Loading...
HomeMy WebLinkAbout4.458 Original Contract I I I I I I I I I I I I I I I I I I I Co'0 . ~ D 4. <158* ,,' ~\ IJ~lGlf\IAL 1 v Ch, '-, .,~,. ~r" ''\."\1..(0<::,,, J' \, !:,l( PROJECT MANUAL for 2004 WATER MAIN IMPROVEMENTS PROJECT NO. 04-01 CITY OF PORT ANGELES WASHINGTON FEBRUARY 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: Jeremy Andrews, City of Port Angeles 360-417-4812 PW-407 _01 [rev. 10/29/03] I I I I I I I I I I I I I I I I I I I CITY OF PORT ANGELES NOTICE OF AWARD Apn18,2004 TO: Jeffrey Konopaski Jordan Excavating, Inc. 1826 Golf Course Rd Port Angeles, WA 98362 PROJECT Description. 2004 Water Main Improvements, Project No. 04-01 The Owner has considered the bid submitted by you for the above described work in response to ItS Advertisement for Bids dated March 30 . 2004. You are hereby notified that your bid has been accepted for Items In the amount of $176.295.07 . includinq tax. You are required, as stated In the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of thiS notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of thiS Notice, said Owner will be entitled to consider all of your nghts arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other nghts as may be granted by law. You are required to return an acknowledged copy of thiS Notice of Award to the Owner. Dated thiS 8th day of April. 2004. CITY OF PORT ANGELES By Title ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this d day of Al:JtZ/J , fI ~---1~~- o 7 SIGNATURE ~nt Name .::r; t1u1 tJ /~lVcJ//-H' ~, /~/d~-j- 20~. Title Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Jeremy Andrews cc City Clerk PW-407 _17 [rev. 09/18/02] I I I I I I I I I I I I I I I I I I I PROJECT MANUAL for 2004 WATER MAIN IMPROVEMENTS PROJECT NO. 04-01 CITY OF PORT ANGELES WASHINGTON EXPIRES: 02/02/05 J MARCH 2004 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES A::L-. Deputy Diredlor ~ Re~ed by: .r-/ / W~ ~ ;() 1Vt11:;~ - City Attorn'ey I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS 2004 WATER MAIN IMPROVEMENTS PROJECT NO. 04-01 PART I BIDDING REQUIREMENTS: Page No(s). Advertisements for Bids .................................................. 1-2 Information for Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-3 Bidder's Checklist . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-4 Non-Collusion Affidavit . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-5 Bidder's Construction Experience. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-6 List of Proposed Subcontractors ........................................... 1-7 Bid Form . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-8-10 Bid Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-11 PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT Contract ............................................................ 11-1-7 Performance and Payment Bond ......................................... 11- 8 Escrow Agreement for Retained Percentage .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 11- 9 Certificate of Insurance. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. [provided by bidder] PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS. . . . . 111-1-10 ATTACHMENTS PART IV 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. Project Plans (6 pages) PW-407 _01 [rev. 10/29/03] 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 ADVERTISEMENT FOR BIDS 2004 WATER MAIN IMPROVEMENTS PROJECT 04-01 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 1 :30pm, Tuesday, March 30th, 2004, and not later, and will then and there be opened and publicly read at that time in the Public Works Conference Room in City Hall for the construction of the following improvements: Installation of approximately 1575 linear feet of 8 inch ductile iron water main, including related appurtenances. The City Engineer's estimate for this project is between $200,000 and $300,000. The time of completion (performance period) for this Project is 30 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 $25.00. 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 bid will be awarded to the lowest responsible bidder. The City of Port Angeles reserves the right to accept bids and award the Contract to responsible bidders which are 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 received and further advertise for bids. 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. 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. Glenn A. Cutler, P .E. Director of Public Works & Utilities Publish: Peninsula Daily News [March 7, March 14], Daily Journal of Commerce [March 8] PW-407 _01 [rev. 10/29/03] 1-2 I I I I I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The bid award will be made to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). . The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. PW-407_01 [rev. 10/29/03] 1-3 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 City. B. Performance bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number. and address of suretv and power of attorney of sianatorv. C. Insurance certificate(s). PW-407 _01 [rev. 10/29/03] 1-4 I I I I I I I I I I I I I I I I I I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF CIt1/~ ) ) ) 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. Si9~~ Subscribed and sworn to before me this i~~day of :::1Y"r~ ,2<ci- PW-407_01 [rev. 10/29/03] 1-5 I I I I I I I I I I I I I I I I I I I 9. 10. 11. 12. 13. BIDDER'S CONSTRUCTION EXPERIENCE 1. Answer all questions and provide clear and comprehensive information. Name of bidder: S'tPlk1w;.) E;CC/ll/ftl/;Y ..LAIc. Registration No. -;Sat]) It- f!..f 1Cl36 r Permanent main office address: /?Z6 (};elF C bVl?5 e.. I'd. ~e1- lJfl4Jdu (AlII. When organized: 5'/'11 I t Where incorporated: 5'/Ht-e.- ~I- W/}JJ/~h-rJ How many years have you been engaged in the contracting business under your present firm name? 2. 3. 4. 5. 6. ~ 7. 8. * Have you ev r failed If so, where and why? work awarded to you? o * 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: .J/;Jq /()-<j , " Bidde~ Print Name: -.::Ie t1~ tJ /t::vJ~ ~/ ' Title: J!l~/je-A- , PW-407 _01 [rev. 10/29/03] 1-6 I I I I I I I I I I I I I I I I I I I LISTING OF PROPOSED SUBCONTRACTORS Bidder shall list all subcontractors proposed to be used on the project. FAILURE TO LIST SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If there are no subcontractors, write "NO SUBCONTRACTORS WILL BE USED". ARks /)-0 Xt</d(/)fp~s h /J ;tL- 55 ?if;>" 7 r:Jlj) fT/~~ 1;Ur, SIGNATU E and TITLE PW-407 _01 [rev. 10/29/03] 1-7 I I I I I I I I I I I I I I I I I I I BID FORM Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 BIDDER: ~6~ E}tXA(//JI/~ ..:;Ivc. REGISTRATION NO. --:Soej)I1,e:J9~Jor DATE: J j;.1 It) Y UBI NUMBER b3 L - 19/-- 7"'e>S-:- () 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: flJe>f&thJ ~~ to Surety 60J .,E ~4- 51- /bel IJ"'l'k Surety address ;11 r ~11ert- ~ $;,,,.a Agent C163 fi;~~ b;. Agent Address -r07n r~~ t(J7-//'/~' Surety Contact a d Phone Number 'f6r rl!f o/l- Agent Contact and Phone Number PW-407 _01 [rev. 10/29/03] 1-8 03/23/2004 TUE 14:57 FAX ~002 I I I I I I I I I I I I I I I I I I I BID FORM Item Standard Estimated ITEMS WITH UNIT PRICE BID (unit prices to be UNIT PRICE AMOUNT No. Specification quantittes for written in words) SecliOIl comparing bids Dollars Cents DoD~ Cents only 1 1-04 lump Sum Protection, Restoration and Clean-up 1:~ -fACiAS/ltV'J Jo/liJU 5"CV6 00 S'OOo oD 2 1-07 lump Sum Maintenance & Protection of Traffic '111u.e- f hOI.l$/JAlJ ~//1Ja 3a:o ao '3 OOD 0-0 3 1-09 lump Sum Mobilization -f ~ j d/~ e: ~ 'A. / dct5^#/'/ 704-0 0-(/ 7 to 0 tit) 4 1.10 150 Hours Traffic Conlrol Labor Ljo ./'- A.h. Jo/1trtM 00 (po <to ()O 5 2-09 380 CY Co~~sitY Fill 1'0 ~ JO//1tt-5 00 15UD O-t; 6 2-09 6440 SF Shonng ot Extra Ex~tio~ )..r fw~tJk, n(/<C) IfR/O 00 7 2-09 694 CY Structure Exbavation Class B. incl. Haul Si, L_ d~/~ fro ot) V/lo'l 00 8 7-04 62 LF ~d ~AC Storm Sewer Pipe 6' OIA. I~ f/~ Uk<< ~S- 00 /5S-0 tJO 9 7.05 3EA Type I Catch'Basin W/Curb Ik~me & Grate . €:We. ~J dPe- #k.J- J.I ~ 1/00 (XI 33 ()O ~ 10 7-05 2EA ~st Inlet, Inslall Solid Cover /~ IuAJvdJd daj/;rt8 5"'00 (Jt) / (:XJO ao 11 7-09 1575lF ~pe ,! Water Main, 8-11l~ Dia. (Class 52) ;". r... Wo -' II. 3.2- ()O 9> <(aD ot> 12 7-12 1 EA ~:ftJtTapWfB"V;We L L L Ji/lJtl ., kf#/l~hr ).r(Ov 00 .;l8tkl DO 13 7-12 3EA ~ 8" Cross w~~ Valve du/J IA~ "h rA5~ 1/JU ~ 00 qooo l>() 14 7-14 1 EA ~~ace Hydrant A~bIY wi 6' Feed line w~ ?iy. ~j k/(J1U Y...{11J ero uao (Jt) ~ 15 7-14 2EA Hydrant Assem~y ,.;j 3000 Gtxro l-11tte<::. fJ 6"'5J't, oV 00 16 8-14 58SY Cement Cone. Sidewalk, Curb/Gutter & Ramps 1D tJi!JeA dollltU aO )'220 0-0 17 7-15 16EA Ncll1h Side ~C&G. A6phalt palch) 1.lnd1 1 (}lJT) ave. ~ 1 MItru av l~o{J1J (i) 18 7-15 16EA SOu1h Side SeIVi~COllneetiDf1(WIC&G, AspIiaIl palch) 1.1ncIl / (j(}t) l#o I 6 ()(j() ()i) OP~ 11 ~J tkltru BID FORM 'PW-407 _01 (rev. 10/29103) 1-9A I I I I I I I I I I I I I I I I I I I Bid Subtotal $ /~2., 7fiC1" 00 Sales Tax (8.2%) $ /3, 3 f/? " ;;1. f! Total Bid $ /1~ , 152-. 2-'1 , ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s). I 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 7crtd~ "C'f('w1/#J 'j:p/'c. Complete address tl:~I~ss) atl/./- Cocd5e t!d- '~ffj}"1~ (J~ (State) 'loJ f"l- (Zip) Telephone No. C"? &~ r'5tJ-. - 3~7() (:J~) flJf' -Ifro(j SignedbY~~ Ti~e j/~. Printed Name: Je!k.c; (/J /~/JS,t:.1 Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. PW-407 _01 [rev" 10/29/03] 1-10 I I A--. '--- rs: ~I GLENN A.'cUTLER, P.E. Director of Public Works & Utilities I There is no change to the Bid Opening Date, Performance Period, or Engineer's Estimate as a result of this Addendum. I I I ~\ I I I I I I I I I 2. I 3. I I 4. I ~~ ADDENDUM NO. i TO THE PROJECT MANUAL FOR 2004 WATER MAIN IMPROVEMENTS, PROJECT NO. 04-01 NOTICE TO PROSPECTIVE BIDDERS (March 23, 2004) NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. Replace Page 1-9 with the attached Page~-9A. For Bid Item 11 in the Bid Form on Page I - 9, the Standard Specification number has been changed to 7-09. Also, under the ITEMS WITH UNIT PRlCE BID column, "Class 52" has been added to the end of"DI Pipe for Water Min, 8-inch Dia." For Bid Item 17 in the Bid Form on Page I - 9, the estimated quantities has been changed to 16 EA. Under the ITEMS WITH UNIT PRlCE BID the entry will read "North Side Service Connection (W/C&G, Asphalt patch) I-inch". An additional bid item, number 18, has been added to the Bid Form, "South Side Service Connection (W/C&G, Asphalt patch) I-inch" , Delete the third paragraph under "Progress Schedule" on Page III - 8, that required the schedule to be submitted usmg SureTrak software. Delete the paragraphs labeled "2." and "4." under the TRAFFIC CONTROL PLANS list of special traffic control requirements on Page III - 9 and replace paragraph "2." with the following: 2. Contractor to maintain access to all driveways during construction. Steel plates can be used by contractor to accomplish this requirement. Replace Sheets 3 and 4 of the Drawin2 with the attached Sheets 3A and 4A. The label "SEE DETAIL "WATER SERVICE" SHEET 6" has been deleted and replaced with: "ADD SOUTH SIDE SERVICE CONNECTION (TYPICAL)" and" ADD NORTH SIDE SERVICE CONNECTION (TYPICAL)". Work associated with replacing all service lines serving customer on the south side of 2nd street, from service tap to existing meter, has been added to the scope of work. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual when it is submitted to the City with your bid (See Page 1-12). Failure to do so may result in the bid being rejected as being non-responsive. Addendum No.1 March 23, 2004 I I I I I I I I I I I I I I I I I I I BID FORM Item Standard Estimated ITEMS WITH UNIT PRICE BID (unit prices to be UNIT PRICE AMOUNT No. Specification quantities for written in words) Section comparing bids Dollars Cents Dollars Cents only 1 1-04 Lump Sum Protection, Restoration and Clean-Up 2 1-07 Lump Sum Maintenance & Protection of Traffic 3 1-09 Lump Sum Mobilization 4 1-10 150 Hours Traffic Control Labor 5 2-09 380 CY Control Density Fill 6 2-09 6440 SF Shoring or Extra Excavation 7 2-09 694 CY Structure Excavation Class B, incl. Haul 8 7-04 62 LF Solid Wall PVC Storm Sewer Pipe 6' DIA. 9 7.05 3EA Type I Catch Basin W/Curb Inlet Frame & Grate 10 7-05 2EA Adjust Inlet, Install Solid Cover 11 7-09 1575 LF DI Pipe for Water Main, 8-lnch Dia. (Class 52) 12 7-12 1 EA 10' x 8' Hot Tap W/8' Valve 13 7-12 3EA 8' x 8' Cross W/2-8' Valve 14 7-14 1 EA Replace Hydrant Assembly w/6' Feed line 15 7-14 2EA Hydrant Assembly 16 8-14 58 SY Cement Cone. Sidewalk, Curb/Gutter & Ramps 17 7-15 16 EA North Side Service Connection(W/C&G, Asphalt patch) 1-lnch 18 7-15 16 EA South Side Service Conneclion(W/C&G, Asphalt patch) 1-lnch BID FORM 'PW-407 _01 [rev. 10/29/03] 1- 9A I 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~Y of April, 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 Jordan Excavating 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: 2004 WATER MAIN IMPROVEMENTS, Project 04-01 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 PW-407_02 [rev 04/14/03] II - 1 I I I I I I I I I I I I I I I I I I I (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 30 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 remams uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. 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 formes). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initIate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or PW-407 _02 [rev 04/14/03] II - 2 I I I I I I I I I I I I I I I I I I I 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 Illsurance, workers compensatIon insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and 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 III this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance ofthis 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 of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent neglIgence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, PW-407_02 [rev 04/]4/03] II - 3 I I I I I I I I I I I I I I I I I I I representatives, employees or subcontractors. Failure by the Contractor to mamtain the msurance 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 Liabilitv 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. 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 followmg 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 PW-407_02 [rev 04/14/03] II - 4 I I I I I I I I I I I I I I I I I I I $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 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 PW-407_02 [rev 04/14/03] II - 5 I I I I I I I I I I I I I I I I I I I 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 III all positions from qualified individuals who are members of the above-stated minoritIes. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. This Contract shall be administered by Jeffrey Konopaski on behalf of the Contractor and by Jeremy Andrews on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: PW-407_02 [rev 04114/03] II-6 I I I I I I I I I I I I I I I I I I I Contractor: Jordan Excavating, Inc 1826 Golf Course Rd Port Angeles, W A 98362 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. ThIS Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: ~~;J ~~gvr;f ~ J;,~ Name of Contractor CITY OF PORT ANGELES: BY:~ ~~ Title: /~//e-/j- . Approved as to Form: ~&I~ City Attorney Attest: ~&>~"4" · ,Upa City C k PW-407 _02 [rev 04/14/03] II - 7 I I I I I I I I I I I I I I I I I I I r PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 22485297 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Jordan Excava ting, In~S Principal, and Wes tern Surety Company a corporation, organized and eXisting under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles In the penal sum of $176.295.07 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation IS entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Port Anqeles ,Washington, this _ day of 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 Jordan Excavating. Inc. _ the above bounded Principal, a certain contract, the said contract being numbered 04-01 ,and providing for 2004 WATER MAIN IMPROVEMENTS (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, If the said Principal, Jordan Excava tioq, IJ;lshall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this 14 Uday of April ,20 04. Jordan Excavating, Inc Principal By#7o-/~ Title PO Box 1068, Surety Address PO Box 1347,Port Angeles WA 98362 Agent Address George Hankey 800-262-2110 Surety Contact and Phone Number Thomas L. Fryer 360-457-1144 Agent Contact and Phone Number PW-407_02 [rev 04/14/03] II - 8 I I I I I I I I , I 'I L I I I I I . POWER OF ATTORNEY 22485297 . . That tlus Power of Attorney IS not vahd or In effect unless attached to the bond which It authonzes executed, but may be detached by the approving officer If demed. That Western Surety Company, a corporatIOn, does hereby make, constitute and appoint the following : THREE'!; ~. ':1 3': I authonzed IndlVlduals Know All Men by These Presents: (Irrevocable) BOND No. SP- AUTHORIZED INDIVIDUALS 'DANrEl.;;;..rf7~YEB. ,.>>' TL 'FRYER 0 '.', , ~~,:'~~ ,,', ~< AUTHORIZED INDIVIDUALS P,Aut~ M -,R'EEO: , ~/ = "/', < ~ <:~ , ,> ~ , " , ::;' ,'" ,~< -<:." ~:<: 0' , .H <,'" , . :',.,f:. 1'1 I /~~,..' ~ '<,"\ " , "";:~ < :',~ < ^, , < <<~ \,'< '~~ ", Y, :,'" '<, , , /'^ ^ >}' ,. ~ oJ, " ::;\ />2 ~ ;-<7 ,v-t , '...., " ." ~/ \ ,''<~) t ::^ ~ , > .' , , \..... <~ <"::' . 0 d ...^~:.' < In the City of paR TANG El E S ,State of WA SH I NGTON with hmlled authonty, ItS true and lawful Attorney(s) In fact with full power and authonty hereby conferred, to sign, execute, acknowledge and dehver for and on ItS behalf as Surety, the following descnbed bond ONE BlOt PERFORMANCE~ AND/OR PAYMENT BOND PROVIDING THE BONO PENALTY DOES NO EXCEED SEVEN HUNDRED FIFTY THOUSAND AND NO/IOO DOLLARS <***750 000.00). *******~************************************************************** ********************************************************************** ********************************************************************** The acknowledgment and execution of such bond by the said Attorney in Fact shall be as bindmg upon thIS Company as if such bond had been executed and acknowledged by the regularly elected offIcers of this Company. All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of FEBRUARY 28 , 2006 ,but until such time shall be irrevocable and in full force and effect. WESTE~~~O~MPANY further cerllfles Ihat the follOWIng IS a true and exact copy of SectIOn 7 of the By-Laws of Western Surety Company, duly adopted and now In f~~' 1!l~I\i !s.;rtVfn~~ll bonds, poltcles, undertakIngs, Powers of Attorney or other obltgalions of the corporatIOn shall be executed In the corporate name of the Company b",~th;,~re'ildoAt..&<;[et, AsSIStant Secretary, Treasurer, or any Vice PreSIdent, or by such other officers as the Board of DIrectors may authonze The PreSident, any V,ce ~", " A"':A..~ <1;', eIlI; Se~t@y~ny,,,,,,,~:.':t! Secretary, or the Treasurer may appomt Attorneys m Fact or Agents who shall have authonty to Issue bonds, poltcles, or undertakmgs m the ~e:b~~ CompaDl9' T~ ~ate seal IS not necessary for the valtdllY of any bonds, poltcles, undertakIngs, Powers of Attorney or other obltgallons of the corporatIOn The ;;: 6I&11~ture"df any such of~er'!a~~ corporate seal may be pnnted by facsimile" :5:> : (.) m ': ~ 8:>]he penal amount of the: bOli~erem descnbed may be mcreased If there IS attached to thIS Power, wntten authonty so authonzmg In the form of an endorsement, letter or ~ ~~am Signed by the SenIQr ~IliCrWC1t1ng Officer, Underwntmg Officer, PreSident, Vice PreSident, AsSistant Vice PreSident. Treasurer. Secretary or AsSIstant Secretary of Western ~ e~, ComQ\'n~ speCifICally flu ~mg sald mcrease 8th . ~ ~.,yrrrN$SIW)rEJ!.I!~, ,$estern Surety Company has caused these presents to be executed by ItS PreSident With ItS corporate seal affixed thIS ~ii/~rh.A~rirOY , 1997 , WE S T ERN SUR E T Y COM PAN Y 010. '-:\'" 'flQ(loon ..s,~,"\,,\ /J STATE 6'O~UUTH DAKOTA} ss By ~i'. . _ ~ ~ COUNTY OF MINNEHAHA -------~~ President 8th April 1997 On thiS day of , In the year , before me, a Notary Publtc, personally appeared Stephen T Pate, who bemg by me duly sworn, acknowledged that he Signed the above Power of Attorney as the aforesatd officer of WESTERN SURETY COMPANY and acknowledged said Instrument to be the voluntary act and deed of sald corporatIOn n~;r;;~N~1 My ~l'l};mIsslOn Expires 6-2.~ I, the underSIgned offIcer of Western Surety Company, a stock corporallon of the State of South Dakota, do hereby cerlify that the attached Power of Attorney IS tn full force and effect and is irrevocable, and furthermore, that Seclion 7 of the By-Laws of the company as set forth In the Power of Attorney, IS now In force. 'R~ Notary Public, South Dakota Form 749-4-97 In teslimony whereof, I have hereunto set my hand and the seal of Western Surety Company this. 14 t h day of AD r i 1 2 0 0 4 WESTERN SURETY COMPANY ~p,~::4 .IMPORTANT: This date must be filled m before it is attached to the bond and it must be the same date as the bond. By NOTICE: ThiS border must be BLUE If It IS not BLUE, this Is not a certified copy . ACORD,. CERTIFICATE OF LIABILITY INSURANCE OP ID T DATE (MM/DDIYYYYI JORDA 1 04/14/04 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PRODUCER , Fryer & Sons Ins. Inc. Box 1347 Port Angeles WA 98362 Phone:360-457-1144 Fax:360-457-9440 INSURERS AFFORDING COVERAGE INSURED INSURER A INSURER B INSURER C INSURER D INSURER E North Pacific Insurance Co. NAIC# 23892 Jordan Excavating, Inc 1826 South Golf Course Road Port Angels WA 98362 COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSR[ TYPE OF INSURANCE POLICY NUMBER PD~~~1ri~rtf8,w)E P8k!fEY(~~h'1f,yy)'" LIMITS I GENERAL LIABILITY EACH OCCURRENCE $ 1000000 - PREMISES (E~~~~~nce) A X X COMMERCIAL GENERAL LIABILITY C06147141 03/19/04 03/19/05 $ 10000 I CLAIMS MADE [!] OCCUR MED EXP (Anyone person) $ 5000 I PERSONAL & ADV INJURY $ 1000000 - GENERAL AGGREGATE $2000000 - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 1000000 I h POLICY !Xl j~8;: n LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT I----- $ 1000000 X ANY AUTO (Ea accident) I----- ALL OWNED AUTOS BODILY INJURY II I-- $ A ~ SCHEDULED AUTOS C06147141 03/19/04 03/19/05 (Per person) ~ HIRED AUTOS BODILY INJURY $ ,- X NON-OWNED AUTOS (Per accident) I-- I I----- PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ (I R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ tJ OCCUR D CLAIMS MADE AGGREGATE $ I $ R DEDUCTIBLE $ RETENTION $ $ I WORKERS COMPENSATION AND I TORY LIMITS I IOJ~- EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $ If yes, descnbe under E L DISEASE - POLICY LIMIT SPECIAL PROVISIONS below $ I OTHER I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Operations of the 1nsured for 2004 Water Ma1n Improvements, Project No.04-01, naming the City of Port Angeles as additional insured. I CERTIFICA TE HOLDER CANCELLATION City of Port Angeles Pub11c Works & Ut1l1t1es Dept 321 East Fifth Port Angeles WA 98362 CITYOFP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTA I ACORD 25 (2001/08) I I I I I I I I - I 'I '-- I I I I I I I I F'OLlCY NUMBER Jordan Excava ting, lnc COMMERCIAL GENERAL LIABILITY C06147141 CG20101001 4/14/2004 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, lESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Port Angeles Public Works & utilities Department 321 East Fifth (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to thiS endorsement.) A. Section II - Who Is An Insured is amended to include as an insured the person or organization shown In the Schedule, but only with respect to lIabllityansing out of your ongoing operations per- formed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion IS added: 2. Exclusions This insurance does not apply to "bodily in- jury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tIOnal insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its Intended use by any person or organization other than another con- tractor or subcontractor engaged In performing operations for a principal as a part of the same project. CG 20 10 10 01 105703 @ ISO Properties, Inc., 2000 Page 1 of 1 [ 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 ill - 1 through ill - 12 2. Submittal requirements, as listed on pages ill - 12 through ill - 14 3. Project Plans, as set forth in Attachment ~. 4. Amendments to the Standard Plans and Specifications issued prior to September 1, 2004, as set forth in Attachment ~. 5. 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. 6. Washington State Department of Transportation's Standard Plans, as referenced on page ill-12 . 7. 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. PW-407_03 [rev 11/18/02] ill-I I I I I I I I .1 I I I I I I I I I I I The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1-02.2 PLANS AND SPECIFICATIONS Section 1-02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 1-02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND 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. DESCRIPTION OF WORK Section 1-04.3 of the Standard Specification is supplemented by the following: PW-407_03 [rev. 11/18/02] III-2 I I I I I I I I I I I I I I I I I I I See Advertisement for bid opening instructions. Port Angeles Landfill dumping fees will be paid by City, not the Contractor, for material approved for disposal at that site under this contract. To receive compensation for disposal of material for which there is a bid item under this contract, e.g. "Unsuitable Material for Backfill Base", the Contractor must submit weight ticket receipts. 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction 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. PW407_03 [rev. 11/18/02] III-3 I I I I I I I I I I I I I I I I I I I 1-05.5 AS-BUILT DRAWINGS Section 1-05.5 is supplemented with the following: As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as-built conditions. These as-built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. 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. PW-407_03 [rev. 11/18/02] ill-4 I I I I I I I I I I I I I I I I I I I 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. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1-07.2(2) apply. 1-07.6 PERMITS AND LICENSES All permits will be provided to the contractor at the City's expense 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. PW-407_03 [rev. 11/18/02] ID-5 I I I I I I I I I I I I I I I I I I I The Contractor is alerted to the existence of Chapter 19.22 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual. 1-07.23 PUBLIC CONVENIENCE AND SAFETY Section 1-07.23 is supplemented with the following: The construction safety zone for this project is 10 feet from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zones unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location, however the construction safety zone of 10 feet must be adhered to as stated above. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. 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: PW-407_03 [rev. 11/18/02] ill-6 I I I I I I I I I I I I I I I I I I I 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all f1aggers 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 "Maintenance and Protection of Traffic" shall be full compensation for all costs and expense necessary or incidental to furnishing all labor, equipment, tools, and materials in connection with maintaining and protecting traffic, including installing and removing Class B signs. The Contractor shall remove and relocate the existing traffic signs as shown on the Plans or directed by the Engineer. The voids left due to the removal of the signs shall be filled with suitable material to the satisfaction of the Engineer. All existing signs damaged by the Contractor during the removal operation shall be replaced at his own cost. All costs for furnishing all labor, equipment, tools, and materials required to remove and relocate existing traffic signs shall be included in the contract lump sum price for "Maintenance and Protection of Traffic". All costs for sweeping, washing, or otherwise cleaning roadways and sidewalks of construction debris, including dirt, dust, mud, etc., shall be included in the contract lump sum price for "Maintenance and Protection of Traffic". HOURS OF WORK See Section 1-08.0 of the APWA Supplement (Section 1-99) to the Standard Specifications for hours of work allowed under this contract. This section is further supplemented by the following: The hours for delivery to the Port Angeles Landfill of approved material under this PW-407_03 [rev. 11/18/02] ill -7 I I I I I I I ~ }, I I I I I I I I I I I I 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. 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 calender days of award of the contract, 3 sets of complete CPM time-scaled logic diagram on 22" x 34" sheets with accompanying schedule reports. An electronic copy shall also be submitted. The schedule diagrams shall show activity numbers, descriptions, early-start dates, float, and all relationships. The diagrams shall also show the sequence, order, and interdependence of activities in which the work is to be accomplished. The Contractor shall submit to the Engineer updates to the CPM schedule every two weeks. At the same time, the Contractor shall also provide 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. PROSECUTION OF WORK Section 1-08.4 is supplemented with the following: Only one block at a time shall be open for construction activities unless otherwise approved by the Engineer. No work shall commence in areas to receive pavers until sufficient amount of pavers and materials are onsite to complete the work. TIME FOR COMPLETION Section 1-08.5 is supplemented with the following: PW-407_03 [rev. 11/18/02] ill-8 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 ~ 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 as Attachment~ 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. TRAFFIC CONTROL MANAGEMENT The third sentence of the first paragraph of Section 1-10.2(1) is revised to read: The Contractor may designate the project superintendent as the TCS. TRAFFIC CONTROL PLANS The first sentence of Section 1-10.2(2) is to be replaced with the following: The Contractor shall develop a traffic control plan necessary for their method of performing the work, and submit it to the Engineer for approval before any work involving the plan begins. No work shall occur that alters existing traffic control before approval of the plan. The plan shall be in accordance with this section, the Standard Plans, and the Manual on Uniform Traffic Control Devices (MUTCD). The following is a list of special traffic control requirements that shall be incorporated into the traffic control plan: 1. If it is necessary to close a lane of traffic along 2nd Street, only one block shall be closed at a time. 2. The traffic control plan shall incorporate temporary chain link fence barriers, or other barrier approved by the Engineer, to be used for pedestrian barriers adjacent to roadways. 3. The use of existing parking lanes (i.e., indicate if parking lanes will PW-407_03 [rev 11/18/02] ID-9 I I I I I I I I I I I I I I I I I I I be used as pedestrian walkways, traffic lanes, closed to all pedestrian and traffic travel, or a combination of uses). 4. Standard Plan K-2 shall be used for this project for the traffic control plan. The minimum lane width shall be eleven (11) feet. The Contractor shall provide alternate traffic control Plans for approval by the Engineer, as necessary to accommodate any changes. The last sentence of Section 1-10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. Costs associated with the development of the traffic control plan(s) shall be incidental to contract prices. CONSTRUCTION SIGNS Section 1-10.3(3) is revised to read: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer 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. All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All signs shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the Plans. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. No Class A construction signs are required for this Contract. Class 8 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 PW-407_03 [rev 11/18/02] III-lO I I I I I I I I I I I I I I I I I I I 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 "Maintenance and Protection of Traffic", 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. 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 February 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 Progress Schedule SR-03 As-Built Drawings SR-04 Other Post-Construction Submittals SR-05 Itemized List Of Submittals SR-01 MATERIAL SUBMITTALS PW-407_03 [rev. 11/18/02] III-ll I I I I I I I I I I I I I I I I I I I 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 calender 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 calender 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~2 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-03 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-04 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. PW-407_03 [rev. 11/18/02] ill - 12 I I I I I I I I I I I I I I I I I I I SR-05 ITEMIZED LIST OF SUBMITTALS Below is a summarized list of the submittals required under this contract. ITEM DESCRIPTION APPLICABLE NO. SECTION Material Submittals 1 Bedding and Backfill Materials various 2 Progress Schedule 1-08.3 Post-Construction Submittals 3 Landfill Weight Tickets 1-04.3 4 Final As-Builts 1-05.5 5 Compaction Test Results 6-11 .5 6 Disinfection Results 7-11 PW-407 _03 [rev. 11118/02] ill-13 I I I I I I I I I I I I I I I I I I I PART IV ATTACHMENTS PW-407 _04 [rev. 02114/03] I I I I I I I I I I I I I I I I I I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING. PULLING. PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN. HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL Page 1 PREVAILING WAGE $31.86 $43.47 $38.37 $14.67 $38.06 $37 90 $37.90 $38.00 $38.74 $38 03 $38 03 $38.03 $38.90 $38.10 $38.03 $38.03 $38.03 $38 03 $31.86 $79.57 $40.67 $38.37 $37.91 $38 37 $38.42 $39.85 $37.91 $38.37 $38.02 $38.59 $9.37 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1N 5D 1B 5N 1M 5A 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1N 5D 1M 5D 8A 1M 5D 1B 5D 8L 1B 5D 8L 1B 5D 8L 1B 5D 8L 1B 5D 8L 1B 5D 8L 1B 5D 8L 1B 5D 8L 1J 5B 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 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER $48 51 10 6H CABLE SPLICER (TUNNEL) $52.31 10 6H CERTIFIED WELDER $46.79 10 6H CERTIFIED WELDER (TUNNEL) $5041 10 6H CONSTRUCTION STOCK PERSON $24.33 10 6H JOURNEY LEVEL $45.06 10 6H JOURNEY LEVEL (TUNNEL) $48.51 10 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44 65 4A 5A GROUNDPERSON $32.13 4A 5A HEAD GROUNDPERSON $33 93 4A 5A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A 5A JACKHAMMER OPERATOR $33 93 4A 5A JOURNEY LEVEL L1NEPERSON $44 65 4A 5A LINE EQUIPMENT OPERATOR $37 87 4A 5A POLE SPRAYER $44.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $49 28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11.60 FLAGGERS JOURNEY LEVEL $27.18 1N 50 GLAZIERS JOURNEY LEVEL $38.96 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $39.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $16.00 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.34 1N 50 INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $1565 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $907 INLAND BOATMEN CAPTAIN $33.50 1K 5B COOK $28.96 1K 5B DECKHAND $28.16 1K 58 ENGINEER/DECKHAND $30.61 1K 58 MATE, LAUNCH OPERATOR $32.05 1K 58 Page 2 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 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (Le , dusting, vacuuming, window cleaning; NOT construction debris cleanup) FINE GRADERS FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE $9.73 $11 48 $12.78 $7.16 $10.53 $20.50 $41.02 $32.34 $31.86 $27.18 $31.86 $31.86 $31.86 $31.86 $32.70 $32.34 $31.86 $31.86 $32.34 $31.86 $31 86 $31.86 $31.86 $32.34 $31.86 $32.34 $27.18 $31.86 $31.86 $31.86 $32 70 $32.34 $32.70 $31.86 $31.86 $31.86 $32.34 $24.86 $31.86 $27.18 $31 86 $31.86 $31.86 $32.34 $31.86 $31 86 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1B 5A 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I Classification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORT ARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUDMAN MATERIAL YARDMAN MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN RODDER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20') SLOPER SPRA YMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAILER TRACK LABORER TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR VINYL SEAMER WELOER WELL-POINT LABORER I I I I I I I I I I I I I Page 4 I I I PREVAILING WAGE $31.86 $32.70 $32.34 $31.86 $32 70 $32.34 $32.34 $32.34 $32.34 $31.86 $32.70 $32 34 $32.34 $27.18 $32.34 $32.34 $32.34 $32.70 $32.34 $31.86 $32.70 $31.86 $32 34 $32.34 $32.70 $31.86 $32.34 $31.86 $31.86 $31.86 $32.34 $31.86 $32.34 $32.34 $31.86 $31.86 $32 34 $32 34 $31.86 $31.86 $31.86 $32.34 $31.86 $32 34 $31.86 $32.34 $31.86 $31.86 $32.34 (See Benefit Code Key) Over TIme Holiday Note Code Code Code 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 1N 50 I CLALLAM COUNTY I Effective 03-03-04 ***************************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $31 86 1N 50 I PIPE LAYER $32.34 1N 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $781 I LANDSCAPING OR PLANTING LABORERS $7.93 LATHERS JOURNEY LEVEL $38.74 1M 50 MACHINISTS (HYDROELECTRIC SITE WORK) I MACHINIST $16.84 METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $1066 1 I PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $30 77 2B 5A PLASTERERS I JOURNEY LEVEL $25.83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A I POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $3641 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $39.03 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $39 49 1T 50 8L I BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH $40.01 1T 50 8L BACKHOES, (75 HP & UNDER) $38 64 1T 50 8L BACKHOES, (OVER 75 HP) $39.03 1T 50 8L BARRIER MACHINE (ZIPPER) $39.03 1T 50 8L I BATCH PLANT OPERATOR, CONCRETE $39.03 1T 50 8L BELT LOADERS (ELEVATING TYPE) $38.64 1T 50 8L BOBCAT $36.41 1T 50 8L BROOMS $3641 1T 50 8L I BUMP CUTTER $39.03 1T 50 8L CABLEWA YS $39.49 1T 50 8L CHIPPER $39.03 1T 50 8L COMPRESSORS $36.41 1T 50 8L I 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 50 8L CONVEYORS $38.64 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.64 1T 50 8L I CRANES, 20 - 44 TONS, WITH ATTACHMENTS $39.03 1T 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.49 1T 50 8L JIB WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40.01 1T 50 8L I WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.55 1T 50 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $36.41 1T 50 8L I Page 5 I I I I CLALLAM COUNTY I Effective 03-03-04 ***************************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES,A-FRAME,OVER10TON $38.64 1T 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.07 1T 50 8L I ATTACHMENTS 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 50 8L I CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.01 1T 50 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40.55 1T 50 8L CRUSHERS $39.03 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $39 03 1T 50 8L I DERRICK, BUILDING $39.49 1T 50 8L 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 I ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $36.41 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $38 64 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39 03 1T 50 8L FORK LIFTS, (3000 LBS AND OVER) $38.64 1T 50 8L I FORK LIFTS, (UNDER 3000 LBS) $36.41 1T 50 8L GRADE ENGINEER $38 64 1T 50 8L GRADECHECKERANDSTAKEMAN $3641 1T 50 8L GUARDRAIL PUNCH $39.03 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $38.64 1T 50 8L I HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.03 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $36.41 1T 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $38 64 1T 50 8L I LOADERS, OVERHEAD (6 YO UP TO 8 YO) $39.49 1T 50 8L LOADERS, OVERHEAD (8 YO & OVER) $40.01 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $39.03 1T 50 8L LOCOMOTIVES, ALL $39.03 1T 50 8L I MECHANICS, ALL $39 49 1T 50 8L MIXERS, ASPHALT PLANT $39.03 1T 50 8L MOTOR PATROL GRADER (FINISHING) $39.03 1T 50 8L MOTOR PATROL GRADER (NON-FINISHING) $38.64 1T 50 8L I MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $39.49 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $3641 1T 50 8L OPERATOR PAVEMENT BREAKER $36.41 1T 50 8L I PILEDRIVER (OTHER THAN CRANE MOUNT) $39.03 1T 50 8L PLANT OILER (ASPHALT, CRUSHER) $38.64 1T 50 8L POSTHOLE DIGGER, MECHANICAL $3641 1T 50 8L POWER PLANT $36.41 1T 50 8L I PUMPS, WATER $36.41 1T 50 8L QUAD 9,0-10, AND HD-41 $39 49 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.49 1T 50 8L EQUIP RIGGER AND BELLMAN $36.41 1T 50 8L I ROLLAGON $39.49 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.41 1T 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $38 64 1T 50 8L ROTO-MILL, ROTO-GRINDER $39.03 1T 50 8L I SAWS, CONCRETE $38.64 1T 50 8L Page 6 I I I I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I Classification SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLlPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS,FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL I I I I I I I I I I I I I Page 7 I I I PREVAILING WAGE $39.03 $39 49 $38.64 $39.03 $36.41 $39 49 $39 03 $39.03 $38.64 $38.64 $39.03 $39.03 $39.49 $38.64 $38.64 $39 03 $39 03 $36.41 $39.03 $32.01 $29.79 $30.71 $28.43 $20.89 $27.68 $38.37 $17.85 $25 63 $1800 $27.78 $16.84 $9.86 $18.08 $15.97 $14.60 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 4A 5A 4A 5A 4A 5A 4A 5A 4A 5A 1M 5A 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 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING JOURNEY LEVEL $46 46 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30.75 1J 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 ROOFERS JOURNEY LEVEL $34 53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $45.43 1J 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $1929 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26 70 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $25.91 2B 5A SPECIAL APPARATUS INSTALLER I $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27 28 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $27.84 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $25.91 2B 5A TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION L1NEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $35.63 1H 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $29.46 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $35.91 1T 50 8L ASPHALT MIX (OVER 16 YARDS) $36.49 1T 50 8L Page 8 I I CLALLAM COUNTY Effective 03-03-04 ***************************************************************************************************************** I Classification DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER PREVAILING WAGE $20.23 $20 23 $36 49 $23 73 $11 60 $945 $11.60 (See Benefit Code Key) Over Time Code Holiday Code Note Code I 1 1 1T 1 50 8L I I I I I I I I I I I I I Page 9 I I I I CLALLAM County -- Apprentices -- Effective 3/3/2004 - I Benefit Code Key I Stage of Progression & Hour Prevailing Overtime Holiday Note Range Wage Code Code Code I ASBESTOS ABATEMENT WORKERS I ENVIRONMENTAL CONTROL PAINTERS 1: 0 - 1000 Hours - 50.00% $17.11 IN SD I 2: 1001 - 2000 Hours - 60.00% $19.58 IN SD 3: 2001 - 3000 Hours - 75.00% $25.08 IN SD 4: 3001 - 4000 Hours - 90.00% $29.15 IN SD I LABORERS 1: 0 - 1000 Hours - 60.00% $21.98 IN SD I 2: 1001 - 2000 Hours -70.00% $24.45 IN SD 3: 2001 - 3000 Hours - 80.00% $26.92 IN SD I 4: 3001 - 4000 Hours - 90.00% $29.39 IN SD BOILERMAKERS I 1: 0 - 1000 Hours - 70.00% $35.04 IB SN 2: 1001 - 2000 Hours -75.00% $36.45 IB SN I 3: 2001 - 3000 Hours - 80.00% $37.85 IB SN 4: 3001 - 4000 Hours - 85.00% $39.26 IB SN I 5: 4001 - 5000 Hours - 90.00% $40.66 1B SN 6: 5001 - 6000 Hours - 95.00% $42.07 IB SN I BRICK AND MARBLE MASONS 1: 0 - 750 Hours - 50.00% $22.40 1M SA I 2: 751 - 2250 Hours - 55.00% $23.90 1M SA 3: 2251 - 3000 Hours - 60.00% $25.36 1M SA 4: 3001 - 3750 Hours - 70.00% $28.27 1M SA I 5: 3751 - 4500 Hours - 80.00% $31.19 1M SA 6: 4501 - 5250 Hours - 90.00% $34.10 1M SA I 7: 5251 - 6000 Hours - 95.00% $35.56 1M SA CARPENTERS I I I I ACOUSTICAL WORKER I 1: 0 - 1000 Hours - 50.00% $19.91 1M 5D 2: 1001 - 2000 Hours - 60.00% $26.64 1M 5D I 3: 2001 - 3000 Hours - 68.00% $28.92 1M 5D 4: 3001 - 4000 Hours - 76.00% $31.21 1M 5D I 5: 4001 - 5000 Hours - 84.00% $33.49 1M 5D 6: 5001 - 6000 Hours - 92.00% $35.78 1M 5D I BRIDGE, DOCK AND W ARF CARPENTERS 1: pI Period - 60.00% $22.67 1M 5D 2: 2nd Period - 65.00% $27.96 1M 5D I 3: 3rd Period - 70.00% $29.38 1M 5D 4: 4th Period - 75.00% $30.80 1M 5D I 5: 5th Period - 80.00% $32.22 11\1 5D 6: 6th Period - 85.00% $33.64 1M 5D I 7: 7th Period - 90.00% $35.06 1M 5D 8: 8th Period - 95.00% $36.48 1M 5D I CARPENTER 1: 1 sl Period - 60.00% $22.67 1M 5D I 2: 2nd Period - 65.00% $27.96 1M 5D 3: 3rd Period - 70.00% $29.38 1M 5D I 4: 4th Period - 75.00% $30.80 1M 5D 5: 5th Period - 80.00% $32.22 1M 5D I 6: 6th Period - 85.00% $33.64 1M 5D 7: 7th Period - 90.00% $35.06 1M 5D 8: 8th Period - 95.00% $36.48 1M 5D I DRYWALL APPLICATOR DRYWALL. METAL STUD. AND CEILING APPLICATORS I 1: 0 - 700 Hours - 50.00% $20.33 1M 5D 2: 701 - 1400 Hours - 60.00% $27.11 1M 5D I 3: 1401 - 2100 Hours - 68.00% $29.43 1M 5D 4: 2101 - 2800 Hours - 76.00% $31.76 1M 5D I 5: 2801 - 3500 Hours - 84.00% $34.09 1M 5D 6: 3501 - 4200 Hours - 92.00% $36.41 1M 5D I I I I I I I I I I I I I I I I I I I I I MILLWRIGHT AND MACHINE ERECTORS 1: pt Period - 60.00% $23.27 1M 5D 2: 2nd Period - 65.00% $28.61 1M 5D 3: 3rd Period -70.00% $30.08 1M 5D 4: 4th Period - 75.00% $31.55 1M 5D 5: 5th Period - 80.00% $33.02 1M 5D 6: 6th Period - 85.00% $34.49 1M 5D 7: 7th Period - 90.00% $35.96 1M 5D 8: 8th Period - 95.00% $37.43 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: pt Period - 60.00% $22.79 1M 5D 2: 2nd Period - 65.00% $28.09 1M 5D 3: 3rd Period -70.00% $29.52 1M 5D 4: 4th Period - 75.00% $30.95 1M 5D 5: 5th Period - 80.00% $32.38 1M 5D 6: 6th Period - 85.00% $33.81 1M 5D 7: 7th Period - 90.00% $35.24 1M 50 8: 8th Period - 95.00% $36.67 1M 5D CEMENT MASONS 1: 0 - 1000 Hours - 50.00% $12.36 IN 5D 2: 1001 - 2000 Hours - 60.00% $14.83 IN 5D 3: 2001 - 3000 Hours - 70.00% $17.30 IN 5D 4: 3001 - 4000 Hours - 80.00% $19.77 IN 5D 5: 4001 - 5000 Hours - 90.00% $22.24 IN 5D 6: 5001 - 6000 Hours - 95.00% $23.47 IN 5D DRYWALL TAPERS 1: 0 - 1000 Hours - 50.00% $24.98 1J 58 2: 1001 - 2000 Hours - 55.00% $26.34 IJ 58 3: 2001 - 3000 Hours - 65.00% $29.06 IJ 58 4: 3001 - 4000 Hours - 75.00% $31. 79 IJ 58 5: 4001 - 5000 Hours - 85.00% $34.51 1J 58 6: 5001 - 6000 Hours - 90.00% $35.87 lJ 58 I I ELECTRICIANS - INSIDE I 1: 0 - 1000 Hours - 40.00% $18.55 ID 6H 2: 1001 - 2000 Hours - 50.00% $22.00 ID 6H I 3: 2001 - 3500 Hours - 55.00% $26.92 ID 6H 4: 3501 - 5000 Hours - 65.00% $30.95 ID 6H I 5: 5001 - 6500 Hours - 75.00% $34.98 ID 6H 6: 6501 - 8000 Hours - 85.00% $39.01 ID 6H I ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1: 0 - 1000 Hours - 60.00% $28.54 4A 5A I 2: 1001 - 2000 Hours - 65.00% $30.33 4A 5A 3: 2001 - 3000 Hours - 71.00% $32.49 4A 5A I 4: 3001 - 4000 Hours - 81.00% $36.07 4A 5A 5: 4001 - 5000 Hours - 85.00% $37.52 4A 5A I 6: 5001 - 6000 Hours - 89.00% $38.95 4A 5A 7: 6001 - 7000 Hours - 93.00% $40.38 4A 5A I POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $37.78 4A 5A I 2: 1001 - 2000 Hours - 89.80% $39.23 4A 5A 3: 2001 - 3000 Hours - 92.80% $40.31 4A 5A I ELECTRONIC & TELECOMMUNICATION TECHNICIANS I 1: 0 - 1000 Hours - 55.00% $7.16 1 2: 1001 - 2000 Hours - 60.00% $7.24 1 I 3: 2001 - 3000 Hours - 65.00% $7.85 1 4: 3001 - 4000 Hours - 70.00% $8.45 1 5: 4001 - 5000 Hours - 75.00% $9.05 1 I 6: 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 - 7000 Hours - 85.00% $10.26 1 I 8: 7001 - 8000 Hours - 95.00% $11.47 1 ELEVATOR CONSTRUCTORS I MECHANIC 1: 151 Period - 50.00% $17.67 4A !iQ I I I I 2: 2nd Period - 55.00% $32.66 4A .@ I 3: 3rd Period - 65.00% $36.20 4A .@ 4: 4th Period - 70.00% $37.96 4A .@ I 5: 5th Period - 80.00% $41.50 4A .@ FLAGGERS I 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D I 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D 4: 3001 - 4000 Hours - 90.00% $27.18 IN 5D I GLAZIERS 1: 0 - 1000 Hours - 45.00% $21.09 2E 5G I 2: 1001 - 2000 Hours - 50.00% $22.71 2E 5G 3: 2001 - 3000 Hours - 55.00% $24.34 2E 5G I 4: 3001 - 4000 Hours - 60.00% $25.96 2E 5G 5: 4001 - 5000 Hours - 65.00% $27.59 2E 5G I 6: 5001 - 6000 Hours - 70.00% $29.21 2E 5G 7: 6001 - 7000 Hours - 80.00% $32.46 2E 5G I 8: 7001 - 8000 Hours - 90.00% $35.71 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS I MECHANIC 1: 0 - 1000 Hours - 50.00% $24.85 IF 5E I 2: 1001 - 2000 Hours - 55.00% $26.36 IF 5E 3: 2001 - 4000 Hours - 65.00% $29.37 IF 5E I 4: 4001 - 6000 Hours - 75.00% $32.39 IF 5E 5: 6001 - 8000 Hours - 85.00% $35.41 IF 5E HOD CARRIERS & MASON TENDERS I 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D I 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D I 4: 3001 - 4000 Hours - 90.00% $29.39 IN 5D INSULATION APPLICATORS I I I I 1: 0 - 1000 Hours - 50.00% $10.25 1 I 2: 1001 - 2000 Hours - 60.00% $12.30 1 3: 2001 - 3000 Hours - 75.00% $15.38 1 I 4: 3001 - 4000 Hours - 90.00% $18.45 1 IRONWORKERS I 1: 1st Period - 65.00% $24.02 IB 5A 2: 2nd Period - 70.00% $25.45 IB 5A I 3: 3rd Period - 75.00% $33.88 IB 5A 4: 4th Period - 80.00% $35.31 IB 5A 5: 5th Period - 90.00% $38.16 IB 5A I 6: 6th Period - 90.00% $38.16 IB 5A 7: 7th Period - 95.00% $39.59 IB 5A I 8: 8th Period - 95.00% $39.59 IB 5A LABORERS I 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D I 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D 4: 3001 - 4000 Hours - 90.00% $29.39 IN 5D I LABORERS - UNDERGROUND SEWER & WATER 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D I 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D I 4: 3001 - 4000 Hours - 90.00% $29.39 IN 5D LATHERS I 1: 0 - 700 Hours - 50.00% $20.33 1M 5D 2: 701 - 1400 Hours - 60.00% $27.11 1M 5D 3: 1401 - 2100 Hours - 68.00% $29.43 1M 5D I 4: 2101 - 2800 Hours - 76.00% $31.76 1M 5D 5: 2801 - 3500 Hours - 84.00% $34.09 1M 5D I 6: 3501 - 4200 Hours - 92.00% $36.41 1M 5D PAINTERS I 1: 0 - 750 Hours - 55.00% $15.97 2B 5A 2: 751 - 1500 Hours - 65.00% $17.02 2B 5A I I I I 3: 1501 - 2250 Hours - 75.00% $18.90 28 SA I 4: 2251 - 3000 Hours - 80.00% $20.61 2B SA 5: 3001 - 3750 Hours - 85.00% $21.60 2B SA I 6: 3751 - 4500 Hours - 95.00% $23.57 2B SA PLASTERERS I 1: 0 - 500 Hours - 40.00% $10.33 1 2: 501 - 1000 Hours - 45.00% $11.62 1 3: 1001 - 1500 Hours - 45.00% $11.62 1 I 4: 1501 - 2000 Hours - 50.00% $12.92 1 5: 2001 - 2500 Hours - 55.00% $14.21 1 I 6: 2501 - 3000 Hours - 60.00% $15.50 1 7: 3001 - 3500 Hours - 65.00% $16.79 1 I 8: 3501 - 4000 Hours - 70.00% $18.08 1 9: 4001 - 4500 Hours - 75.00% $19.37 1 I 10: 4501 - 5000 Hours - 80.00% $20.66 1 11: 5001 - 5500 Hours - 85.00% $21.96 1 I 12: 5501 - 6000 Hours - 90.00% $23.25 1 13: 6001 - 6500 Hours - 95.00% $24.54 1 I 14: 6501 - 7000 Hours - 95.00% $24.54 1 PLUMBERS & PIPEFITTERS I 1: 0 - 2000 Hours - 50.00% $25.85 IG SA 2: 2001 - 4000 Hours - 62.50% $35.81 IG SA I 3: 4001 - 6000 Hours - 70.00% $38.39 IG SA 4: 6001 - 8000 Hours - 75.00% $40.10 IG SA 5: 8001 - 10000 Hours - 85.00% $43.55 IG SA I POWER EQUIPMENT OPERATORS ALL EQUIPMENT I 1: 0 - 1000 Hours - 65.00% $28.41 IT SD 8L 2: 1001 - 2000 Hours - 70.00% $29.87 IT SD 8L I 3: 2001 - 3000 Hours - 75.00% $31.33 IT SD 8L 4: 3001 - 4000 Hours - 80.00% $32.79 IT SD 8L I 5: 4001 - 5000 Hours - 90.00% $35.72 IT SD 8L 6: 5001 - 6000 Hours - 95.00% $37.18 IT SD 8L I I I I I I I I I I I I I I I I I I I I I POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 1: 0 - 1000 Hours - 65.00% $28.22 2: 1001 - 2000 Hours - 70.00% $29.67 3: 2001 - 3000 Hours - 75.00% $31.12 4: 3001 - 4000 Hours - 80.00% $32.57 5: 4001 - 5000 Hours - 90.00% $35.46 6: 5001 - 6000 Hours - 95.00% $36.91 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $19.74 4A 5A 2: 1001 - 2000 Hours - 75.00% $21.99 4A 5A 3: 2001 - 3000 Hours - 80.00% $23.10 4A 5A 4: 3001 - 4000 Hours - 90.00% $25.36 4A SA REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1: 0 - 2000 Hours - 50.00% $13.84 1 2: 2001 - 4000 Hours - 55.00% $15.22 1 3: 4001 - 6000 Hours - 60.00% $16.61 1 4: 6001 - 8000 Hours - 70.00% $19.38 1 5: 8001 - 10000 Hours - 85.00% $23.53 1 RESIDENTIAL CARPENTERS 1: pI Period - 60.00% $10.71 1 2: 2nd Period - 65.00% $11.60 1 3: 3rd Period - 70.00% $12.50 1 4: 4th Period - 75.00% $13.39 1 5: 5th Period - 80.00% $14.28 1 6: 6th Period - 85.00% $15.17 1 7: 7th Period - 90.00% $16.07 1 8: 8th Period - 95.00% $16.96 1 RESIDENTIAL ELECTRICIANS 1: 0 - 900 Hours - 50.00% $13.89 1 I I 2: 901 - 1800 Hours - 55.00% $15.28 1 I 3: 1801 - 2700 Hours - 75.00% $20.84 1 4: 2701 - 4000 Hours - 85.00% $23.61 1 I RESIDENTIAL PLUMBERS & PIPEFITTERS 1: 0 - 1000 Hours - 55.00% $8.03 1 I 2: 1001 - 2000 Hours - 65.00% $9.49 1 3: 2001 - 4000 Hours - 75.00% $10.95 1 4: 4001 - 6000 Hours - 85.00% $12.41 1 I RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) I 1: 1 - 1000 Hours - 50.00% $15.66 IJ 6L 2: 1001 - 2000 Hours - 60.00% $17.84 IJ 6L I 3: 2001 - 3000 Hours - 65.00% $22.10 IJ 6L 4: 3001 - 4000 Hours - 70.00% $23.20 IJ 6L I 5: 4001 - 5000 Hours - 80.00% $25.39 IJ 6L 6: 5001 - 6000 Hours - 85.00% $26.48 1J 6L I ROOFERS I 1: 0 - 820 Hours - 60.00% $21.93 lR SA 2: 821 - 1630 Hours - 67.00% $23.78 lR SA I 3: 1631 - 2450 Hours - 74.00% $25.58 lR SA 4: 2451 - 3270 Hours - 81.00% $29.66 lR SA I 5: 3271 - 4080 Hours - 88.00% $31.46 lR SA 6: 4081 - 4899 Hours - 95.00% $33.25 lR SA I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 2000 Hours - 45.00% $19.17 IJ 6L I 2: 2001 - 3000 Hours - 50.00% $26.89 IJ 6L 3: 3001 - 4000 Hours - 55.00% $28.63 IJ 6L I 4: 4001 - 5000 Hours - 60.00% $30.38 IJ 6L 5: 5001 - 6000 Hours - 65.00% $32.14 IJ 6L I 6: 6001 - 7000 Hours - 70.00% $33.89 1J 6L 7: 7001 - 8000 Hours - 75.00% $35.64 1J 6L I I I I I I I I I I I I I I I 'I I I I I I 8: 8001 - 9000 Hours - 80.00% 9: 9001 - 10000 Hours - 85.00% SOFT FLOOR LAYERS $37.39 1J $39.15 1J 6L 6L APPRENTICES INDENTURED ON OR AFTER JUNE 1. 2003 1: 0 -750 Hours - 45.00% $15.19 IB SA 2:751-1500Hours-50.00% $17.31 18 SA 3: 1501 - 2250 Hours - 60.00% $20.95 18 SA 4: 2251 - 3000 Hours - 70.00% $23.59 18 SA 5: 3001 - 3750 Hours - 80.00% $26.24 18 SA 6: 3751 - 4500 Hours - 90.00% $28.88 18 SA APPRENTICES INDENTURED PRIOR TO JUNE 1. 2003 1: 0 -750 Hours - 45.00% $16.99 18 SA 2: 751 - 1500 Hours - 50.00% $18.31 18 SA 3: 1501 - 2250 Hours - 60.00% $20.95 18 SA 4: 2251 - 3000 Hours - 70.00% $23.59 18 SA 5: 3001 - 3750 Hours - 80.00% $26.24 18 SA 6: 3751 - 4500 Hours - 90.00% $28.88 IB SA SPRINKLER FITTERS (FIRE PROTECTION) GRADE 1 (INDENTURED AFTER APRIL 1. 2000) 1: 0 - 1000 Hours - 45.00% $8.85 1 2: 1001 - 2000 Hours - 50.00% $9.84 1 3: 2001 - 3000 Hours - 55.00% $10.82 1 4: 3001 - 4000 Hours - 60.00% $11.80 1 GRADE 1 (INDENTURED BEFORE APRIL 1. 2000) 1: 0 - 1000 Hours - 40.00% $7.87 1 2: 1001 - 2000 Hours - 45.00% $8.85 1 3: 2001 - 3000 Hours - 50.00% $9.84 1 4: 3001 - 4000 Hours - 55.00% $10.82 1 GRADE 2 (INDENTURED AFTER APRIL 1.2000) 1: 0 - 1000 Hours - 65.00% $12.79 1 2: 1001 - 2000 Hours - 70.00% $13.77 1 3: 2001 - 3000 Hours - 75.00% $14.75 1 I I 4: 3001 - 4000 Hours - 80.00% $15.74 1 I 5: 4001 - 5000 Hours - 85.00% $16.72 1 6: 5001 - 6000 Hours - 90.00% $17.70 1 I GRADE 2 (INDENTURED BEFORE APRIL 1. 2000) 1: 0 - 1000 Hours - 60.00% $11.80 1 I 2: 1001 - 2000 Hours - 65.00% $12.79 1 3: 2001 - 3000 Hours - 70.00% $13.77 1 I 4: 3001 - 4000 Hours - 75.00% $14.75 1 5: 4001 - 5000 Hours - 80.00% $15.74 1 6: 5001 - 6000 Hours - 85.00% $16.72 1 I TERRAZZO WORKERS & TILE SETTERS 1: 0 - 1000 Hours - 50.00% $20.69 IH SA I 2: 1001 - 2500 Hours - 55.00% $22.02 IH SA 3: 2501 - 3500 Hours - 60.00% $23.35 IH SA I 4: 3501 - 4500 Hours - 70.00% $26.01 IH SA 5: 4501 - 5500 Hours - 80.00% $28.66 IH SA I 6: 5501 - 6250 Hours - 90.00% $31.32 IH SA 7: 6251 -7000 Hours - 95.00% $32.65 IH SA I TILE, MARBLE & TERRAZZO FINISHERS FINISHER I 1: 0 - 1000 Hours - 50.00% $20.07 IH SA 2: 1001 - 2500 Hours - 55.00% $21.35 IH SA I 3: 2501 - 3500 Hours - 60.00% $22.61 IH SA 4: 3501 - 4500 Hours - 70.00% $25.15 IH SA I TRAFFIC CONTROL STRIPERS 1: 0 - 500 Hours - 60.00% $12.96 lK SA I 2: 501 - 1000 Hours - 60.00% $17.82 lK SA 3: 1001 - 2333 Hours - 60.00% $20.22 lK SA I 4: 2334 - 4666 Hours - 73.00% $23.53 lK SA 5: 4667 -7000 Hours - 88.00% $27.35 lK SA I TRUCK DRIVERS ALL TRUCKS I I I I I I I I I I I I I I I I I I I I I 1: 0 - 700 Hours - 70.00% 2: 701 - 1400 Hours - 80.00% 3: 1401 - 2100 Hours - 90.00% $14.16 1 $16.18 1 $18.21 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID ATONE 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 DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS ON SA TURDA 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 PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID ATONE 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 (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SA TURDA YS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER 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. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID ATONE 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 SA TURDA Y SHALL BE PAID ATONE 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 PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) 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. 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 -2 - P. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) 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 HOURLY RATE OF WAGE. Q 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 CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1. 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 6:00PM SA TURDA Y TO 6:00AM MONDAY AND ON HOLIDAYS 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 PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SA TURDA Y SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE 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 SATURDAYS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SA TURDA YS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 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. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. I I I I I I I I I I I I I I I I I I I 4. 5. BENEFIT CODE KEY - EFFECTIVE 03-03-04 -3- M. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y 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 SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (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. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). HOLIDAYS: 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). P. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). P AID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. PAID HOLIDAYS: NINE (9) P AID HOLIDAYS. S. T. v. W. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS _ NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). I z. I 6. A. I B. I c. I D. I 6. H. I I. L. I Q. I S. I T. I u. I V. I W I x. I I 8. A. I I c. I BENEFIT CODE KEY - EFFECTIVE 03-03-04 -4- HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 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 DAY, CHRISTMAS DAY. (9) HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). 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). HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDA Y2 PRESIDENTS' DAY. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). 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). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). PAID HOLIDAYS: NEW YEAR'S DA Y, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDmON 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 THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDmON TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 03-03-04 -5- OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. I I I I I I I I I I I I I I I I I I I REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: 2ND Street Water Main Improvements PROJECT/CONTRACT NUMBER: 04-01 ORIGINATOR: ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: o Contractor 0 Inspector DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: 0 YES 0 NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFINO. PW-407 _04 [rev. 02114/03] I CONTRACT CHANGE ORDER (CCO) NO._ I I Proiect Name 2ND Street Water Main Improvements Date: Contractor Proiect No. 04-01 I DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: I 1. Describe work here 2. Additional work, etc.... I Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: I I Item Description No. RFI # Qty. Unit *$ Cost Per Unit *$ Cost 1 Orig. I Rev. 2 Orig. I Rev. I * ORIGINAL * CURRENT * EST. NET CHANGE TOTAL CHANGE ORDERS, *EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER I DAYS: XX I DAYS:YY I DAYS: ZZ I DAYS: XX+ZZ.yy I DAYS: YY+ZZ I I * Sales Tax not included I All work, materials and measurements to be in accordance with the provisions of the original contract and/or the standard specifications and special provIsions for the type of construction involved. The payments and/or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project. I I PROJECT ENGINEER CITY ENGINEER CONTRACTOR I PUBLIC WORKS & UTILITIES DIRECTOR I CITY MANAGER CITY COUNCIL APPROVAL DATE I I PW-407 _04 [rev. 02114/03] I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT 2004 WATER MAIN IMPROVEMENTS, PROJECT NO. 04-01 Page 1 of 2 TO: City of Port Angeles Public Works & Utilities Department P.O. Box 1150 Port Angeles, W A 98362 DATE: FROM: Contractor name & Address PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). $ 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 8.2% Sales Tax [at 8.2% of subtotal] $ 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 PW-407_04 [rev. 02114/03] I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower-tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of .20~ Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date PW-407 _04 [rev. 02114/03] .~fO"7+'_ - - ~""Oo_ - - - ~-o >@ r--I [T1> ';(Z ",0 o[T1 or- Q[T] en r----,-___j ! "<../ ;r"',/ / ......./ /"<) \ I J..., I~ "<, ..' I SJ,/ ..) / :)~Y/ l r- -r+-i ,''';''''' ,~.:t-'" ", ,,<.:..../,, 'f.' ,/....,: /"7' \ I' Ii,;'......, /",,(... /""'/ ,..... , )<,/ I'y/ a - J II" "''',,' ,,/ ....../ / ')' 't,' /......( ,7 I L-L.. ,,~.... / .:;t/......." / " ,~'l " "1 t -"~ 1'..' lJ "'I'..,' 1" ,,...'(', "<.. I l~\... / ...../' ,l..j.. ..';/ )<"''lo( /""'~ " "Jl:./' " ,,,...-.:::......... 4 "--.,.. ,....t,' 'f.. '~', ~,' <(...' " : .,' 1-" ......( ,'''v,' /"'/ ,'..{ /)0 l'l ~" . "'fr' '-'I \ / "",,' l....., '~"l,,' ';<, $ :,.. , f"" ........ \....... ,'~...l:""/ :';':,' /"'..,<: ,.~',.,../',':/... /' j '.......... " /',l 1 '-< ' I',/C' ''''1' / '1-, " b .........""' \ ........" "":"1/ ,>'..< ......Jl~,./ ,,"...././ ' , I - ~'< " ,,' >,',' .-\. " '1,' " ' l... / 'I.... / .~ ~~~..../ i''-;<:,. ~~t... ,'''''f~ ,'>-. Ii I-L::\- \' '<,/ :',:, ", ~,/ ;- ~ ;:r r-"J Fr]J-q 1,( , . ~/~)~/(, ,'/,/ \ f ---'--ifJ-" t" -(J/;-i-;~ ~ ;"/(1).~>"1 -- I I B l~"./ / "1(', " ~~tJ''''' )'... I ,':" I ) I r - ::z/ "'.' ",), , ,~'~v;',<, - - ' ,e,' ,../ , >(, .... ._7 1 ,( - "-" '" _{ " ,"< I y: , )",. ,,_ ,J J'--"","i/' :- -r' -'"I'+f~,/~~/)<ll.)ll~/>:';7{:A _. __ 'll J I ,,<.... / 'J..../ /2~/ )(': ,'J...,;<'... /..) y- :. J t/......' ,<,/ / ..<. 7cq.< /)<. , , -.l ' f ~~, .. 7~ / :':,:' )<.,:.. ....:s;/ )'1: I >" ., f I j,.." 'J-..>, , '-e.. ,)( /' '... ,<.., _~. ~ '7 j--l..;. )'..:: :'''':'7{"r%.~ ~ ..(.~(~/~>' ''', 1-l.j<./<'f..v~~:/:,/:;C . ,..t~ ,/~ /" .." ! '",- ~..fI ", (~, I~'ft /').< }"f' r--L_t -/.....- ~ 1 -,' '\ .~l..;I '...J. ,. ),'Y/..... , ;< / A \.'fi. ,1 ~ 1~ ' ..,,/ , J. ' ')0.... "<,' '/ 3?~"f'" I I ~, ~<.. I "/'1' ';(...;....' l"','/ ,........,: ~ ~,;,' - ! I !pJ,: ;<,!. , "-<:./ ..~ " ~.,.'..,' ., )i. I , (5" " , '.t.,. '/" Y" ,",' . ~-,--l 1 1.' ''''~<'f2..'rl ;:...../ ......../ '>"1: ,'-< _. -1 I .', ~~), ' ,,<....t 7' 1/ /,..,.;f......//~,' f-r0..... /..-{,,' f.':"'l >l" fir .(:-1'../ /.. , ,>' ,")' ( / i~,')< :...../, ....r...;:::{ /:~ .I.:,........ ''',,' '<.. , ,~'>>", /'" , " ,', /,' ,'~~-/";:"..../J'o.~ / ';">,' ,', ,',~ '<'1( l..::....~ 1 .. :~f~' ,/./ :'1'''/: /,' // "'" M ; - ~ 'j, ~ I L;''/ ,""--- r""-- i cOt, <auRst-.D --1), " 'J:" f' ''---, ,--I J '," Jl r ,.J /& \ IliJ ') _____ :: ,j l'/ [I'I 1 I !"I _J ,[:1.,.- ~,"l ..l-.' - I -I__~___ i 1 1 / J "--- -""-, --II, -rr ,.-."- - ,,~ 1// LL :r -- '~Jfstf----'" - /. I I II I - - I -T -rill "-- f- I I II II I \",. I I I j ~ ~ g Ei ~ 'il en-o -~ -10 ['T']c... [T'] () -I ~ .~ - j I I I - - < ~ n ~ Z ~ ~ ~ ~ > ~ 0 0 en '"0 en '"0 Z ...., ~ tT:I tT:I ....,l" ....,l" 0 - ~ ...., ...., ~~ ~~ ...., ...., ~ ~ ~ _Z oZ tT:I l" ~ tT:I - - oen +en en tIj l" l" +:r: o:r: en en en dtT:I otT:I :r: ~ ::x> tT:I ....,tT:I ....,tT:I tT:I Z Z 0"'" 0...., ...., 0 0 en Z Z U'J ...., 0 0 ...., ::x> ...., ...., ::x> - if) tT:I tT:I - 0 ::r: en en CJ1 + + ~ tT:1 ~ 0 0 tTj ~ ~ Z 0 tTj >< if) ::c: tIj m (Jl ~ (N N -->. tIj ~ - - - - - ...- - ~ > ~ f Z SECOND AI VENUE WA TER MAliN IMPROVMENTS - TITLE SHEET REVISION BY PUBLIC WORKS ~CIrY OF PORT ANGELES CARY KENWORTlN C1N ENL1NEER P E J21 E 5TH STREET POBOX' 150 PORT ANCELES, WA<;H1NCTON, 98J62 PHONE (360) 457-0411 CALL 48 HOURS BEFORE YOU DIG 1-800-424-5555 DESIGNED BY JSI\ SS DRAWN BY JSA PROJECT NO 04-01 OWC f'llENAUE T 1 owe DCA PROJ NAME NA suRVtY nlENAME NA DATE JANUARY 2004 CONTOUR INTERVAL NA DATE JANUARY 2004 V SCALE 1-.. NA H SCALE 1-.. AS NOTED o L.... ,........--.I DATE I I I I I I I I I I I I I I I I I I I GENERAL NOTES: 1. ALL WORKMANSHIP AND MATERIALS SHALL BE IN ACCORDANCE WITH THE CITY OF PORT ANGELES STANDARDS, THE CURRENT EDITION OF THE WASHINGTON STATE DEPARTMENT OF SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION, AND TRANSPORTATION'S ANY PROJECT SPECIFIC SPECIAL PROVISIONS OR CONDITIONS AND REQUIREMENTS. 2 TEMPORARY EROSION/WATER POLLUTION MEASURES ARE REQUIRED AND SHALL COMPLY WITH THE CITY CLEARING AND GRADING ORDINANCE ANDWSDOT/APWA SPECIFICATION 1-07.15 AS FOLLOWS. A SOIL EROSION AND WATER POLLUTION/FLOOD CONTROL PLANS SHALL BE SUBMITTED TO THE CITY, APPROVED BY THE CITY, AND IMPLEMENTED BY THE CONTRACTOR PRIOR TOSOIL ON THE SITE. SUBMITTAL AND APPROVAL OF DISTURBING ANY THESE PLANS SHALL PRECLUDE ANY CONSTRUCTION ACTIVITY ON THE SITE. : B. NO PERMANENT INFILTRATION GALLERIES SHALL BE UTILIZED AS PART OF THE CONSTRUCTION OF TEMPORARY EROSION CONTROL AND WATER POLLUTION/FLOOD ACTIVITIES. C. ALL PERMANENT STORAGE AND RETENTION/DETENTION AREAS USED AS PART OF THE TEMPORARY EROSION CONTROL AND WATER POLLUTION/FLOOD ACTIVITIES AND CONVEYANCE INCLUDING PERMANENT SYSTEMS SHALL BE CLEANED OF ALL SILTS. SAND AND OTHER MATERIALS FOLLOWING COMPLETION OF CONSTRUCTION AND THE PERMANENT FACILITIES SHALL THEN BE COMPLETED INFILTRATION AREAS. 3 A PRECONSTRUCTION MEETING SHALL BE HELD WITH THE CITY PRIOR TO THE START OF CONSTRUCTION. 4. HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS APPROVED OTHERWISE. 5. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILITIES. THE CONTRACTOR SHALL VERIFYALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING UNDERGROUND LOCATE AT 1-800-424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION WORK. 6. ALL NON-FERROUS PIPE AND SERVICES SHALL BE INSTALLED WITH CONTINUOUS TRACER TAPE INSTALLED 12" TO 18" UNDER THE FINAL GROUND SURFACE. THE MARKER TAPE BY A STANDARD METAL SHALL BE 4" OR WIDER NON-BIODEGRADABLE, PLASTIC WITH METAL CORE OR BACKING MARKED AND COLOR CODED CORRESPONDING TO THE UTILITY TO BE MARKED AND DETECTABLE DETECTOR. TAPE SHALL BE TERRA TAPE "D" APPROVED EQUAL. IN ADDITION. TO TRACER TAPE, FORCE MAINS AND CURVED MAINS SHALL ALSO WIRE SHALL BE FURNISHED AND INSTALLED BY THE CONTRACTOR. HAVE A 14 GAUGE COATED COPPER WIRE. WRAPPED AROUND THE PIPE, BROUGHT UP. COATING STRIPPED. AND TIED OFF AT THE VALVE STEM OR MANHOLE RING THE TAPE AND WIRE SHALL BE FURNISHED BY THE CONTRACTOR. 7. TEMPORARY STREET PATCHING MAY BE ALLOWED WITH THE APPROVAL OF THE CITY ENGINEER. 8. THE CONTRACTOR SHALL HAVE A COPY OF THE APPROVED TRAFFIC CONTROL PLANS AT THE CONSTRUCTION SITE AT ALL TIMES. 9. SPECIAL STRUCTURES SHALL BE INSTALLED PER PLANS AND MANUFACTURERS' RECOMMENDATIONS. 10. ALL DISTURBED AREAS SHALL RECEIVE TEMPORARY AND PERMANENT EROSION CONTROL IN THE FORM OF VEGETATION ESTABLISHMENT SUCH AS GRASS SEEDING. A MEANS SHALL BE ESTABLISHED TO PROTECT THE PERMANENT STORM DRAIN SYSTEM PRIOR TO ESTABLISHMENT OF THE PERMANENT EROSION CONTROL MEASURES THESE METHODS SHALL BE INCLUDED IN THE EROSION AND SEDIMENT CONTROL PLANS IN ACCORDANCE WITH CHAPTER 6 OF THESE STANDARDS. 11. CONSTRUCTION WORK HOURS SHALL BE RESTRICTED TO 7 A.M TO 7 P.M., UNLESS OTHERWISE APPROVED IN WRITING. 12. THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION, UNLESS OTHERWISE INFORMED. 13. TEMPORARY STREET PATCHING A TEMPORARY RESTORATION OF TRENCHES SHALL BE ACCOMPLISHED BY USING 2" MINIMUM DEPTH CLASS B ASPHALT CONCRETE PAVEMENT WHEN AVAILABLE, MEDIUM-CURING (MC-250) LIQUID ASPHALT (COLD MIX), ASPHALT TREATED BASE (ATB). OR TRAFFIC BEARING THICKNESS STEEL PLATES. B. ATB USED FOR TEMPORARY RESTORATION MAY BE DUMPED DIRECTLY INTO THE TRENCH OR PATCH AREA, BLADED AND ROLLED. AFTER ROLLING, THE TRENCH MUST BE FILLED FLUSH WITH THE EXISTING PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE. C. ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE PERMANENT PATCH IS IN PLACE. IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR WHATEVER REASON, THE CITY WILL PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR OR PERMIT APPLICANT. D. TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF BACKFILL FOR MORE THAN 24 HOURS WITHOUT UTILIZATION OF TEMPORARY PATCHING MEASURES STATED ABOVE 14. THE CONTRACTOR SHALL GIVE THE CITY A MINIMUM OF 72 HOURS NOTICE PRIOR TO SCHEDULING A PLANNED CUT-IN, LIVE TAP OR OTHER CONNECTION TO THE EXISTING SYSTEM. THE CONTRACTOR SHALL NOTIFY ALL CUSTOMERS INVOLVED OR AFFECTED BY ANY WATER SERVICE INTERRUPTION 24 HOURS PRIOR TO INTERRUPTING SERVICE. THE CONTRACTOR SHALL MAKE EVERY EFFORT TO SCHEDULE WATER MAIN CONSTRUCTION WITH A MINIMUM INTERRUPTION OF WATER SERVICE. IN CERTAIN SITUATIONS, THE CITY MAY NEED TO RESTRICT THE SCHEDULING OF WATER MAIN SHUTDOWNS, SO AS NOT TO IMPOSE UNNECESSARY SHUTDOWNS DURING SPECIFIC PERIODS TO EXISTING CUSTOMERS. 15. CITY CREW TO ASSIST IN ISOLATING SECTIONS OF EXISTING WATERMAIN TO ALLOW FOR WATER MAIN CONNECTIONS. 16. THE CITY SHALL BE GIVEN 72 HOURS NOTICE PRIOR TO SCHEDULING A SHUTDOWN OF THE WATER SYSTEM. THE EXISTING VALVE MUST BE PRESSURE TESTED TO CITY STANDARDS PRIOR TO CONNECTION. IF AN EXISTING VALVE FAILS TO PASS THE TEST, THE CONTRACTOR SHALL MAKE THE NECESSARY PROVISIONS TO TEST THE NEW LINE PRIOR TO CONNECTION TO THE EXISTING SYSTEM OR INSTALL A NEW VALVE. 17. THE EXISTINGVALVES SHALL BE OPERATED ONLY BY CITY EMPLOYEES, UNLESS OTHERWISE INFORMED. 18. DURING THE CONSTRUCTION OF MAINS AND SERVICES, THE CONTRACTOR SHALL CAP, PLUG, OR SECURE THE ENDS OF SUCH LINES WHENEVER THE PROJECT IS SHUT DOWN AT THE END OF THE DAY SO THAT CONTAMINATES WILL NOT ENTER THE LINES. 19. ALL LINES SHALL BE CHLORINATED. TESTED, AND DECHLORINATED BY THE CONTRACTOR, WITH A REPRESENTATIVE OF THE CITY PRESENT, IN CONFORMANCE WITH THE STANDARD SPECIFICATIONS. 20. THE CONTRACTOR SHALL GIVE THE CITY LIGHT UTILITY 48 HOURS NOTICE FOR EVALUATING AND/OR SECURING POLES PRIOIR TO WATERMAIN WORK WITHIN 8 FEET OF SUCH POLES. LEGEND:_ ROADWA Y CENTERLINE PROPERTY LINE EDGE OF PAVEMENT EDGE OF GRAVEL EXISTING SANATARY SEWER EXISTING STORM DRAIN EXISTING WATER EXISTING VALVE EXISTING FIRE HYDRANT EXISTING WATER METER EXISTING SANATARY SEWER MANHOLE PROPOSED WATER PROPOSED VALVE PROPOSED FIRE HYDRANT PROPOSED REDUCER EX STORM DRAIN MANHOLE EX CATCH BASIN EX LUMINAIRE EX UTILITY POLE EX FUEL TANK LID EXPIRES 02/02/ Cl S I 1D - -5S- --~ ~~ ~~ ~ :s; <:) If: ~ ~ ~!i ~c fti 10;;; ~ ~ ~I .... ~ ~ ~ ... ~ I ~~:.. c e: n~ Cl)S>::t --w- M b' m q H .... ~ @ o ~ ~ ~ :: cc -0- co . ~~ ~ !C cc ~ K' ~ V) C; ~z <li I , ~ I'D C',)S:!IC) ~~~ O~IC) :t:~~ c-. ~ 't~1 ~"l;) ~~l;) ~iii' UCl:l~ ~ ~ <!:I~L ~a. _ ~ l:liiiii;. Ir X II) V-WOGl_ ~~mz; l. Co) 000 ...... ~ a. t; ,!. ~~ ~ ~ <:)u ~8' tt.~8:~ I. ~ ~ d ~ ~!I:r <> c "~liiiK \.. > '"' ~ .... '" c .... ~ ~.. ~ ~ I - ",/ _"~~ . :" I MAINTAIN SERVICE LINE TO' i :,1_ I (RESIDENCE WHEN DISCONNECTING IJ' I I WATER MAIN ' '" l IK I 'r I"" ' > I, )/,.,. , ~ I '.- :...., - ~ _ _.~~~~; -. . _ ,INST~LL W~ERUNE 3 FE~ I ,< ",J< '-.j '-.. -.' OFF-ClJR8.)TYP / ' iV" J: .... ~'I--' '-~ '. ~/ JS Q -" - '~;, '\(;\1 - - ''--.-. " .- vV'f" ,- Iv - . " c~r~:l;- ~,- '-- ~ If~f -.-. '\ - Ii'\ I Ii I' l III ----I \ EXJST. ~: I Iii \ \ 10 CI I ' \ \ I I, I :> \_. I ' f, ). {, i ,", o o ~ $, ~ ~~~~~\ '\', v h _'.. -7~ -~~_. '....../.....-"........: '~^ ~ " / t:: I~. \ {-.: r-" 'I -:~R TOI P~TECT OVERHEAD TREE LIMBS DURING J ~: ,INST~"O~ ~f :IPE ; --:-E <" /' J '<-Z __~__~_ \__,__ .-L _ _ _f/',!~ 'Q '\........... ~ _--.. I ", ',7 " /'1"" ,\ c:( w z. ~ I!.I" 5 r I(J: ~ ::?L < j''''''',-- ::i ' 0'7,., o _ __ l..^ I' ~~-I"*>.I~~ -.:...::. m o o ;fI""',:;:' uJ v" ~ /~ 00 A s:-.::-~-'--'---- -'" - , '-. I' ,/ )> ,-.. " ". I " ' " " <i - / -_:~-- " ) \ / \, > l I I I ..s--' / I, I. :f -:--~;" ..(~D ~ORT~~I~~'. SER\{ICE/ / '." ~j -- " '. ,CONNECTION (lYPICAL) ,-+--; "d _~~l v ~~..;~ ~~~ ^'~~ _u J~ EXIST. 3- AC 7 N o o =' """""I~\\ IN o o ',.or'".... , ~:.>' \r? " 2'\ r :h ,_)1 --I I I 'ADD C~~~~~~~E(~~6~L~~ , I r /~' I ,-__,-' I L_JI 1_..: I " ADD NORTH SIDE SERVICE I , CONNECTION (lYP I CAL) \ ;' -- J' ....... / );r:,,, INSTALLrwAitRtlNE 3 FEET ~ r-.{ /'" '" O~F ,CUIRB. lYP '/", . -", "- "\ '-l o o , ~,I / '-'I '-, / -"'- _~_?- N_ J A .A Ex~. 3~A AC Y , f<, -1- - - - I I /', I ',' d \-' 8" X 8" 01 CROSS W/0 " G 2-8" GA TE VAL LIES. FL~/ , / ~ ,(-0~ ~ ./''/ FJ h8"0/~~ ~"--:";i>J ' THRUST BLOCK ~' 0: REMOLIE E;/~'T-~ I K':L'~~:NOON 3" AC 8" X 3" CROSS '" i IN PLACE , 8" SLEEVE. AC X 01 ,..) rY? ,-, F / '" y"~ "''), . Y"'\~ I r ' \. i~ I ' I ,( , _'" I ,/" ~7 ! i'VT <. '" 1O o o '--;:;y--r~;-'--'+;;;-' i " ~..... '/ ,<~,J "" "\ l- ,,7 "'S'~ '. ';.:. ( ',,~ >/, '." ;'.":;- ~~"" '-----,"-'l \-r-:j ( f"- "- ,/ ", . '" "j 13: ~ (") :::I: C Z rrJ )> \ EXIST. 8" AC 1 ' \ ----'-1 ---. " - :~ ---------- , <> '" ~~ INSTALL FH ASSEMBl. Y '" IL L: tY ,- Ij J ~ \'>"'/1 /'~"_"""__H_ \, ,"\, ~\ l ,..... L"l "," ) /' " -t1Y/> . ," L..- ~ ~/ -1'-..., .'" 0<" o <i -i'> o o -f!; ; ;L"~"f --- - ~ I" ~ /', I' '- EXIST. ~ 8- AC " 2' ( ~ ,,-c./ v I ,\ I - I j ~ / { t) S<lALE 1l"~20' ~ ')'p I EXPIRES 02/02/ I I \, I~ST~H ASSEMBLY [ \/ ,,,", , N~ '" 3: " f~~' > ,_ _',' ": _~I\ __" /' \ I "X/, ~ ~ i ----iF ~, :" ~i"J () o / / :::I: L-C:.~v-.: ~ ../ r r-~k I - o ',- '1'-., / Z o ' ,.__ ' "" rrJ r ><S, ~ " llJ " '" c-f y--~~ 1\ ~" l ~~-- I I; 'I ) I I "f'---' - \ : \ ' 1 ./~- l ( , ; ~ I I / , , , I I:) <' I \ SCALE - 1 "=20' .~~~_ ~ ~ ____ _""","""",_, VN ~~. ADD,; SOUTH SIDE SERVICE CON,NECTlON (lYPICAL) )- t ,/ '-" _/" - /' \",--,/\. \", _/, -/\, .' -.:.......':j.. / ~, 10 z o YlI~ h.: CS ~ :s: CJ it ~ <I~ "-' 0 ~ es f-:::: CJ ~RI~ .. .. 00 ...., 00 1"11" ~C3 " ;0 o VJ wC; Bi _ ~ ~u~ '" 0 I 0 Vl I x :~~~~ lD 0< El fu~ ~ a z zO i:i: Ct: Q 3=~ CL ~ ~~ ~ g ~ It)C,:)lr) ct----lr) ::::>(::)1 CJ:::J'I:I- :t:32~ Cl;) 1 'l:l-lwCJ Q::CJ :::JG::Cl;) G~..!. ~ ~ ~ @ fd Cj a:: x :ri ""::> WOOl ..... <..... W aJ ... 'C~o~9 ~ ~ CL ~ ~ ctG ~o r-- W;o<D ~?iwvi::? "-l.. ~ ~ d ~ ~ 3= I <.:;I 0 a~:r;: if ,.. w <r >... ~ ... ~ J......... <.:;I ~ G ~ I I i' I " " , '> , ,j' I IT) I w Z ---l I (.) I-- " ~ 1/ ~ EXIST. 810 ~'V :)/-1 I /__'_ (--- ~-- L._, 'r= _. , 'I l__ I o o AC ,/-- ,.,r I I :> I I I 'j ~ I . ,,' i' 1 "", "''%y~ lR:?":~< Ail v: ;q 1,1 ~ UNBALANCED CROSS I 1/4" STEeL BEARING PLA TE I PLUGGED TEE ^'';''~~'' ''K\4:,,<..-<-:~t,,:'0. ," '~"~," I I I I I \, 'I , j -:::::-7'--;-t'.;-;-~ . ..,,, -""...-... /\ /1' //, ~~ n . , Y, / " '\' " -< ) ,_I ,- - \ '} 1\ . N dNSTALL WATERLINE 31 FEET o OFF CURB, lYP ".,,~/ "'Oz' '",r >: ~ "t>... ~~,,-,, 1 .t/l,~ ;: \ -~ " " " '"" 1,~", , ' -----, ~-- -- i " ),........ ~ ~A~I , - ~O~^-~~:TI~~~-^ ~v~ ~DD SOUTH SIDE i [SERVICE ./ CONNECTION (P'PICAL) I I! , " ,/ ^ ""v !7~,;-- -, ~ (' ~f2 / ;~ ~ l' ,\ .., '~i ) 1/4" STEeL "",', "'.", ;$'{yr BEARING PLA TE ';Z;:<>"^" CROSS II1TH SHACKLED PLUG HORIZONTAL BENDS WYE" BRANCH w V I ;I ,/ I ,/ 4 / "'....../ " , _ 30 y- lbo/ "' .......IJ l&... ~ {I ~ ..::!/ .>, / ~ v"~// 1 0:::: 25---- ~......--/!.--j-- ~ _ --?-. ---- --- ~ ~ "c} / i i I ~ '" i ' 0: // I I ^' / /'l w '1 <.."" / CO 20. / I ,,~\y // j 5 / l ~fP-.1 /// C) / I 1.,/, /' i5 ,C;,,..~~/ /'/ I ~/ h. // /'" ,"'," !J') 15> /--1 ~'\+\/ .o;,'l") ...--""... ~ // i ,-",1/' ,-",I~ ~ ,,// l"'~";~'/ l1.~~/ ~ ,,/" <1~~'t..:-,/: ,}. c\..!:::"""'" ::; / ~'~ ,.1'''/ ;:" '0' - . ,f), (." ~/- -' ,..., // ~1;) '" ",t.t\.'_.. I ~.... .~........ ~~\.I~;:"'-"" ~ Jf.,'lt..-..-' ..................... ~Q .~~...1" I l40<l9- ~~.-. --' ~_- s~,""""""': I s,..t-l~9~~---- 5 "'~~~" ;,l.'-~'.t~. l~r-" !'~'~~r-- . ' - I ' 6 - ----7--- --- B - -- 9 10 PIPE DIAMETER (INCHES) 35 11 NOTES 1 BASED ON 300 PSI TEST PRESSURE AND BEARING VALUES OF DRY SOILS 2 VALUES FROM CURVES ARE FOR TEES, CROSS AND DEADENDS. I E. STRAIGHT LINE THRUST FOR 90 BEND USE 1 4X VALUE FROM CURVE FOR 45 BEND USE O'8X VALUE FROM CURVE FOR 22 1/2' BEND USE 04X VALUE FROM CURVE FOR DTHER ANGLES (0) USE/25m 0/2) X VALUE FROM CURVE 3 FDR CONDITIONS NOT COVERED B CURvtS, SPECIAL THRUST BLOCKS MUST BE COMPUTED AND APPROVED THRUST BLOCK DETAILS AND BEARING AREAS GJ o o '2 I l, ! I " ..r J \ I \ 'j \ [ , \ \/ /' '\ \ ~ ' \;----- l '" l-~'< , i -'''--'1 ,ADD NORTH SIDE SERVICE CONNECTION (lYPICAL) . .. __ _ _ _ L..~ ~ _ ~ v v' " ^~.~~~ \, " EXIST: 3- AC J -J'. , 8" X 8" DI CROSS W/2-8" GA TE VAL VES, FL ~x:,-? ~ ~~ <:-. REMOVE EXIST PIPING / ::; i' , l :. T ' 4 ~o/ ! !..{ ( o [ ) ~ ~ -~~~ ,\', '\...... ,/^, ~ /,-", _ .:::.N_-:::::__~~~_.,.,_,?~~_ ,..-::~ ~~':...-- - - v~-"'\/'I .+.-- /,..., ,/, ,j'." {- EXIST. 610 AC; I ~T -EXIST ;1 G ~~~A~ /'/ ~ J \' ~, " # j / ~ I "'_;/ CJl I I / 0 I . 0 ? ~ ~\~ ~~= - ~<.., " J'~, 'J-- _ ", :- ~ II"'. (Jl ~'lC:/ . ,.;,j ~: o o , /"- , /' /;::>, )..' 7"~/ ~, ~" ! 8" X 6" REDUCER, FL " ~ 8" X 2" REDUCER, FL , I', C " ~ REMOVE EXIST PIPING AS :'S/''//y ( NECESSARY AND CONNECT ~" . 2" DI TD EXIST 2" VAL VE ;--;--''' (, REMDVE EXIST 8" AC PIPE AND REPLACE II1TH 8" DI L ~BANDON 2" G IN PLACE 8" SLEEVE. AC X DI TYP I [)(PIRES 02/02/ I I I ',' , K.::::9 /1 ,/ /;, Tx6"'STORM J5 / ' 1/ ' . />: t ' REMOVE EXIST. GRATE AND /, '" , PRoVIDE SCUD cOvER "., ,~ --- I ~ /y / ' ~ ) ~/ " / \ [ IS>>'; j~ NOTES TEE 1 ALL BLOCKING TO BE CONCRETE CLASS 3000 2 LOCA TE THRUST BLOCKING A TALL LOCA TIONS NOTED ABOVE AND AS REOUlRED BY THE CITY ENGINEER 3 ALL BLOCKING TO BEAR AGAINST UNDISTURBED NA llVE SOIL 4 PLACE 15# FEL T ROOFING MA TERIAL OR 6MIL PVC SHEETING BETWEEN FITTING AND CONCRETE 5 SEE SHEET 2 FOR BEARING AREA ..-" MATCH EXIST. CURB AND GlITTER ?, ; REPLACE AND RElOCATE . FIRE HYDRANT I NOTE: INSTALL RETAINING ,r- WALL (APPROXIMATE DIMENSIONS SHOWN) ,- MATCWW/EXIST. , ~ ~ ~ /AA, / . ,~~-... / /J(~ ---.-; \.. , '" ,<\, .... "" OJ : ~ o ,0 / , I , {?," MATCH EXIST REMOVE 7EXIST.GRArE' AND ,..,},: CURB AND GlITTER / PROVIDE SOUD covER ~ : ~ " " ::"("/' >,/ ,;86'x6" STORM DR i 11'v~",~'~ .> j CATCH BASIN , W/CURB" INLET > MATCH RAMPS WITH EXIST. SIDEWALKS J 1 J ..1 i " i) ,"\ MATCH EXIST. CURB SCALE 1- 1"=10'1 AND GUTTER irCH BASIN wi CURB INLET >- m z o YlI~ f-: ~ ~ ::s: Cl 2: ~ <I~ -...; 0 ~ ~ f.:::: CJ ~RI~ ~ ~ 00 1"11" ~~ " ~iJ~I;: 0,0 i1i I x w : ~c; ~ ~ m 0< ~ fu~ ~ a ~ ~~ G: g: f:J ~~ ~ t5 o 0...00 lC) lC) If)~lC) "'--lC) :::sCJ1 Cl::J"l- ::t:~~ CQ " I "l-'<Jc::J Q::c::J --JClCQ ~t:J1 10G:) t8 0 ~ ~ ~ ~ Cj Ct: X ~ <: W 0'" wm ;;: Z "'( t..? 0 0 3 0.. t5 I-- it ~ Cl:::: <3 ~ a ~ ~: Q ~ In d It.. ~ ~ ~ C) ~ If) : >- w '" >-... ~ ~ ~ I-- l;l ~ G e I I I I I I I I I I I :1 4 I ADJUSTING RING AS NECESSARY EXPANSION JOINT I NO TES: I OIL SE:PARA TOR "f' REOUIRE:O A T OU TLE:T UNLESS OTHERWISE: APPROVE:D BY CITY ENGINEER I 2. CONCRETt CLASS .1000 .1 CA TCH BASIN BASE: TO BE SE:T LEVE:L GRA Tt FRAUE TO BE SHIMMED TO UA TCH LONClTUOINAL SLOPE 4 USE: WSDO T ORA WING B-2A AT SAGS AND WSOOT ORA WING B-2B FOR AU OTHER LOCATIONS I I I I OfTfCTABLE WARNING PA TTfRN AREA SHALL 8E YELLOW. IN COMPLIANCE IlfTH SPEc. PROV 8-/. J(J) ~ RAIIP 1- _I \ 20' RAG --~--- IIAX. 2 J/8" /1/2" J/4" 1 7/J6" II/N A 15/8" 8 5/8" C 7/16" D 7/8" .' TYP " ~I~ lo ~ VI ~-1F- _ _ I -l I-E- fLEVA T1~ T/lUNCATfD DONES (SEE NOTf I) DfTfCTABLf WARNING PA TTfRN Of TAIl. CALL FOR FORM INSPECTION BY CITY .EBJQB TO POURING CONCRETE NOTES / DETtCTABLE WARNING PATTtRN SrsTtM SHALL BE ARMOR TILE ARMOR TILE PANELS TO BE PROVIDED BY THE CITY AND INSTALLED BY THE CONTRACTOR 2 CURB RAMP CEMENT CONCRETt SHALL BE CLASS .1000. .I 1/2" THICK MINIMUM .J. HERBICIDE TO BE PLACED UNDER PAVING, CURB AND ADJACENT SIDEWALK PRIOR TO PLACING OF MATtRIAL5. 4. EXPANSION JOINTS SHALL BE 1/4" THICK. FULL DEPTH, ASPHALT IMPREClVA TtD JOINT MATeRIAL 5 STEEP STREE:T GRADES AND/OR CURVE: RETURN RADII OF LE5.S THAN 15 FEET OR GREA TtR THAN 20 FEET. REOUIRE SPECIAL DESIGN CURB RAMPS TO BE APPROVE:D BY CITY ENGINEER 6 SIDEWALK CROSS SLOPES NOT TO EXCEED 2Jf. CLIRB RAMP SLOPE TO BE 1 12 OR FLATTtR CURB RAMPS B A--l -<1 I CALL FOR INSPeCTION BY art I PR1CR TO BACKI'4L ~ EXPANSION JOINT SEE NOTE NO 4 .1'-0" USE CATCH BASIN TYPE BASE FOR 6" PIPE o 02'/FT SLOPE SECTION B-B \ MA TCH EXISTING PA VE:MENT ELEVA TION 6" OL Yl./PIC FOUNDRY FRAME SM 52-A WITH .1//6" NON-SKID GRATt H / DIAJ./OND PATTeRN ON TOP SURFAce SLOPE ~ -' I CALL FOR FORM INSPCCTION BY aTY PRIOR TO POURING CONCReTe ADJUST HOOD TO MATCH CURB HeiGHT (.1" MIN OpeNiNG) ALL WORK AND MATERIALS TO BE IN ACCORDANCe WITH CURRENT "STANIJARD SPeCIFICATIONS FOR ROAD. BRIDGE AND MUNICIPAL CONSTRIJCT1ON: WASliINGTON STATe DEPNlTIIENT OF TRANSPORT A TION, AMERICAN PUBUC WORKS ASSOClA TlON '" SECTION A-A NOT TO SCALE CATCH BASIN /CURB INLET INSTALLATION NOT TO SCALE NO rES: ACP PATCH SHALL BE ROLLED AND NOT VIBRATED 8 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 CITY ENGINEER 3. WHERE CONCRETE PAVEMENT JOINT IS LESS THAN 4'-0" fROM SAWCUT, THE PAVEMENT SHALL BE REMOVED TO THAT JOINT. . TEMPORARY PATCHING WITH ASPHALT OR PLACEMENT or STEEL PLATES IS REOUIRED WHEN TRAfrlC WILL CROSS cor fOR MORE THAN 24 HOURS WITHOUT PERMANENT 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 cor CONSISTS or THE fOLLOWING' 2600 LBS OF aJ75 IN AGGREGA Tt 800 LB5. OF STANDARD CONCRETt SAND 94 LBS. OF PORTLAND CEMENT APPROX 14 GAL OF WA TtR# 'THE AMOUNT OF WA TtR IS A CRITICAL FACTOR TO SET-UP TIME AND SHOULD BE ADDEO A T THE SlTt 8 EXPANSION JOINT .]'-0" \MATCH GUTTfR LIP OR EXISTING PAVEMENT ELfVATlON /'0" MIN. FROM FACE OF CURB (TYP.) MATCH EXISTING PAVE:MENT ELfVATlONS AT GRATt EDGE 1- 2- TWO INCHES AT FUll SCALE IF NOT SCAI1: ACCOROINGI.Y t EXPIRES' 02/02/0:' I ASPHALT CONCRETE ROAOWAY PATCH~ fINNISHED. JOINT PIPE UNDE.R AT SAWCUT ~ ROI\OWAY EXISTING AC ROADWAY 1 ---""--t--- - I 1 PIPE UNDER LAWN SOD _ ' '___ _ _.L.. 3" MIN. TOPSOIL ~t..: :~ .r=..~..::.~3f:--:---~- --j 10' fiNAL BACKfiLL z " 2 e; i '" Ii! l!5z ~i ~'" "'~ 0'" z ;~ 5i 2" ...~ 00 CALL FOR INSPECTION PRIOR TO PLACING CDF BACKFILL BACKFILL DETAILS W (see note 4) NOTES: ProVIde Uniform support under barrel 2 Hond tamp under haunches. 3 Compoct beddIng motenol to 95" MAX denSity except directly over pipe. 4 See -TRENCH EXCAVATION" In Secloon 7-10 of the Standard Specifications for trench width .w" and trenching optIons The pipe zone will be the actuol trench Width, except for Ctess A bedding The minimum concrete Width sholl be 1 1/2" 10 + 18" BACKFILL MA TtRIAL (Site not~ 5) (Closs A) BACKFILL MA TtRIAL (Site not~ 5) 5. Trench backfill sholl conform to -Backfilling Trenches. In Section 7-10 of the Standard Specifications, except thot rocks or lumps larger thon ,. per foot of pIpe dlometer sholl not be used in the backfill matenal 6 See .Beddlng Material for Rigid Pipe- In the Aggregates section of the Standard Specifications for the matenal specifications. 7. See "Bedding Matenal for FleXible Pipe- In the Aggregates section of the Standard SpeCifications for the matenal speCifications (Clos. a. c, 0) BEDDING FOR RIGID PIPE 8. Pipe must be anchored In such 0 manner os to ensure flow hne IS mOlntalned NOTE Also see City Standard drawing for Controlled DenSIty Bockfill (CDf) for street crossings BEDDING CLASS TABLE O.lLENSlON I Cl.ASS A Cl.ASS a ClASS C I l'IASS 0 I Cl.ASS r ." WIN 1/. 10 . . I Zero 12- MAX x I'tSP<<T1ON 1tC0UtRCD uPON COIII'fL11ON OF ROUCH CRAlJINC AND DtJRINC AAaMCN7 or S7RtJCTURAJ. seCTION. Y 1/400 I 1/20.0 I 1/800, 2.", 00 c.w FOR f"ORIIlNSPCCTION .., orr PRfOIf 70 PQJR/NG C'QICIlC1C AND 'Aiiiii mPA"":' z 3/400 I 1/200 17/8 00 00 . X - .- WIN, 27" 10 and under 6- "IN, over 27" I 0 PIPE BEDDING FOR WA TERMAINS 10 ~ ~ ~ <:) It ~ ~ ~I~ ~I~ ~ i ~ ~ o~~z IO.....l..i <O[~wl~ o~ i5 zz : wa~ ~~elf ~I "'''' \l~:> o.oocn C1\)C!3 ~;::::lQ ::s.....lQ C)~:g :t~~ ~~~ ~~~ ;!~~ u:g~ ~. ld (!J~~N ~ 0. _ ~ ~ ~g il_ z . - ~......~o~~ cc t;l: W 0.. ~ ,!. \l,....1: :i' ~ u"u ~- iiiQ,,~l:;~iil ~ ~l!ej:! ~OUl~W <:)!~~~ :.:'" oC 0.. )..~w!r .... ~;; ~ - .., u e I ASPHALT CON~1C PA~MCNT OR aASS B Pee PA VOlENT (HIGH CARL Y) MATCH CX1SnNC PAIlCUENr T1PC AND OCPTH sec NOTC ,. " M/N I I I NOT TO SCALE NOTES: I 1 ACP PA TCH SHALL Be ROLl.CD AND ~ HBRA rED 2 TO 8C /JSCO FOR ALJ. PA If'l) STRCCTS AND ALLEYS. BACKFIll LOCA nON TO 1'-0' BCNIND CIJR8 OR COCC OF PAVING lJNLESS OTHERWISE APPRO~ IN ADVANC!" Br aTY ENCINCCR .1 WHERE Ct:1NCR€1E PA..ntoiT JOINT 15 LCSS THAN ,,0-0. FROM SANCtIl, THE PAYCI/ENT SHALL BE RCJtOa.f"D m THAT .laNT I ;f TEMPORARY PA TODNG ""TN ASPHAL T OR Pt.ACDlENT OF' srca Pl.A res 1$ RCOIJIRED ItIEN TRAFFIC tfIU CROSS CDF' FOR MORe THAN 24 HOURS .,THOUT PCRIIANENT RCS1Dl?ATION. STEEL PLATES SHAll HAa.f" COLD PATCH IfCDGCS ON TRAmC coccs. C.D. BACKFILL SPECIFICATIONS 2600 LDS OF 4.J75 IN. AGGREGATe 800 LB5. OF STANDARD CONCRETE SAND 94 LBS. OF PORTLAND CCl/ENT APPROX 14 CAL or WA TER THE AMOUNT OF WA TCR IS A CRITICAL FACTOR TO SET uP TAlC AND SHOUW sr ADDCD AT THC SITC I __-.c__m I ~aJFaotOl7'.l.L I CONTROLLED DENSITY BACKFILL ( CDF) I ,NOTEO rACE OF HYDRANT SHALl. BE nUSH ., TH BACK CDCC or SlD€WAI.K ttHCRC SlDCWAI.J( IS NEXT TO CURB. .-:--.' I I I I 1/2 CV '" Qi'A..a BACKfiLL FOR DRAINS I I TYPE A <(PREFERRED) <(VALVE IN STREET) NO rES: I I I QL=~ I orr STANDARD i , ..Jp-- vAL.c Bar I ' +--4 I L ~ ~, []]' 0..--..",,, ( I( '-"')loi I \.. '11 '-" ,~' \~ 6' FLANGC x FLANGe GAlC VAla.f" S' I/CCH. OR FLANGe .KJ/NT x 6" FLANGe TCC TYPE B <(ALTERNATE) <(VALVE BEHIND CURB) AU tfI/ORI( ANO MATERIALS TO BE IN ACCORDANCE WTH C1..flRCNT STANDARD SPCCIFlCATlONS TRANSPORTA11ON, AI/CRfCAN PfJBJ.1C IKWKS ASSOClAntW FOR RCMO. BRJDGC AND IJUN1C1PAl CONSTRtJCl1ON: WASHlNCTON STATe DCPARTllCNT or I FIRE HYDRANT TYPE A ASSEMBLY & B I ~ AN"'cP - ~fiT' O/A. .~-- n-r't !irf'~ . ,~.. I ) . II \..,,, I ,I ' CROSS HATCHCO AI/CA FOIl { II :_ \\ 0 III I@BRlCKSUNDER ---;u~.,... _ '.'1~ f----J HIJ8 ON! y '.~v-t:::i17.~" 'L_~ ~~, ~'.~ , , , t... J ..,#- ..I BCARING ARCA PeR THRUST BLOCKINC STANDARD DETAILS. !:!QE. I CONCRCTC SHALL 8C ClASS 3000 2 VAl. ~ THRUST BLOCKS TO BE INSTAlLED WHEN SHOtw ON PLAN. VALVE AND METER, MCTCR BOX AND SCTTCR SCC NOTC '3 ~ }. '; ~ i r.r.:t~"',,"D II il~\ ~/ i I U\~~~ ~ ! )' /( ~"'" .,. I I ~ =' \'. ~;= I" SCRVICE LINCS SADDLC CORPORA TlON STOP AND PAC JOINTS. SfC NOTC iI1 NO TES' 2- SOUARC/2- HIGH -----''-", f-'l)-I~ ~..y <t / ;& ~ ~~ // ,\ ~~i ~ ~ .\ ._'';0,' ~ "-1/"- DlAMCTER ____ Y;' /: IfiT' - THlCKNCSS / l-' /;/ , . / / ~ ,. salO METAL STOCK I,~ LCNCTH AS ReoolRED 1/8' MIN. TH1C1fNCSS~ // / I ; / .// (;.V .1/8' SIT SCREw "'Y~ , 2-1/4' fNS1DC OIMCNSION ~ 2-1/4' DCPTH ~.--;---===:;-:~ Jt-.:; I:,.: I I ALICN VAL Io'C BOX 6- tttOC X 6- DeEP I I '10 TARS" CONCRETE: COLLAR . PARALLEL TO MAIN ReoolRED IN PA..co AREAS I I l/.W, , CAST IRON VAl.lf" BOX use 'I~/-': i 1/1'" MAN/JI'ACTlJl/fNG P40A/P4oe ~ I OR Ot. YMPIC FOIJN/JRy >fJZ8/>,9ZC I AND BAse l' \1 Tl/CNCH C' BOTTOM ~I '-1'--) "'" r hr:.~~J @ "'---- ~ ,.,.-\ -"9;};yAr/.V.I~.I1onY~ . . . ' \- ~""~- -~/...~lv~ :. . . '\ I . . ~_!i' (VAL.c STCM CXTCNS10N I/COIJIRCO ItHCN DCPTH CXCCCOS ~7 BOX, SUPPORT BLOCK THRUST BLOCK ! l I~ , Cl: W SCRVICE LINC TO i '~~CH OLD ALIGNMCNT " ~. I - ~ ~~" ~l Ii "CONNCCT SCRVICC LINC ~. I TO <XISTING MCTCR (i\ i ASSCMBL Y ~) 8" DI/ ==- NORTH SERVICE LINE I FIRC HYDRANTS SHALL BC PLACCD AT STRCCT INTCRSCCTiONS I+HCRCVE:R POSSlBLC AND LOCATCD TO MINIMIZC THC HAZARD OF DAMAG< BY TRAmc UNLCSS OTHCRIlfSC RfOUIRCD, THf FOLLOIlfNG SHALL APPLY FOR HYDRANT NUMBCR AND LOCATiON o RRC HYDRANTS SHALL BC LOCATCD AS PCR THC UNIFORM RRC CODC MOST RCCCNT CDmON ADOPTCD BY THC CITY OF PORT ANGeLCS b SlNGLC FAMILY HOMCS PROVIDeD IIfTH RCSlDCNTIAL SPRINKLCRS MAY BC 50D rcCT AWAY FROU A HYDRANT 2 THC LCAD FROU THC SCRVlCC MAIN TO THC RRC HYDRANT SHALL BC DUCTiLC IRON CEMCNT MORTAR LINeD CLASS 52 NO LCSS THAN 6 INCHCS IN DIAMCTCR J RRC HYDRANTS SHALL COUPLY IIfTH AWWA STANDARD C502 STANDARD FOR DRY-BARRH RRC HYDRANTS IIfTH 5-T/~ INCH MAIN VALVE: OPCNING, TWO 2-1/2 INCH HOSf NOZZLES (NATiONAL STANDARD THRfAD), ONC ~-INCH PUMPCR NOZZLC (PAClRC COAST THRCAD - ,3). 6-INCH MfCHANICAL JOINT SHOE CONNCCTiON. HYDRANT BURY ~2 INCHCS HYDRANTS SHALL BC MUHLeR CCNTURION A-~23. CLOW F-2500; WATCROUS; OR APPROVE:D COUAL, ~ HYDRANTS SHALL BC BAGG<D UNTiL THC SYSTCM IS ACCEPTCD AND APPROVE:D 5 ALL HYDRANTS TO BC PAINTCD CHROMC YELLOW LOW FLOW HYDRANTS TO BC INDfNTiReD BY PAINTiNG BONNa RCD 6 FIRC HYDRANTS MUST BC INSTALLED. TCSTCD AND ACCCPTCD PCR APWA 7-/~ PRIOR TO THC ISSUANCE OF A BUILDING PeRMIT THE FLOW TCSTiNG OF THC HYDRANT SHALL BC IIfTNCSSCD BY THC fiRC OEPARTl.fCNT 7 RRC SYSTCMS SHALL BC SCPARATC OR SCPARATCD FROM DOUCSTiC SYSTCMS IN SUCH A WAY THAT BOTH SYSTCMS CAN BE OPCRATCD AND TCSTCD AT THOR RCSPCCTiVE: PRCSSURCS CONNCCT SCRVICE LINC /TO EXIST. SCRVICE LINC == 'ij;\~r-' ~ : \ ~ \ I ~) /. / ~"="'" CXIST PIPC - - " 8" DI SOUTH SERVICE LINE I SCRVlCC SADDUS SHALL BC PAINTCD DUCTlLf IRON OR NYLON COA TCD DUCTiLC IRON IIfTH STAINLCSS STCH STRAPS AND SHALL BC ROUAC STYLC 10lS ON I" TAP. 202S ON 1-1/2' OR LARGCR TAPS. ROUAC 202N, ROCKI'ELL 3T3 OR APPROVE:D CQUALS ARC RCOUIRCD FOR HOT OR CORROSIVE: SDlLS. ALL CLAMPS SHALL HAVE: RUBBCR GASKCT AND IRON PIPC THRCADeD OUnCTs. CORPORATiON STOP SHALL BC ALL BRONZ< AND SHALL BC FORD TYPC F-5OD OR APPROVE:D COUAL IIfTH IRON PIPC THRCADS CONFORMING TO AWWA C8DD STAINLCSS STCfL INSCRTS SHALL BC USCD IIfTH PACK JOINTS AND POLYETHHCNf PIPC 2 SCRVlCC LINCS SHALL BC ONC (I) INCH HIGH DCNSlTY POL Y-CTHHCNC PiPE. COPPCR TUBC SlZC MINIMUM PRCSSURC CLASS 20D PDI PHILLIPS DRISCO 5TDD ULTRA-LlNC NO GLUfD JOINTS IIfLL BC ACCCPTCD ON ,. SCRVlCE LlNCS T-I/2" AND 2" PVC SCRVlCES MA Y BC GLUCD. SCRVlCC LINCS SHALL BC INSTALLCD ~5 DCGRCCS OFF THC MAIN WA TER SERVICE I EXPIRES, 02/021 o..t- j Iii ~ ~ ~ :s: o ~ ~ ~ ~I~ ~ tli u.;: ~~ t... ~ ~ I.. ~ . ~ %'- ~ ~~~ ~ ~U)bl CI) 8:>:J: 1 fI;)(!) ~QI() :::i ~ 0::::'1() :X:~.q. ~ ~ 't1,lJ't ....a~Q ....a"Q oq;~~ UQ:j~ f3 itl (!3w~ ~Q,= :;:: ~~g~- :z . - ...... ~ q ~ ~ Q: W Go ~ ,!. ,,~ 'i: ~ "'U ~~ a...~8:! I. a= ~ w ~~;g:i~ '" w .... :z: "on 0- ),. 1;; ~ l< "'~N~ ..... .., (j ~ CITY COUNCIL MEETING April 6, 2004 LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS: (Cont'd) FINANCE: Water UtIhty MaterIals "F" Street Substation RebUIld 2004 Water Malll Improvements Equipment Purchase - Vehicle Replacements CONSENT AGENDA: <I. ~ 58' and Chambers, Mr. Haarstad expressed concern with current development and expanSIOn plans of the hospital specifically related to lack of tree plantlllg III the parkmg lot, as well as the Implllgement of lightlllg on area residences. He also expressed concern on the matter of required storm dralllage, and hIS concerns were heightened when the hospital purchased the lot adjacent to hIs property. Mr. Haarstad expressed the hope that errors made on the other parklllg lot would be corrected III the future, and he suggested that the City and Clallam TranSIt should address the hospItal's transportation needs so that employees don't need to rely on personal cars. He felt tms especially Important in VIew of off-street parking requirements, as well as the fuel shortage. BrIef discussion followed, and Mayor Headrick advised Mr Haarstad that the CIty Council has representatives servlllg on the Transit Board, so perhaps the matter could be addressed at the TranSIt meetlllgs. 1. Water UtlZzty Materzals, Project 04-05 Deputy Director of Pubhc Works & UtIhtIes Kenworthy summarIzed lllforrnatIon relative to the purchase of Water UtIhty materIals, and Councilmember PIttIS suggested that, III keeplllg WIth past practice, the Mayor should receIve the authOrIZatIOn to SIgn the assocIated contracts. Therefore, Councilmember Pittis moved to authorize the Mayor to sign the contract for Schedule A items from Hersey Meter in the amount of $33,935.81, including sales tax, and Schedule B items from H. D. Fowler in the amount of$50,136.12, including sales tax. The motion was seconded by Council member Braun and carried unanimously. 2. "P" Street Substation RebUIld, Project 01-28 Deputy DIrector Kenworthy revIewed the bids relative to the "F" Street SubstatIOn Rebuild, and Councilmember Williams moved to award the bid and authorize the Mayor to sign the contract with Tice Electric Company of Portland, Oregon, in the amount of$106,892.10, including sales tax. Councilmember Rogers seconded the motion, which carried unanimously. 3 2004 Water Mam Improvements, Project 04-01: The scheduled 2004 Water Main Improvements along the north side of 2nd Street between Chambers and Ennis Streets were summarIzed by Deputy DIrector Kenworthy Councilmember Rogers moved to award the bid for the 2004 Water Main Improvements, Project 04-01, to Jordan Excavating of Port Angeles, Washington, and authorize the Mayor to sign the contract in the amount of $176,295.07, including sales tax. Brief dIscussIOn ensued concerning the accuracy of the Engineer's Estimate, as well as the lack of opportumty and appropriateness for co-locatIng other utIlities in the same VIClllIty. A vote was taken on the motion, which carried unanimously. 4 Equipment Purchase - VehIcle Replacements, Project 04-02: Deputy DIrector KenworthyrevIewed bIds receIved on the vehicle replacements, noting this constitutes the annual equipment replacement asset forth in the budget. Ruddell Auto Mall bId below the State bId. Councilmember Braun moved to authorize the City Manager to sign contracts and purchase orders with Ruddell Auto Mall for the 8 new pickups and 2 new vans in the amount of $161,032.12, including sales tax. The motion was seconded by Councilmember Pittis and carried unanimously. Councilmember Rogers expressed pleasure with the effort to lllclude local dealers III the bidding process. Council member Erickson moved to accept the Consent Agenda, to include: I) CIty CouncIl Mlllutes of March 15,2004 speCial meeting and March 16, 2004 regular meetlllg; 2.) ExpendIture Approval LISt - March 26,2004 - $1,101,00106; 3 ) - 4 -