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