d c z ::> .... 0 '" '" " ~ " ;!; z ;= w VI Q. X 0: w ~ CXl ,... Lfl Ol N Ol CXl U> Lfl CXl N 0 Ol Lfl 0 N I") N 0 CXl ,... ,... q- U> U> q- U> ...: Ol ...: '" --: <<i ...: Ll"i 0 Ll"i d Ll"i d Ll"i d Ll"i to ~ ~ ~ ~ 45+00 46+00 40+97 41+30 1289 1287 PILE CAP t {TYP)~ 43+86 1078 44+ 17 1083 o ... 44T53 ;:: 1080 ... 14" HOPE 12" DIP PIPE PIPE 4.3+ 55 1084 42+94 1054 43+25 1083 PIER CONNECTION (TYP) REVISIONS CONTRACI NO. PORT ANGELES 42+00 4.3+00 44+00 L 1 SKilLINGS cOttrtOLLY CROWN PARK UTILITY IMPROVEMENTS 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 XreH-24X.l6B. se_sl, rcprlOO1, Z2049-4B1l, 06/YJ/04 14 OJ Kr~t. 10 ""---- 12" DIP PIPE -0 -10 JOB NUMBER SANITARY SEWER PLAN AND PROFILE 02049-4 SHEET 8 OF 16 SHEETS WA I I I I I I I I I I I 30 20 I 10 I -0 I -10 1-20 PUMP STATION NO 3 >''. \ -~-\' \ /( \. \ \ \\\ \ \'\ \ \\ \ Ii; """' \ ),' / '\\..-- \\ \ \-; \ \ ~. \ EXISTING 8\ SANITARY SEWER LINE F'ROM 'f'UMP STATION NO \ \ \ \ \ \ \ \ SCALE IN F'E~T , ....- \ 0 10 20 I \Z 12" 45' BENO (F'L), ~EE OET AIL THIS SHEET \ INSTALL 53 LF' OF' CHAIN LINK F'ENCE 20 LF' OF' d" DIP / CONNEc;r/TO WET )'/ELL WITH ,MOOEL "C" ('iNK-SEAL MODULAR SEAt:: JE';''g 0: / ~ / ST A 45+9B 12" 22'/2' BEND (MJ) WITH THRUST BLOCK pi' :f'\ ' ~ / \ / '-. '~ \ ",. S\ ~\\..\.. f EXISTING GROUND AT -cENTERLINE OP PIPE -------- MAl TAIN SLOPE 0< ~ W III )-. '" ~ z ...< ..."" +e> "'2: "';::- <!!! ....x IIlw e> z ;::; !!lll: ~~ ",~:JJ '21-> ~~~ z~ <zz ....0< IIlUlll 0: ~ '" III ,.. Ill: < .... Z N< ...,1Il +" "'z "';::; <!!l ....x III ----- 12" DIP CONTRACTOR TO VERIFY EXISTING FITTING LOCATION AND DEPTH I -30 Ol 10 tO~ N Ol Ol I' Ol ...,1' If) I v to ...,..., N co 0 I' to 0 0 ..., - 4<S:? iii o iii 0 ~ 0 ".j Ol I'i co~ I' N oi .N oi Ol~ 46+00 47+00 DATE REVISIONS I DESIGNED BY' S. HELLER 01 04 NO DATE ENTERED BY. D. SA TER 01 04 CHECKED BY: PROJ ENGR. S. THOMAS 01 04 I OWCt 02049-4557 XreH-24X36B. so_.I. rcprfOO'. 12049-48\1. 06/21/04 12 57 Kr.lo -20 -30 CONTRACT NO I 40 14" 45' HOPE tlTTING REMOVE TOP F'LANGE 4" F'ROM END %".2" A325 GALVANIZED CARRIAGE BOLT WITH LOCKING NUT. AND ONE F'LAT WASHER 30 20 10 -0 -10 EXISTING PIG PORT APPARATUS~ PLAN VIEW NOT TO SCALE W 14.43 %".2" A325 GALVANIZED CARRIAGE BOLT WITH LOCKING NUT, AND ONE F'LA T WASHER EXPIRES "/'31/06 STA 47+36 REMOVE EXISTING 12" ELIND F'LANGE AND CONNECT NEW 12" SEWER MAIN TO EXISTING GATE VALVE 12" 45' BEND (F'L) F'LANGE ADAPTOR NEW 12" DIP SEWER MAIN CONNECTION DETAIL NOT TO SCALE 1'/2" 10%" TVP EXISTING 52" 0 0 CONCRETE CYLINDER PIPE STEEL PLATE BOLT DETAlI.. NOT TO SCALE EX 12" AC SANITARY SEWER MAIN 22'/2' BEAM SLOT DETAIL NOT TO SCALE ....:::::::::) BURY END OF' W-BEAM ~:. ....y 2 F'T .,. ,1> .. h .. H .. h .. H 14" 45' BEND (HOPE), SEE DETAILS, LEFT ( , , , ... ~ - -.. SEE AL TERNA TE PIER CONNECTION DETAIL ON SHEET B SECTION VIEW NOT TO SCALE II SKilLINGS CONNOLLY 5016 Lacey Boulevard SE. Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 TRANSITION DETAIL STA 44+53 NOT TO SCALE CROWN PARK UTILITY IMPROVEMENTS PORT ANGELES WA EDGE OF' BANK EDGE OF' WATER 14" HOPE PIPE 15 LF' OF' W 14.43, A572 STEEL EXISTING 52" 0 0 CONCRETE CYLINDER PIPE j JOB NUIr.lBER SANITARY SEWER PLAN AND PROFILE 02049-4 SHEET 9 or 16 SHEETS ,01--' / I I ,--- .- ',/,' "oy....~ / , ::-~ , , ,/ I / "cf/ @ I II II \ I ---~ " -" 'i"".. / , " I ._ -, , I -. r--~ I , I I " ~ , / .J- I 40 I --, " "'=-- 'j, } I I 1', //// : ~ ,//>/ , /r1..-'/ , TI, f' T S5~~-;;======'='=~== ~====I,=L..._-_I_ '1.. ,0- ,,\ - 5S, 5S S5 / I ~ 5D SO \ SD SO 50 ~-SZ' \ =S5 -9-~ ~1'87'9 SO "\~ 102t~ ,C'O _ S 58'30'23" ~3; 5 0/ 0 50 SS SS .' _ SS ~ ~ _ SO':c.35-35-= _ SO 103~ SO __ .'..; :s'S,. 5 \ SS \~S S~ SS SS' -- '---55' \ q, '\ 55 \ ' 5S 55 \ \ - ...-w W ' , , W \, ~ \ \ SS 5S \ S5 \ 55 ~~-- d=,:1~ = ~-~.= =-~ ~~~-=y,"=-==~~~=~7-:;;---;:'t. ." ~~" ~ ~~-=-~==- ~~"=~='i=:= __ _ _ ',0; I -... ./ - - _ _ '1"-..~. w -~ / W ...-7-:::7'" __~ .---;;.,;::~ I I I I ,Q __ _~_IJ /' . '- ' .,- - ,___ 4"/ ~??~ I~I ': ,C'O 'I ...~~' 111-'~ \ 1 / :" ' /' ' ?~ \ I. ' a /--- 1 ;- \ I ./ -. '. 7 ...- 7 \, " ,0- I ' \ \ .. .. ~-- ?-- /-7 08 .......\1" .' I ' "., " ::;' 2 ~(\ /-// -1'- ~ -~~ 'l 0 - 1\2 ,,\, .--- ' /'Y \ ~y ~..---;:=-- il __~,111- I /' , -:::-....... ,/' ~ '\ ___(tI ----' _~ '\ \ .-(-),y v? \ ) -no f 1 I /../ ? \ \ Q__ I 'i'i/ .-?? ....- "'0'- ,,\ \o~ I /. 'l A .1'>" ~,....\ -;-" O."-? \ \ //~ ___ 1 ~? ~r' .-;;9 ?>' f I \ \ _1\2- SCALE IN fEET ~- o 1~\~ 20 -.. 113__ I / Gf , I ~P"" I =~a...~ ~ -- .' / \' o s - --114___. SS 4s-'-: $0-_ / ..~ S -55 SS SO SO lO1.s 2 -S SSt'~ ss ';,..S~S SO, ....~ '\ 55 '\ -- ~ ... \ ....\ ~ :c ss ---ss - ,SS 5S \, S5 , \ ":-, S 61'20'19" E -.:.'-===-----_--____ 55 SiZ:=' 55 ' 13.56 W ---/---~Jt87-~~~~~--~~""-:F-~- ====-- 55\ 5S 55 ' JOINT TRENCH WITH I '~ ...---_ -nr~===0"=~=====-, ~NIIARY-SEWER UNE : : -' ~ -----) lW / w~ w - , / .1'4'i::: / 1/ STA 106+06 95' RT/ .......- ",I / I ! ,- _ _,/ /9-. A EXISTING MANHOlE ./ /"\ I I I, - - - I "~' N. 423932:04 <.........-> I I I' .iI " / E: 99~157.44 ,-------J ' I, , ,'A L_____.....J "\ 1/ f ~ \ // f, ___ _ - 116-- S5 SO SS SS ....---J!!L ,...-....... 55 ..... I \ \ .h ~// ~~?r7~ . 7/"/;/ / A>-' ~ ~ ~-~ 41fP' /' 4' " w" o :c- I ,/ @ -.-.--/ ~/ ~ " I \ I I 120 a: ~ a: :l! a: ~ >- ~ .., llf a: llf ~ '" ~ >- % ..J Z ::; >- a: a: a: :! ...: a: ...: <O~ OVl 0- :g ~'" ....0 ~ z ~~ +.., o~ ~...: + VllD gVl .VI "''''!:l ~~ .. .1:", N" a~ 0% o z_ ...:0 0% -1= ~I= o-a: -1= -1= ...:!!! c ~. VIa. <!!! <!!! o-x tn ~~ :;;~ ~~ VI.., 130 I 130 110 LEX/STING GRADE ' ---------------------------------------f:~~~~~~~~~ ----- --------- 12 Lf Of 18" ADS N-12 PIPE li= 23~ 120 --'.------......-------- 110 I 100 __---------rT---- L ------- \..--------- ------------- ------- ------- I '[48 LF Of 12" ADS N-12 PIPE 5= 0 6% 87 Lf Of 18" ADS N-12 PIPE S= 100 90 STA 100+48 CORE EXISTING MANHOLE AS NEEDED TO ACCEPT 12" ADS N-12 PIPE IE= 10066 (NW) AND 24" ADS N-12 PIPE lEa 10016 (SE) ST/I 101 +35 CATCH BASIN TYP~ 2 48" . RIt,1= 10620 IE.. 99.28 235 LF Of 18" ADS N-12 PIPE S= 1,0~ ISTA 103+70 MANHOLE 48" . TYPE 1 RIM= 11200 IE= 96 97 STA 105+9!j, , MANHOlE 54 . TYPE 1 228 Lf Of 18. ADS N-12 PIPE Sa 10" RIM= 11800 IE= 94.66 (NW, NE) STA 106+06. 95' RT 1[= 110 87(S[) CORE EXiSTING MANHOLE AS NEEDED TO ACCEPT 12" ADS N-12 PIPE IE= 112 71 90 I 80 80 I 70 70 I 60 100+00 101+00 DATE I DESIGNED BY' K. ZAYAS 01 04 NO DATE ENTERED BY: D. SATER 01 04 CHECKED BY: PROJ. ENGR: S. THOMAS 01 04 CONTRACT NO. 60 102+00 103+ 00 104+00 105+00 106+00 REVISIONS JOB NUMSER I Xr.~Z-24X.l6B. E2049-4BIl. so_.I, rYS/22/04 11 46 Kr~lo t 1 SKilLINGS CO""OLLY 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 CROWN PARK UTILITY IMPROVEMENTS STORM DRAINAGE PLAN AND PROFILE 02049-4 OVlCt 02049-4501 PORT ANGELES WA SHEET 10 OF 16 SHEETS I' I I I I I I I I I I 110 100 I 90 I 80 I 70 160 150 140 '13 , ""', '\ '\ \ ""\ \ \ ' , , 80 f LONG ~., " ~rr' " "" \ TFA HANN -~ "4 ~~_ ~ ~ ROCK WALL ON LEfT SIDE Of CHANNEL TO PROTECT SLOPE. SEE DETAIL ON SHEET 13 15 Lf Of 36" ADS N-12 PIPE 5= 22"; STA 106+92. 10' LT AOUASWlRL MODEL AS-l0 OR EOUAL STORMWATER TREATEMENT SYSTEM RIM= 1125 INVERT IN AND OUT= 9396 (SEE DETAIL ON SHEET 14) N 423984 28 E 995838 76 -- , I I \~STlLLlNG WELL 424082 12 . 996037 54 \ "" \sE~IL ON SHEET 13 \,\'\ '. ~ \ I I \ I I I \ '{ SCALE IN fEET ....- o 10 20 10 Lf Of 18" ADS N-12 PIPE 5= 0"; " , 40 6 Lf Of 18" ADS N-12 PIPE 5= 0"; STA 107+07. 10' L T '-"""'. ./ MANHOLE 48"" TYPE 1 f \ RIM= 112 5 i : IE (E)= 93 96 \ .: IE (5)= 93 96 .....--./ N 423982 30 E: 995849 39 PLACE SPOILS fROM EXCAVATION IN THIS AREA GRADE AS SHOWN STA 107+07 MANHOLE N. 423972 52 E 99584730 STORM WATER TREATMENT FACILITY DETAIL NOT TO SCALE ;;:::::::.::::- "..;'l -~ ~_ -'iF \' 'l' \\ <I:: )) '\ " '\, " \, ;' \ ,,0:; ~\ ,'i'l'/ - .8' ~ '" '" ~ ... '" % "''''", :J :J 0 '" '" Nll! w l- NO ..-.. +0- '+~ "'''' "'''' 0% 0% -;:: -;:: ..!!? ..!i! l-", l-X V>w V>W I / EXIS~NG GRADE --------------___1___________ 15 Lf OF' 36" ADS N-12 PIPE s= 22': STA 108+62 15' RT CA TCH BASIN' TYPE 1 RIM= 1110 IE= lOB 0 70 THE CONTRACTOR SHALL BE fULLY RESPONSIBLE fOR THE LOCATION AND PROTECTION Of ALL EXISTING UTILITIES THE CONTRACTOR SHALL VERifY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY GALLING THE UNDERGROUND LOCATE LINE AT T -800-424-5555 A "MINIMUM Of 48 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WILL ALSO BE RESPONSIBLE fOR MAINTAINING ALL LOCATE MARKS ONCE THE UTILITIES HAVE BEEN LOCATED. 60 9360 Lf Of 36" ADS N-12 PIPE 5- 1"; 15509 Lf Of 36" ADS N-12 PIPE S= 1"; -, o \ \ , , \ , \ , , 110 100 50 I STA 105+96 MANHOLE 54." TYPE 1 RIM= 11800 IE (NW) = 94.66 IE (SE) = no 87 IE (NE) = 94 66 STA 106+92 MANHOLE 60" .. TYPE 1 RIM= 1125 IE (SW)= 93 96 (IN) IE (E)= 95 76 (DIVERTED) IE (N)= 9396 (TREATED) I STA 107+07 MANHOLE 60" .. TYPE 1 Rlt.!= 112.0 IE (N)= 93 94 IE (E.W)= 92 45 STA 108+62 MANHOLE 60" .. TYPE 1 RIM= 1110 IE (N. W)= go 94 IE (E)= 107.8 90 40 40 80 .30 .30 20 20 20 tP ~r 38' CLASS 50 0 I P S=l~ RESTRAINED JOINT PIPE 10 18" HOPE CONNECTION TO MANHOL-E SHALL BE A T A MAXIMUM SLOPE Of 50"; OUTfALL CHANNEL 80 fT LONG SEE DETAIL ON SHEET 13 _ _ _ r-CHECK DAM EVERY 20 fT - _ _./... SEE DETAIL ON SHEET 13 '\ 10 50 o L STILLING WELL . (SEE DETAIl.. ON SHEET 13) RIM= 120 IE (IN)= 9 0 SUMP= 4 5 o I DESIGNED BY: EN TERED BY CHECKED BY: PROJ ENGR. K ZAYAS D. SA TIER 107+00 108+ 00 40 109+00 110+00 111+00 106+00 REVISIONS CONTRACT NO JOB NUMBER NO DATE l , SKilLINGS CON NOLL Y 5016 Lacey Boulevard SE. Lacey. Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 CROWN PARK UTILITY IMPROVEMENTS STORM DRAINAGE PLAN AND PROFILE 02049-4 S THOMAS 01 I Xr.H-24X.16B. E2049-4Bll. 5'-51. Ofj/21/04 14 05 Kn,to PORT ANGELES WA SHEET 11 OF 16 SHEETS I ALL WORK AND MATERIALS TO BE IN ACCORDANCE WITH THE CURRENT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION", WASHINGTON STATE DEPARTMENT OF TRANSPORTATION, INCLUDING THE AMERICAN PUBLIC WORKS ASSOCIATION SUPPLEMENT I I I I ASPHALT CONCRETE ROADWAY PATCH. MATCH EXISTING PAVEMENT TYPE AND DEPTH SEE NOTE 14 'AL TERNA TIVE: CEMENT CONCRETE IN DRIVEWAY. MATCH EXISTING DEPTH AND FINISH I I I I I I I I NOTES: I I I I DESIGNED BY ENTERED BY. CHECKED BY: PROJ ENGR' DWCt 02049-404 dw EXISTING AC ROADWAY PIPE UNDER PIPE UNDER LAWN ROADWAY 3" MIN TOPSOIL CONTROLLED ~~~SI~T~IL; __ '" Oz ~~ 0", ln~ "'... OVl ...> '" z< :it::: z ;,,~ ... NATIVE BACKFILL I SEE STANDARD I r-- SPEC 2-D94-----J TRENCH DETAIL NOT TO SCALE SHELLER D. SA TER DATE 01 04 NO DATE 01 04 REVISIONS S THOMAS 01 04 X,.f z-24,36b, ".ul, 04/27/04 15:52 1'_ 2" CRUSHED SURF ACING TOP COURSE (CSTC) EXISTING GRAVEL ROADWAY SEE STANDARD SPEc. 2-09 4 CSTC TRENCH DETAIL NOT TO SCALE STA 44+70 TO 47+35 CONTRACT NO 1. ACP PATCH SHALL BE ROLLED AND NOT VIBRATED. 2 TO BE USED FOR ALL PAVED STREETS AND ALLEYS BACKFILL LOCATION TO 1'-0' BEHIND CURB OR EDGE OF PAVING UNLESS OTHERWISE APPROVED IN ADVANCE BY THE CITY ENGINEER 3 WHERE CONCRETE PAVEMENT JOINT IS LESS THAN 4'-0" FROM SAWCUT, THE PAVEMENT SHALL BE REMOVED TO THAT JOINT 4 TEMPORARY PATCHING WITH ASPHALT OR PLACEMENT OF STEEL PLATES IS REOUIRED WHEN TRAFFIC WILL CROSS CDF FOR MORE THAN 24 HOURS WITHOUT PERMANENT RESTORATiON. STEEL PLATES SHALL HAVE COLD PATCH WEDGES ON TRAFFIC EDGES 5 CONTROLLED DENSITY BACKFILL (CDF) TO BE USED IN ALL TRENCHES WITHIN THE ROADWAY CDF CONSISTS OF THE FOLLOWING 2600 LBS OF 0 375 IN AGGREGATE BOO LBS OF STANDARD CONCRETE SAND 94 LBS OF PORTLAND CEMENT APPROX 14 GAL OF WATER' 'THE AMOUNT OF WATER IS A CRITICAL FACTOR TO SET-UP TIME AND SHOULD BE ADDED AT THE SITE CALL FOR INSPECTlON PRIOR TO PLACING COF BACKfiLL. l, SKilLINGS COHHOLLY 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax {360) 491-3857 SEE "TRENCH DETAIL" FOR RESTORATION DETAILS STORM SEWER PIPE CDF (UNDER ROADWAY) OR BACKFILL (UNDER LAWN) ... .., PIPE ZONE BACKFILL. SEE "TRENCH DETAIL" FOR DEPTH SANITARY SEWER PIPE PIPE ZONE BACKFILL. SEE "TRENCH DETAIL" FOR DEPTH GRA VEL BACKFILL FOR PIPE ZONE BEDDING. SEE "TRENCH DETAIL" FOR DEPTH. NOTES: WHERE SHOWN ON THE PLANS OR AS DIRECTED BY THE ENGINEER, THE STORM DRAIN AND SANITARY SEWER LINES :W1LL BE LAID IN A JOINT TRENCH 2 SHORING WILL BE PAID ONCE AND WILL BE CALCULATED FROM THE DEEPER TRENCH TYPICAL JOINT TRENCH DETAIL i NOT TO SCALE CAP 450 BEND BACKFILL PER CITY STANDARDS - CEMENT CONCRETE CLASS 3000 POURED IN PLACE 90' BEND 're'i N.QIE:. ALL PIPE SHALL BE CONCRETE ENCASED TYPICPL MANHOLE FOUND~ TION CONSTRUCTiON CONCRETE ENCASf;:D PVC OUTSIDE DROP CONNECTION NOT TO SCALE STA 16+3234 JOB NUMBER CROWN PARK UTILITY IMPROVEMENTS 02049-4 DET AILS SHEET 12 OF 16 SHEETS PORT ANGELES WA I 5FT I ;.., 8, I I I IiCill;. 18" HDPE PIPE CONNECTION TO MANHOLE SHALL BE AT A MAXIMUM SLOPE Of 50" On . I I /.V,,;): . ;-%y ....." (/('V< . " ~~~~ ~~~~'Y' 8--1 . . I STILLING WELL I NOT TO SCALE r SEE HATCH DETAIL I SECTION A-A NOT TO SCALE I -';. ~;,ra ~ *.. ","., STEEL BARS I 1#6 AT 4" O'C l' FT DIAM fLA T STEE 2".%" A --.J 2 f SEE I I A L I I I I' DESIGNED BY: ENTERED BY: CHECKED BY: PROJ ENGR DATE K ZAYAS 01 04 NO OATE D. SA TER 01 04 REVISIONS S THOMAS 01 04 I O<M;t 02049-040 d lCr,fz-24.36b. so_st. 06/11/041.\'23 Knslo 5FT 5FT ~ ... ~UARRY SPALLS, 1 FT DEPTH 10fT. DIAM MANHOLE HATCH ACCESS 6" 12" MIN ~ > ?' /....0/ .' /,,'-::./', , . "., <<'V<<" . .... ..,.... '. >~>>NN~ )-jA ~~~~~~~. -j-:VNNNN/-.Y ~<<<<<<<<<<<<<<0' ~~~~'Y ~ ~ ~ STEP DETAil NOT TO SCALE '/2 '/2 o ;... o ~ On HATCH DETAIL NOT TO SCALE L BAR NOTE: STilLING WELL COVER SHALL BE HOT DIPPED GALVANIZED AFTER F ABRICA TION. STEPS OR LADDER T X 2 FT HATCH DE TAIL ABOVE STILLING WELL COVER NOT TO SCALE CONTRACT NO t 1 SKilLINGS CONNOLLY 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (!l00) 454-7545 Fax (360) 491-3857 V=l a-'8- DIAM HDPE ~ .' . '. .' ,4. SECTION 8-B NOT TO SCALE 45FT 4FT ROCK SIZE SHALL BE IN ACCORDANCE WlTIH SECTION 8-24 80 FT CHECK DAM 20' 0 C (3 REO'D). SEE DETAIL TIHIS SHEET OU ARRY SP ALLS 1 FT DEPTH rC Lc , )v/. ' ,<<<<~ 10 FT. DIAM MANHOLE 45FT 2FT ~<( 0~' ~'" / SECTION C-C OUTFALL CHANNEL NOT TO SCALE ~ NOT TO SCALE CHECK DAM DETAIL BUILD CORE WITH , 5-FT ROCK AND CHOKE WITH ~UARRY SPALLS CROWN PARK UTILITY IMPROVEMENTS PORT ANGELES JOB NUWBER STORM DRAINAGE DEl AILS 02049-4 SHEET 13 CE 16 SHEETS WA I I I I I I I I I I I I I I I I I I DESIGNED BY: ENTERED BY CHECKED BY: PROJ ENGR' I 12 fT lB" ADS N-12 STORM SEWER PIPE K ZAYAS D. SATER t C)"'" A DATE 01 04 NO DATE 01 04 S. THOMAS 01 04 Ilr.f z-24,.J6b. so_.I, 04/27/04 15'53 Ir... 12 fT REINFORCEMENT FOR TOP OCTAGONAL BASE PLATE PIPE COUPLING BY CONTRACTOR 12" LONG STUB-OUT BY MANUFACTURER PLAN VIEW NOT TO SCALE PIPE COUPLING BY CONTRACTOR 12" LONG STUB-OUT BY MANUFACTURER. A lB" AOS N-12 STORM SEWER PIPE 95fT. lB" AOS N-12 STORM SEWER PIPE jRIM ELEVATIONS TO MATCH FINISHED GRAOE HOPE RISERS CAN BE FIELD CUT BY CONTRACTOR (RIM ELEV=11250 ~ i!J)ffi~ffi~ffi~ffi~ffi~ffi~ffi~ffilll ,-" ,-" ,-" ,-" '-II t=l11:::::111::::111 LIFTING EYE (ROTA TED FOR CLARITY) ~11~11~11~1~1181~11~11~11~11~111~1~ Ilnlnlnlnlnlnln I 1::::1 11::::11 1::::1 I 1::::1 II=- 1-111-111-111-111-111-111- '-'--" -----:111=11'- 0"" ---ll.2.6' ARCHED~ BAFFLE 35 FT 5'-B" SECTION A-A 6" NOT TO SCALE ti!ill. PIPE COUPLINGS SHALL BE FERNCO OR MISSION TYPE FLEXIBLE BOOT WITH STAINLESS STEEL TENSION BANDS A METAL SHEER GUARD SHALL BE USED TO PROTECT THE FLEXIBLE BOOT. AQUA-SWIRL CONCENTRATOR. MODEL AS-10 OFF-LINE STANDARD DETAIL REVISIONS CONTRACT NO l. , SKilLINGS CONNOLLY 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 CROWN PARK UTILITY IMPROVEMENTS JOB NUMBER STORM DRAINAGE DET AILS 02049-4 SHEET t4 Of 16 SHEETS PORT ANGELES WA I -- -- -'- ._~ - .- -- -- --} .-- -, --- ...~ /' r.. :~- jL- STA 20+B2 '-' ~TH~SPIER~CONNECTIONDETAJL~ - -- _. __ '_.._ __ ,. SS I " , ~--'. :'\ . - --. I , , / "~- --- ._ - --- --7- -- --6--- ~- \ .- " to. " fI "/ I REMOVE TOP flANGE 4" FROM END \ ---~ ---' BEAM SLOT DETAIL NOT TO SCALE I 103/8" -....~~ ......:--- - I NOTES: 1 SEED AND FERTILIZE DISTURBED AREA, 2 THE CONTRACTOR SHALL MINIMIZE DISTURBANCE TO THE WETLANDS DOWNSTREAM OF THE SILT FENCE NO MATERIAL SHALL BE PLACED DOWNSTREAM OF THE SILT FENCE. J~ I I I I'lL TER FABRIC MATERIAL IN CONTINUOUS ROLLS USE STAPLES OR WIRE RINGS TO ATTACH FABRIC TO WIRE STEEL PLATE BOL T DETAIL NOT TO SCALE r EXISTING CONCRETE PIER N II II II II SEE STEEL PLATE BOLT DETAIL, THIS SHEET 12" GATE VALVE (FL) 12" BLIND FLANGE 3/..2" A32S GALVANIZED CARRIAGE BOLT WITH LOCKIN NUT, AND ONE FLAT WASHER I REMOVE TOP FLANGE 4" FROM END I I I I I I, I I DESIGNED BY' ENTERED BY CHECKED BY PROJ ENGR. I 14- 45' HOPE FITTING ;" ;" N II I I - -Ii - ~-- - -- - - - - i:-- : : ~I~';;R B~1~~~IA~F : ~ 2".2- WOOD POSTS. STANDARD WI IN B".12" TRENCH WI OR BETTER OR EOUIVALENT . 6' MAX PLAN VIEW NOT TO SCALE 14" HOPE PIPE PIER CONNECTION DETAIL STA 20+B2 NOT TO SCALE fl.Ati ;" ~W14'43' AS72 STEEL --- FLANGE ADAPTOR 6- 14- HOPE PIPE 14- HOPE PIPE ~ ECOLOGY BLOCK TO SUPPORT BEAM, 25'.25'.50' 14- HOPE PIPE 2-.2" WOOD POSTS, STANDARD OR BETTER OR EOUIVALENT PROFILE SILT FENCE DETAIL NOT TO SCALE SHELLER K KIMMEL DATE OJ 2004 NO OJ 2004 REVISIONS CONTRACT NO. TRANSITION DETAIL STA 20+B2 PIG PORT DETAIL NOT TO SCALE JOB NlNBER DATE l., SKILLINGS CONNOLLY CROWN PARK UTILITY IMPROVEMENTS 02049-4 XreH-24X.I68, so.sL rcprfOOl, Z2049-4BIl. 06/YJ/04 14 31 Knslo 5016 Lacey Boulevard SE, Lacey, Washington 98503 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 EROSION CONTROL PLAN AND PIG PORT DETAIL SHEET 15 Of 16 SHEETS S. THOMAS OJ 2004 PORT ANGELES WA I " 6 IN. EXTRA STRONG STEEL PIPE, LENGTHS W14x43, A572 STEEL, LENGTHS Stat,on Pipe Length From Station To Station Beam Length 20+82 401/4" 20+82 21+14 31'-71/4" 21+14 34" 21+14 21+46 33'-114" 21+46 341/4" 21+46 21+79 31'- 10 318" 21+79 331/4" 21+79 22+11 31'-7118" 22+11 331/8" 22+11 22+43 32'- 8 7/8" 22+43 325/8" 22+43 22+75 31'-6" 22+75 313/4" 22+75 23+07 31'-101/2" 23+07 313/8" 23+07 23+39 31'-115/8" 23+39 305/8" 23+39 23+71 32'-1518" 23+71 301/8" 23+71 24+03 32'-11/2" I 24+03 293/4" 24+03 24+35 32'-1/4" 24+35 291/4" 24+35 24+67 32'- 2 518" 24+67 291/8" 24+67 24+99 31'- 7 318" 24+99 281/8" 25+31 277/8" 24+99 25+31 32'-3" 25+63 27 5/8" 25+31 25+63 32'- 4 5/8" 25+95 271/4" 25+63 25+95 31'-101/4" 26+27 26112" 25+95 26+27 32'- 31/8" 26+59 253/4" 26+27 26+59 31'-115/8" 26+91 251/4" 26+59 26+91 31'-10518" 27+22 243/8" 26+91 27+22 31'-71/4" 27+55 24 3/8" 27+22 27+55 32'- 6 5/8" 27+87 24" 27+55 27+87 32'- 3 314" 28+19 223/4" 27+87 28+19 31'-63/4" 28+51 221/2" 28+83 22 112" 28+19 28+51 32'-21/8" 29+15 221/4" 28+51 28+83 32'-11/2" 29+47 21" 28+83 29+15 32'- 2 112" , 29+79 215/8" 29+15 29+47 31'-41/4" 30+11 213/8" 29+47 29+79 32'- 5 7/8" 30+43 201/4" 29+79 30+11 31'-10112" 30+75 193/4" 30+11 30+43 31'- 8112" 31+07 19" 30+43 30+75 31'- 8 314" 31+39 183/8" 30+75 31+07 31'-9" 31+71 18112" 32+03 17112" 31+07 31+39 32'- 5 3/4" 32+35 171/4" 31+39 31+71 31'- 10 1/4" 32+67 16112" 31+71 32+03 32'- 5 1/4" 32+99 16318" 32+03 32+35 31'-61/4" 33+31 161/8" 32+35 32+67 32'- 8 112" 33+63 153/8" 32+67 32+99 31'- 3 3/8" 33+95 151/4" 32+99 33+31 32'- 4 3/8" I 34+27 15112" 33+31 33+63 31'- 4112" I 34+59 15" 33+63 33+95 32'-81/8" 34+91 14 112" 33+95 34+27 31'-21/4" I 35+22 141/8" 34+27 34+59 32'- 6 5/8" 35+53 137/8" 34+59 34+91 31'-65/8" 35+85 131/R" 34+91 35+22 32'-21/8" 36+16 123/8" 36+48 121/8" 35+22 35+53 30'- 3 112" 36+80 111/2" 35+53 35+85 31'-33/8" 37+14 113/8" 35+85 36+16 31'-31/8" 37+48 10112" 36+16 36+48 32'- 1 7/8" 37+80 103/4" 36+48 36+80 31'- 8112" 38+12 97/8" 36+80 37+14 33'-113/4" 38+44 9" 37+14 37+48 33'- 10 5/8" 38+72 73/4" 37+48 37+80 32'-9" 39+04 8" 37+80 38+12 31'-53/4" 39+36 73/8" 38+12 38+44 32'-2" 39+68 7" 38+44 38+72 27'- 11 I/~" 40+01 61/4" 38+72 39+04 32'-8" - 40+33 6" 40+65 5112" 39+04 39+36 31'-6" 40+97 43/4" 39+36 39+68 32'-117/8" 41+30 4112" 39+68 40+01 32'-0" 41+66 41/8" 40+01 40+33 32'- 7 3/8" 41+95 25112" 40+33 40+65 31'-93/8" 42+27 233/8" 40+65 40+97 32'- 2 3/4" 42+57 21" 40+97 41+30 32'-41/4" 42+94 181/8" 41+30 41+66 36'-41/4" 43+25 157/8" 41+66 41+95 29'- 7 112" 43+55 133/8" 41+95 42+27 31'_ 3 lIR" 43+86 11112" 42+27 42+57 29'-8" 44+17 8112" 42+57 42+94 36'- 10 112" 44+53 6" 42+94 43+25 30'- 3 112" 43+25 43+~5 31'-13/4" 43+55 43+86 31'-8" 43+86 44+17 31'-43/4" 44+17 44+53 35'-7" 7//1(71 DATE REVISIONS CONTRACT NO. ~B JOB NUMBER DESIGNED BY S HELLER 01/04 NO DATE ~/~~~ t ') SKILLINGS CROWN PARK PIER CONNECTION 02049-4 ENTERED BY- D. SATER 01/04 II! ~l;"" .. ~ ~j - CHECKED BY. ;~~... DET AilS PROJ ENGR _ S THOMAS 01/04 CONNOLLY UTiliTY IMPROVEMENTS SHEET 16 5016 Lacey Boulevard SE, Lacey, Washln9ton 98503 OF DWGtD2049-4D5.chrQ Xref z-24.36b, st_sl. 04/27/04 15-51 Iro,,", I EXPIRES "/31/061 (360) 491-3399 (800) 454-7545 Fax (360) 491-3857 PORT ANGELES WA 16 SHEETS I I I I I I I I I I I I I I I I I I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following' COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS L1ABILlTYCOVERAGE SCHEDULE As Per Written Contract PRIMARY NON-CONTRIBUTORY Insurance afforded by this policy for the benefit of the Additional Insured shall be primary and non-contributory to any insurance or self-insurance maintained by the additional insured. Who is an "Insured" IS amended to include as an Insured the person or organization shown In the Schedule as an Additional Insured The coverage afforded to the Additional Insured IS solely limited to liability directly caused by "your work" which IS Imputed to the Additional Insured. Where no coverage shall apply herein for the Named Insured, no coverage or defense shall be afforded to the Additional Insured. This coverage does not apply to "bodily InJUry", "property damage" or "personal and advertising InJury" 1 Anslng out of the sole negligence of the Additional Insured. 2 AriSing out of the claimed negligence of the Additional Insured other than that directly caused by "your work" which shall be Imputed to the Additional Insured; or 3 To any employee of the Named Insured or to any obligation of the Additional Insured to indemnify another because of damages arising out of such Injury ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. AP2000US C4-03