Loading...
HomeMy WebLinkAbout4.265 Original Contract1 r 1 Bid Documents for Wastewater Treatment Plant Outfall Diffuser Pro'ect No. 95 -09 Part 1 Bidding Documents Part 2 Contract Forms Part 3 Standard Specifications and Amendments Part 4 Special Provisions Part 5 Drawings April 1997 City of Port Angeles Prosper Ostrowski, Mayor Jeff Pomeranz, City Manager Gary Kenworthy, City Manager Jack Pittis, Director of Works City of Port Angeles City Coll it EXPIRES 12/9/47 Cathy McKeown Gary Braun Jim Hulett Orville Campbell Glenn Wiggins Larry Doyle g f VD Tgov 111 fk r June 6, 1997 TO: General Construction, Company P.O. Box 24506 Seattle, WA 98124-0506 CITY OF PORT ANGELES NOTICE OF AWARD PROJECT: Wastewater Treatment Plant Outfall Diffuser Project No. 95-09. The Owner has considered the bid submitted by you for the above described work in response to its Advertisement for Bids dated April 1997. You are hereby notified that your bid has been accepted for items in the amount of $479,076.00. You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all you rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 6th day of June, 1997. cc: City Clerk Disc N PROJECTS 495-09ORNTCAWD1 GWK File 95-09 12a PW-407_0213 [11195] CITY OF PORT ANGELES Title Title City Enaineer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this 11th day of J Ile 19 97 Please return original to the City of Port Angeles Public Works Department. SIGNATURE Print Name Thomas E. Sherman Sr. Vice President Construction PART 1— BIDDING REQUIREMENTS [blue sheets to be filled in with bid] ADVERTISEMENT FOR BIDS 1 -1 INFORMATION FOR BIDDERS AND CHECKLIST 1 -2 CHECKLIST 1 -4 NON COLLUSION AFFIDAVIT 1 -5 BIDDER'S CONSTRUCTION EXPERIENCE 1 -6 BID FORM 1 -7 BID BOND FORM 1 -9 LISTING OF PROPOSED SUB CONTRACTORS 1 -10 TABLE OF CONTENTS PART 2— CONTRACT FORMS SUBMITTED AT CONTRACT EXECUTION CONTRACT 2 -1 PERFORMANCE AND PAYMENT BOND 2 -3 PART 3— STANDARD SPECIFICATIONS AND AMENDMENTS STANDARD SPECIFICATIONS AND AMENDMENTS 3 -1 PART 4- SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS 4 -1 SECTION 1 -01, ACRONYMS, ABBREVIATIONS AND DEFINITIONS 4 -1 1 -01.3, Definitions 4 -1 SECTION 1 -04, SCOPE OF WORK 4 -1 1 -04.1, Intent of the Contract 4 -1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 4 -1 1- 07.11, Equal Employment Opportunity Responsibilities 4 -1 1- 07.18, Public Liability and Property Damage Insurance 4 -3 1- 07.18(4), Evidence of Insurance (APWA Only) 4 -3 1- 07.28, Emergency Phone Numbers (New Section) 4 -4 SECTION 1 -08, PROSECUTION AND PROGRESS 4 -4 1 -08.1, Preliminary Matters 4 -4 1- 08.1(1), Preconstruction Conference (APWA Only) 4 -4 1 -08.5, Time for Completion (APWA Only) 4 -4 DIVISION 8 MISCELLANEOUS CONSTRUCTION 4 -4 SECTION 01010 SUMMARY OF WORK SECTION 01011 CONTRACT TIME SECTION 01014 WORK SEQUENCE SECTION 01020 PERMITS SECTION 01050 SURVEY INFORMATION SECTION 01060 SAFETY AND HEALTH SECTION 01300 SUBMITTALS SECTION 01310 CONSTRUCTION SCHEDULE SECTION 01380 VIDEO RECORDING SECTION 01500 CONTRACTOR'S FACILITIES SECTION 01560 ENVIRONMENTAL CONTROLS SECTION 01720 RECORD DRAWINGS SECTION 01999 REFERENCE FORMS SECTION 02340 OUTFALL DIFFUSER SECTION 15065 HIGH DENSITY POLYETHYLENE PIPE PART 5— DRAWINGS ATTACHMENT A- -STATE PREVAILING WAGE RATES Page Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec 1 Apnl 1997 f r i PART 1 BIDDING REQUIREMENTS [BLUE SHEETS TO BE FILLED IN WITH BID] ADVERTISEMENT FOR BIDS Wastewater Treatment Plant Outfall Diffuser Project 95-09 City of Port Angeles Sealed bids will be received by the office of the City Clerk at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:30 p.m., May 27, 1997, and not later, and will then and there be opened and publicly read at that time in the City Council Chambers for the construction of the improvements. The project to be bid is for the Port Angeles Wastewater Treatment Plant Outfall Diffuser, and includes: Installation of a 42 -inch O.D. high density polyethylene (HDPE) pipeline diffuser approximately 300 feet in length, with 13 vertical risers, and connected to the existing wastewater treatment plant outfall pipeline; location is approximately 3,500 feet offshore with water depth of about 60 feet. Work includes trench excavation, pipeline diffuser supply and installation, backfill, and removal of exposed portions of the existing outfall diffuser. This is a general description of the work and all materials, quantities, and work shall be in accordance with the Plans and Specifications which may be examined and obtained at the Public Works Department, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington, 98362, (360) 417 -4805, for a non refundable fee of $20.00 per set, plus $5.00 to cover postage, if mailed. Informational copies of maps, plans and specifications are on file for inspection in the office of the City Engineer. 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 cashier's check, postal money order, or a surety bond to the City of Port Angeles in the amount of five percent (5 of the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered to issue said bonds in the State of Washington. The bond shall specify the surety's name and address and shall include a power of attorney appointing the signatory of the bond as the person authorized to execute it. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid deposit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds shall not be accepted. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. The City of Port Angeles reserves the right to accept the bids and award contracts to responsible bidders which are in the best interest of the City, to postpone the acceptance of bids and the award of the contracts for a period not to exceed thirty (30) days, or to reject any and all bids received and further advertise for bids. When awarded contracts, the successful bidder shall promptly execute contracts and shall furnish bonds of faithful performance of the contracts in the full amount of the contract prices. Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and time, the project name and number as it appears in this advertisement and the name and address of the bidder. Bids shall be addressed to the City Clerk, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Jack N. Piths, P.E. Director of Public Works Publish: Peninsula Daily News, April 27 and May 4, 1997 Daily Journal of Commerce, April 28 and May 5, 1997 Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec 1 -1 Apnl 1997 INFORMATION FOR BIDDERS AND CHECKLIST Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in the project manual and shall be submitted attached to the project manual with which it was originally bound. All blank spaces for bid prices must be filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. BIDS WILL NOT BE READ if detached from the project manual with which they were originally bound, nor shall any of the accompanying papers be detached therefrom, but the entire package (project manual without the plans), including addendums, must be unbroken, in good order, and enclosed in a sealed envelope, endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and the execution of contract, unless the award is delayed for a period exceeding thirty (30) calendar days. A conditional or qualified bid will not be accepted. The bid award will be made to the lowest responsible bidder. The work embraced in the project manual shall be under the supervision of the City of Port Angeles Public Works Department, subject to the acceptance and approval of the City Council. It shall be begun within ten (10) calendar days after notice to proceed from the Director of Public Works and shall be completed within 90 calendar days after the date of such notice. 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 and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary contract and bond forms. In case of failure of the bidder to execute the contract, the Owner may, at its option, consider the bidder in default, in which case the bid bond accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of acceptable performance bond, payment bond, and contract signed by the party to whom the contract was awarded, shall sign the contract and return to such party an executed duplicate of the contract. Should the Owner not execute the contract within such period, the bidder may, by written notice, withdraw its signed contract. Such notice of withdrawal shall be effective upon receipt of the notice by the Owner. Port Angeles Wastewater Treatment Plant Ou Diffuser e/user/3 772/spec 1 -2 Aprtl 1997 The notice to proceed shall be issued within ten (10) calendar days of the execution of the contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the contractor may terminate the contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. Port Angeles Wastewater Treatment Plant Outfall Diffuser ¢/user /3772/spec 1 -3 Apn11997 CHECKLIST 1. Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's check been enclosed with your bid? 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you listed all sub contractors that you will use for the project? 9. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance bond To be executed on the form provided by Owner, by the successful bidder and its surety company. Be sure to include name and address of surety and Dower of attorney of sianatory C. Insurance certificate(s). Port Angeles Wastewater Treatment Plant Outjall Diffuser e/user /3772/spec 1 -4 Apri11997 STATE OF WASHINGTON COUNTY OF KING NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this 27th day of Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec i Signature of Bidder /Contractor Thomas R. Anderson, Vice President May 97 ��J(slrJY .2..1 .2) Notary Pita in and for the State of Washington. Ya Residing at iQ Sr10110m15h My Comm. Exp.: 1 1 -.5 Apr111997 All questions must be answered and the data given must be Gear and comprehensive. If necessary, add separate sheets for items marked 1. Name of bidder. General Construction Company 2. Permanent main office address: 2111 N. Northgate Way, #305, Seattle, WA 98133 5/27/76 Washington 3. When organized: 4. Where incorporated: 5. How many years have you been engaged in the contracting business under your present firm name? 87 Date: 6. *Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion.) 7. General character of work performed by your company: Heav marine, civil, and industrial donstruction 8. *Have you ever failed to complete any work awarded to you? No If so, where and why? 9. *Have you ever defaulted on a contract? information requested by the City of Port Angeles. 5/27/97 Contractor's State License No. GENERCC0440S BIDDER'S CONSTRUCTION EXPERIENCE SEE ATTACHED No 1.0.. *List the more important projects recently completed by your company, stating approximate cost for t. 'each, and the month and year completed. SEE ATTACHED *Lit your major equipment available for this contract: 1 SEE ATTACHED I ~*Exprience in construction work similar in importance to this project: -1 .'r SEE ATTACHED 13. Will you, upon request, fill out a detailed financial statement and fumish any other information that may be required by the City? Yes 14. The undersigned hereby authorizes and requests any person, firm or corporation to furnish Bidder Signature Print Name: Title: Thomas R. Anderson Vice President any Port Angeles Wastewater Treatment Plant Outfall Diffuser eluser /3772/spec 1 -6 April 1997 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM BIDDER: General Construction Company DATE: May 27, 1997 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 plans, specifications, and contract documents, hereinafter referred to as the project manual, for the construction of the proposed project improvement(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 SUB CONTRACTORS 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: Name of Surety: The American Insurance Company Address of Surety: 2101 4th Avenue, Suite 100, Seattle, WA 98121 Port Angeles Wastewater Treatment Plant Ou Diffuser e/user /3772/spec 1 -7 April 1997 Item Quantity Description 1 Lump sum Mobilization/demobilization (maximum 10 percent of Subtotal Bid) 2 Lump sum Outfall diffuser 3 Lump sum Demolition and removal of existing diffuser risers and end manhole 4 50 cu yd Overexcavation and subsequent backfill in accordance with paragraph 02340 -3.03 B, complete and in place, per cubic yard Subtotal Bid (sum of bid amounts) Washington State Sales Tax Total Bid ADDENDA ACKNOWLEDGEMENT Bidder's firm name Port Angeles Wastewater Treatment Plant Ou yall Diffuser e/user /3772/spec BID FORM Fa ►oi ke 1 Suoty IV/NQ ?J/oik sautl Sweiliv SX' a Dolio,rs ice [(otal bid price in words] The bidder hereby acknowledges that it has received Addenda Nos. to this project manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent is listed below. General Construction Company Total amount tll 0 c70. $3 II, Oc3O ��a,�� N 4t4 000,P 7,. $y 71 j a7c:, Complete address 2111 N. Northgate Way, #305, Seattle, WA 98133 (Street address) (State) (Zip) Tele. No. 368 0 f Signed by l Title Vice President Printed Name: Thomas R. Anderson NOTE (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. 1 -8 April 1997 BID BOND FORM Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the amount of 5% of total bid amount which amount is not less than five (5 percent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: GENERAL CONSTRUCTION THE AMERICAN That we, COMPANY as Principal and INSURANCE COMPANY as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. *FIVE PERCENT (5 OF THE TOTAL AMOUNT BID The condition of this obligation is such that if the Obligee shall make any award to the Principal for. Port Angeles Wastewater Treatment Plant Outfall Diffuser Project No. 95 -09 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 2 7 day of Dated: Received return of deposit in the sum of Port Angeles Wastewater Treatment Plant O4;2l1 Diffuser e/user /3772/spec May Tlydm'as R. Anderson Vice President y ONSTRIpa7 1997 Prnci al R. A erson, Vice President m IN i�" C. C OMPANY Ur ICHAEL A. MU HY ORNEY -IN -FACT 1 -9 April 1997 NAME AND ADDRESS I Mot) LE: 1D 1, 24 I UW wiz)... 9(A)Q.2A oL1 Bot SY. E-o c.�e.. Bidder shall shall list all sub-contractors proposed to be used on the project. FAILURE TO LIST SUB- CONTRACTORS SHALL BE CONSIDERED TO BE A NON RESPONSIVE BID. If there are no sub- contractors, contractors, write "NO SUB CONTRACTORS WILL BE USED." Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec LISTING OF PROPOSED SUB CONTRACTORS DESCRIPTION OF WORK 9 lU tl�q ?re ScAR\il igfiature a nd Title Thomas R. Anderson, V ce President 1 -10 April 1997 GENERAL.+ POR'ER OF ATTORt;:•EY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation Incorporated under the laws of the State of New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on Lune 1, 1990, and having its principal office in the County of Mann, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint JIM W. D O Y L E MICHAEL A. MURPHY, W. C. NELSON, KAREN P. DEVER, MICHELLE L. DeYOUNG, jointly or severally SEATTLE WA its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VII. Appointment and Authority of Resident Secretaries, Attorneys in Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice- President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment:' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation" IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereunto affixed this 9th day of July •t-o'"'" STATE OF CALIFORNIA COUNTY OF MARIN On this 2 9 t h day of July 19 9 6 before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. STATE OF CALIFORNIA COUNTY OF MARIN 360711 -TA -3-95 NOTARY PUBLIC CALIFORNIA O MARIN COUNTY My Cann Expres Mar 20, 1999 A. KRIEGER D COMM #1045112 1) THE AMERICAN INSURANCE COMPANY By ss. ss. CERTIFICATE 19 96 THE AMERICAN INSURANCE COMPANY 7-11fW 1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains it full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By -laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. Signed and sealed at the County of Marin. Dated the 0 7 day of MaiA 19 7 Vice- President Notary Public 6/ Resident Assistant Secretary 07 /10/Y7 11' 13 A QORD Carrnnn Cerhnr *fion of Seattle P. 0, Box 34201 701 Fifth Avenue 4201,1 Columbia Center Scottie RA 98124 (206) 386.7400 Linde Sturrock of Tmrn Goners' Construction Cony 2111 N Northoete Nay PO Aox 24506 Seattle MI 98124 -0508 COMOAIIY yy 0 THIS 1CTO CERTIFY THAI' THEPOLICIES OpiNeLIRANDE LieTEDEELOWHAVESE ENISSUEDTOTHt9V0 RD ABOVerORTHEPOLICYPERK1f1 INDICATED,NOT WITHSTANDIN0AI4YAEQVIREMEIVT,T ER MORCO NDITI ONOFANYCONTRACTOROTHC900CumENT WITI IRESAE4TTOWNICHTHIS CERTIFICATE MAY BE MOVED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TNG POLICISS 0 QC $13100 HEREIN 19 SUBJECT TO Al I. TINC TFRME, txCLUSiON8 AND GUNUI11Ons OP BUGH I+OLIGIB, LIMI 18 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TYPA OF INWRANCi POLICY NUlRfi1111 POLIG EP FEGTIY! POLI CXPIRAYM Mears LTI BATe (AINUSDNYI DAM (MNWINYY) A 1 a"HERALI.AMILM RGZ001004133026 w x� CGAtERCIAL T PkHAL L IMAIrY aAIMi NAVE 0(.001 x� OWNER'S A CONIBACTORS PROT A AUTOMOIL'ILIAIAJIT AS2661004133036 u ANY ANTA ALL DWMrO AUTOS EGHE OLED AUTOS X IIIra, AUTOS ND4+Owl[U AUTUD OARAOAWA$LNT ANY AUIU /3OEMBLIMILITY UIiOPELLA FORM ATNCC TNAN WW1! A FORM B 1 OANO08460165.166414A3t1'4111 x e cessovera e IHL• PHLFHItIUk/ INCI. PARDEPS/FEVI ITIVF OrTICCfTC Art EXCL i fiG2601004133016 A o nm "Ieihinoton MOH Merit's* (Jones Act) $1,000,000 1176614004122040 TiN1 MTION ON OYhNATVAAa1 nernetnessessinuIPICIAL iTIMP SEE ATTACHED City of Part Angela% 321 E 6th Street PO Box 1150 Port Angeles NA 98362 -1150 39078 WC: in' 7 Wir tikketiaaffilt xAmIxotionow xxxioxtmxxasic x xx THIS f`FRTIFH ATE DOES NOT AMEND, EXTEND OR vaftz A E COVERAGC AFFORDED BY THE POLICIES BELOW. COIMPANtE$ AFFORDING COVERAGE COMPANY Liberty Mutual Flee ItlsuiellCe Company _A_ COMPANY Liberty Insurance Corpora Liun B COMPANY C 01 -OCT -1996 01- OCT-1997 !GENERAL ACONCOATC 4,000.000 E PRODUCTS GOM?/OP AOSS f 4,000,000 PERSONAL M ADY INJURY f 2,090L000 AAa 1 LA;CURFENSE 2,000,000 hl IIAMAUe ‘my OM Hier 1,000.000 $#E0 DP (My one mein) 5.000 01 -OCT- 10118 01 -OCT -1497 01-OCT-144S 01.00T.1997 01-OCT-1906 101 -OCT -1997 PHALLI ANT OF Rig ADOV! DESORDND POLIGIE!P at CAMOmLLED .GPGRC THE IPPIIIATION DATE THEREOF, 1n! IOEUINO COMPANY RILL 1N rle/ GNAL 30 DAYS WRITTEN NOTICE TO THE GSM WIT ATI HOLDIR NAMED TO TTT1 tt?T, AlRNOEIp AIGPRRWATIVC f;uMtll' u ,INU_E LINII BODILY INJURY (Pa IAn am.) BODILY ITAJUPY (rq, atooenl; PROPERTY DAMAGE I AUTO ONLY CA ACCIDENT OTHER THAN AUTO OILY T AON AcCTOEHT AcicneoATe EACH OCCUareNGC AI]l7FEl'7ATE 4 s I is -•riv TaTE I X1iTH EL EACH ACCIDENT 3 1,0110.000 CL DISEASE POLICY LIMIT 3 pi f}I^FA£F'FA EMPLOYEE 1! it Mkinkurri 10.41.1997 1,000,000 1,000,000 1.000.000 I y r r r r .•r "r��,�,�, .:E {Y�Ly {'S �yp.�,y p,y� irk s` Bi, Tf iYSi i� <,I jiifl�� :nemi 1em liO4''i 07.'10•'97 11.14 INSURED II '111!111C011A1101,P t s THIS CERTIFICATE D General Construction Gorgasliy 2111 PI Northgate Rey PO Box 24506 Swwt City of Port Angeles 321 C 6th Street PO Box 1150 Port Angeles WA 88302 -1150 MEND, EN l(�� Il�((II�(('' �III 10 -JUL 1997 NOT N'tN CME' "AFFilR0E0� gtE 39075 PRODUS7ill Willis Corroon Corporation of Seattle P. 0. Box 34201 701 Fifth Avenue 4200 Columbia Center Saattla NA 98174 (206) 390 -7400 Linda Gturroak IA 48124 -0508 r "1•s, t'j 11 Mii��;,,;,,, f y «e°aa4, "`rF ';..'',f ,o. 4 THIS IS TO CCRTIPY THAT THE POLICIES OF IN5UBBANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHETANDINO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY se ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, XCLUSIONS AND CONDITIONS OP SUCH POLICIES, LIMITS MAY HAVE BEEN REDUCED BY PAID CLAMS, TYPE OF IIMNMANCE roLIGV Ntmoon I POLICY EFIYCTIYE I POLICY mPINATION Y LNITS DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS BE: Wastewater Treatment Plant Outfail Diffuser Project #95 -09 The City of Port Angeles is added as an additional Insured where required by written contract on the general liability for work performed by or on hahaif o the named insured. Subject to policy limits, terms and conditions, Washington USLH and Maritime (Jones Act) Included $1000,000 Limit i 14''4010USI:i1; 003 *4s0= ANY OF TN! AIWA! OSSORISED POLICIES OE CANCELLED satahi rHi EXPIPATION DATE THEREOF, TWY IAAl1ING NHMPAMY WILL MODOINOOMel MAL 9 PAYS wEIITEN NOTICE TO THS OM DuiOSP NAMED TO THE LEFT, INIONAOMATNIONSONINNIONISOINESEANNKY11111011111KNIONCEENTIOENNIIIIIINSI IIEPRPUENTATIVE 01/14/97 N'd•Nb WILLIS CORROON CERTIFICATE OF INSUR A NCF ISSUED TO: CITY OF PORT ANGELES 521 E 5th Strom P.O. Box 1160 Port Angeles, WA 98362-1150 NAMED OF INSURED CLNERAL CONSTRUCTION COMPANY FT,FTCIIER GENERAL, INC. i'O Bux 24506 scuttle, Washington 98124 This is to certify that policies of insurance listed below have been Issued to the insurer named above for the polity period indicated, Notwithstanding any requirement, term or condition of any contract or other document with rcapeet to which thrs certificate may be rsaut,d in may pertain, the insurance afforded by the policies de scribed herein is subject to all louts, t:Acluaiun,, and conditions of such policic, DPSCRI ?TION OF PROJECT TO Pillar TfIFS CCRTi Or INSLRA .iPPLi6S: Rt.. Wastowatei Treatment Plant Outfit!' Diffuser Project si -9(l. Policy Pcriod. October 1. 1996 and cndiug Oe.tubct 1. 1997, INSURANCE CO. POLICY NO. St Paul Fire Marine insurance I'n Policy No. 384PH7656 St. Paul l=ire efi. Marine Insurance; Co Policy No. 3841'H765& Date of issue' lnly III, I yy r AMOUNT OR LIMIT OF LIABILITY AC per attached ecltedu le of vessels 51,000,000 Any one occident or occurr:ncc A lltho i ell Signature COVERAGE PROVIDED Hull vlachinery, Including Collision and Tower's Liability as per Pacific l.oast Tug/Barge I' nrrn I4 r41 1e.rluctihie• per schedule Protection Indemnity, as per SP 23 (rev) including Excess Co11i3ion Bc Exc033 Tower's Liability, but excluding Crew coverage Deductible 025,000 any one accident ur occurrence Should and of the above dc3cnhcd poll( le, be canceled before the cxpiratton date thereo the policy issuing company will (c 0¢ mail 45 day:+ written notice to the certificate holdar named above above,>64t,iigextliomix otkwaareawc ate( ltcsltcirrt >wwkdigocxiJ>ox >Oi{II4MoOtItik 111'X PPRX9I4X X110tt3<9(3 fr X Wlllis Corruen firpowtt of Srattic kaorance (lands Benefit, Ru4 Ma/wawa' 701 rdtrt A,utue 42(11 fn6,mh,.. enter PO Buz 3420: (Lip 911124) bcumle, WA 48;04 Tvleri inn 905 396 7440 Pal 206 386 7900 1:1'1/14/97 09 HS 111.11.1111.0111111111.111111111111111.111111110.-_ AmiliiiiiM101.11111101111011011111111111 1,•401Af1101i GENERAL C:ONS'1' RUC! 'ION COMPANY !lull and Machinery Schedule of Vessels Item,# [Equip. 1Vessel Description H &M Limit I Deductible I [001 1DERRICK STEEL BARGE "Anacortes" +f $450,000 $25,000 2 1002 1943 DERRICK STEEL DANE "Tacoma'' $335,000 $25,000 3 1003 D 3RIUCIC ST CRANE BARGE "Olympia° $750,000 $25,000 4 j 1004 DERRICK STEEL BARGE "Beaver" $500,000 $25,000 .1 j !oils 111I•RRII'K I H HAKCJJ• "1'ntf1A})r1' $500,000 $25,000 6 1 DERRICK STEEL BARGE "The Dallas" $650,000 $25,000 7 1007 E STEEL BARGE (FLAT DECK) "Astrn la" $75,000 $25,000 8 1009 I STEEL BARGE "GC26" $150,000 9,25,01)0 9 1611 DERRICK BARGE "Rwrard" 150,000 $_25,000 10 1012 DERRICK BARGE "Stank" $3,400,000 11 1054 1 WATER DRIVER STEEL BARGE "Longview" $75,000 $25,000 12 1055 WATER DRIVER WOOD BARGE "Cotton" $75,000 $25,000 16 1300 1943 FLAT 13AIW "GC74" $40,0(10 Vs ,000 65 1316 STEEL DECK BARGE "GC25" $75,000 $25,000 66 j 1327 STEEL DECK DA "CC27" $75,000 $25,000 19 1351 1969 FLAT STEEL. BARGE "GC101" $176,000 $25,000 20 1352 1969 hl_AI '.1 hkl HAR(z>a "(1('1111" 5176,000 S2 i 3 O00 21 1353 1969 FLAT STEEL RA RG1r "GC103" $176,060 $25,000 4 1354 1969 FLAT STEEL. f1ARCE "C C104" $176,000 $25,000 23 ;`1371 1943 FLAT BARGE "GCl20" $25,000 24 j 1377 144'i hl A I HAKIrI• "1,0:121" $165.000 I $25,000 __25 1370 1977 STEEL DECK BARGE "FGC 202" $580,000' $25,000 27 1375 1983 STEFI. CRANE BARGE DB "Pnclfie" $3,300, $66,000 98 1376 STEEL BARGE "GC 203" $700,000 $25,000 29 I4II1 1111 IMPHAR(rI 'PnrntTiasalt" $500,000 $25,000 108 TBA DUMP SCOW BARGE "213 S1,000,000 525,000 109 TEA DUMP SCOW BARGE "ZBD 104" 51,000,000 525,000 110 TEA (DERRICK BARGE "YD -216" $1,000,000 i $25,000 1016 1TIF.RRICK BARGE "General" I $10,000,000 j $100.000 {TOTAL INSURED VALUE j $26,414,000 I 21 002 CN PART 2 CONTRACT FORMS SUBMITTED AT CONTRACT EXECUTION d 1 CONTRACT THIS AGREEMENT, made and entered into in duplicate, this 11th day of June 19 97, by and between the CITY OF PORT ANGELES, hereinafter called the Owner, and General Construction Company hereinafter called the Contractor, ti WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this II agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for d Port Angeles Wastewater Treatment Plant Outfall Diffuser, Project No. 95 -09. I in accordance with and as described in the attached plans and specifications and the Standard Specifications for Municipal Public Works Construction, refered to as the project manual, and shall perform any alterations in or additions to the work provided under this contact and every part thereof. ti This contract is subject to minimum wage requirements of Section 1 -07.9 (Wages) of the Standard Specifications. I The Owner agrees to pay the Contractor for the actual quantities in the completed work according to the schedule of unit prices set forth in the bid form hereto attached and made a part of this contact. I Work shall start within ten (10) days after execution of contract and be completed in 90 calendar days. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner liquidated damages as stated in the project specifications for each and every day said work remains I uncompleted after expiration of the specified time. The Contractor shall provide and bear the expense of all equipment, work and labor of any sort I whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof; except such as are mentioned in the specifications to be furnished by the Owner. I 2. The Owner hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and I conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner upon the conditions provided for in this contract. I 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. I 4. It is further provided that no liability shall attached to the Owner by reason of entering into this contract, except as expressly provided herein. I ill Port Angeles Wastewater Treatment Plant Outfall Diffuser I eluser /3772/spec 2 -1 Apn11997 4 Contract Page 2 5. The Contractor shall obtain and maintain Public Liability and Property Damage Insurance in accordance with Sections 1- 07.18, 1- 07.18(1), 1- 07.18(2)(A)(B), 1- 07.18(3) and 1- 07.18(4)(1) of the APWA supplement to the Standard Specifications and the following additions: a. Workers compensation at the limits established by the State of Washington shall be included. 6. The Contractor shall defend, indemnify and hold the Owner, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the Owner. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Owner, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purpose of this indemnification. This waiver has been mutually negotiated by the parties. The provision of this section shall survive the expiration or termination of this contract. 7. Contractor hereby assigns to Owner any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing the price of this contract. In addition, Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to Owner in accordance with the terms of this provision. Contractor agrees to give Owner immediate notice of the existence of such claim. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first above written. Approv as to form: City Attomey CONTRACTOR r General Construction Company j lame of Contractor BY Ynt24 Port Angeles Wastewater Treatment Plant Outfall Diffuser eluser /3772/spec Title Sr. Vice President Construction Attest: City Clerk 2 -2 April 1997 PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles KNOW ALL MEN BY THESE 'RESENTS: That we, the undersigned, GEN RA L CONSTRUCTION COMPANY as Principal, and THE AMERICAN INSURANCE COMPANY a corporation, organized and existing under the laws of the State of NEBRASKA 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 479,O76.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This, obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Seatt 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 GENERAL CONSTRUCTION COMPANY the above bounded Principal, a certain contract, the said contract being numbered 95 -09, and providing for construction of the Port Angeles Wastewater Treatment Plant Outfall Diffuser (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, GENERAL CONSTRUCTION COMPANY shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as May be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialrrlen, 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 appmaring 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 11 day of June 19 97 THE AMERICAN INSURANCE 4OMPANY S retyy By MICHELLE L. DEYOUNG ATTORNEY -IN -FACT Title Port .$ngeles Wastewater Treatment Plait Out(all D ffuser dussr /3772/spee Washington, this 11 day of June GENERAL CONSTRUCTION COMPANY Pringipal Thomas E. Sherman Sr. V.P. Construction Title 2 -3 Bond #11141605862 April 1997; 1 1 1 1 1 1 1 1 1 1 1 GENERAL POWER OF ATTORNEY kNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on June 1, 1990, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint JIM W. D O Y L E MICHAEL A. MURPHY, W. C. NELSON, KAREN P. DEVER, MICHELLE L. DeYOUNG, jointly or severally SEATTLE WA its true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VII. Appointment and Authority of Resident Secretaries, Attorneys -in -Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facstrrule, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereunto affixed this 9 t h day of THE AMERICAN INSURANCE COMPANY July By 19 9 6 THE AMERICAN INSURANCE COMPANY Via President On this 2 9th day of July 19 96 before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporatio described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. STATE OF CALIFORNIA COUNTY OF MARIN IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. or A. KRIEGER D le j3S? C OMM 10451 12 0 NOTARY PUBIIC•CALIFORNIA LL MARIN COUNTY Q My Cmrrn Fires Mar 20 1999 1 STATE OF CALIFORNIA COUNTY OF MARIN Signed and sealed at the County of Mann. Dated the 360711 -TA -3-95 ss. day of CERTIFICATE 1, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By -laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Power of Attorney, are now in force. Chia. sd, 4. Resident Assistant Secretary 19'! PROVIDED HOWEVER that; RETAINAGE BOND Bond# 11141605870 KNOW ALL MEN BY THESE PRESENTS that GENERAL CONSTRUCTION COMPANY a corporation existing under and by virtue of the laws of the State of Washington, as Principal, and THE AMERICAN INSURANCE COMPANY a corporation organized and existing under the laws of the State of NEBRASKA and authorized to transact business in the State of Washington as Surety are jointly and severally held and bound unto CITY OF PORT ANGELES hereinafter called Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28, in the penal sum of TWENTY THREE THOUSAND NINE HUNDRED FIFTY THREE AND 80/100 123.953.801, which is 5% of the Principal's bid in Project No. 94 -22. WHEREAS on the 6th day of June. 1997, the said Principal herein executed a contract with CITY OF PORT ANGELES for WASTEWATER TREATMENT PLANT OUTFALL DIFFUSER. PROJECT NO. 94 -22. WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum of 5% from monies earned by the Contractor on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds or that the Obligee from time to time release all or a portion of the current amount of earned retained funds as allowed under RCW 60.28. NOW THEREFORE, the condition of this obligation Is such that if the Principal shall use the earned retained funds which will not be retained or shall use such funds which now are being released, for the trust fund purposes of RCW 60.28, them this obligation shall be null and void; otherwise, it shall remain in full force and effect. 1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the Principal if no monies are retained by the Obligee on estimates during the progress of construction, or such liability shall not exceed the actual amount of the earned retained funds which are released. 2. Any suit under this bond must be instituted within the time period provided by applicable law. WITNESS our hands this 11th day of June 1997. THE AMERICAN INSURANCE COMPANY GENERAL CONSTRUCTION COMPANY Attorney -;n -Fact Michelle L. DeYoung Thomas E. Sherman Sr. Vice President Construction GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation incorporated under the laws of the State of New Jersey on February 20, 1846, and redomesticated to the State of Nebraska on June 1, 1990, and having Its principal office in the County of Mann, State of California, has made, constituted and appointed, and does by these presents make, constitute and appoint JIM W. D O Y L E MICHAEL A. MURPHY, W. C. NELSON, KAREN P. DEVER, MICHELLE L. DeYOUNG, jointly or severally SEATTLE WA its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking, recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By -laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VII. Appointment snd Authority of Resident Secretaries, Attorneys in Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -in -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment:' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 31st day of July, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice President, and its corporate seal to be hereunto affixed this2 9 t h day of om r`fG,P 9 I •COE G• On this 2 9th day of July 19 9 6 before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporation described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. STATE OF CALIFORNIA COUNTY OF MARIN IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. 1045112 COMM A. KRIEGER n it LL NOTARY PUBLIC-CALIFORNIA MARIN COuNTY My Corm E wen Mar 20. 1999 STATE OF CALIFORNIA COUNTY OF MARIN 360711- TA -3-9t THE AMERICAN INSURANCE COMPANY July r C -i ss. By CERTIFICATE 19 96 THE AMERICAN INSURANCE COMPANY ,g Vice- President I, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEBRASKA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains iz full force and has not been revoked; and furthermore that Article VII, Sections 45 and 46 of the By -laws of the Corporation, and the Resolution of the Board of Directors; se forth in the Power of Attorney, are now in force. Signed and scaled at the County of Mann. Dated the day of c hief_ 19 2 Resident Assistant Secretary I I 1 1 I 1 I I I 1 I I 1 I r I I I PART 3 STANDARD SPECIFICATIONS AND AMENDMENTS STANDARD SPECIFICATIONS AND AMENDMENTS The Standard Specifications for this project shall be the "1996 Standard Specifications for Road, Bridge, and Municipal Construction," prepared by Washington State Department of Transportation and American Public Works Association (WSDOT /APWA) and the "1996 APWA Supplement to Division One of the 1996 WSDOT /APWA Standard Specifications." Standard Plans shall be the "Standard Plans for Road, Bridge, and Municipal Construction," prepared by WSDOT /APWA. Work under this Contract shall be performed in accordance with the Standard Specifications and Supplement referred to above and the Special Provisions found in Part 4, SPECIAL PROVISIONS, of these Contract Documents. The requirements of the Special Provisions shall take precedence over the Standard Specifications adopted by the WSDOT /APWA. The Supplement to Division One of the Standard Specifications shall take precedence over the Standard Specifications. Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec 3 -1 Apn11997 I I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1 I u SECTION 1 -04 SCOPE OF WORK 1 -04.1 Intent of the Contract Append the following to this section: SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS SECTION 1 -01 ACRONYMS, ABBREVIATIONS AND DEFINITIONS 1 -01.3 Definitions Supplement this Section with the following: Where the term "Engineer" or "Construction Manager" appears in the Contract Documents (including the Standard Specifications) it shall mean the duly authorized representative of the City of Port Angeles in the administrative management of the Contract. The "Engineer" for this project may be an employee of the City of Port Angeles or other duly authorized agent of the City of Port Angeles. Where the term "Owner" appears in the Contract Documents (including the Standard Specifications) it shall mean the City of Port Angeles, as represented by its authorized officers, employees or agents including the City Engineer. Where the terms "Commission," "Washington Transportation Commission "Department," "Department of Transportation," "State," or "State of Washington" appears in the Contract Documents it shall mean Owner, except "State" shall be construed to mean State of Washington as indicated: (a) Whenever the words refer to Agencies or Department of the State of Washington other than the Washington State Department of Transportation, State sales tax, State employment agencies, State wage rates and State laws. (b) When referring to the Washington State Department of Transportation Laboratory manual. The Specifications and Plans show and describe the location and type of work to be constructed under this Contract. See Advertisement for Bids for a description of the project. The timely execution of this Contract is essential to provide effective dilution and mixing of wastewater treatment plant effluent with waters of Puget Sound in accordance with requirements of the Washington State Departments of Ecology (WDOE) and Fish and Wildlife (WDFW). SECTION 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.11 Equal Employment Opportunity Responsibilities Delete the entire Section and replace with the following: Equal Opportunity /Affirmative Action /Facilities Nondiscrimination (The following clause is applicable unless, and to the extent that, this contract is exempt under the rules, regulations, and relevant orders of the Secretary of Labor, including 41 CFR, Ch. 60.) Port Angeles Wastewater Treatment Plant Outfall Diffuser eluser /3772/spec 4 -1 Apnl 1997 During the performance of this contract, the Contractor agrees as follows: a. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin. The Contractor will take affirmative action to employ, advance in employment, and otherwise treat qualified special disabled or Vietnam War era veterans and handicapped individuals without discrimination based upon their disability or veterans' status or physical or mental handicap in all employment actions. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the local United States Department of Labor Office setting forth the provisions of this Equal Opportunity /Affirmative Action clause. b. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, physical or mental handicap, or national origin, and that the Contractor is under the legal obligation to take affirmative action to employ, advance in employment, and otherwise treat qualified special disabled or Vietnam War era veterans and handicapped individuals without discrimination based upon their disability or veterans' status or physical or mental handicap in all employment actions. All suitable employment openings existing at contract award or occurring during contract performance will be listed at the state employment source office in the locality where the opening occurs, provided that this listing requirement shall not apply to openings that the Contractor intends to fill from within its own organization or under a customary and traditional employer -union hiring agreement. c. The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency Contracting Officer, advising the said labor union or workers' representative of the Contractor's commitments under this Equal Opportunity /Affirmative Action clause, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The Contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor, including, but not limited to, the rules, regulations and orders issued by the Secretary of Labor under the Vietnam Era Veterans' Readjustment Assistance Act of 1972, and the Rehabilitation Act of 1973 (29 USC 793), as amended. e. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigations to ascertain compliance with such rules, regulations and orders. f. The Contractor will not, on grounds of race, color, religion, sex, physical or mental handicap, or national origin: Port Angeles Wastewater Treatment Plant Ou Diffuser e/user /3772/spec 4 -2 April 1997 9. 1. Deny an individual any services or other benefits provided under this contract; 2. Provide any service(s) or other benefits to an individual which are different, or are provided in a different manner from those provided to others under this contract; 3. Subject an individual to segregation or separate treatment in any manner related to the receipt of any service(s) of other benefits provided under this contract; 4. Deny any individual an opportunity to participate in any program provided by this contract through the provision of services or otherwise, or afford an opportunity to do which is different from that afforded others under this contract. The Contractor, in determining (1) the types of services or other benefits to be provided, or (2) the class of individuals to whom, or the situation in which, such services or other benefits will be provided, or (3) the class of individuals to be afforded an opportunity to participate in any services or other benefits, will not utilize criteria or methods of administration which have the effect of subjecting individuals to discrimination because of their race, color, sex, religion, national origin, creed, or the presence of any sensory, mental or physical handicap. In the event of Contractor noncompliance with the nondiscrimination requirements of this contract or with any of the said rules, regulations, or orders, this contract many be canceled, terminated or suspended, in whole or in part, and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. h. The Contractor will include the provisions of paragraphs a through g in every subcontract unless exempted by the rules, regulations, or orders of the Secretary of Labor. 1 -07.18 Public Liability and Property Damage Insurance 1 -07.18(4) Evidence of Insurance (APWA Only) Revise first sentence, "The Contractor shall provide evidence of insurance by one of the following methods:" to read "The Contractor shall provide evidence of insurance which is primary and not contributing to any other insurance or self- insurance maintained by the Contracting Agency by one of the following methods:" Revise Item 1.a. "Names the Contracting Agency as an additional insured," to read "Names the Owner and its agents as an additional insured? 1 -07.28 Emergency Phone Numbers (New Section) The Contractor shall supply to the City the names and phone numbers of responsible personnel representing the Contractor and each subcontractor for the purpose of contacting these individuals in the event of an emergency. Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec 4 -3 April 1997 SECTION 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Preliminary Matters 1 -08.1(1) Preconstruction Conference (APWA Only) Amend this subsection as follows: A preconstruction conference may be held within ten (10) days after the contract award. 1 -08.5 Time for Completion (APWA Only) Delete this entire section and replace with the following: This project shall be completed in its entirety within ninety (90) calendar days. The Contract time shall commence seven (7) days after date of delivery of the Notice to Proceed. The Contractor will be notified of the actual starting date by letter from the Engineer. The Contractor shall notify the Engineer in writing when the entire work is substantially complete. Upon completion of all work required by the Contract, the Engineer pursuant to Section 1 -05.11 will advise the Contractor and Owner in writing of the date on which such work was substantially completed, taking into account weather delays and other approved time extensions. Such notification of date of completion shall not constitute acceptance of the work by the Owner (see Section 1 -05.12 Final Acceptance). DIVISION 8 MISCELLANEOUS CONSTRUCTION Refer to the following sections for specifications on miscellaneous construction items. Division 8 is organized by subdivisions according to the Construction Standards Institute (CSI) format. Subdivisions within Division 8 are not related to the Standard Specifications for this project, the 1994 Standard Specifications for Road, Bridge, and Municipal Construction prepared by WSDOT /APWA. Unless specifically stated otherwise, the cross references in sections of Division 8 refer to the sections within the subdivisions of Division 8 and do not refer to the standard specifications for the project. Port Angeles Wastewater Treatment Plant Outfall Diffuser e/user /3772/spec 4 Apnl 1997 I I I I I 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1.0 GENERAL 3.0 CONTRACTS E/user/3772 /speddivl SECTION 01010 SUMMARY OF WORK The work covered under this contract will be performed as shown on the drawings, approximately 3,500 feet offshore and north of the City Wastewater Treatment Plant and ITT Rayonier mill. 2.0 DESCRIPTION OF OWNER'S PROJECT The overall project will consist of the furnishing of the labor at current State of Washington prevailing wages, materials, and equipment for the construction of the outfall project, including a 42 -inch O.D. high- density polyethylene (HDPE) pipeline diffuser approximately 300 feet in length, with 13 vertical risers, and connectd to the existing wastewater treatment plant outfall pipeline; location is approximately 3,500 feet offshore with water depth of about 60 feet. Work includes trench excavation, pipeline diffuser supply and installation, and backfill and removal of exposed portions of the existing outfall diffuser. There will be no other city contracts performed in the area of the outfall /diffuser project. *END OF SECTION 01010 -1 1.0 COMPLETION TIME Time for completion is 90 calendar days following the date of notice to proceed. No work shall be performed in the water between March 15 and June 14 in accordance with permit requirements described in Section 01020. e/user/3772 spec/divl SECTION 01011 CONTRACT TIME *END OF SECTION 01011-1 SECTION 01014 WORK SEQUENCE 1.0 CONTINUITY OF PLANT OPERATIONS A. GENERAL: The existing wastewater treatment plant (WWTP) and outfall is currently and continuously receiving and treating wastewater. Functions necessary to maintain operation of this facility shall not be interrupted except as specified herein. The Contractor shall coordinate the work with WWTP personnel to avoid any interference with normal operation of WWTP and outfall processes. B. BYPASSING: [Not used.] C. SUBMITTAL: In accordance with Section 01300, the Contractor shall submit a detailed outage plan and time schedule for operations which will make it necessary to alter normal plant operations. The schedule shall be coordinated with the construction schedule specified in Section 01310 and shall meet the restrictions and conditions specified in this section. The detailed plan shall describe the Contractor's method for preventing bypassing of treatment units, the length of time required to complete said operation, the necessary plant, and equipment which the Contractor shall provide in order to prevent bypassing of associated treatment units. 2.0 SEQUENCE AND SCHEDULE OF CONSTRUCTION To permit continuous treatment and discharge of wastewater and compliance with effluent quality requirements, the construction schedule required in Section 01310 shall provide for the following specific conditions: E/user/3772 /spec/divl 1. Locate and expose existing outfall pipeline at point of connection to new outfall difuser (Sta. 0 +00). a. Determine actual pipeline dimensions and condition, and verify orientation for bell and spigot for new transition piece. b. Fabricate new CCP transition piece to connect existing CCP outfall pipeline with new HDPE outfall diffuser. 01014 -1 2. Complete the construction of the new outfall diffuser, except for connection to existing outfall pipeline. While the new outfall diffuser is constructed, the existing outfall shall not be disturbed. 3. After the new outfall diffuser is complete, the following steps shall be taken to place it into service: 3. Remove and dispose of exposed risers of existing outfall diffuser and end manhole; backfill as required. 4. Complete all necessary cleanup or backfill operations, taking care not to affect the operation of the new outfall and diffuser. 3.0 OUTFALL INSPECTION a. Remove one section of existing outfall pipeline (CCP) which has been previously located (Sta. 0 +00). b. Install new CCP transition piece on exposed end of existing outfall. c. Connect HDPE tee to CCP transition, leaving blind flange loosely connected, with belts untightened. d. Complete connection of new diffuser to existing outfall line. e. Tighten connecting bolts on blind flange on HDPE tee. f. Complete remaining backfill. The outfall will be inspected by divers provided by the Owner. The divers will inspect the construction activity at the following stages: 1. After the trench has been excavated and prior to pipe placement. 2. After the pipe has been placed. 3. After the backfill has been placed to final grades. In addition, the Contractor shall provide safe access to Owner's inspector during any intermediate stage of construction when requested by the Engineer. Elused3772 /spec/divl 01014 -2 In accordance with Section 01310, the Contractor shall submit a graphic construction schedule indicating the various subdivisions of work and the dates of commencing and finishing each. In order that inspection dives may be coordinated, the Contractor shall notify the Engineer in writing at least 10 days in advance of any of the above mentioned construction activities. E/user/3772/spec/divl *END OF SECTION 01014 -3 SECTION 01020 PERMITS This section includes the Hydraulic Project Approval (HPA) from the State of Washington Department of Fish and Wildlife dated September 16, 1996, for the outfall installation. The Contractor shall comply with all conditions of the permit. The Contractor's attention is specifically directed to HPA items 2, 8, 9, 10, and 12 through 17. E/user/3772 /spec/divl 01020 -1 1 10 0 DEPARTMENT OF FISHERIES CITY Port Angeles TIME LIMITATIONS: THIS PROJECT MAY BEGIN Immediately SEE IMPORTANT GENERAL PROVISIONS ON REVERSE SIDE. Of APPROVAL HYDRAULIC PROJECT APPROVAL R.C.W. 75.20.100 R.C.W. 75.20.103 (y1 September 16, 1996 (applicant should refer to this date in all correspondence) PAGE 1 OF 3 PAGES LAST NAME FIRST t8 CONTACT PHONE(S) Port Angeles Public Works (360) 417 -4803 STREET OR RURAL ROUTE City Hall, 321 E. 5th., ATTN: Gary Kentworthy STATE ZIP 98362 6 SEPA: DNS City of Port Angeles February 20, 1996 REGIONAL HABITAT MANAGER Robert L. Burkle (360) 249 -1217 PATROL Baker 035 [P2] APPLICANT WILDLIFE READER PATROL HAB. MGR. WRIA DEPARTMENT OF FISHERIES P k-y,.c-,f I 9.4 111 17� -.APARTMENT OF FISH Genera ation Bldg. la, Washin• •8504 (206) 753 -6650 CONTROL NUMBER 00 B6428 -05 U 1-91 uRIA 18.MARI 14 117) TRIBUTARY TO MATER I ;0.1.1 TYPE OF PROJECT Port Angeles Harbor Strait of Juan de Fuca Replace Sewage 7 09OUARTER SECTION TOWNSHIP RANGE(E -W) COUNTY SECTION NW 12 30N 06W Clallam Outfall Diffuser AND MUST BE COMPLETED BY March 14, 1999 THIS APPROVAL IS TO BE AVAILABLE ON THE JOB SITE AT ALL TIMES AND ITS PROVISIONS FOLLOWED BY THE PERMITTEE AND OPERATOR PERFORMING THE WORK. NOTE: This Hydraulic Project Approval (HPA) is a change of the HPA last issued on July 19 1996, in response to an informal appeal by the City of Port Angeles conducted on September 10, 1996, and it supersedes all previous HPAs and modifications for this project. NOTIFICATION REQUIREMENT: The permittee or contractor shall notify Washington Department of Fish and Wildlife (WDFW) Officer Baker of the Washington State Patrol, at (360) 452-3394. Noti- fication shall be received at least 3 working days prior to the start of construction activities. The notification shall include the permittee's name, project location starting date for work, and control number (00- B6428 -03) of this HPA. Failure to do so will be a violation of this HPA and may result in criminal prosecution. 1. This project is approved, as illustrated in your modified plans, subject to the following provisions. 2. Work below the ordinary high water line (OHWL) shall not occur from March 15 through June 14 of any year for the protection of migrating juvenile salmonids. 3. Prior to any in -water work being conducted, the permittee or con- tractor shall perform geoduck samplin according to the "City of Port Angeles Municipal Wastewater Outfall Geoduck Survey," dated August 2, 1996, and the results shall be submitted to and approved by WDFW. DIRECTOR 10 DEPARTMENT OF FISHERIES F41 LAST NAME Port Angeles Public Works 12 WATEItPort Angeles Harbor HYDRAULIC PROJECT APPROVAL R.C.W. 75.20.100 R.C.W. 75.20.103 September 16, 1996 (applicant should refer to this date in all correspondence) PAGE 4'OF 3 PAGES 18 CONTACT PHONE(S) (360) 417 -4803 CONTROL NUMBER 00 B6428 -05 W1WRIA EEPARJMENT OF FISHER General Aclh" "stration Bldg. Olympia, Washing 8504 (206) 753 -6650 18.MARI 4. The permittee shall additionally provide an updated determination of the estimated prohibited shellfish harvest zone around the end of the outfall at the new diffuser location. Sufficient information should be submitted to the State Department of Health to allow a updated determination of the prohibited shellfish harvest zone around the outfall to be calculated. The results shall be reported to WDFW prior to June 30, 1997. 5. The permittee or contractor shall additionally conduct a compre- hensive alternatives analysis as specified in the "Intera enc Permit Streamlining Document Shellfish and Domestic Wastewater Discharge Projects," dated October 10 1995. The results shall be reported to WDFW prior to June 30, 1997. 6. If the diffuser installation results in mortality of geoducks or other valuable shellfish, the permittee shall reimburse the State for the value of these shellfish. A calculation of shellfish value based upon the results of the above referenced geoduck survey shall b prepared by the permittee or contractor, and the State shall be compensated for the loss of these shellfish within 90 days of project completion. 7. The new outfall trench shall be located not more that 25 feet away from the existing outfall. 8. A clamshell dredge shall be used for excavating the new outfall trench. Each pass of the clamshell dredge bucket shall be complete. 9. Dredged material shall not be stockpiled below the OHWL, and instead shall be temporarily stored on a barge. 10. In the event that additional material needs to be imported to adequately cover the outfall, the additional material shall be clean sand. No angular rock or coarse material shall be used. 11. Riprap or other material shall not be used to armor the outfall. 12. All exposed portions of the existing outfall, and all manmade debris in the outfall vicinity, shall be removed from the bed area and project site and shall not be allowed to enter waters of the state. The existing diffuser which is buried an estimated 5 feet, may remain in lace; however, the ends of the existing diffuser shall be immediately covered to prevent access by and entrainment of fish or shellfish. The exposed ends of the remaining difuser shall be buried with bed material or clean sand to match adjacent bed grade. 13. Dredging and backfilling operations shall be conducted to minimize siltation of the beach area and bed. REV 10/16/88 DEPARTMENT OF FISHERIES 10 n LAST NAME Port Angeles Public Works WATER Port Angeles Harbor i. HYDRAULIC PROJECT APPROVAL R.C.W.' 75.20.100 R.C.W. 75.2 0.103 September 16, 1996 (applicant should refer to this date in all correspondence) PAGE S OF 3 PAGES 18 CONTACT PHONE(S) (360) 417 -4803 D NT OF FISH General A. :tion Bldg. Ol. ••ia, Washington (206) 753 -6650 CONTROL NUMBER 00- B6428 -05 U WRIA 18.MARI 14. If a fish kill occurs or fish are observed in distress, the project activity shall immediately cease, and WDFW Habitat Program shall be notified immediately. 15. Debris or deleterious material resulting from construction shall be removed from the beach area and roject site and shall not be allowed to enter waters of the state. 16. No etroleum products or other deleterious surface waters. materials shall enter detriment of fish life as 17. Water quality is not to be degraded to the a result of this project. If you have any questions or need additional information, please contact Bob Burkle, Area Habitat Biologist, at (360) 249 -1217. LOCATION: In Port Angeles Harbor approximately 3500 feet waterward of the mouth of Ennis Creek. cg:06:6 c: Dave Gufler, WDFW, Region 6 Tim Flint, WDFW Loree Randall, DOE SWRO Jeffree Stewart, DOE COE Regulatory, Seattle Render Denson Brown and Caldwell, 999 3rd Ave. Suite 500, Seattle WA 98104 -4012 Dave Hericks Beak Consultants, Inc., 12931 NE 126th Place, Kirkland, WA 98034 -7716 REV 10/16/88 1 1.0 GENERAL SECTION 01050 SURVEY INFORMATION The Contractor shall provide all surveying required for construction. Reference bench marks and control points are identified on the drawings. From the information provided, the Contractor shall develop and make such additional surveys, and provide his /her own targets as are needed for construction under water. In addition, the Contractor shall develop underwater surveys for submittal to the Engineer as described below. Survey work shall be performed under the supervision of a licensed land surveyor or registered civil engineer. Contractor shall reestablish reference bench marks and survey control monuments destroyed by his operations at no cost to the Owner. 2.0 SURVEYS FOR UNDERWATER CONSTRUCTION The Contractor shall provide the Engineer with specific surveys at the following times as described below. Survey results shall be submitted in drawing form, with contours or spot elevations clearly shown on reproducible originals. Survey tolerances shall be ±0.5 foot horizontal and tl foot vertical. A. PRECONSTRUCTION SURVEY: Before starting any underwater work, the Contractor shall supply the Engineer with surveyed bottom topography of the existing ocean bed. Contour interval shall be one foot. Minimum width of topographic survey shall be 50 feet each side of outfall diffuser centerline. Prior to laying pipe, the Contractor shall provide to the Engineer a bottom survey of the trench profile, showing full width of trench and profile elevations at a maximum spacing of 20 feet. Prior to placement of backfill, the Contractor shall provide to the Engineer a profile and alignment survey of the installed pipe, at maximum survey intervals of 20 feet. EJuser/3772 /spec/divl B. TRENCH PROFILE: C. PIPE PROFILE: 01050 -1 At the conclusion of the backfilling, the Contractor shall provide a survey showing the finished grade profile along the outfall, with top elevations of all diffusers shown. Maximum spacing of survey points shall be 20 feet. The Contractor shall also supply the Engineer with surveyed bottom topography of the new outfall area, as well as those areas of the existing outfall alignment which were disturbed during new outfall installation and removal of existing exposed diffusers and end manhole. Efuserr3772isperidivl D. FINISHED PROFILE AND TOPOGRAPHY: *END OF SECTION 01050 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.0 GENERAL SECTION 01060 SAFETY AND HEALTH The outfall carries wastewater of varying degrees of treatment and disinfection. Workmen may be exposed to disease producing organisms in the wastewater. The Contractor shall require his personnel to observe proper hygienic precautions. Solvents, gasoline, and other hazardous materials enter the plant with incoming sewage, and, not all of this material can be removed by the treatment process. The Contractor shall take measures to assure his personnel observe proper safety precautions. 2.0 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with Safety and Health Regulations for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these regulations may be obtained from Labor Building, 14th and Constitution Avenue N.W., Washington, DC 20013. The Contractor shall also comply with the provisions of the Federal Occupational Safety and Health Act, as amended, and all State and local safety and health codes and regulations. Diving activities shall, at a minimum, comply with "Consensus Standards for Diving Operations" of the Association of Diving Contractors. Efuser/3772 /spec/divl *END OF SECTION 01060 -1 1.0 GENERAL SECTION 01300 SUBMITTALS Submittals covered by these requirements include manufacturers' information, shop drawings, test procedures, test results, samples, requests for substitutions, and miscellaneous work related submittals. Submittals shall also include, but not be limited to, all mechanical, electrical and electronic equipment and systems, materials, reinforcing steel, fabricated items, and piping and conduit details. The Contractor shall furnish all drawings, specifications, descriptive data, certificates, samples, tests, methods, schedules, and manufacturer's installation and other instructions as specifically required in the contract documents to demonstrate fully that the materials and equipment to be furnished and the methods of work comply with the provisions and intent of the contract documents. 2.0 CONTRACTOR'S RESPONSIBILITIES The Contractor shall be responsible for the accuracy and completeness of the information contained in each submittal and shall assure that the material, equipment or method of work shall be as described in the submittal. The Contractor shall verify that all features of all products conform to the specified requirements. Submittal documents shall be clearly edited to indicate only those items, models, or series of equipment, which are being submitted for review. All extraneous materials shall be crossed out or otherwise obliterated. The Contractor shall ensure that there is no conflict with other submittals and notify the Engineer in each case where his submittal may affect the work of another contractor or the Owner. The Contractor shall coordinate submittals among his subcontractors and suppliers. The Contractor shall coordinate submittals with the work so that work will not be delayed. He shall coordinate and schedule different categories of submittals, so that one will not be delayed for lack of coordination with another. No extension of time will be allowed because of failure to properly schedule submittals. The Contractor shall not proceed with work related to a submittal until the submittal process is complete. This requires that submittals for review and comment shall be returned to the Contractor stamped "No Exceptions Taken" or "Make Corrections Noted." The Contractor shall certify on each submittal document that he has reviewed the submittal, verified field conditions, and complied with the contract documents. The Contractor may authorize in writing a material or equipment supplier to deal directly with the Engineer or with the Fhser/3772/spec/divl 01300 -1 3.0 CATEGORIES OF SUBMITTALS A. GENERAL: Owner with regard to a submittal. These dealings shall be limited to contract interpretations to clarify and expedite the work. Submittals fall into two general categories; submittals for review and comment, and submittals which are primarily for information only. Submittals which are for information only are generally specified as PRODUCT DATA in Part 2 of applicable specification sections. Within 15 days after the date of Notice to Proceed, the Engineer will furnish the Contractor lists of those submittals specified in the project manual. Two separate lists will be provided: submittals for review and comment and product data (submittals) for information only. E/user/3772 /spec/divl B. SUBMITTALS FOR REVIEW AND COMMENT: All submittals except where specified to be submitted as product data for information only shall be submitted by the Contractor to the Engineer for review and comment. C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY: Where specified, the Contractor shall furnish submittals (product data) to the Engineer for Information only. 4.0 TRANSMITTAL PROCEDURE A. GENERAL: Unless otherwise specified, submittals regarding material and equipment shall be accompanied by Transmittal Form 01300 -A specified in Section 01999. A separate form shall be used for each specific item, class of material, equipment, and items specified in separate, discrete sections, for which the submittal is required. Submittal documents common to more than one piece of equipment shall be identified with all the appropriate equipment numbers. Submittals for various items shall be made with a single form when the items taken together constitute a manufacturer's package or are so functionally related that expediency indicates checking or review of the group or package as a whole. A unique number, sequentially assigned, shall be noted on the transmittal form accompanying each item submitted. Original submittal numbers shall have the following format: "XXX where "XXX" is the sequential number assigned by the Contractor. Resubmittals shall have the following format: "XXX -Y where "XXX" is the originally assigned submittal number and "Y" is a sequential letter assigned for resubmittals, i.e., A, B, or C being the 1st, 01300 -2 2nd, and 3rd resubmittals, respectively. Submittal 25B, for example, is the second resubmittal of submittal 25. B. DEVIATION FROM CONTRACT: If the Contractor proposes to provide material, equipment, or method of work which deviates from the project manual, he shall indicate so under "deviations" on the transmittal form accompanying the submittal copies. C. SUBMITTAL COMPLETENESS: Submittals which do not have all the information required to be submitted, including deviations, are not acceptable and will be returned without review. 5.0 REVIEW PROCEDURE A. GENERAL: Submittals are specified for those features and characteristics of materials, equipment, and methods of operation which can be selected based on the Contractor's judgment of their conformance to the specified requirements. Other features and characteristics are specified in a manner which enables the Contractor to determine acceptable options without submittals. The review procedure is based on the Contractor's guarantee that all features and characteristics not requiring submittals conform as specified. Review shall not extend to means, methods, techniques, sequences or procedures of construction, or to verifying quantities, dimensions, weights or gages, or fabrication processes (except where specifically indicated or required by the project manual) or to safety precautions or programs incident thereto. Review of a separate item, as such, will not indicate approval of the assembly in which the item functions. When the contract documents require a submittal, the Contractor shall submit the specified information as follows: Flused3772 /specldivl 1. Four copies of all submitted information plus one reproducible original of all information shall be transmitted with submittals for review and comment. 2. Unless otherwise specified, four copies of all submitted information shall be transmitted with submittals (product data) for information only. B. SUBMITTALS FOR REVIEW AND COMMENT: Unless otherwise specified, within 21 calendar days after receipt of a submittal for review and comment, the Engineer shall review the submittal and return two copies of the marked -up reproducible original noted in 1 above. The reproducible original 01300 -3 will be retained by the Engineer. The returned submittal shall indicate one of the following actions: Eluser/3772 /spec/divl 1. If the review indicates that the material, equipment or work method complies with the project manual, submittal copies will be marked "NO EXCEPTIONS TAKEN." In this event, the Contractor may begin to implement the work method or incorporate the material or equipment covered by the submittal. 2. If the review indicates limited corrections are required, copies will be marked "MAKE CORRECTIONS NOTED." The Contractor may begin implementing the work method or incorporating the material and equipment covered by the submittal in accordance with the noted corrections. Where submittal information will be incorporated in O &M data, a corrected copy shall be provided. 3. If the review reveals that the submittal is insufficient or contains incorrect data, copies will be marked "AMEND AND RESUBMIT." Except at his own risk, the Contractor shall not undertake work covered by this submittal until it has been revised, resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." 4. If the review indicates that the material, equipment, or work method does not comply with the project manual, copies of the submittal will be marked "REJECTED SEE REMARKS." Submittals with deviations which have not been identified clearly may be rejected. Except at his own risk, the Contractor shall not undertake the work covered by such submittals until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED." C. SUBMITTALS (PRODUCT DATA) FOR INFORMATION ONLY: Such information is not subject to submittal review procedures and shall be provided as part of the work under this contract and its acceptability determined under normal inspection procedures. 6.0 EFFECT OF REVIEW OF CONTRACTOR'S SUBMITTALS Review of contract drawings, methods of work, or information regarding materials or equipment the Contractor proposes to provide, shall not relieve the Contractor of his responsibility for errors therein and shall not be regarded as an assumption of risks or liability by the Engineer or the Owner, or by any officer or employee thereof, and the Contractor shall have no claim under the contract on account of the failure, or partial failure, of the 01300 -4 method of work, material, or equipment so reviewed. A mark of "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED" shall mean that the Owner has no objection to the Contractor, upon his own responsibility, using the plan or method of work proposed, or providing the materials or equipment proposed. Eluser/3772 /spec/div 1 *END OF SECTION 01300 -5 1.0 SCOPE This section specifies reports and schedules for planning and monitoring the progress of the work. 2.0 DESCRIPTION The Contractor shall provide a graphic construction schedule indicating the various subdivisions of the work and the dates of commencing and finishing each. The schedule shall show the time allowed for testing and for other procedures which must be completed prior to the work being put into operation. The schedule will take into account the time for completion given in Section 01011 and the work sequence described in Section 01014. 3.0 SUBMITTAL PROCEDURES 4.0 SCHEDULE REVISIONS SECTION 01310 CONSTRUCTION SCHEDULE Within 15 days after the date of the Notice to Proceed, the Contractor shall submit in accordance with Section 01300, a construction schedule conforming to paragraph 01310 -2.0. The submittal shall consist of a reproducible original and two copies. Within 7 calendar days after receipt of the submittal, the Engineer shall review the submitted schedule and return one copy of the marked up original to the Contractor. If the Engineer finds that the submitted schedule does not comply with specified requirements, the corrective revisions will be noted on the submittal copy returned to the Contractor. Revisions to the accepted construction schedule may be made only with the written approval of the Contractor and Owner. A change affecting the contract value of any activity, the completion time (Section 01011) and sequencing (Section 01014) may be made only in accordance with applicable provisions of the Standard Specifications. FJused3772 /spec/divl *END OF SECTION 01310 -1 1.0 PRECONSTRUCTION RECORD SECTION 01380 VIDEO RECORDING The Contractor shall provide a preconstruction video recording (VHS format) of the location and areas of the work prior to commencement of work on the site. The videotape shall clearly and completely describe existing conditions throughout the project location and adjacent areas within the Contractor's proposed area of operations. The videotape shall be labelled as to the date, name of work, and the name of the photographer. The preconstruction video shall be made jointly under the direction of the Contractor and the Engineer. 2.0 CONSTRUCTION RECORD The Contractor shall provide construction video recordings showing the progress of the work. The video record shall be taken of such subjects as may be directed by the Engineer, and shall generally coincide with the inspection dives described in Section 01014. 3.0 PAYMENT All costs for video recording as described in this section are incidental to the bid items in the Bidding Schedule and shall be included in the various prices bid. EJuser/3772 /spec/divl *END OF SECTION 01380 -1 1.0 OFFICE 2.0 UTILITIES E/user /3772 /spec/divl SECTIONe01500 CONTRACTOR'S FACILITIES The Contractor shall maintain a suitable office at an accessible location near the project along the Port Angeles waterfront. The Contractor shall provide all necessary utilities including power, sanitary, water and telephone and shall pay the costs and fees arising therefrom. The Contractor shall provide the special connections required for his /her work and shall comply with applicable laws, ordinances, and regulations pertaining to the public health and sanitation. *END OF SECTION 01500 -1 1 1 1 1 1.0 SITE MAINTENANCE The Contractor shall keep the work site, including staging areas, and Contractor's facilities clean and free from rubbish and debris. Materials, and equipment shall be removed from the site when they are no longer necessary. Upon completion of the work and before final acceptance, the work site shall be cleared of equipment, unused materials, and rubbish to present a clean and neat appearance. E/user/3772/spec/divl A. CLEAN -UP: B. STREET CLEANING: SECTION 01560 ENVIRONMENTAL CONTROLS 1. Waste material of any kind will not be permitted to remain on the site of the work or on adjacent streets. Immediately upon such materials becoming unfit for use in the work, they shall be collected, carried off the site and disposed of by the Contractor. 2. The Contractor shall keep all buildings occupied by the Contractor clear of all refuse, rubbish and debris that may accumulate from any source and shall keep them in a neat condition to the satisfaction of the Engineer. 3. In the event that waste material, refuse, debris and/ or rubbish are not so removed from the work by the Contractor, the City reserves the right to have the waste material, refuse, debris and /or rubbish removed and the expense of the removal and disposal charged to the Contractor. 4. Paints, solvents, and other construction materials shall be handled with care to prevent entry of contaminants into storm drains, surface waters, or soils. 1. The Contractor shall be responsible for preventing dirt and dust from escaping from trucks departing the project site, by covering dusty loads, washing truck tires before leaving the site, or other reasonable methods. 2. When working dump trucks and /or other equipment on paved streets and roadways, the Contractor shall clean said streets as required by the Engineer to remove dirt caused by the Contractor's activities. 3. In the event that the above requirements are violated and no action is taken by the Contractor after notification of infraction by the Engineer, the City reserves the 01560 -1 right to have the streets in question cleaned by others and the expense of the operation charged to the Contractor. 2.0 NOISE CONTROL A. Construction involving noisy operations, including starting and warming up of equipment, shall be restricted to the hours between 7:00 a.m. and 7:00 p.m. on weekdays. Noisy operations shall be scheduled to minimize their duration and to ensure their completion by 7:00 p.m. B. The Contractor shall comply with all local controls and noise level rules, regulations and ordinances which apply to any work performed pursuant to the Contract. If the requirements of this Section are more restrictive than those of the local regulations, the requirements of this section shall govern. C. Each internal combustion engine, used for any purpose related to this contract, shall be enclosed and be equipped with a muffler of a type recommended by the manufacturer. No internal combustion engine shall be operated on the project without said muffler and enclosure. 3.0 OIL SPILL PREVENTION AND CONTROL A. GENERAL: The Contractor shall be responsible for prevention, containment, and cleanup of spilling of oil, fuel and other petroleum products used in the Contractor's operations. All such prevention, containment and cleanup costs shall be borne by the Contractor. The Contractor is advised that discharge of oil from equipment or facilities into state waters or onto adjacent land is not permitted under state water quality regulations. The Contractor shall, at a minimum, take the following measures regarding oil spill prevention, containment and cleanup: 1. Fuel hoses, lubrication equipment, hydraulically operated equipment, oil drums, and other equipment and facilities shall be inspected regularly for drips, leaks, or signs of damage, and shall be maintained and stored properly to prevent spills. Proper security shall be maintained to discourage vandalism. E/used3772 /spec/divl 2. All land -based oil and products storage tanks shall be diked or located so as to prevent spills from escaping to the water. Diking and subsoils shall be lined with impervious material to prevent oil from seeping through the ground and dikes. 01560 -2 1 i E/user/3772 /spec/divl 3. All visible floating oils shall be immediately contained with booms, dikes, or other appropriate means and removed from the water prior to discharge into state waters. All visible oils on land shall be immediately contained using dikes, straw bales, or other appropriate means and removed using sand, ground clay, sawdust, or other absorbent material, which shall then be properly disposed of by the Contractor. Waste materials shall be temporarily stored in drums or other leakproof containers after cleanup and during transport to disposal. Waste materials shall be disposed off property at an approved site. 4. In the event of any oil or product discharges into public waters, or onto land with a potential for entry into public waters, the Contractor shall immediately notify the following agencies at their listed 24 -hour response numbers: B. SUBMITTALS: Port Angeles Fire Department: 911 WDOE, Northwest Regional Office: 867 -7000 U.S. Coast Guard: 286 -5540 5. Maintain on the job at each site the following materials (as a minimum): Oil- absorbent booms: 4 each, 5 feet long. Oil- absorbent pads or bulk material, adequate for coverage of 200 square feet of surface area. Oil- skimming system. Hay bales Oil dryall, gloves and plastic bags The Contractor shall submit, in accordance with the provisions of Section 01300, the following: 1. A description of the materials and facilities the Contractor will maintain on the work site to prevent and clean up spills. 2. A listing of specific potential spill sources associated with the Contractor's operations. 4.0 SHORT -TERM MODIFICATION TO WATER QUALITY STANDARDS The Contractor shall be responsible for obtaining an Order(s) for Short -Term Modification to Water Quality Standards from the Washington State Department of Ecology for all construction activities which involve work in, around, or adjacent to surface water or ground water and /or involve discharges to surface water or ground water. The Contractor shall be responsible for preparing 01560 -3 all required materials for Department of Ecology review, and for satisfying all requirements of and obtaining all approvals from the Department of Ecology. The Contractor shall implement, at its own cost, all elements and controls required by the Department of Ecology in order for the Contractor's construction plans, methods, and techniques to be approvable. The Contractor shall make requests for Orders for Short -Term Modification to Water Quality Standards 30 days in advance to the Washington State Department of Ecology. The Contractor shall provide copies of all Department of Ecology- issued orders for Short -Term Modification to Water Quality Standards to the Engineer prior to commencing the applicable construction activities. The Contractor shall be responsible for the following in all aspects of its work and as a condition to obtaining Orders for Short -Term Modification to Water Quality Standards from the Department of Ecology: 1. Proper disposal of all construction debris on land in such a manner that it cannot enter into the waterway or cause water quality degradation to state waters. E/user/3772 /spec/div l 2. Extreme care shall be taken to prevent any petroleum products, fresh cement, lime or concrete, chemicals, or other toxic or deleterious materials from entering the water in any manner. 3. Since fresh, uncured concrete in direct contact with the water is toxic to aquatic life, all concrete shall be poured in the dry, or within confined waters not being dewatered, and shall be allowed to cure a minimum of seven (7) days before contact with water. 4. All lumber treated with creosote or other protective material shall be completely dry before use in or near the waterway. 5. Dredge spoils and /or" excess excavated material shall be handled in accordance with the Hydraulic Project Approval included in Section 01020. 6. All Contractor construction activities shall comply with all conditions contained in the Washington Department of Fish and Wildlife Hydraulic Project Approval included in Section 01020. 7. All Contractor work covered in a request for a "Short -Term Modification Order" shall be accomplished within a specified period of time, and any future dredging will require re- application for a water quality standards modification. 01560 -4 1 1 Eluser/3772 /spec/divl 8. Approval of a Short -Term Modification to Water Quality Standards by the Department of Ecology does not relieve the Contractor from the responsibility of meeting applicable regulations of other agencies. 9. Mobile equipment that enters the water shall be maintained such that a visible sheen from petroleum products shall not appear. 10. No free fall dumping of fill material shall be allowed. 11. If a hydraulic dredge is used, the dredge shall be operated with the intake at or below the surface of the material being removed. 12. All digging passes shall be completed without any material, once in the bucket, being returned to the waterway. 13. Five (5) days advance notification shall be given to the Department of Ecology by the Contractor before dredging or other work in the water commences. 14. A boom shall be maintained by the Contractor to contain any floating materials. 15. Approach material shall be of clean composition and placed in a manner to prevent erosion, and siltation that might result from high water and /or heavy rains. *END OF SECTION 01560 -5 t i 1 1 i 1 1 1 1 1 1 1 1 1 E/used3772/spec/div l Additions Deletions Comments Dimensions SECTION 01720 RECORD DRAWINGS Record drawings refer to those documents maintained and annotated by the Contractor during construction and are defined as (1) a neatly and legibly marked set of contract drawings showing the final location of piping, equipment, electrical conduits, outlet boxes and cables; (2) additional documents such as schedules, lists, drawings, and electrical and instrumentation diagrams included in the specifications; and (3) Contractor layout and installation drawings. Unless otherwise specified, record drawings shall be full size and maintained in a clean, dry, and legible condition. Record documents shall not be used for construction purposes and shall be available for review by the Engineer during normal working hours at the Contractor's field office. At the completion of the work, prior to final payment, all record drawings shall be submitted to the Engineer. Marking of the drawings shall be kept current and shall be done at the time the material and equipment are installed. Annotations to the record documents shall be made with an erasable colored pencil conforming to the following color code: Red Green Blue Graphite *END OF SECTION 01720 -1 E/used3772 /spec/divl Form No. Title SECTION 01999 REFERENCE FORMS The forms listed below and included in this section are referenced from other sections of the project manual: 01300 -A Submittal Transmittal Form 01999 -1 01300 —A. SUBMITTAL TRANSMITTAL FORM: Submittal Description: OWNER: PROJECT: CONTRACTOR We are sending you Attached Under separate cover via Submittals for review and comment Product data for information only Remarks: Review Section Review Reviewer comments Item Copies Date No. Description action' initials attached 'Note: NET No exceptions taken; MCN Make corrections noted; A&R Amend and resubmit; R Rejected Additional sheets if necessary. Contractor certify either A or B: A. We have verified that the material or equipment contained in this submittal meets all the requirements, including coordination with all related work, specified or shown (no exceptions). B. We have verified that the material or equipment contained in this submittal meets all the requirements specified or shown except for the attached deviations. No. Deviation Certified by: Contractor's Signature 'See paragraph 01300 -4.0 A Transmittal Procecdure. E/user/3772/spec/drv1 019 9 9 2 Routing Contractor/Engineer Engineer /Contractor SUBMITTAL TRANSMITTAL Submittal No.:' Spec Section:' Sent I Received 1 t 1 I r 1 PART 1 GENERAL 1.01 DESCRIPTION 1.02 PERMITS SECTION 02340 OUTFALL DIFFUSER This section specifies requirements for modifications to the existing outfall pipeline and installation of a new 42 -inch diameter outfall diffuser and appurtenances. The City of Port Angeles has obtained the necessary permits for outfall excavation and backfill and pipeline installation. Copies of these permits are shown in Section 01020. The Contractor shall perform this work in conformance with all requirements of the Hydraulic Project Approval (HPA), and all other necessary and applicable permits required for this work. 1.03 QUALITY ASSURANCE The Engineer will inspect all phases of the outfall construction. The Contractor shall submit a list of all significant construction activities to the Engineer prior to beginning work on the project. The Engineer will identify those specific work activities requiring field inspection, and notify the Contractor of those activities. The Contractor shall then be responsible for notifying the Engineer 72 hours in advance of commencing work on all such identified tasks. The Engineer will arrange to inspect the designated work upon notification. Failure to notify the Engineer within the appropriate time period may result in rejection of work completed, or the need to uncover or otherwise expose completed work for inspection. If the Engineer chooses not to inspect work when suitable notification is given, this will not delay the Contractor's work. Failure to inspect work in progress does not modify the Contractor's responsibility to perform the work as specified or shown. Inspection of completed work will be done, and substandard work shall be corrected or replaced. 1.04 SUBMITTALS The following shall be submitted in accordance with Section 01300: 1. Any deviations from the specifications and the reasons therefor. 2. All submittal information described in pipe material specifications. FJuserr3772ispec/aiv2 02340 -1 3. Layout drawings showing all pipe connections, joints and fittings, and connection to existing outfall. 4. CCP transition piece: Fabrication drawings including cross section, and Affidavit of Compliance with AWWA C303. 5. Diffuser port assembly information. 6. Construction schedule and a description of how the diffuser will be assembled and installed. 1.05 PLAN OF CONSTRUCTION The Contractor shall prepare and submit a Plan of Construction for the project within 30 days of award of contract, which shall include the following items: 1. Location and layout of staging and pipe assembly areas. 2. List of major equipment to be used on the project, including barge mounted items and boats. 3. Location of mooring and docking facilities for barges and boats. 4. Plan for control of sediments, fuels, oils and related materials that could cause environmental contamination if released either during normal operations or emergencies. A plan for environmental response should be included, and a list of resources provided, as specified in Section 01560. 5. Plan for the movement, handling, and storage of pipe and fittings. 6. Description of any temporary facilities to be constructed or installed, including launchways for pipes, boats, or other materials. Restoration of disturbed areas and removal of temporary facilities should also be described. 7. Description of excavation methods and plans for handling, storage, and disposal of dredged or excavated materials, as required by permit (see Section 01020). 8. Construction diving plan discussed in this section. 9. Plan for the installation of pipe materials and fittings, to include sequences of operations, jointing methods, attachment to existing outfall pipeline, and other important operations. 10. Methods for providing buoyancy during pipe placement if the pipe is placed by floating into place and sinking. FJused3772 /speddiv2 02340 -2 11. Plan for correcting pipe alignment problems in the field if they occur during placement. 12. Procedure for field welding or thermal fusion of pipe. 13. Procedures in Section 14. Names of resumes. PART 2 MATERIALS 2.01 FILL MATERIALS Refer to paragraph 02340 -3.03. 2.02 PIPE MATERIALS Refer to Section 15065. PART 3 EXECUTION 3.01 GENERAL A. SURVEY DATA: A hydrographic survey was performed in 1995. A topographic plan and profile of the construction site are presented in the project drawings. Additional survey requirements are given in Section 01050. B. SCHEDULE: Refer to Section 01011. C. SEQUENCE OF CONSTRUCTION: Refer to Section 01014. 3.02 DIVING A. GENERAL: E/user/3772 /spec/div2 for construction related surveys as required 01050, including personnel and accuracy. Contractor's key project staff and their All divers employed on this project shall be fully qualified in underwater construction work and experienced in underwater pipeline construction. The Contractor shall provide a qualified diving supervisor on board the work vessel at all times that diving operations are in progress. The diving supervisor shall have at least five years of supervisory experience in construction related diving operations, and shall be a qualified 02340 -3 diver. Qualifications shall meet industry standards as commonly applied in commercial diving for construction. The Contractor shall provide continuous communication via a direct link between the divers and the surface, and shall record the communications for the project record. A copy of the recorded communications shall be provided to the Engineer at the completion of the project, or if requested during construction. A copy of a daily recorded tape shall be furnished to the Engineer within 24 hours for a specific day if so requested. The Engineer shall have direct access to the divers' communication system when requested, and indirect access through the dive supervisor at all times. All written diving reports shall be submitted to the Engineer as part of the daily report process, and no information related to project quality shall be withheld from the Engineer. Diving operations shall be performed in accordance with applicable state, federal, and industry standards, and shall conform to the "Consensus Standards for Diving Operations" of the Association of Diving Contractors. Contractor shall prepare and submit a Diving Safety Plan that addresses issues related to emergency response, notification of rescue personnel, and other factors specific to underwater construction. Preparation of this plan does not relieve the Contractor of his sole responsibility for performing the work in a safe and legal manner. B. PRECONSTRUCTION DIVING: The Contractor shall perform a preconstruction underwater inspection of the site to confirm existing conditions and locate any conflicting utilities, cables, or other obstructions. Any differing conditions noted shall be reported to the Engineer. C. CONSTRUCTION DIVING: The pipeline in place pipeline prior to pipeline free of Contractor shall perform diving inspection of the trench prior to placement of pipe, and of the pipeline prior to backfilling. The divers shall certify that the trench is smooth and clear of projecting obstructions pipe placement. The divers shall also certify that the has been installed to the proper line and grade, and is defects, damage, or variations from the project requirements. All pipeline joints, connections, and ports shall be inspected prior to backfilling. D. INSPECTION DIVING: The Engineer will contract with a diving firm to perform underwater construction inspection. The underwater inspection will include, but may not be limited to, pipe integrity, connections, ports and related work. All diving inspection will E/user/3772 /spec/div2 02340 -4 be made during normal working hours, and the inspection divers will cooperate and coordinate their activities with the construction diving supervisor. The Contractor shall suspend work in the area of the inspection dive when requested by the Engineer, and otherwise provide a safe working environment for the inspection divers. Whenever possible, 24 hours notice of inspection dives will be given to minimize disruption of construction activities. E. POST CONSTRUCTION DIVING: Following construction of the outfall diffuser, the divers shall inspect the pipeline, outlet ports, and connection to the existing outfall pipeline for integrity and satisfactory completion. The inspection divers will then perform the final dive inspection to confirm satisfactory completion of the project. The outfall diffuser shall be empty and free of deposited material prior to conveyance of the project to the Owner. 3.03 PIPELINE CONSTRUCTION A. EXCAVATION: The trench for pipe installation shall be excavated to conform with requirements as shown on the drawings. The Contractor's cost for pipe installation shall include all necessary excavation (and backfill) to maintain an open trench. The Contractor shall meet all permit requirements as defined in Section 01020. Excavated native sands and gravels used for final backfill shall be stockpiled on barges as required by permit conditions. Bottom shall be graded by excavating through irregularities and /or leveling with native material as necessary to provide continuous support for the pipe. Bottom of trench shall be reasonably smooth and free from grade irregularities greater than 1.0 foot except for locally deeper areas for ballast weight clearance. Depth shall be as required to install pipe at specified grade and tolerance. Pipe shall not be laid prior to approval of trench by Engineer. B. OVER EXCAVATION: Where the undisturbed condition of natural soils is inadequate for support of the planned construction, or where exposed rocks or ledge material would impose point loading on the pipe, the Engineer will direct the Contractor to over excavate to acceptable supporting soils. The excavated space shall be filled to the specified elevation with clean sand. The quantity and placement of such material will be paid for under the unit price provisions of the Contract. E/used3772 /speadiv2 02340 -5 If non authorized excavation is carried out below the lines and grades required for pipe installation by the the Contractor shall refill such areas with clean sand at no cost to the Owner. Concrete ballast weights will extend from 12 to 24 inches below the pipe invert. Over excavation for placement of concrete weights shall be a part of the base bid. C. PIPE PLACEMENT: Pipe placement shall be as specified in Section 15065 -3.01. D. BEDDING AND BACKFILL: 1. GENERAL: Bedding and backfill of the pipe shall be completed as detailed to the line and grade shown on the plans and as specified herein. 2. INITIAL BACKFILL: The Contractor shall not proceed with backfill placement in excavated areas until the subgrade and pipe installation have been inspected and approved by the Engineer. All pipe shall have a minimum thickness of 12 inches of bedding material below the barrel of the pipe. Backfill shall be placed in layers the full width of the trench. Bedding shall be placed simultaneously on both sides of the pipe, keeping the level of backfill the same on each side. The material shall be carefully placed around the pipe to ensure that the pipe barrel is completely supported and that no void areas are left beneath the pipe. Contractor shall use particular care in placing material on the sides and underside of the pipe to prevent pipe movement during backfilling. Backfilling shall continue to minimum depth of 12 inches over the top of the pipe. 3. FINAL BACKFILL: After inspection Engineer of the initial backfill, the balance be backfilled with native excavated material the finish grade elevation shown on the tolerance of plus or minus 1.0 foot. All smoothly transitioned into original ocean bed 3.04 CLEANING AND FLUSHING EJused3772 /spec/div2 02340 -6 and approval by the of the trench shall and clean sand to drawings within a backfill shall be elevations. Following installation of the outfall and diffuser, it shall be inspected for the accumulation of sediment or debris. All such materials shall be removed by hydraulic dredging prior to final inspection and acceptance. 3.05 MEASUREMENT AND PAYMENT The cost for pipeline installation shall be a lump sum cost inclusive of all site preparation, excavation, pipe materials, pipe installation, backfill, and site restoration. The lump sum price shall include all materials (pipe, backfill material, etc.), labor, and incidentals required to install the pipeline. Excavation and backfill volumes shall be calculated by the bidder to a depth of one foot below the pipeline inverts, and to trench slopes determined by the bidder. Costs associated with over excavation (below the one foot below pipeline invert excavation line) as directed by the Owner's representative shall be paid separately under the unit price provisions of the contract. Elused3772/spec/div2 *END OF SECTION 02340 -7 PART 1 GENERAL 1.01 DESCRIPTION A. SCOPE: SECTION 15065 HIGH DENSITY POLYETHYLENE PIPE This section specifies high density polyethylene (HDPE) pipe and fittings for use on the outfall diffuser. B. DESIGN CRITERIA: All pipe shall have an SDR of 26. 1.02 REFERENCES This section references the latest revision of the following documents. They are a part of this section as specified and modified. In case of conflict between the requirements of this section and those of the listed documents, the requirements of this section shall prevail. E/user/3772/spec/divl Reference Title ANSI /AWWA C906 Polyethylene (PE) Pressure Pipe and Fittings, 4 -inch through 63 -inch, for Water Distribution ASTM F714 ASTM D1248 ASTM D2321 ASTM D3350 ASTM D2837 ASTM D2657 Polyethylene (PE) Plastic Pipe (SDR -PR) Based on Outside Diameter Polyethylene Plastics Molding Extrusion Compounds Underground Installation of Thermoplastic Pipe for Sewers and Other Gravity -Flow Applications Specification for Polyethylene Plastics Pipe and Fittings Materials Method for Obtaining Hydrostatic Design Basis for Thermoplastic Pipe Materials Heat Joining Polyolefin Pipe and Fittings 15065 -1 1.03 SUBMITTALS The following submittals shall be provided in Section 01300: 1. General piping layouts which include all fittings, joints, couplings, and system. 2. Manufacturer's certification that the the specifications. 3. Detailed construction plan (Section 02340). 4 Joint connection details. 5. Fabricated joint details. accordance with the location of ballast weight pipe meets all 6. A copy of this specification section, with addendum updates included, and all referenced and applicable sections, with each paragraph check marked to indicate specification compliance or marked to indicate requested deviations from specification requirements. If deviations from the specifications are indicated, and therefore requested by the Contractor, the submittal shall be accompanied by a detailed written justification for each deviation. Failure to submit a copy of the marked -up specification sections, along with appropriate justification for any requested deviations from the specification requirements, shall be cause for rejection of the submittal without further consideration. 1.04 QUALITY CONTROL A. INSPECTION AND TESTING: All HDPE materials, pipe, and fittings shall be inspected and tested in accordance with the requirements of AWWA C906. B. AFFIDAVIT OF COMPLIANCE: The manufacturer shall furnish an affidavit of compliance conforming to the requirements of AWWA C906, Section 1.5, affirming that the pipe components comply with the requirements of AWWA C906 and this section. The affidavit shall be signed by an officer of the pipe manufacturer's company. E/used3772 /spec/divl 15065 -2 1.05 QUALITY ASSURANCE PROGRAM A. RESIN EVALUATION: All incoming resin shall be sampled and checked against test results supplied by the manufacturer. Samples shall be taken from the top and bottom of each compartment from every hopper car received. All resin samples will undergo the following specification verifications: 1. Melt index ASTM D -2138. 2. Stress exponent. 3. Moisture content. 4. Thermal stability ASTM D -3350. 5. Density ASTM D -1505. The results of these tests shall become part of the manufacturer's permanent quality control records. B. FINISHED GOODS EVALUATION: Each length of pipe produced shall be checked by production staff for the items listed below. The results of all measurements shall be recorded on production sheets which become part of the manufacturer's permanent records. E/user/3772 /speddivl 1. Pipe in process is checked visually, inside and out for cosmetic defects (grooves, pits, hollows, etc.) which are cause for rejection. 2. Pipe outside diameter is measured using a suitable periphery tape to ensure conformance with ASTM F714. 3. Pipe wall thickness is measured at 12 equally spaced locations around the circumference at both ends of the pipe to ensure conformance with ASTM F714. 4. Pipe length is measured. 5. Pipe marking is examined and checked for accuracy. 6. Pipe ends are checked to ensure they are cut square and clean. 7. Subject inside surface to a "reverse bend test" to ensure the pipe is free of oxidation (brittleness). 15065 -3 PART 2 PRODUCTS 2.01 HIGH DENSITY POLYETHYLENE (HDPE) PIPE A. GENERAL: HDPE materials, pipe, and fittings shall be manufactured, inspected, sampled, and tested in accordance with the requirements of AWWA C906 and this section. In the case of conflict between the requirements of AWWA C906 and this section, the more stringent requirement shall govern. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification and from the same raw material supplier. Pipe shall have the nominal dimension shown with an IPS outside diameter basis and the dimensions and tolerances specified in AWWA C906. SDR rating and pressure class shall be as specified. B. MATERIALS: HDPE piping components shall be manufactured from materials that meet or exceed the requirements of the Plastic Piping Institute designation PE3408 and that conform to the requirements of ASTM D3350 for a cell classification of PE 345434C. Fittings shall conform to the applicable requirements of AWWA C906 for the jointing methods specified. C. MARKINGS: Pipe markings shall conform to the requirements of AWWA C906. 2.02 FLANGES Pipe flanges shall be HDPE with Stainless Steel, Type 316 backing rings. All nuts and bolts shall be Stainless Steel, Type UNS S31254 (Avesta 254 SMO) or UNS N08367, suitable for marine application. 2.03 MITERED FITTINGS Mitered fittings shall be provided by butt fusion from pipe the same size and SDR rating as the main pipeline. Mitered fittings shall be flanged or have plain ends. 2.04 BALLAST WEIGHTS Ballast weights shall be required to provide a negative buoyancy. The Contractor shall provide the design for the weights and the spacing of the weights. Calculations shall be Eluser/3772 /spec/divl 15065 -4 i 1 1 1 1 1 i 1 1 1 a prepared and stamped by a Professional Engineer registered in the State of Washington. Weights shall be sized and spaced such that the maximum center to center spacing of the weights is 15 feet. The maximum thickness of the weight measured perpendicular to the pipe axis, at the top of the pipe in its installed position, shall be 18 inches. All other weight dimensions are at the HDPE pipe manufacturer's- discretion; however, the HDPE pipe manufacturer and Contractor should note that depth and width of the ballast weights may affect excavation requirements. Weights shall be reinforced concrete, securely attached to the pipe with Type 316 stainless steel bolts and straps. A compressible protective wrap of 1/4 inch thick rubber sheet shall be placed between the weights and the pipe, with the material extending a minimum of 1 -inch beyond all edges of the concrete block weights. PART 3 EXECUTION 3.01 PIPE LAYING A. GENERAL: The pipelines shall be installed as shown on the drawings and as specified. The Contractor shall use care in handling, storage, and installation of the pipe. Storage of the pipe on the job site shall be done in accordance with the pipe manufacturer's recommendation. Pipe shall be laid to lines and grade shown on the drawings with bedding and backfill as shown on the drawings and as specified. Blocking under the pipe will not be permitted. Pipe shall be stored on clean, level ground to prevent undue scratching or gouging. The handling of the pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. Sections of pipe with cuts, gouges, or scratches that exceed allowable limits shall be removed completely and the ends of the pipeline rejoined. Acceptable limits for cuts, gouges, or scratches are as follows: E/user/3772 /spec/div l 15065 -5 OD surface: ID surface: Maximum allowable depth of cut, scratch, or gouge shall be 10 percent of wall thickness. Should be free of cuts, gouges, and /or scratches. All HDPE pipe must be at the temperature of the surrounding water at the time it is backfilled and compacted. B. PIPE LAUNCHING AND SINKING: The Contractor is advised that installation of polyethylene pipe by the standard methods of floating and sinking are subject to unpredictable effects of weather, currents, wind and wave actions. The Contractor accepts all risks associated with this procedure. Prior to construction, the Contractor shall submit a detailed Plan of Construction as specified in Section 02340. Pipe installation shall follow the manufacturer's instructions, the requirements of AWWA C906, and the requirements of this section. The addition of water to the pipeline for sinking purposes shall be at a slow, controlled rate to insure the pipe lays in its correct position in the trench, adjusts evenly to the trench bottom profile, and to prevent an excessive bending radius during sinking. During the sinking, water must be prevented from running the full length of the pipe. After the pipeline is installed on the trench bottom, the Engineer shall make a thorough inspection of the pipe installation prior to the start of any backfill. Items to be checked are proper pipe alignment and grade, damage to pipe during installation, proper positioning of weights and diffuser riser vertical to within 5 degrees. Any deficiencies shall be corrected by the Contractor. C. BUTT WELDED JOINTS: The HDPE pipe shall be joined by the method of thermal butt fusion, as outlined in ASTM- D2657, Heat Joining Polyolefin Pipe and Fittings, or flanged with Type 316 stainless steel backing rings and bolts. Butt fusion joining of pipe and fittings shall be performed in accordance with the procedures laid out by the manufacturer. Joining must be conducted by, or under the supervision of, factory- trained personnel. The project cost shall include the pipe manufacturer's cost for field training and supervision of the Contractor's personnel. The pipe supplier shall be consulted to obtain machinery and expertise for the joining by butt fusion of polyethylene pipe and fittings. No pipe or fittings shall be jointed by fusion by any FJuser /3772 /spec/divl 15065 -6 contractor unless he /she is adequately trained and qualified in the techniques involved. D. HDPE FLANGES: Polyethylene flanges shall be at the ambient temperature of the surrounding water at the time they are bolted tight to prevent relaxation of the flange bolts and loosening of the joint due to thermal contraction of the polyethylene. Flange bolts must be re- tightened at least once 24 hours after initial flange bolt tightening. 3.02 HANDLING OF PIPE All pipe shall be stored and handled in such a way as to prevent damage or overstressing of the pipe materials. Manufacturer's recommendations for storage and handling shall be followed. Calculations for all lifting operations shall be submitted in advance, and such work shall not load the pipe material to more than ten percent of its ultimate allowable stress. E/used3772 /spec/divl *END OF SECTION 15065 -7 1 0 4 3 9 1 1 1 1 1 1 1 r r 6 5 SUBMITTED APPROVED APPROVED A A I B NOT TO SCALE 'BRO AND ri 0 CALDWELL Q 3 RRUCC,. YANACAA BROWN AND CALD'AELL DATE DATE DATE I B I G1 LOCATION AND VICINITY MAPS INDEX OF DRAWINGS G2 GENERAL SYMBOLS Cl PLAN AND SECTION C2 SECTION AND DETAILS CONTROL DATUM HORIZONTAL DATUM WASHINGTON STATE PLANE COORDINATE SYSTEM NORTH ZONE. DATUM OF 1983 1991 ADJUSTMENT SURVEY CONTROL ESTABLISHED BY OTHERS VERTICAL DATUM NORTH AMERICAN DATUM OF 1988 (NAD88) NOTE OLD LOCAL VERTICAL DATUM ELEV 416 MSL (NGVD) 516 CITY DATUM 2 „Lop C I D I E INDEX OF DRAWINGS FILE DRAWN DESIGNED CHECKED CHECKED C UNE IS 2 INCHES AT FULL SIZE i (Ir NOT 2" SCALE ACCORDINGLY) 3772 CAD/ TEAM DE /L KM D EXPIRES 12/9/97 I E I F I G I H 11 G14 -2 -1 I F ZONE EXISTING 27" DIFFUSER LENGTH 245' 'h N N REV DESCRIPTION REVISIONS G I H C15 -2 -1 n 45 I I I I 4 0 I I r I U r 35 u` HIS -1 -1 5th WASTEWATER TREATMENT PL LOCATION MAP 1 8Y ti DATE APP I -II 3rd, 4tttri J NEW 42" DIFFUSER LENGTH 275 EXISTING 27" OUTFALL o P 6th 7th Plorleer SR 1 1 I K C L Ryon NOTE CITY OF PORT ANGELES L z WASTEWATER TREATMENT PLANT OUTFALL DIFFUSER I J I K I L M 311Nn Of RUN DX Pt/CA SEGUIM PORT 101 ANGELES 1 I NOT TO SCALE THE CONTROL POINTS WILL BE FLAGGED IN THE FIELD BY THE CITY z Q N VICINITY MAP 0 LOCATION AND VICINITY MAPS INDEX OF DRAWINGS TACOMA P 101 01 0 I BREMERT VV I 16 KINGSTON WHIDBEY ISLAND EDMONDS SURVEY CONTROL POINTS CITY ID I NORTHING I FASTING ELEV I LOCATION G14 -2 -1 1 417,679 2781 11010,219 3749 1 14 93 I ON THE BEACH /END OF WASH ST H15 -1 -1 1416,716 9839 11013,089 9685 1115 99 I ON HARBORCREST ST C15 -2 -1 1 426,252 1101 1 1013,171 1785 19 45 I END OF HOOK RD (EDIZ HOOK) H16 -1 -1 1 416,744 6687 11016,669 3815 178 33 1 END OF HIDDEN WAY OFF GALES ST (PRV'T PROPERTY) APR 1997 DRAWING NUMBER G1 SHEET NUMBER 1 2 10 9 8 7 6 5 4 3 SUBMITTED APPROVED APPROVED A A I B .,'BROWN AND CALDWELL PROJECT IMNAGER BROWN Iwo CIIDR(LL DATE DATE DATE I B I I C I D i E I GENERAL SYMBOLS OFH WM MH +89 .81 A mo 8 C -0 OCR OCR OMB HYDRANT BURIED VALVE WATER METER MANHOLE SOIL BORING AND DESIGNATION PERMANENT BENCH MARK SURVEY TRIANGULATION POINT SECTION CORNER QUARTER CORNER SURVEY MONUMENT UTILITY POLE STREET LIGHT UTILITY POLE W /ANCHOR CATCH BASIN OR INLET CATCH BASIN MAILBOX RAILROAD EXISTING MATCH LINE OR PROPERTY LINE CENTER LINE HIDDEN UNE OR FUTURE FENCE HANDRAIL CONCRETE CURB AND GUTTER RETAINING WALL LINE IS 2 INCHES AT FULL SIZE Or 901 2 SCALE ACCORDINGLY) FILE DRAWN DESIGNED CHECKED CHECKED C CONCRETE VALLEY GUTTER 3772 CAD TEAM DE/LKM I EXPIRES 12/9/97 I 0 I E �1. 31 x 125 0 130 0 112 5 112 0 OS D SIGN N 00000000 C E 0000 0000 COORDINATES -8 "S- SANITARY SEWER 18 "SD- STORM DRAIN -T TELEPHONE -P- ELECTRICITY F 1 EDGE OF GRAVEL AREA (PLAN) 110 EXISTING GRADE CONTOURS -110- FINISH GRADE CONTOURS EDGE OF AC PAVEMENT (PLAN) SWALE, DITCH OR DEPRESSION EDGE OF WATER OR FLOWLINE CUT FILL Y Y fT EMBANKMENT AC PAVEMENT (SECTION) GRANULAR SURFACING (SECTION) SLOPE (3 HORIZ TO 1 VERT) EXISTING SPOT ELEVATION FINISH GRADE SPOT ELEVATION TOP OF CURB ELEVATION GUTTER ELEVATION GUARD RAIL 0 TREE `J BUSH OR HEDGE 48 "CS- COMBINED SEWER 48 "CSO- COMBINED SEWER OUTFALL -4 "G- GAS 8 "W- WATER PAVEMENT MARKING TRAFFIC LIGHT EASEMENT BOUNDARY CULVERT SILT FENCE E 3--€0 WETLAND BOUNDARY OR CREEK BUFFER BETWEEN UPLAND AND SCRUB -SHRUB WETLAND ZONE I F REV I G I H I I I TYPICAL SECTION AND DETAIL NUMBERING SYSTEM DESCRIPTION REVISIONS G I (1) SECTION CUT ON DWG C8 H SECTION NUMBER DRAWING ON WHICH SECTION APPEARS SECTION CUTTING PLANE (2) ON DWG C9 THIS SECTION IS IDENTIFIED SECTION NUMBER DRAWING ON WHICH SECTION WAS CUT (3) DETAILS ARE CROSS- REFERENCED IN A SIMILAR MANNER EXCEPT THAT DETAILS ARE IDENTIFIED BY LETTER RATHER THAN BY NUMBER I BY DATE I APP J K CITY OF PORT ANGELES L WASTEWATER TREATMENT PLANT OUTFALL DIFFUSER I I J K I L M I N I 0 I P NOTES: 1 THE MATERIAL PRESENTED ON THIS DRAWING IS FOR REFERENCE USE SOME OF THE DETAILS OR INFORMATION PRESENTED ON THIS DRAWING MAY NOT BE REQUIRED AS PART OF THIS CONTRACT GENERAL SYMBOLS M I N I 0 I P APR 1997 DRAWING NUMBER G2 SHEET NUMBER 10 9 8 7 6 5 4 3 2 SUBMITTED APPROVED APPROVED A A I B I C I D I E I F I G EXISTING 27" OUTFALL 40 -45 50 -55 EXISTING 27" OUTFALL -60 -65 ACT N.N.«„ exo.1 .HO C*LD.ELL DATE DATE DATE I B I 'BROWN AND CALDWELL UNE IS 2 INCHES AT FULL SIZE (IF NOT 2" SCALE ACCORDINGLY) FILE 3772 DRAWN CADD TEAM DESIGNED DE /1J(M CHECKED CHECKED N 420833 E 1013531 STA 0 +0g NEW DIFFUSER 2 +45 EXIST I o C -I a I EXPIRES 12/9/97 1 I E r \N EXISTING 27" DIFFIbSF�R SEE NOTE 2 (TYP) I EXISTING BUOY 1 +05 I 42" HOPE DIFFUSER SEE DWG C2 EXISTING EASMEMENT FOR OUTFALL AND DIFFUSER SCALE 1 =20' PROFILE SCALE HORZ 1 -20' VERT 1 =5' H I I I J I K I L M I N I 0 I P I I I I I I I I I I I I I I I I I I ZONE I REV I DESCRIPTION I BY REVISIONS F i G I H is I r -1 v 1 II N i/ I.D u 0 1 0 V— 0 I 1 7. i 7 42" pP C E�UIFFUSER 1 7 N 420825 E 1013555 I 7 STA 0 +25 I I I I N I 1 I l J I 1 Y 1 1 1 DIFFUSER a o u PLAN DATE APP NEW EASEMENT 100' X 200' i 0 (df MAINTAIN A 4 FT MINMUM COVER OVER PIPE Al 421062 E 1013633 STA 2 +75 N EXTREME HIGH TIDE +12 0 MHHW +8 2 MLLW +1 0 EXTREME LLW -3 0 6FT ROCK J -40 45 -50 55 60 65 u1 CITY OF PORT ANGELES DIFFUSER END STRUCTURE 5' DIAM N 421080 E 1013613 (TOP) SEPARATED SEE NOTE 2 WASTEWATER TREATMENT PLANT OUTFALL DIFFUSER I J I K I L m NOTES: STATION DIFFUSER CONDITION CONTROL DATUM LOCATION OF EXISTING DIFFUSER 0400 TOP SEPARATED 04-20 MISSING 0 +45 EXISTING 0 +65 EXISTING 0 +85 SUBSURFACE 1 +05 EXISTING 1 +25 EXISTING 1 +45 EXISTING 1 +65 EXISTING 1 +85 MISSING 2 +05 MISSING 2 +25 EXISTING 2 +45 SUBSURFACE OUTFALL CONDITION AND LOCATION DETERMINED BY SONARGRAMS AND DIVERS COORDINATES ARE 5 METER SURVEY JUNE 1 1995 ALL EXPOSED PORTIONS OF THE EXISTING DIFFUSER 2 AND DIFFUSER END STRUCTURE SHALL BE REMOVED BELOW GRADE AND DISPOSED AS SPECIFIED PIPE OPENINGS SHALL BE IMMEDIATELY BURIED WITH EXISTING MATERIAL OR SAND FILL SHALL MATCH EXISTING GRADE 3 ALL EXCAVATED MATERIAL SHALL BE STORED ON A BARGE NO EXCAVATED MATERIAL SHALL BE STORED ON THE SEA BOTTOM HORIZONTAL DATUM WASHINGTON STATE PLANE COORDINATE SYSTEM NORTH ZONE, DATUM OF 1983 1991 ADJUSTMENT SURVEY CONTROL ESTABUSHED BY OTHERS VERTICAL DATUM NORTH AMERICAN DATUM OF 1988 (NAD88) NOTE OLD LOCAL VERTICAL DATUM ELEV 416 MSL (NGVD) 516 CITY DATUM PLAN AND PROFILE M I N I 0 I P APR 1997 DRAWING NUMBER Cl SHEET NUMBER 10 3 2 9 8 7 6 5 4 'BROWN AND CALDWELL SUBMITTED APPROVED APPROVED A A I B I C I D I E I F I G I H I I I J I K 1 L 1 M I N I 0 I P EXISTING OUTFALL 27" CCP PROJEC1 MANAGER WO. AND CALDMELL 32 "X42' HOPE ECCENTRIC REDUCER DATE DATE DATE I B I BELL TO FLANGE ADAPTOR SEE NOTE 2 L I, FUTURE OUTFALL CONNECTION LINE IS 2 INCHES AT FULL SIZE (IF NOT 2' SCALE ACCORDINGLY) FILE 3772 DRAWN CADD TEAM DESIGNED DE /LKM CHECKED CHECKED C I 32 HDPE TEE 10' 42" HDPE TEE AND BLIND FLANGE HOPE BLIND FLANGE SEE NOTE 3 01(47 I EXPIRES 12/9/97 E 6" FLEXIBLE RUBBER RISER FLANGE CONNECTION DETAIL SCALE 1 1/2 =1' SEE DET B /C2 FOR SIMILAR CONNECTION 42" HOPE TEE WITH BUND FLANGE 1' ZONE REV I 1 F 1 DESCRIPTION REVISIONS G 1 3/4" BOLTS SEE NOTE 1 6" FLANGE 316 SS (TYP) (TYP) 42* BUND FLANGE HOPE CUT HOLE IN 42" BLIND FLANGE THE SAME ID AS (HE FLEXIBLE NEOPRENE RISER 12 EQUAL SPACES 0 20' EACH 6" HDPE PIPE AND FLANGE (TY.) 42" HDPE 6" FLEXIBLE NEOPRENE RISER (TYP) 1 1 1 1 1 1 BY BACKFILL SHALL BE EXISTING MATERIAL OR CLEAN SAND DATE APP OUTFALL DIFFUSER PLAN DETAIL SCALE 3/8 =1' 12" MIN SECTION SCALE 3/8 =1' 18" MIN 6" FLEXIBLE NEOPRENE RISER WITH 90' LONG RAD ELBOW, FLANGE 316 SS RED VALVE OR EQUAL TYPICAL OF 13 6" FLEXIBLE NEOPRENE RISER WITH 90' LONG RAD ELBOW, FLANGE 316 SS NOTES: RED VALVE OR EQUAL TYPICAL OF 13 BALLAST WEIGHT (1w) SEE SPECIFICATIONS 12 EQUAL SPACES 0 20' EACH 1 1 MAX SLOPE BALLAST WEIGHT (TYP) SEE SPECIFICATIONS SECTION SCALE 3/8' =1' CITY OF PORT ANGELES WASTEWATER TREATMENT PLAMT OUTFALL DIFFUSER 24" TYP ALL BOLTS, ANCHOR BOLTS, WASHERS AND NUTS SHALL BE MADE OF UNS S31254 (AVESTA 254 SMO) OR UNS NO8367 STAINLESS STEEL 2 PROVIDE CONCRETE CYLINDER PIPE BELL TO FLANGE ADAPTOR PER AWWA C303 C208 FOR CONNECTION TO HDPE TEE 3 PROVIDE 8 -INCH CONNECTING BOLTS LEAVE I LOOSLY CONNECTED UNTIL NEW OUTFALL DIFFUSER 9 IS ENTIRELY IN POSTION AND BACKFILLED SEE DET 8 /C2 42" HDPE TEE AND BLIND FLANGES T 6" FLEXIBLE NEOPRENE SHALL BE FLUSH WITH BOTTOM OF 42" PIPE SECTIONS AND DETAILS 6" FLEXIBLE NEOPRENE WITH 90' LONG RAD ELBOW, FLANGE 316 SS RED VALVE OR EQUAL H 1 I 1 J 1 K 1 L I M 1 N 1 0 1 P i_ 1 I I= APR 1997 10 8 7 6 5 4 3 2 1 DRAWING NUMBER C2 SHEET NUMBER I I I 1 I I t 1 I 1 1 I I I I 1 I 1 I ATTACHMENT A STATE PREVAILING WAGE RATES State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 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 Classification CLALLAM COUNTY Effective 03 -05 -97 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $24 73 1M 5D BOILERMAKERS JOURNEY LEVEL $33 38 1R 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $29.37 1N 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $1312 1 CARPENTERS ACOUSTICAL WORKER $28 79 1M 5D CARPENTER $28 63 1M 5D CREOSOTED MATERIAL $28 73 1M 5D DRYWALL APPLICATOR $28 63 1M 5D FLOOR FINISHER $28 76 1M 5D FLOOR LAYER $28 76 1M 5D FLOOR SANDER $28 76 1M 5D MILLWRIGHT AND MACHINE ERECTORS $29 63 1M 5D PILEDRIVER $28 63 1M 5D SAWFILER $28 76 1M 5D SHINGLER $28 76 1M 5D STATIONARY POWER SAW OPERATOR $28 76 1M 5D STATIONARY WOODWORKING TOOLS $28 76 1M 5D CEMENT MASONS JOURNEY LEVEL $25 01 1 DIVERS TENDERS DIVER $61 26 1M 5D 8A DIVER TENDER $30 62 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $29 02 1N 5D 8L ASSISTANT MATE (DECKHAND) $28 58 1N 5D 8L BOATMEN $29 02 1N 5D 8L CRANEMAN $29.07 1N 5D 8L ENGINEER WELDER $29 07 1N 5D 8L LEVERMAN, HYDRAULIC $29 46 1N 5D 8L MAINTENANCE $28 58 1N 5D 8L MATES $29 02 1N 5D 8L OILER $28.66 IN 5D 8L DRYWALL TAPERS JOURNEY LEVEL $28 71 1J 5A ELECTRICIANS INSIDE CABLE SPLICER $35 53 1J 6H CABLE SPLICER (TUNNEL) $38 28 1J 6H CERTIFIED WELDER $34 28 1J 6H CERTIFIED WELDER (TUNNEL) $36 90 1J 6H CONSTRUCTION STOCK PERSON $18 43 1J 6H JOURNEY LEVEL $33 83 1J 6H Page 1 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code JOURNEY LEVEL (TUNNEL) $35.53 1J 6H ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $33.36 4A 5A BE CERTIFIED LINE WELDER $30.62 4A 5A 8E GROUNDPERSON $22.26 4A 5A 8E HEAD GROUNDPERSON $23 40 4A 5A BE HEAVY LINE EQUIPMENT OPERATOR $30 62 4A 5A 8E JACKHAMMER OPERATOR $23.40 4A 5A 8E JOURNEY LEVEL LINEPERSON $30 62 4A 5A BE LINE EQUIPMENT OPERATOR $26.15 4A 5A BE POLE SPRAYER $30.62 4A 5A BE POWDERPERSON $23 40 4A 5A 8E ELECTRONIC TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12 07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $26 54 4A 61 MECHANIC $35 84 4A 61 MECHANIC IN CHARGE $39.55 4A 61 PROBATIONARY CONSTRUCTOR $13 78 4A 61 FENCE ERECTORS FENCE ERECTOR $13 80 1 FENCE LABORER $11 60 1 FLAGGERS JOURNEY LEVEL $20 05 1M 5D GLAZIERS JOURNEY LEVEL $10.72 1 HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $30 57 1F 6R INLAND BOATMEN DECKHAND $18.15 1K 5D ENGINEER DECKHAND $19 77 1K 5D OPERATOR $20 55 1K 5D INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $30.62 1B 5A LABORERS ASPHALT RAKER $25.21 1M 5D BALLAST REGULATOR MACHINE $24.73 1M 5D BATCH WEIGHMAN $20.05 1M 5D CARPENTER TENDER $24.73 1M 5D CASSION WORKER $25 57 1M 5D CEMENT DUMPER /PAVING $25 21 1M 5D CEMENT FINISHER TENDER $24 73 1M 5D CHIPPING GUN $24 73 1M 5D CHUCK TENDER $24 73 1M 5D CLEAN -UP LABORER $24 73 1M 5D CONCRETE FORM STRIPPER $24.73 1M 50 CONCRETE SAW OPERATOR $25.21 1M 5D CRUSHER FEEDER $20.05 1M 5D CURING CONCRETE $24.73 1M 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $24 73 1M 5D DIVER $25.57 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND, AIR TRAC) $25.21 1M 5D EPDXY TECHNICIAN $24 73 1M 5D FALLER /BUCKER, CHAIN SAW $25 21 1M 50 FINAL DETAIL CLEANUP (i e., dusting, vacuuming, window cleaning; NOT $17 73 1M 5D construction debris cleanup) GABION BASKET BUILDER $24.73 1M 5D GENERAL LABORER $24.73 1M 5D GRADE CHECKER TRANSIT MAN $25.21 1M 5D Page 2 1 I I 1 I I I 1 1 1 I I 1 I a I 1 1 1 1 1 1 f 1 1 1 1 1 t 1 1 1 1 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code GRINDERS $24.73 1M 5D HAZARDOUS WASTE WORKER LEVEL A $25.57 1M 5D HAZARDOUS WASTE WORKER LEVEL B $25.21 1M 5D HAZARDOUS WASTE WORKER LEVELS C D $24 73 1M 5D HIGH SCALER $25 21 1M 5D HOD CARRIER/MORTARMAN $25 21 1M 5D JACKHAMMER $25 21 1M 5D MINER $25.57 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $25 21 1M 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $25 21 1M 5D PILOT CAR $20 05 1M 50 PIPE RELINER (NOT INSERT TYPE) $25 21 1M 5D PIPELAYER CAULKER $25 21 1M 5D POT TENDER $24 73 1M 5D POWDERMAN $25 57 1M 5D POWDERMAN HELPER $24.73 1M 5D RAILROAD SPIKE PULLER (POWER) $25 21 1M 5D RE- TIMBERMAN $25 57 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $25 21 1M 5D SPREADER (CONCRETE) $25 21 1M 5D STAKE HOPPER $24 73 1M 5D TAMPER SIMILAR ELECTRIC, AIR GAS $25 21 1M 5D TAMPER (MULTIPLE SELF PROPELLED) $25 21 1M 5D TOOLROOM MAN (AT JOB SITE) $24 73 1M 5D TOPMAN, TAILMAN $24.73 1M 5D TRACK LABORER $24 73 1M 5D TRACK LINER (POWER) $25 21 1M 5D TUGGER OPERATOR $24 73 1M 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $24 73 1M 5D VIBRATOR $25 21 1M 5D WELL -POINT MAN $25 21 IM 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7 81 1 LANDSCAPING OR PLANTING LABORERS $7 93 1 LATHERS JOURNEY LEVEL $28 93 1J 5A PAINTERS JOURNEY LEVEL $23 88 2B 5A PLASTERERS JOURNEY LEVEL $29 81 1R 5A PLUMBERS PIPEFITTERS JOURNEY LEVEL $37 61 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS (OILERS) $27 19 1N 50 8L BACKHOES, (75 HP UNDER) $29 29 1N 5D 8L BACKHOES, (OVER 75 HP) $29 65 1 N 50 8L BACKHOES, (3 YD UNDER) $29 65 1N 5D 8L BACKHOES, OVER 3 YD AND UNDER 6 YD) $30.09 1N 5D 8L BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) $30.59 1N 5D 8L BATCH PLANT OPERATOR, CONCRETE $29.65 1N 5D 8L BELT LOADERS (ELEVATING TYPE) $29.29 1N 5D 8L BOBCAT $2719 1N 50 8L BROOMS $27.19 iN 5D 8L BUMP CUTTER $29 65 1N 5D 8L CABLEWAYS $30 09 1 N 5D 8L CHIPPER $29.65 1N 5D 8L COMPRESSORS $27 19 IN 5D 8L Page 3 Classification CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $29 65 1N 5D 8L CONCRETE PUMPS $29 29 1N 50 8L CONVEYORS $29.29 1N 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $29.29 1N 5D 8L CRANES, 20 44 TONS, WITH ATTACHMENTS $29.65 1N 5D 8L CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH $30.09 1N 50 8L ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $30.59 1N 5D 8L ATTACHMENTS) CRANES, 200 TONS OVER, OR 250 FT OF BOOM (INCLUDING JIB WITH $31 09 1N 50 8L ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $27.19 1N 5D 8L CRANES, A- FRAME, OVER 10 TON $29.29 1N 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $29 65 1N 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $30 09 1N 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $30.59 1N 50 8L CRANES, TOWER CRANE $30 59 1N 5D 8L CRUSHERS $29 65 1N 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $29 65 1N 5D 8L DERRICK, BUILDING $30 09 1N 5D 8L DOZERS, D -9 UNDER $29 29 1N 50 8L DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $29.29 1N 5D 8L DRILLING MACHINE $29.65 1N 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $27 19 1N 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $29.29 1N 5D 8L FINISHING MACHINE/CURB EXTRUDER $29.65 1N 5D 8L FORK LIFTS, (3000 LBS AND OVER) $29.29 1N 5D 8L FORK LIFTS, (UNDER 3000 LBS) $27 19 1N 5D 8L GRADE ENGINEER $29 29 1N 5D 8L GRADECHECKER AND STAKEMAN $27 19 1N 5D 8L HOISTS, AIR TUGGERS $29.29 1N 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $27.19 1N 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $29.29 1N 5D 8L LOADERS, OVERHEAD UNDER 6 YD) $29 65 1N 50 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $30.09 1N 5D 8L LOADERS, OVERHEAD (8 YD OVER) $30 59 1N 5D 8L LOCOMOTIVES, ALL $29.65 1N 5D 8L MECHANICS, ALL (WELDERS) $29 65 1N 50 8L MIXERS, ASPHALT PLANT $29 65 1N 5D 8L MOTOR PATROL GRADER (FINISHING) $29 65 1N 50 8L MOTOR PATROL GRADER (NON- FINISHING) $29 29 1N 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $30.09 1N 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $27 19 1N 5D 8L OPERATOR PAVEMENT BREAKER $27 19 1N 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $29 65 1N 5D 8L PLANT OILER (ASPHALT CRUSHER) $29 29 1N 5D 8L POSTHOLE DIGGER, MECHANICAL $27 19 1N 5D 8L POWER PLANT $27.19 1N 5D 8L PUMPS, WATER $27.19 1N 5D 8L QUAD 9, D -10, AND HD -41 $30.09 1N 5D 8L REMOTE CONTROL OPERATOR $30.09 1N 5D 8L ROLLAGON $30 09 1N 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $27.19 1N 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS (COMPOSITION MATERIALS) $29 29 1N 5D 8L ROTO -MILL, ROTO- GRINDER $29 65 1N 5D 8L SAWS, CONCRETE $29 29 1N 5D 8L SCRAPERS, CONCRETE AND CARRY ALL $29 29 1N 5D 8L SCRAPERS, SELF PROPELLED UNDER 45 YD) $29.65 1N 5D 8L Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code 1 1 1 1 I 1 1 1 1 1 1 I I 1 I 1 1 I 1 I I I 1 I I I 1 1 I 1 I I I I 1 1 I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS, SELF PROPELLED (45 YD AND OVER) $30.09 1N 5D 8L SCREED MAN $29 65 1N 5D 8L SHOTCRETE GUNITE $27 19 1N 5D 8L SHOVELS, (3 YD UNDER) $29.65 1N 5D 8L SHOVELS, OVER 3 YD AND UNDER 6 YD) $30 09 1N 5D 8L SHOVELS, (6 YD AND OVER WITH ATTACHMENTS) $30 59 1N 5D 8L SLIPFORM PAVERS $30 09 IN 5D 8L SPREADER, TOPSIDE OPERATOR BLAW KNOX $29.29 1N 5D 8L SUBGRADE TRIMMER $29 65 1N 5D 8L TRACTORS, (75 HP UNDER) $29 29 1N 5D 8L TRACTORS, (OVER 75 HP) $29 65 1N 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $30 09 1N 5D 8L TRENCHING MACHINES $29 29 1N 5D 8L TRUCK CRANE OILER/DRIVER UNDER 100 TON) $29 29 1N 5D 8L TRUCK CRANE OILER /DRIVER (100 TON OVER) $29 65 1N 5D 8L WHEEL TRACTORS, FARMALL TYPE $27 19 1N 5D 8L YO YO PAY DOZER $29 65 1N 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $25 15 4A 5A LINE CLEARANCE EQUIPMENT OPERATOR $23 44 4A 5A SPRAY PERSON $23 09 4A 5A TREE TRIMMER $22 31 4A 5A TREE TRIMMER GROUNDPERSON /CHIPPER OPERATOR $16 25 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27.68 1 ROOFERS JOURNEY LEVEL $26 80 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $29 80 1R 5A SHEET METAL WORKERS JOURNEY LEVEL $33.77 1J 5A SOFT FLOOR LAYERS JOURNEY LEVEL $10 88 1 SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10 31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $26 41 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $21 53 28 5A HOLE DIGGER/GROUND PERSON $11 55 2B 5A INSTALLER (REPAIRER) $20 59 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $19 95 2B 5A SPECIAL APPARATUS INSTALLER I $21 53 2B 5A SPECIAL APPARATUS INSTALLER II $21 07 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $21.53 28 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $19.95 2B 5A TELEVISION GROUND PERSON $10 90 2B 5A TELEVISION LINEPERSON $14.87 2B 5A TELEVISION SYSTEM TECHNICIAN $17.91 2B 5A TELEVISION TECHNICIAN $16 00 2B 5A TREE TRIMMER $19 95 2B 5A TERRAZZO WORKERS TILE SETTERS JOURNEY LEVEL $28 08 1N 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $23.16 1 N 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $22 79 1K 5A TRUCK DRIVERS Page 5 Classification DUMP TRUCK DUMP TRUCK TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER Page 6 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $16 27 1 $2819 1M 5D 8L $1827 1 $17 66 1 $11.60 1 $9.45 1 $11.60 1 1 I I 1 I I I I I I 1 I I I I 1 I I I Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non covered workers shall be directed to State L &I at (206) 956 -5330. Supplemental To Wage Rates Page 1 WSDOrs Predetermined List for Suppliers Manufacturers Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring Cover manhole type 1, 2, 3, and 4 for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame Grate frame and Grate for Catch Basin type 1, IL, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. 3. Grate Inlet Drop Inlet Frame Grate Frame and Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames Grates to be galvanized. 4. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. Supplemental To Wage Rates Page 2 X X X X X I I I I I I I I I 1 I 1 I I s I I I I 6. Corrugated Steel Pipe Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts Nuts Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication Fabrication of minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). Supplemental To Wage Rates Page 3 YES NO X X X X X X X 13. Concrete Piling Precast- Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. YES NO X 14. Manhole Type 1, 2, 3 and 4 Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 15. Drywell Drywell as specified in Contract Plans. X 16. Catch Basin Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, including risers, frames maybe cast into riser. See Std. Plans. X 17. Precast Concrete Inlet Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B -4h. 19. Drop Inlet Type 2 Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. Supplemental To Wage Rates Page 4 X 1 1 1 1 1 1 1 1 1 1 1 I 27. Precast Railroad Crossings Concrete Crossing Structure X Slabs. 1 1 1 1 1 1 1 23. Valve Vault For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls Precast Concrete Walls tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. Supplemental To Wage Rates Page 5 YES NO 22. Vault Risers For use with Valve Vaults and Utilities X Vaults. X X X X X 29. Prestressed Concrete Girder Series 4 -14 Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 30. Prestressed Tri -Beam Girder Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 31. Prestressed Precast Hollow -Core Slab Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 32. Prestressed -Bulb Tee Girder Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 34. Cantilever Sign Structure Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. Supplemental To Wage Rates Page 6 YES NO X X X X 33. Monument Case and Cover To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. X X 36. Steel Sign Bridges Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post Fabricated steel sign posts as detailed in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. 39. Light Standards Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -la, and J -lb. See Special Provisions for pre- approved drawings. 40. Traffic Signal Standards Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 41. Traffic Curb, Type A or C Precast Type A or C Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking Tots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. Supplemental To Wage Rates Page 7 YES NO X 38. Light Standard- Prestressed Spun, prestressed, hollow, X concrete poles. X X X X YES NO 42. Traffic Signs Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following customstd. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting bending reinforcing steel X 44. Guardrail components 45. Aggregates /Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring /components 49. treated or untreated timber piles 50. Girder pads (elastomeric bearing) Supplemental To Wage Rates Page 8 X X custom standard end sect. sect. Covered by WAC 296- 127 -018 Covered by WAC 296- 127 -018 X X X X YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials Supplemental To Wage Rates Page 9 X X X X X X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Classification WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03/05/97 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12 76 1 Welder 12.76 1 Machine Operator 12 66 1 Painter 10.20 1 Laborer 8 13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10 53 1 Painter 9 76 1 Laborer 7.06 1 Counties Covered Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9 71 1 Painter 9.93 1 Laborer 8 77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Jaun and Skagit Fitter 15 16 1 Welder 15 16 1 Machine Operator 10.66 1 Painter 11 41 1 Laborer 11.13 1 Supplemental To Wage Rates Page 10 BENEFIT CODE KEY EFFECTIVE 03 -05-97 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. I. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY EFFECTIVE 03 -05 -97 -2- N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE -UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY EFFECTIVE 03-05 -97 -3- 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. L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. 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, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AH ER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 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). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8). BENEFIT CODE KEY EFFECTIVE 03-05 -97 -4- N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). 0. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 5. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON 'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AI.1ER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEAR'S DAY (9). C HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFI'hR BENEFIT CODE KEY EFFECTIVE 03 -05-97 -5- THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY At. 1 CHRISTMAS DAY (9). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, FRIDAY Al 1'ER THANKSGIVING DAY AND CHRISTMAS DAY (9). H. 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). I. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS_ NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). 6. T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND EMPLOYEE'S BIRTHDAY (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR Al- TER CHRISTMAS DAY (10). BENEFIT CODE KEY EFFECTIVE 03 -05-97 -6- X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' $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 B. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' $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 C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY -FOUR DOLLARS ($24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $0.75, LEVEL B: $0 50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A B: $1.00, LEVELS C D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $1 00, LEVEL B: $0.75, LEVEL C $0 50, AND LEVEL D: $0.25