Loading...
HomeMy WebLinkAbout5.283B Original Contract1 Contract Documents 1 1 1 1 1 1 Contract No. 2B fort Angeles Landfill Expansion Improvements Project 91 -25B City of Port Angeles, Washington Department of Public Works 114;i tie Q June 1992 Parametrix, Inc. 1231 Fryar Avenue P.O. Box 460 Sumner, Washington 98390 GLy.„ COP4FORMt Cop Z. Prepared by: Checked by: Approved by: ,X_ 7 Contract 2B CONTRACT DOCUMENTS for CONTRACT NO. 2B PORT ANGELES LANDFILL EXPANSION IMPROVEMENTS Project 91 -25B Prepared for: City of Port Angeles Department of Public Works 321 E. Fifth P.O. Box 1150 Port Angeles, WA 98362 Prepared by: Parametrix, Inc. 1231 Fryar Avenue P.O. Box 460 Sumner, WA 98390 EXPIRES 9 93 1 June 19, 1992 21- 2191 -01 Item Contract 2B CONTRACT DOCUMENTS for CONTRACT NO. 2B PORT ANGELES LANDFILL EXPANSION IMPROVEMENTS PROJECT 91 -25B TABLE OF CONTENTS PART 1 BIDDING REQUIREMENTS Invitation to Bid 1 -1 Instructions to Bidders 1 -3 Bidder's Checklist 1 -9 Proposal 1 -10 Bid Bond 1 -17 Noncollusion Affidavit 1 -18 Statement of Intended Surety 1 -19 Statement of Bidder's Qualifications 1 -20 Statement of Proposed Subcontractors 1 -21 PART 2 CONTRACT FORMS Contract 2 -1 Performance and Payment Bond 2 -3 PART 3 STANDARD SPECIFICATIONS AND AMENDMENTS PART 4 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS 4 -1 Section 1 -01 Acronyms, Abbreviations and Definitions 4 -1 Section 1 -01.3 Definitions 4 -1 Section 1 -03 Award and Execution of Contract 4 -1 Section 1 -03.3 Execution of Contract 4 -1 Section 1 -04 Scope of Work 4 -2 Section 1 -04.2 Project Description 4 -2 Section 1 -04.6 Increased or Decreased Quantities 4 -3 Section 1 -04.11 Final Cleanup 4 -4 Section 1 -05 Control of Work 4 -4 Section 1 -05.3 Plans and Working Drawings 4 -4 G June 19, 1992 21- 2191 -01 Contract 2B Section 1 -05.4 Conformity with and Deviations from Plans and Stakes 4 -5 Section 1 -05.5 Construction Stakes (APWA Only) 4 -5 Section 1- 05.5(1) General (APWA Only) 4 -5 Section 1- 05.5(2) Roadway and Utility Surveys (APWA Only) 4 -5 Section 1- 05.5(3) Bridge and Structure Surveys (APWA Only) 4 -5 Section 1 -05.12 Final Acceptance 4 -5 Section 1 -05.14 Cooperation with Other Contractors 4 -6 Section 1 -05.18 On -Site Traffic Control 4 -6 Section 1 -06 Control of Materials 4 -7 Section 1 -06.1 Source of Supply and Quality of Materials 4 -7 Section 1 -07 Legal Relations and Responsibility to the Public 4 -7 Section 1 -07.8 Health and Safety Plan 4 -7 Section 1- 07.8(1) Health and Safety Laws and Regulations, and Requirements for Hazardous Waste Operations 4 -7 Section 1- 07.8(2) Present Site Characterization 4 -8 Section 1- 07.8(3) Contractor's Responsibility for Health and Safety for Hazardous Waste Operations 4 -8 Section 1- 07.8(4) Health and Safety Program for Hazardous Waste Operations 4 -8 Section 1- 07.8(5) Site Health and Safety Plan for Hazardous Waste Operations 4 -9 Section 1- 07.8(6) Notification and Suspension 4 -10 Section 1- 07.8(7) Corrective Actions 4 -11 Section 1- 07.8(8) Measurement 4 -11 Section 1- 07.8(9) Payment 4 -12 Section 1 -07.11 Equal Employment Opportunity Responsibilities 4 -12 Section 1 -07.13 Contractor's Responsibility for Work and Damage 4 -15 Section 1 -07.15 Temporary Water Pollution /Erosion Control (APWA Only )1-15 Section 1 -07.17 Utilities and Similar Facilities 4 -16 Section 1 -07.18 Public Liability and Property Damage Insurance 4 -17 Section 1- 07.18(4) Evidence of Insurance (APWA Only) 4 -17 Section 1 07.18(5) All Risks Builders Risk Insurance 4 17 Section 1 -07.28 Emergency Phone Numbers 4 -17 Section 1 -07.29 Indemnification 4 -17 Section 1 -08 Prosecution and Progress 4 -18 Section 1 -08.1 Preliminary Matters 4 -18 Section 1- 08.1(1) Preconstruction Conference (APWA Only) 4 -18 Section 1- 08.1(3) Hours of Work (APWA Only) 4 -18 Section 1 -08.5 Time for Completion 4 -19 Section 1 -08.7 Maintenance During Suspension 4 -20 Section 1 -08.9 Liquidated Damages 4 -20 Section 1 -09 Measurement and Payment 4 -21 Section 1 -09.9 Payments (APWA Only) 4 -21 Section 1- 09.9(1) Progress Payments (APWA Only) 4 -21 ui June 19, 1992 21- 2191 -01 Contract 2B iv DIVISION 2 EARTHWORK 4 -22 Section 2 -03 Roadway Excavation and Embankment 4 -22 Section 2 -03.1 Description 4 -22 Section 2 -03.2 Materials 4 -23 Section 2 -03.3 Construction Requirements 4 -24 Section 2- 03.3(7) Disposal of Surplus Material 4 -24 Section 2- 03.3(7)A General 4 -24 Section 2- 03.3(7)B Haul 4 -24 Section 2- 03.3(14)B Earth Embankment Construction 4 -25 Section 2- 03.3(14)C Compacting Earth Embankments 4 -25 Section 2- 03.3(14)D Compaction and Moisture Control Tests4-25 Section 2- 03.3(14)K Sacrificial and Soil Barrier Layer 4 -25 Section 2- 03.3(14)L Quality Control of Soil Barrier Layer 4 -26 Section 2- 03.3(14)M Leachate Collection Layer 4 -27 Section 2- 03.3(14)N Miscellaneous Construction 4 -27 Section 2 -03.4 Measurement 4 -28 Section 2 -03.5 Payment 4 -28 Section 2 -06 Subgrade Preparation 4 -30 Section 2 -06.1 Description 4 -30 Section 2 -06.3 Construction Requirements 4 -30 Section 2- 06.3(1) Subgrade for Surfacing 4 -30 Section 2 -10 Ditch and Channel Excavation 4 -30 Section 2 -10.3 Construction Requirements 4 -30 Section 2 -10.5 Payment 4 -31 Section 2 -11 Trimming and Clean -up 4 -31 DIVISION 6 STRUCTURES 4 -32 Section 6 -04 Timber Structures 4 -32 Section 6 -04.3 Construction Requirements 4 -32 Section 6- 04.3(19) General Framing 4 -32 Section 6- 04.3(19)A General 4 -33 Section 6- 04.3(20) Blocking and Bridging 4 -33 Section 6- 04.3(20)A Blocking 4 -33 Section 6- 04.3(20)B Bridging 4 -33 Section 6- 04.3(21) Alignment 4 -33 Section 6- 04.3(22) Installation of Plywood Sheathing 4 -33 Section 6- 04.3(23) Fastening 4 -34 Section 6- 04.3(23)A Nailing 4 -34 Section 6- 04.3(23)B Bolting 4 -34 Section 6- 04.3(23)C Screws 4 -34 Section 6 -08 Waterproofing 4 -35 Section 6-08.1 Description 4 -35 Section 6 -08.2 Materials 4 -35 June 19, 1992 21- 2191 -01 DIVISION DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 4 -44 Section 7 -01 Drains 4 -44 Section 7 -01.1 Description 4 -44 Section 7 -01.2 Materials 4 -44 Section 7 -01.3 Construction Requirements 4 -44 Section 7 -01.4 Measure 4 -45 Section 7 -02.5 Payment 4 -45 Section 7 -02 Culverts 4 -45 Section 7 -02.1 Description 4 -45 Section 7 -02.2 Materials 4 -45 Section 7- 02.3(7) Inlet and Outlet Protection 4 -46 Section 7 -02.5 Payment 4 -46 DIVISION 8 MISCELLANEOUS CONSTRUCTION 4 -47 Section 8 -01 Erosion Control 4 -47 Section 8 -01.1 Description 4 -47 Section 8- 01.3(1)C Preparation 4 -47 Section 8- 01.3(2) Topsoil 4 -47 Section 8 -06 Geosynthetics 4 -47 Section 8 -06.1 Description 4 -47 Contract 2B Section 6 -08.3 Construction Requirements 4 -36 Section 6 -11 Concrete Masonry Structures 4 -36 Section 6 -11.1 Description 4 -36 Section 6 -11.2 Material 4 -37 Section 6- 11.2(1) Concrete Masonry Units 4 -37 Section 6- 11.2(1)A General 4 -37 Section 6- 11.2(1)B Concrete Block 4 -37 Section 6- 11.2(2) Mortar and Grout Materials 4 -37 Section 6- 11.2(3) Reinforcing Steel 4 -38 Section 6- 11.2(4) Miscellaneous Hardware 4 -38 Section 6- 11.2(4)A Steel Plates and Bars 4 -38 Section 6- 11.2(4)B Anchor Bolts 4 -38 Section 6 -11.3 Masonry Cleaners 4 -38 Section 6 -11.4 Mortar and Groute Mixes 4 -39 Section 6- 11.4(A) Mortar for Unit Masonry 4 -39 Section 6- 11.4(B) Grout for Unit Masonry 4 -39 Section 6 -11.5 Laying Masonry Walls 4 -39 Section 6 -11.6 Mortar Bedding and Jointing 4 -40 Section 6 -11.7 Lintels 4 -40 Section 6 -11.8 Low -Lift Grouting 4 -41 Section 6 -11.9 Placing Reinforcement 4 -42 Section 6 -11.10 Repairing, Pointing, and Cleaning 4 -42 v June 19, 1992 21- 2191 -01 Section 8 -06.2 Materials 4 -47 Section 8 -06.3 Qualifications 4 -48 Section 8- 06.3(1) Manufacturer 4 -48 Section 8- 06.3(2) Installers 4 -48 Section 8 -06.4 Submittals 4 -48 Section 8- 06.4(1) Textured and Smooth HDPE Geomembrane 4 -48 Section 8- 06.4(2) Quality Control Submittal and Report. 4 -48 Section 8 -06.5 Construction Requirements 4 -50 Section 8- 06.5(1) HDPE Geomembrane 4 -50 Section 8- 06.5(1)A Packaging, Labeling, Shipping, Storage and Handling 4 -50 Section 8- 06.5(1)B Installation 4 -50 Section 8- 06.5(1)C Quality Control Testing 4 -52 Section 8- 06.5(1)D Repairs 4 -56 Section 8 -06.6 Warranty 4 -57 Section 8 -06.7 Measurement and Payment 4 -57 Section 8 -31 Bird Control 4 -58 Section 8 -31.1 Description 4 -58 Section 8 -31.2 Materials 4 -58 Section 8 -31.3 Construction Requirements 4 -58 Section 8 -31.4 Payment 4 -58 DIVISION 9 MATERIALS 4 -59 Section 9 -03 Aggregates 4 -59 Section 9 -03.21 Leachate Collection Layer 4 -59 Section 9 -03.22 Drain Rock 4 -59 Section 9 -03.23 Bentonite 4 -59 Section 9 -05 4 -60 Section 9- 05.1(8) High Density, Polyethylene Transmission Pipe 4 -60 Section 9- 05.2(9) Slotted High Density Polyethylene Pipe 4 -60 Section 9 -06 4 -60 Section 9 -06.19 Blocks 4 -60 Section 9 -06.20 Twine 4 -60 Section 9 -14 Erosion Control and Roadside Planting 4 -60 Section 9 -14.2 Seed 4 -60 Section 9 -14.3 Fertilizer 4 -61 Section 9 -14.4 Mulch and Amendments 4 -61 Section 9- 14.4(2) Wood Cellulose Fiber 4 -61 Section 9 -33 Geosynthetics 4 -62 Section 9 -33.1 Geomembrane Liner 60 mil HDPE Smooth and Textured 4 -62 Section 9 -33.2 Geotextile 4 -64 Contract 2B N June 19, 1992 21- 2191 -01 ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Contract 2B State Prevailing Wage Rates Summary of Geotechnical Studies, Port Angeles Landfill Expansion, RZA AGRA, Inc., May, 1992 Port Angeles Landfill Expansion Improvements, Construction Quality Assurance Plan, Parametrix, Inc., June, 1992 Contract No. 2A, 1992, Excavation Rough Grading, Landfill Expansion Improvements Project 91 -25 Plans vu June 19, 1992 21- 2191 -01 Contract 2B PART 1 BIDDING REQUIREMENTS June 19, 1992 21- 2191 -01 CITY OF PORT ANGELES INVITATION TO BID for PORT ANGELES LANDFILL EXPANSION IMPROVEMENTS CONTRACT NO. 2B PROJECT NO. 91 -25B Sealed bids will be received by the City Clerk until 2:30 PM, Tuesday, July 28, 1992 and will be opened and read in the Council Chambers, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. The project to be bid is for Contract No. 2B, Port Angeles Landfill Expansion Improvements, Project 91 -25 and includes: Completion of excavation and embankment of between 15,000 and 197,000 cubic yards depending on excavation completed by Contract No. 2A; stockpiling excavated material; constructing a composite landfill bottom liner system with about 17,000 cubic yards of soil barrier layer, 12,000 square yards of textured HDPE geomembrane, 13,000 square yards of smooth HDPE geomembrane; about 2,600 lineal feet of 6 inch diameter leachate collection and clean out piping; bird control works; seeding; and miscellaneous drainage works. 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, PO Box 1150, Port Angeles, Washington 98362, (206) 457 -0411, ext. 120, for a non refundable fee of $30.00 per set, plus $5.00 to cover postage, if mailed. A pre -bid construction meeting will be held on Wednesday, July 15, 1992, at 1:30 PM, at the Port Angeles Landfill. A tour of the Landfill project site will be part of this meeting. All bidders are urged to attend. All bids must be on the form provided and must be accompanied by a bid deposit in the form of a surety bond, postal money order or cashier's check for a sum of not less than 5 percent of the amount of the bid. Faxed bids and /or surety bonds shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waiver informalities in the bidding process. The contract will be awarded to the lowest responsible bidder. 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. Contract 2B 1 -1 June 19, 1992 21- 2191 -01 Bids must be sealed with the outside of the envelope marked "BID OPENING DATE JULY 28, 1992, PROJECT 91 -25B Name and address of the bidder should also appear on the outside of the envelope. Bids should be addressed to the City Clerk, PO Box 1150, 321 East Fifth Street, Port Angeles, Washington 98362. PUBLISH: Peninsula Daily News July 2 and 9, 1992 Daily Journal of Commerce Publish Twice Contract 2B 1 -2 Becky J. Upton, City Clerk June 19, 1992 21- 2191 -01 INSTRUCTION TO BIDDERS 1. Intent of Plans and Specifications. It is the intention of these specifications to provide for careful, thorough and workmanlike construction procedure in the installation of materials and equipment and in the manufacture and delivery of such materials and equipment. The bidder to whom the contract is awarded shall furnish all the material and labor necessary to complete said contract in accordance with all of its terms and conditions. The plans and specifications shall be considered and used together; anything appearing as a requirement of either shall be accepted as applicable to both even though not so stated therein or shown. The Engineer may furnish supplemental plans and specifications to define more clearly any requirement of the original documents; these shall be accepted by the Contractor as of the same force and effect as though they had been included among the listed drawings and in case of any conflict between the listed and the supplemental drawings, the latter shall govern. The Contractor shall not be entitled to extra payment because of his compliance with the requirements of such supplemental drawings unless they contain new requirements involving costs which clearly could not have been anticipated by an experienced contractor in his examination of the original listed drawings or could not reasonably be inferred therefrom as requirements of the contract. All specifications and notes appearing on the plans shall have the same force and effect as though they were repeated herein. 2. Examination of Contract Documents. Each bidder shall thoroughly examine and be familiar with legal and procedural documents, general conditions, specifications, drawings and addenda (if any). The submission of a proposal shall constitute an acknowledgement that the bidder has thoroughly examined and is familiar with the contract documents. The failure or neglect of a bidder to receive or examine any of the contract documents shall in no way relieve him from any obligations with respect to his proposal or to the contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract document, and the Owner will in no case be responsible for any loss or for unanticipated costs that may be suffered by the Contractor as a result of conditions pertaining to the work. 3. Examination of Site and Conditions. Before making a proposal, the bidder shall examine the site of the work and ascertain for himself all the physical conditions in relation thereto. Failure to take this precaution shall not release him from his obligation as implied by the proposal he submits nor excuse him from performing the work in strict accordance with the requirements of the contract documents. Contract 2B 1 -3 June 19, 1992 21- 2191 -01 Contract 2B No statement made by any officer, agent, or employee of the Owner pertaining to the site of the work or the conditions under which the work must be performed will be binding on the Owner. 4. Subsurface Exploration Data. Subsurface exploration and soils data are available for review at the City of Port Angeles, Department of Public Works and the offices of Parametrix, Inc., including: Port Angeles Landfill Hydrogeologic Investigation, Sweet Edwards /EMCON, Inc., April, 1988. Port Angeles Geotechnical Investigation, Sweet Edwards /EMCON, Inc., 1989. Summary of Geotechnical Studies, Port Angeles Landfill Expansion, RZA AGRA, Inc., May, 1992. 5. Addenda and Interpretations of Documents. No interpretation of meaning of the plans, specifications or other prebid documents will be made to any bidder orally. Every request for such interpretation shall be submitted in writing, addressed to the City Engineer, and to be given consideration, shall be received at least five days prior to date fixed for opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the specifications which, if issued, will be mailed or otherwise delivered to each prospective bidder. Failure of any bidder to receive any such addendum shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract documents. 6. Preparation of Proposal. Bids must be submitted by filling in with ink (or typing) each and every blank provided for such purpose in the form headed "Proposal or if the bidder is required to provide a special form appropriate to the nature of his bid, then such form shall be complete in all respects as required by the specifications if it is to merit consideration by the Owner. Where indicated, all blank spaces shall be filled in with words and figures. Written amounts shall take precedence where there is a conflict between the written amount and the figure. If the proposal is made by a partnership, it should contain the name of each partner and should be signed in the firm name, followed by the signature of a partner or that of a person duly authorized to act for and on behalf of such partnership. If made by a corporation, the proposal should be signed with the name of the corporation and the state in which incorporated, followed by the written signature of the qualified officer and the designation of the office he holds in the corporation. The address of the person, firm or corporation in whose behalf the proposal is submitted shall be given. The bidder shall comply with all other specific requirements of the proposal form. 1 -4 June 19, 1992 21- 2191 -01 7. Approximate Ouantities. On all items on which bids are to be received on a unit price basis the quantities stated in the bid will not be used in establishing final payment due the Contractor. The quantities stated, on which unit prices are invited, are approximate only, and each bidder shall make his own estimate from the contract drawings of the quantities required on each item and calculate his unit price bid for each item accordingly. Bids will be compared on the basis of number of units stated in the bidding schedule. Payment on the contract on unit price items will be based on the actual number of units installed in the completed work. 8. Material Substitution. Each bidder shall base his bid upon the materials and equipment as described in the bidding documents. The successful contractor will not be allowed to make any substitutions on his own initiative, but in each instance will be required to obtain authorization from the Owner before installing any work in variance with the requirements of the contract documents. 9. Supplemental Schedule of Unit Prices. Where the bid form requires a lump sum bid for a particular item (or items) and further requires bidder to submit a supplemental schedule of unit prices for possible construction changes in such item(s), the Owner may, if it considers such unit prices reasonable, include these prices in the construction contract. If the Owner considers such unit prices as unreasonable he may omit them from the construction contract. Rejection prior to execution of the contract of such unit prices for construction changes as stated in the bid shall not otherwise affect the balance of the bid or construction contract. 10. Alteration of Documents Prohibited. Except as may be provided otherwise herein, proposals which are incomplete, are conditioned in any way which the plans or specifications do not authorize, contain unverified erasures or alterations, include items which are not named in the proposal form or which are unlawful, may be rejected as informal. 11. Submission of Proposal. Each proposal shall be completely sealed in a package addressed as required by the official advertisement, marked with the name of the bidder and the title of the project; it must be delivered to the address at or before the time named in said advertisement. If forwarded by mail, the sealed envelope containing the proposal shall be enclosed in another envelope addressed as specified in the bid form. 12. Modification of Proposal. Change in a proposal already delivered will be permitted only if a request for the privilege of making such modification is made in writing signed by the bidder and the specific modification itself is stated prior to the scheduled closing time for the receipt of proposals. To be effective every modification must be made in writing over the signature of the bidder; no other form of procedure will be acceptable. 13. Bid Security. Each bid must be accompanied by a bid deposit which may be a surety bond, postal money order or cashier's check duly executed by the bidder as principal and having as surety thereon a surety company authorized to issue such bonds in Washington Contract 2B 1 -5 June 19, 1992 21- 2191 -01 Contract 2B in the amount of 5 percent of the bid. Such bid deposits will be returned promptly after the Owner and the accepted bidder have executed the contract, or, if award has not been made within 60 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. If bid deposit is not surety bond Statement of Intended Surety must be provided with bid proposal. The successful bidder, upon his failure or refusal to execute and deliver the contract and bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid. 14. Return of Bid Securities. The bid securities of the bidders will be returned after the execution of the agreement with the successful bidder and the approval of his bonds and insurance. If all bids are rejected the securities will be returned at the time of rejection. 15. Withdrawal of Proposal. A proposal may be withdrawn at any time prior to the scheduled closing time for filing bids. This may be done by the bidder in person, or upon his telegraphic or written request. A telephoned request for withdrawal of a proposal will not be recognized for this purpose. If withdrawal is made personally, a written acknowledgement thereof will be required. After the scheduled closing time for filing bids, no bidder will be permitted to withdraw his proposal unless no award of contract has been made prior to the expiration of sixty (60) days immediately following the time when bids are submitted. Bids received after the scheduled closing time will be returned to the bidder unopened. 16. Qualification of Bidders. It is the intention of the Owner to award a contract only to a bidder who furnishes satisfactory evidence that he has the requisite experience and ability and that he has sufficient capital, facilities and plant to enable him to prosecute the work successfully and promptly, and to complete the work within the time specified in the contract documents. The Owner may make such investigations as he 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. Each bidder shall possess state and local licenses in accordance with the applicable state and local laws and shall furnish satisfactory proof to the Owner upon request that the licenses are in effect during the entire period of the contract. 17. Disaualification of Bidders. More than one bid for the same work described in this document, from an individual, firm or partnership, a corporation or an association under the same or different names, will not be considered. Reasonable grounds for believing 1 -6 June 19, 1992 21- 2191 -01 that any bidder is interested in more than one bid for the work contemplated will cause the rejection of all bids in which such bidder is interested. If there is reasonable grounds for believing that collusion exists among the bidders, the bids of the participants in such collusion will not be considered. 18. Award of Contract. The award of any contract or contracts will be made to the lowest responsive, responsible bidder or bidders. The Owner reserves the right to reject any or all bids, or to waive irregularities or informalities at its discretion, if it is believed that the best interest of the Owner will be served thereby. 19. Effective Date of Award. If a contract is awarded by the Owner, such award shall be effective when formal notice of such award, signed by the authorized representative of the Owner, has been delivered to the intended awardee, or mailed to him at the main business address shown on his bid, by some officer or agent of the Owner duly authorized to give such notice. 20. Execution of Agreement. Copies of the agreement in the number stated in the Special Provisions of these Specifications, shall be executed by the successful bidder, and returned, together with the required bonds and insurance, within 10 calendar days from and after the date of the award of the contract. Effective date of bonds shall be the same or later than the date of the agreement. 21. Failure to Execute Agreement and File Bonds and Insurance. Failure of a successful bidder to execute the agreement and file required bonds and insurance within the required time shall be just cause for the annulment of the award. On failure of a successful bidder to execute the agreement and file the required bonds and insurance within the required time, he shall forfeit his bid security as agreed herein before. Upon annulment of an award as aforesaid, the Owner may then award a contract to the next responsible selected bidder. 22. Commencement and Completion of Work. The successful bidder shall commence work within 7 calendar days from and after the issuance by the Owner of a written notice to proceed and shall complete all work in accordance with the terms and conditions of the contract documents within the Contract time as stated in the Proposal. 23. Information Available to Bidders. A complete set of record design drawings and specifications for the existing landfill construction are available. Also the design drawings and specifications for Contract No. 2A, Excavation and Rough Grading, Port Angeles Landfill Expansion, Project 91 -25, May, 1992 are available. These documents are available for review at Parametrix, Inc., 1231 Fryar Avenue, Sumner, Washington and at the City Engineer's offices. Also subsurface exploration data is available as listed in Item 4. 24. Wages. This contract is subject to Chapter 39.12 RCW, and amendments thereto and regulations issued thereunder, relating to prevailing wages. Bidders are advised to Contract 2B 1 -7 June 19, 1992 21- 2191 -01 examine and be familiar with such requirements. No claim for additional compensation will be allowed which is based upon a lack of knowledge or misunderstanding of any such requirements by the bidder /Contractor. 25. Taxes. The work to be performed under this contract constitutes a "retail sale" as such term is defined in Revised Code of Washington "RCW 82.04.050, and the contract price is subject to the State of Washington retail sales tax. The sales tax shall be stated separately in the space provided and shall not be included in the unit or lump sum prices stated in the Proposal. All applicable taxes which the Contractor is required to pay, other than state retail sales tax as specified above, shall be included in the bidder's bid price(s) for the work under this contract. No adjustment will be made in the amount to be paid by the Owner under this contract because of any misunderstanding by or lack of knowledge of the bidder /Contractor as to liability for, or the amount of, any taxes for which the bidder /Contractor is liable or responsible by law or under this contract or because of any increases in tax rates imposed by any federal, state or local government. 26. Progress and Completion. Time shall be of the essence of this contract. Progress and completion of the work shall comply with the requirements of herein. The submission of a bid shall constitute the bidder's acknowledgement that such progress and completion requirements have been taken into account in formulating a price for this work. Contract 2B 1 -8 June 19, 1992 21- 2191 -01 This checklist has been prepared and furnished to aid Bidders in including all necessary supporting information with their bid. Bidders' submittals should include, but are not limited to, the following: Contract 2B Item 1. Proposal (Bid) BIDDER'S CHECKLIST 2. Authority to Sign Proposal if Signature is by Agent Other Than Officer of Corporation, Partner, or Owner 3. Acknowledgement of Addenda (in Proposal) 4. Bid Bond or Other Security and Statement of Intended Surety 5. Power -of- Attorney for Surety's Agent 6. Non Collusion Affidavit 7. Statement of Bidder's Qualifications 8. Statement of Proposed Subcontractors 1 -9 Checked June 19, 1992 21- 2191 -01 3. 3 ■A Contract 2B Lump Sum PROPOSAL Contract No. 2B Port Angeles Landfill Expansion Improvements Project 91 -25B TO: The City Council Port Angeles, Washington 1. This certifies that the undersigned has examined the location of project (the "project and the Plans, Specifications and Contract Documents governing the work embraced in this Public Works project improvement and the method by which payment will be made of said work is understood. The undersigned hereby proposes to undertake and complete the work embraced in this project, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and Contract documents, and the following schedule of rates and prices. (Note: All items shall be filled out. Show unit prices and total amount on each item. The unit prices shall include all applicable taxes and levies except for Washington State Sales Tax.) Item Approx. Item with Unit Price Bid -Unit Unit Price Amount No. Otv. (Prices to be Written in Words) Dollars Cents Dollars Cents 1 Lump Sum Mobilization /Demobilization Six ousaha Mays R(. 000, 0 8 L9.000. O dS Lump Sum 2 Lump Sum Mobilization /Demobilization Bentonite Amendment EVE 111 StsanA 'DO lairs (Words) Lump Sum Site Health and Safety Plan E I r A Do\ lars (Words) Lump Sum 1 -10 s, o0o °D s. o `2° S,000. `2°— 5, Geo. June 19, 1992 21- 2191 -01 a a a Item Approx. Item with Unit Price Bid -Unit Unit Price Amount No. Otv• (Prices to be Written in Words) Dollars Cents Dollars Cents 4 Lump Sum Site Health and Safety Officer FA i o 4 S nd Do //a4-_s 5,c s 6r0 6:12 (Words) /Lump Sum 1 5 20 HRS Personals Protective Equipment, Level B 1 'o F-1 i_tnti rPd 0011 ass DV. (Words), /Hours 6 30,000 CY Excavation, General 0 to 182,000 cubic yards agar and foht e nL5 1. (Words) Cubic Yard 7 22,000 CY Excavation 7�' Jar S4:4 eikht (Words) t5 Cubic Yard 8 5,000 CY Embankment Out Dolor and Fr t-t� r 1. (Words) q 1 s Cubic Yard 9 4,200 CY Sacrificial Soil Layer s and Pa (Words) e Cubic Yard 10 13,000 CY Soil Barrier Layer /1/ 1)0/ /tars atid &veal (Words) el1t3 Cubic Y ard Contract 2B 44 Of a,,966 1,200. 35 (LYO (21 2 June 19, 1992 21- 2191 -01 I 12 13 11 14 15 I 16 I 1 17 I I p I tem Approx. Item with Unit Price Bid -Unit Unit Price Amount No. Otv_ (Prices to be Written in Words) Dollars Cents Dollars Cents I 11 4,000 CY Soil Barrier Layer with Bentonite Amendment I Ift- I)llar3 and t rfi evz 5, 35- 21 '1U0 (Words) Ce rL s CubiO Yard 350 TON Bentonite Ci klu,ndre,c1 Dollars /0. °D 35,0 6— Contract 2B (Words) i Ton 17,500 CY Leachate Collection Layer ive, Doi lar_s a Six (-1VL 5 65— 98, 875 (Words) CPAS l Cubic Yard 950 CY Ballast &An Dollars and Fi 7 61) (Words) CsAts Cubic Y'ar 400 CY Crushed Surfacing Top Coarse (Words) Cubic Yard Lump Sum Scale House Revisions mtS'An Dollars r5, OD. 15. Crio 1,500 LF (Words) Cubic Yard 6 Inch 'Diameter Leachate Collection Pipe and Fittings /P.40n Dolkar_s anA Ffi l7. 21p, 2_SC, av (Words) a' ets Lineal Foot 1 -12 lune 19, 1992 21- 2191 -01 Item Approx. Item with Unit Price Bid -Unit Unit Price Amount No. Otv_ (Prices to be Written in Words) Dollars Cents Dollars Cents 18 1,100 LF 6 Inch Diameter Clean Out Pipe and Fittings 19 160 LF 12 Inch Diameter Culvert �/2ntu l oll hr.s (Words)' Lineal Foot I 20 70 LF 18 Inch Diameter Culvert 21 22 AC Seeding, Fertilizing and Mulching Do Pars I 22, ooa (Words) Acres Contract 2B "Oda Pothts and. F F� 13,1 V (g) (Words; ep s /Lineal l oot 1 PM -i ✓e Q Jars (Words) /Lineal Foot 22 4,200 SY Erosion Control Matting 4r)ct eTUt (Words) Qt5 Square Yards 20. `L 3. 2DO. t 50 1 x' (0300 23 12,600 SY Geomembrane Liner 60 Mil; Textured HDPE tl r 1)011 r_S vest //IR s9. 22_0. (Words) Ce Square Yards 1 -13 June 19, 1992 21- 2191 -01 Item Approx. Item with Unit Price Bid -Unit Unit Price Amount No. Otv. (Prices to be Written in Words' Dollars Cents Dollars Cents z, 26 1 27 i 1 24 Contract 2B 13,100 SY Lump Sum 2,100 LF 250 EA Geomembrane Liner 60 Mil, Smooth HDPE olir rive_ (Words) a2ri s /Square 'Yards Bird Control Works (Worc(s) Lump Sum Silt Fencing Jl h re Dollars (Words) Lineal Foot 1 -14 TOTAL BID ITEMS 1 690 3 I,S Ct0 WASHINGTON STATE SALES TAX (7.8 .5©, 49o, 51 GRAND TOTAL 197, ?O-5, s7 and Dollars oco. Qv Bale Dams eery DollRt-s l 37s7), (Words) Each 2. The Contract amount shall be the unit price of each item. Correct extensions based on the unit prices bid and the approximate quantities shown are for the comparison of bids only and payments for; unit priced items will be based on actual quantities measured in accordance with the requirements of the Contract Specifications. Limits of lump sum priced items will be as described in the Contract Drawings and Specifications. The undersigned has checked the above amounts and understands that the Owner will not be responsible for any errors or omissions on the part of the undersigned in making up this proposal. June 19, 1992 21- 2191 -01 In order for the Owner to consider a proposal, all items on the proposal must be filled completely. i 3. The undersigned understands that the City of Port Angeles reserves the right to reject any or all bids and to waive; any informality in bids received that in the judgment of the Owner is in the best inteiest of the Owner. 4. It is agreed that this proposal may not be withdrawn within a period of sixty (60) days after the date set for the opening thereof. 5. Enclosed herein is a bidders surety bond, postal money order or cashier's check for the sum of *5% of Bid Amount dollars not being less than five percent (5 of the total amount of this proposal; and the undersigned agrees that, in case of his default in executing the Contract and the necessary bonds after award and due notice thereof, the surety bond; postal money order or cashier's check and the money payable thereon shall become and remain the property of the City of Port Angeles, as liquidated damages without proof of actual loss. 6. In accordance with the Specifications, the undersigned further agrees to so plan the work and to prosecute it with such diligence that said work shall be commenced within seven (7) days after receipt of a notice from the Owner to proceed with the work. All work on this project shall be completed within ninety (90) consecutive days. 7. Receipt of the following Addenda to the Plans and /or Specifications is hereto acknowledged: 8. The following list of subcontra: tors are proposed to be utilized for this oject: Contract 2B Addendum No. 1 2 3 4 (NOTE: Failure to acknowledge receipt of the addenda may be co Lsidered as an irregularity in the proposal.) Addendum Receipt Date None Signer Acknowled ment June 19, 1992 21- 2191 -01 Trade Installer _Hydroseeding Carpenter SETONCI1650A (Contractor's License No.) SETON CONSTRUCTION, INC. (Bidder) By: (Authorized Official) Contract 2B 4640 South Discovery Road (Address) Port Townsend, WA 98368 Washington Contractor's Subcontractor Name /Address Registration Number Northwest Linings Geotextile Products, Inc. NORTHLG189J6 20017 89th Avenue South Kent, WA 98031 Danson's Landscaping P.O. Box 159 Silverdale, WA 98383 Brer Abbott 212 W. 11th Street Port Angeles, WA 98362 1 -16 7/28/92 (Date) DANSOCI124J2 BRERXX101JA NOTES: 1. If the bidder is a co-partnership, so state, giving firm name under which business is transacted. 2. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. June 19, 1992 21- 2191 -01 �J U L— 2 3— 9 2 T H U 14 :5 0 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we SETON CONSTRUCTION, INC. of PORT TOWNSEND, WASHINGTON EMPLOYERS INSURANCE OF WAUSAU. A MUTUAL UMANY a corporation duly organized under the laws of the State of WISCONSIN and authorized to do business in the State of Washington, as surety, are held and firmly bound unto the City of Port Angeles in the full and penal sum of five (5) percent of the total amount of the Bid Proposal of said PRINCIPAL for the work hereinafter described for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such that, the PRINCIPAL herein is herewith submitting his or its sealed Bid Proposal for the following construction, to wit: Contract No. 2B Port Angeles Landfill Expansion Improvements said Bid Proposal, by reference thereto, being made part hereof. NOW, THEREFORE, if the said Bid Proposal submitted by the said PRINCIPAL be accepted, and the Contract be awarded to, said PRINCIPAL, and if the said PRINCIPAL shall duly make and enter into and execute said; Contract and shall furnish the Performance and Payment Bond as required by the City of Port Angeles within a period of ten (10) calendar days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN TESTIMONY WHEREOF, the PRINCIPAL and surety have caused these presents to be signed and sealed this 28TH I day of JULY SETON CONSTRUCTION, INC.' Principal I Principal $MPLOYERS'INSURANCE OF WAUSAU, A MUTUAL COMPANY Surety Attorney -in -Fact P. D. DINEEN Connoai 21t 1 -17 as PRINCIPAL, and the '1w, 19.1992 21.219101 P 03 J t 1 1 1 1 1 1 1 z a W O Z Cr W a. F- 0 z to W O a I— z W 2 W Q h- in u_ Attest: W Z tr O cc O Q.. 0 J F- O to to 815- 4222 -1 990 EMPLOYERS INSURANCE OF WAUSAU A Mutual Com pa n y POWER OF ATTORNEY (FOR BID BONDS ONLY) KNOW ALL MEN BY THESE PRESENTS That the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a corporation duly organized and existing under the laws of the State of Wisconsin, and having its principal office in the City of Wausau County of Marathon, State of Wisconsin, has made, constituted and; appointed. and does by these presents make. constitute and appoint P.D. DINEEN its true and lawful attorney -in -fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver ANY AND ALL BID BONDS OR WRITTEN DOCUMENTS INVOLVING BID GUARAN- TEES OR IN THE NATURE THEREAFTER 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 -in -fact may do in the premises This power of attorney is granted pursuant to the following resolution adopted by the Board of Directors of said Company at a meeting duly called and held on the 18th day of May, 1973, which resolution is still in effect: "RESOLVED, that the President and any Vice President elective or appointive of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company be, and that each of them hereby is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company bonds, undertakings and all contracts of suretyship, and that any secretary or assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power of attorney, and to attach thereto the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company" "FURTHER RESOLVED, that thelsignatures of such officers and the seal of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures and facsimile seal shall be valid and binding upon the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached" IN WITNESS WHEREOF, EMPLOYERS INSURANCE OF WAUSAU A Mutual Company has caused these resents to be signed by the senior vice president and attested by its assistant secretary, and its corporate seal to be hereto affixed this I ST day of MAY 1 9 92 SEAL Al R. J. Besteman Assistant Secretary STATE OF WISCONSIN ss. COUNTY OF MARATHON On this 1ST day of MI 19 _92 before me personally came Bill D. Wvmore 1 to me known, who being by me duly sworn. did depose and say that he is an executive vice president of the EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, the corporation described in and which executed the above instrument, that he knows the seal of said corporation, that the seal affixed to said instrument is such corporate seal and 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 WISCONSIN CITY OF WAUSAU ss COUNTY OF MARATHON I, the undersigned, assistant secretary of EMPLOYERS INSURANCE OF WAUSAU A Mutual Company, a Wisconsin corporation, do hereby certify that the foregoing and attached power of attorney, WHICH MUST CONTAIN A VALIDAT- ING STATEMENT PRINTED IN THE MARGIN THEREOF IN RED INK, remains in full force and has not been revoked; and furthermore that the resolution of the Board of Directors set forth in the power of attorney is still in force Signed and sealed in the City of Wausau, Marathon County, State of Wisconsin. this s2 H day of JULY ;r.. 19 92 R. J. Besteman EMPLOYERS INSURANCE OF WAUSAU A Mutual Company Q L By Bill D. Wymore Patricia A. Kleman NOTARY PUBLIC STATE OF WISCONSIN MY COMMISSION EXPIRES MAY 29, 1994 CERTIFICATE Executive Vice President Notary Public Assistant Secretary NOTE IF YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OR WORDING OF THIS POWER OF ATTORNEY, CALL TOLL FREE (800) 826 -1661 (IN WISCONSIN, CALL (800) 472 -0041) STATE OF WASHINGTON Jefferson SS COUNTY OFXkkak NONCOLLUSION AFFIDAVIT Bruc -P 13,- get= being duly sworn, on his/ oath, says that the Bid Proposal above submitted is a genuine and not a sham or collusive Bid Proposal, or made in the interest of or on the behalf of any person not therein named; and he/x/recfurther says that the said bidder has not directly or indirectly induced or solicited any bidder or corporation to refrain from bidding; and that said bidder 1 as not in any manner sought by collusion to secure to itself an advantage over any other bidd °r or bidders. Contract 2B 1 -18 Subscribed and sworn to before me this 9R day of J1114/ 19_92 SETON CONSTRUCTION, INC. Contractor Notary Public in and for the Stat f Washington appo gJ7 ent expi 5/11/92 s June 19, 1992 21- 2191 -01 Each bidder submitting a Bid Proposal on work included in these specifications shall prepare and submit as part of his Bid Proposal, the data requested in the following schedule: 1. Name of Bidder: 2. Business Address: 3. Telephone Number: Contract 2B Date: STATEMENT OF BIDDER'S QUALIFICATIONS ETON CONSTRUCTION, INC. 1640 So. Discovery RD. Port Townsend, WA 98368 (206) 385 -0213 4. How many years has said bidder been engaged in the contracting business under the present firm name? 18 years 5. Contracts now in hand (gross amount): $300,000 6. General character of work performed by said Company: Excavation, Water Mains, Sanitary Sewer, and Storm Drainage Systems and Road Building 7. List of more important projects constructed by said company, including approximate costs and dates (submit added sheet if necessary): See Attached 8. List of company's major equipment (submit added sheet if necessary): See Attached 9. Bank References: Seafirst Port' Townsend Branch, 734 Water Street Jeff Reynolds (206) 385 -1890 10. Washington State Contractor's License Number: crPONPI 1_650? 11. Amount Bondable:$ 1! to 2 million Bonding Company: EMPLOYERS TNSTTRANCE OP WATTSATT, A Mutual Co. Name of alder: SETON CONSTRUCTION, INC By: Title: President 1 -20 June 19, 1992 21- 2191 -01 FIVE LARGEST JOBS CLIENT 1 POPE RESOURCES 2 POPE RESOURCES 3 FIRST WESTERN DEVELOPMENT 4 U.S. FOREST SERVICE 5 STAFFORD HOMES EXHIBIT A YEAR PROJECT 1991 PORT LUDLOW PLATS INFRASTRUCTURE 1990 PORT LUDLOW PLATS INFRASTRUCTURE 1991 BELL CREEK PLAZA 1989 FOREST SERVICE ROADS 1990 NORTH FORTY PLAT AI LOCATION AMOUNT PORT LUDLOW $2.783.909 PORT LUDLOW $2.026.585 SEQUIM $1.301.626 OLYMPIC NATIONAL FOREST $771.587 SILVERDALE $bbu.305 O MN ME MI MOMI I MO I NM MN MI MI NM NM 1 1 1 1 1 1 1 1 3/19/92 101 F -MAINT CATEGORY CODE EQUIPMENT 1 811 813 814 815 816 811 818 819 820 83 86 87 68 89 D2 03 C11 C12 C13 C14 (1E CIE C5 C6 62 6: 64 65 P13 P14 PIE P20 P22 F:5 82 P2: P:E F21 P26 F30 F's1 R'. fit R4 RE F' R'. FS Sit Seton Construction !QUIPNENT LIST' OES(RIPTIOK 1971 860 CASE EXCAVATOR 1985 IA 16 HITACHI EXCAVATOR 1986 UH123 HITACHI EXCAVATOR PC211 KONATSU EXCAVATOR 5110 JD 1990 41 1975 12 4X4 BACKHDE C JO 4 %4 DEKKO( CLARK LOADER 310C J(IBACKH('E GENE'S 125E CLAFI LOKIER 195E 5E0 CASE BACIHCE 1977 414E JO BACE.HOE 19E8 414E IC 4 %4 1919 758 CLARF FIN? END EDF 1986 1250 CEAFI FRNT ENE LDP 1973 GARD RIF TEAL Dcl 1474CNP 1970 JDY RIF CORFRESSOF W /DELI 19E1 TD12 INTERNATIONAL DOZER 1979 TD25E INTERNATIONAI DOZER 1975 TD25C INTEENITICR8i DOZER 19E0 TD20E INTEFRITICRII DOZER 19E9 D5F,:6F CATEEFIILEF 662EF 190 T&15E OFESSEF 06 :EF 19E 04Nt6F (AT DC'EF 1975 TDEE INTEFNATICI :A: DCZEF 1975 (LAFI 3105 6FA :EF 1954 CATERPIILEP 12 6FADER 1976 JD 571E NETER &FADER 1970 36;6701 ICIER &FADER 1969 CHEVI C -31 TIRRE TRUCK 1979 FORD F250 414 (REWCAE PU 1579 FORD F250 4)4 PU 19E: Er 2500 4)4 Pi' 1977 681: 25 4)4 SW TRi:0 1S(E FORE F250 4)4 FL 1S:: FOIF: 4)4 Pi 19'0 6d: 1St( 4): SCEI'FEP6 19E: CHE■1 S -11 4)4 PL 19E: 6P: 2500 4)4 FL 195: C8EV' 25tt 4)4 P. FORD F250 4%4 PU 19E0 FOE: F35t TIRE TPLCI H'3TEF�V'E`FTF RC.LEF Cu:. BEN: TAO': PS 50:3Tr. 6F :4 CCB:ACTCF HV'STEFj6PID RC.LEF 197E IN'EEFS6ii RIh: VEFTF 616 15E: SPII VEFTF F:.LEF P..0 ::EF Pe,L BER :N: SrEE;: t3' F, RC.IEF W4:IEF FELIE; k 8E'IRi 15:1 JI 6t: SELF CF: SiFA ;i 193( It 8:: Sr.. 1(4: S :FP M:.: SF (C::c4 3/19/92 301 f -MAINT CATEGORY CODE EQUIPMENT 1 S1 11 110 L11 112 113 114 115 11E 111 11E 119 12 120 121 122 19 V: 111 111 112 T13 T15 T17 11E T20 12i T:: T23 T:6 727 12E T2S T30 F1 Fit F2 F5 F4 F6 FS Seton Construction EQUIPMENT LIST DESCRIPTION 1973 667 CLARI SKIDDER 1974 HYSTEF TIITRED TRAILER 1973 PTNR WILLIAMET LOWEOY IF 19E5 JEEP TRAILER 1980 HYSTER BOOSTER AXEL 1917 COLUMBIA PUP TRAILER 1981 FREUHAUF PUF TRAILER 1972 TRUCK WEED BELLY BUMF Ti 1972 TRUCKWELD BELLY RAF TF1 19:3 TRUCKWELO BELLY DUMP TFi 198E CUSTOMEUIIT T/A PUP TRL 1965 CUSTOME;IIT T/A PUF TRl 1903 PRESSES STEEL IOWECI TFI' BUSBY T/A RIF TRi 1964 TRAILEIN: LOWEE6 TRAILER 19E3 LUFKIN 31\D ENE DUMF 18i 1973 PHTR WIIL IAPEI FIR A)EI DORSEY SHOP VAR HAILER 19E4 KENWOPTR 8000 TRUCK 1978 MA(1 RSTIt TRACTOR 1978 MACI 01600 DUMP TRUCE 1979 MACK RSE10 DM TRUCK 1901 NA(1' 6.00 SHOE TRUCK 1975 MA(1 08:00 OFF WI OCR: 1971 MACE DM01t OFF HWY DUN: 1976 NACP 00308 OFF HWY DUk: 1977 NACI DPEWE OFF NO OUP' 168: 6818 R::'1 TRACT(E MALI 0860( OCF HO DL'r; 190E Nip Pitt 6P►': iF 190E MACK FEERE Di'M: TRU(I 19E4 MRCP N :tt W /VAR BOEY 19'4 IMTNTL WIVAR BCC) PIPE T 1971 FORE 0610 W;VAR BOGY 1544 6r: WATEF TRL :I EEN�3'F R WF'EF 19 INTEF6: FUEL Ti.'1 196E EWE 103. TFI,iER 1957 DCEE WRYER TRUCI 1959 DOD6E F031 1R1,(1 1974 MR :E UL'EF TRU:I Contract 2B Kent, WA 9bU:i1 DANSON'S LANDSCAPING P.O. Box 159 Silverdale, WA 98383 BRER ABBOTT STATEMENT OF PROPOSED SUBCONTRACTORS Subcontractor's Name and Address Description of Work NORTHWEST LININGS GEOTEXTILE PRODUCTS, INC. 20017 89th Avenue South 212 W. 11th Street Port Angeles, WA 98362 1 -21 GEOMEMBRANE LINER HYDROSEEDING SCALE HOUSE REVISIONS June 19, 1992 21- 2191 -01 Contract 2B PART 2 CONTRACT FORMS June 19, 1992 21- 2191 -01 CONTRACT THIS CONTRACT, made and entered into this day of 1992, between the City of Port Angeles, hereinafter called "Owner and of for themselves, their heirs, executors, administrators, successors, and assigns, hereinafter called "Contractor." That in consideration of the payments, covenants and agreements, hereinafter mentioned to be made and performed by the parties hereto, the parties hereto covenant and agree as follows: WITNESSETH: 1. The Contractor shall do all work and furnish all tools, materials and equipment for: Contract No. 2B, Port Angeles Landfill Expansion Improvements in accordance with and as described in the attached Plans, Specifications and Contract Documents and in full compliance with the terms, conditions, and stipulations herein set forth and attached, now referred to and by such reference incorporated herein and made part hereof as fully for all purposes as if here set forth in length, and shall perform any alterations in or additions to the work covered by this Contract and every part therejof and any force account work which may be ordered as provided in this Contract and every part thereof. The Contractor shall provide and bear the expense of all materials, labor, carriage, tools, implements and conveniences and things of every description that may be requisite for the transfer of materials and for constructing and completing the work provided for in this Contract and every part thereof. 2. The Owner hereby promises and agrees with the Contractor to employe, and does employ the Contractor to provide the materials and to do and cause to be done this above described work and to complete and finish the same according to the attached Plans, Specifications and Contract Documents and the terms and 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 and upon the conditions provided for in this Contract and every part thereof. The Owner further agrees to employ the Contractor to perform any alterations in or additions to the work covered by the Contract and every part thereof and any force account work that may be ordered and to pay for the same under the terms of this Contract and the attached Plans, Specifications and Contract Documents. 3. The Contractor, for himself, and for his heirs, executors, administrators, successors, and assigns does' hereby agree to the full performance of all the covenants herein contained upon the part of th'e Contractor. Contract 2B 2 -1 June 19, 1992 21- 2191 -01 4. Contractor agrees to timely perform all work involved in this Contract and the Owner agrees to pay the Contractor for the work completed and materials located on -site upon the terms set forth in the Spe :ifications. CITY OF PORT ANGELES CONTRACTOR Mayor (Title) ATTEST: City Clerk (Date) APPROVED: r City Attorney I 1 I I 1 Contract 2B June 19, 1992 2 -2 21- 2191 -01 I PERFORMANCE AND PAYMENT BOND KNOW ALL PERSONS BY THESE PRESENTS, THAT a partnership /corporation organized under the laws of the State of and registered to do business in the State of Washington as a Contractor, as Principal, and a partnership /corporation organized under the laws of the State of a n d registered to transact business in the State of Washington as surety, as Surety, their heirs, executors, administrators, successors and assigns, are jointly and severely held and bound unto the City of Port Angeles, Washington, hereinafter called CITY, and to the RCW 39.08.010 statutory beneficiaries in the sum of THE CONDITIONS OF THIS BOND OBLIGATION ARE THAT: WHEREAS, on the day of a Contract with the City of Port Angeles for Contract No. 2B Port Angeles Landfill Expansion Improvements U.S. Dollars 19 the Principal executed In which the Principal contracted to undertake and complete the project according to the maps, plans, specifications and other documents made a part of the contract, which Contract as so executed is by this reference incorporated herein and made a part hereof; and WHEREAS, the Principal must provide a bond complying with the requirements of Chapter 39.08 of the Revised Code of Washington (RCW) and any other further conditions or obligations not in conflict with the state statute; NOW, THEREFORE, if the Principal shall faithfully and truly observe and comply with the terms, conditions and provisions of the Contract in all respects and shall fully and faithfully perform all matters and things undertaken to be performed under the contract, including any contractual guaranty or warranty, upon the terms proposed in the contract, and within the time prescribed in the contract, and until the project is accepted by the City and all guaranties or warranties fulfilled by the Principal, and if the Principal shall pay all laborers, mechanics, subcontractors, agents, and materialmen, and all persons who supply such persons or subcontractors with provisions and supplies for the carrying on of the project, and if the Principal complies with all federal, state, and local laws and regulations, then this obligation is Contract 2B June 19, 1992 2 -3 21- 2191 -01 to be void; otherwise it is to remain in full force and effect. WITNESS our hands this day of 19 SURETY: By: Dated: Contract 2B City Attorney B3: Title: Attorney -in Face for Surety* PRINCIPAL: Name and Address of Local Office or Agent APPROVED as to form only: By: (Signature of Authorized Representative) (Typed Name of Authorized Representative) (Name) (Typed Name) *This bond must be accompanied by a fully executed Power of Attorney appointing the Attorney -in Fact. 2 -4 (Name) (Address) June 19, 1992 21 -2191 -01 Contract 2B PART 3 STANDARD SPECIFICATIONS AND AMENDMENTS The Standard Specifications for this project shall be the "1991 Standard Specifications for Road, Bridge, and Municipal Construction," prepared by Washington State Department of Transportation and American Public Works Association (WSDOT /APWA) and the "1991 APWA Supplement to Division One of the 1991 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 supplement to the Standard Specifications adopted by the WSDOT /APWA. The supplement to Division One of the Standard Specifications shall take precedence over the Standard Specifications. June 19, 1992 21- 2191 -01 Contract 2B PART 4 SPECIAL PROVISIONS June 19, 1992 21- 2191 -01 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS SECTION 1 -01 ACRONYMS, ABBREVIATIONS AND DEFINITIONS 1 -01.3 Definitions Supplement this Section with the following: Contract 2B Where the term "Engineer" appears in the Contract Documents (including the Standard Specifications) it shall mean Parametrix, Inc., located at 1231 Fryar Avenue, Sumner, Washington, acting as the duly authorized representative of the City of Port Angeles in the administrative management of the Contract. 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 of 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. SECTION 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.3 Execut on of Contract Replace "Within 20 calendar days, with "Within 10 calendar days, 4-1 June 19, 1992 21- 2191 -01 SECTION 1 -04 SCOPE OF WORK 1 -04.2 Project Description (New Section) The Specifications and Plans show and describe the location and type of work to be constructed under this Contract. This Contract No. 2B involves the excavation and fine grading and liner construction for the Port Angeles Landfill and is the second contract for the Landfill Expansion Improvements, 1992, which will include a bottom alining system and leachate collection works. The first Contract, No. 2A is currently underway and involves the excavation and rough grading of between 50,000 to 232, 000 cubic yards of soil within the new landfill expansion cell. Contract No. 2A was developed and executed to provide as much removal of soil within the expansion area concurrent to the development, approval and execution of the Contract No. 2B documents. This effort was made to minimize as much as possible the time period for providing additional operation capacity at the landfill. It is the City of Port Angeles' intent to terminate work being performed under Contract No. 2A at a point in time after this Contract 2B is awarded to the successful contractor. The purpose of terminating Contract No. 2A at such time is to minimize the conflict between the two contracts and contractors within the limited expansion area. However, the City reserves the right to continue excavation under Contract No. 2A if it is in the City's best interest and if it does not impact the prosecution of work under Contract No. 2B. Plans for Contract No. 2A are included as Attachment D. The timely execution of this Contract is essential to completion of the expansion to provide solid waste disposal capacity. Access to the site will be through the main entrance unless otherwise shown on the Plans or authorized by the Engineer. The work includes: Contract 2B Completing excavation and rough grading left from Contract 2A, if any. Excavation and grading of the expansion area to limits shown and quantities specified in the Proposal or as directed by the Engineer. The excavation will be performed to a phased schedule to allow preparation of the bottom subgrade for construction of the first 100 feet of bottom liner. The Contractor shall be required to excavate and place liner from north to south and complete the first phase in the time allowed in Section 1 -08.5. The second phase will be excavated subsequently as directed by the Engineer. This purpose of phasing the bottom liner system construction is to assure landfill capacity is available as the active landfill cell is reaching capacity. If the contractor demonstrates proficiency and is on or ahead of schedule with construction the Engineer with the City's approval may relax the requirement in Section 1 -08.5 to phase bottom liner construction. I 4-2 June 19, 1992 21- 2191 -01 Contract 2B Disposing of materials to disposal and fill sites as shown on the Plans and as directed by the Engineer. Grading as shown on the Plans or directed by the Engineer. Construction of the bottom composite liner and leachate collection system as shown on the Plans and as directed by the Engineer. Installation of erosion control facilities including erosion control fencing, straw bale check dams, seeding, excelsior matting, etc. as shown on the Plans, as directed by the Engineer, or as required by jurisdictional agencies and to prevent erosion and pollution. Installation of perimeter road including crushed surfacing top coarse, crush surfacing base coarse, ballast, culverts and culvert crossings as shown on the Plans and as directed by the Engineer. Revisions to the scale house. Seeding of Disposal Site A and surrounding area. All other work in accordance with the attached Plans and these Specifications. This is a general description of the work and all quantities and work shall be in accordance with the Plans and Specifications. The City of Port Angeles reserves the right to adjust the excavation and disposal quantities per these specifications and to make minor changes should unforseen conditions necessitate such changes. 1 -04.6 Increased or Decreased Quantities Supplement this Section with the following: Excavation for rough grading can be between 0 and 182,000 cubic yards depending on the quantity of soil excavated for Contract No. 2A. The City reserves the right to include all or a portion of the rough grading excavation without making adjustments in unit price payments in accordance with this Section for increased or decreased quantities. This exception also applies to no adjustment for decreased or increased quantities for disposal to stockpile or fill resulting from increased or decreased excavation or changing quantities to designated stockpiles. The soil barrier layer is intended to be constructed from on -site stockpiled glacial till without bentonite amendment. If during the course of construction the Engineer determines that any of the on -site material requires bentonite amendment to meet the permeability or placement requirement for the soil barrier layer, the Engineer may direct the Contractor to provide for the bentonite amendment of the soil. In order to provide 4-3 June 19, 1992 21- 2191 -01 for this contingency under this Contract, the unit price bid items mobilization /demobilization, bentonite and soil barrier layer with bentonite amendment are provided in the proposal. These items may or may not be used, depending upon the need for amending the soils. The City therefore reserves the right to include all or a portion of these items without making adjustments in unit price payment in accordance with this Section for increased or decreased quantities. The approximate total quantity of soil barrier layer with and without bentonite amendment will be about 17,000 cubic yards. 1 -04.11 Final Cleanup Supplement this Section with the following: Contract 2B Final cleanup shall be performed as specified in this Section on the landfill, the disposal site(s), the haul routes, the staging areas and such other areas the Contractor may have impacted. SECTION 1 -05 CONTROL OF WORK 1 -05.3 Plans and Working Drawings Supplement this Section with the following: The Contractor shall provide five (5) copies to the Engineer, of fabrication drawings and geosynthetic panel layouts detailing the settings, schedule, and such other information as may be necessary for the prosecution of the work in the shop and in the field as required by these Special Provisions. The Engineer's approval of any fabrication drawings, panel layouts and other dra shall not release the Contractor from responsibility for any deviations. The fabrication drawings and panel layouts shall be submitted by the Contractor and reviewed by the Engineer prior to actual fabrication. See Section 8 -27 for additional submittal information for geosynthetic materials. The Engineer shall review the shop drawings within five (5) working days after receipt and will affix the Shop drawing Review Stamp with notations thereon indicating "No Exceptions Taken," "Make Corrections Noted," "Amend and Resubmit," or "Reject See Remarks." He will then return two marked up copies of the submittal to the Contractor. When shop drawings and /or other submittals are required to be revised or corrected and resubmitted, the Contractor shall make such revisions and /or corrections and resubmit the drawings or other material in the same manner and number as specified above. Except at his own risk, the Contractor shall not undertake work covered by the submittal until the submittal is returned to the Contractor, marked "No Exceptions Taken" or "Make Corrections Noted." 4-4 June 19, 1992 21- 2191 -01 1 -05.4 Conformity with and Deviations from Plans and Stakes Delete the first paragraph and replace with the following: "The Engineer shall provide a minimum of 2 horizontal and 2 vertical control points as shown on the Plans for use by the Contractor. The Contractor shall set any construction stakes and marks needed to establish the lines, grades, slopes and cross sections to govern his work. The Contractor shall take full responsibility for detailed dimensions, elevations and slopes. The Engineer reserves the right to enter the work area to verify the accuracy of all marks and stakes and the accuracy of all excavation and rough grading as needed." 1 -05.5 Construction Stakes (APWA only) 1- 05.5(1) General (APWA only) Delete the first and second paragraphs and replace with the following: "The Engineer shall provide horizontal and vertical control points in accordance with Section 1 -05.4. The Contractor shall assume full responsibility for all construction staking from these control points." 1- 05.5(2) Roadway and Utility Surveys (APWA only) Delete this subsection. 1- 05.5(3) Bridge and Structure Surveys (APWA only) Delete the first and second paragraphs and replace with the following: "For all structural work the Contractor shall retain as a part of Contractor organization an experienced team of surveyors and shall ensure that required field measurements and locations, match and fulfill the intended plan dimensions. The Contractor shall provide all surveys required to complete the structure. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being fabricated." 1 -05.12 Final Acceptance Supplement this Section with the following: Progress estimates shall not be construed as acceptance of any work under this contract. The Owner shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or from recovering damages from any Contract 2B June 19, 1992 4-S 21- 2191 -01 such work or material! 1 -05.14 Cooperation With Other Contractors Supplement this Section with the following: Contract 2B It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the life of this project. a. Daily landfill operations and activities at the Port Angeles Landfill will be in progress. Access to the Landfill will be through the main entrance. There may be other Contractors and consultants on the job site as well as the ongoing landfill operations. The Contractor shall cooperate with the other contractors and staff to ensure that there will be no interference or interruj tion of the existing landfill operations. The Contractor shall not use any of the landfill facilities except as noted in these specifications. b. Construction of the "sludge handling pond" will be in progress during this project. c. The "st )ckpile areas" for stockpiling and removal of excavated materials shall be shared between the Landfill Operations Personnel and the Contractor. d. Minor work for Contract No. 2A, Excavation and Rough Grading, Port Angeles Landfill Expansion may be being completed during startup of this contract. Completion of work at Disposal Sites B and C in Contract No. 2B will be in progress during this Contract. 1 -05.18 On -Site Traffic Control (New Section) The Contractor's construction activities shall be restricted such that the Landfill operations are not adversely impacted. Excavation shall be restricted to the excavation grading plan area, except for drainage facilities re and scale house revisions. Haul routes shall be as direct as possible to disposal sites without interfering with landfill operations. The Contractor shall use the landfill east side road south from the main entrance for ingress and egress to the work areas and the staging areas. He shall not use the road by the scales, the public transfer station, the sedimentation basin and the east side of the active area as a haul route for earthwork, timber or materials other than for immediate work in and around those facilities. 4-6 June 19, 1992 21- 2191 -01 SECTION 1 -06 CONTROL OF MATERIALS 1 -06.1 Source of Supply and Quality of Materials Supplement this Section with the following: Promptly after award of the Contract, the Contractor shall notify the Engineer, in writing, of the proposed sources of materials, suppliers, fabricators and installers including addresses, telephone numbers and names of contact persons. Approval by the Engineer is required for all sources of materials, suppliers, fabricators and installers before delivery is started. See Section 8 -06 for additional submittal information for geosynthetic materials. SECTION 1 -07 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 1 -07.8 Health and Safety Plan (New Section) 1.07.8(1) Health and Safety Laws and Regulations, and Requirements for Hazardous Waste Operations For all work conducted at the iPort Angeles Landfill, the Contractor shall ensure compliance with all requirements of the Federal Occupational Health and Safety Act of 1970 (OSHA), as amended including, OSHA 29 CFR Part 1910 Hazardous Waste Operations and Emergency response, Final rule, and with the Washington Industrial Health and Safety Act of 1973 WISHA), as amended, as they apply to health and safety provisions for hazardous waste operations, and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be specified in other parts of this Contract. If any of these requirements are in conflict, the more stringent requirements shall apply. The Contractor's failure to thoroughly familiarize himself with the aforementioned health and safety provisions shall not relieve the Contractor of responsibility for full compliance with the obligations and requirements set forth therein. Where "Hazardous Waste Operations" is mentioned in the regulations listed above, it shall be interpreted in this Specification to include any persons potentially exposed to contaminated soil, landfill gas, landfill gas condensate, or leachate from the Port Angeles Landfill. The Contractor is cautioned that the aforementioned OSHA and WISHA regulations require, among other items, the following: Contract 2B 1. A site specific Health and Safety Plan. 2. A Site Health and Safety Officer as described in Section 1- 07.8(3) of these Specifications. 3. A provision of Personal Protective Equipment. 4-7 June 19, 1992 21- 2191 -01 1- 07.8(2) Present Site Characterization The Landfill receives mixed municipal solid waste; has a leachate collection, pumping and pretreatment system; and collect and flares landfill gas from the old covered landfill. The exact nature of materials and wastes disposed of at the Landfill is unknown. The possibility exists of encountering gases and /or other substances during the work that may be potentially hazardous to the safety and health of personnel, especially those working in the vicinity of open excavations and pipes venting gases. Since other substances and gases may be present and may be found during work pursuant to the Contract, the Contractor shall consider the possibility of encountering other substances in preparing the Site Safety and Health Program. The work of attaching to the existing refuse cell and leachate collection piping will require working on the existing liner edge. This will include removing soil off the liner edge, trimming the existing liner, placing the new material, welding the liner and exposing and connecting to the existing leachate piping. The Contractor shall be aware of the potential for landfill gas and leachate to be present particularly when working at the existing liner edge. The Contractor shall provide all personnel working on the project with required orientation and training on the potential hazards anticipated and the appropriate use of safety equipment. 1- 07.8(3) Contractor's Responsibility for Health and Safety for Hazardous Waste Operation The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions at the site including health and safety for the authorized persons and property in performance of the Work. This requirement shall be continuous, and shall not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance shall be intended to include review of the Contractor's proposed health and safety measures in, on, or near the construction site and does not relieve the Contractor of responsibility for compliance with applicable laws, regulations, and requirements. The Contractor shall observe and comply with all applicable laws, regulations and requirements of Section 1- 07.8(1) above. Such information, interpretation, or representation of laws, regulations, or ordinances referenced in the Contract Documents shall not take precedence over the law, regulation, or ordinance itself, nor relieve the Contractor of responsibility for determining the true current construction and content of such laws, regulations, and ordinances. 1- 07.8(4) Health and Safety Program for Hazardous Waste Operations The Contractor shall develop and implement for the duration of the work on or around the existing landfill health and safety program for hazardous waste operations for its employees that is in compliance with the laws, regulations and requirements of Section 1- 07.8(1) above. The Contract 2B 4-8 June 19, 1992 21- 2191 -01 program shall incorporate the provisions of the applicable laws, regulations and requirements as well as the following items for its employees involved in hazardous waste operations. The items include, as a minimum (see WAC 296 -62- 3010): Site Characterization and Health Risk and Hazard Analysis Site Control Training Medical Surveillance Engineering controls, work practices and personal protective equipment Monitoring Informational Program Material Handling Decontamination Emergency Response Illumination Sanitation Site Excavation Contractors and Sub- Contractors Standard operating procedures for health and safety Names of key personnel and alternatives responsible for site health and safety Personal protective equipment program Confined space entry procedures Spill containment program In the event the Health and Safety Program implemented for the duration of the work on or around the existing landfill is determined by the Engineer or a regulatory agency to be inadequate to protect the employees and the public, then such plan shall be modified to meet the requirements of the Engineer or those regulatory agencies. 1- 07.8(5) Site Health and Safety Plan for Hazardous Waste Operations The Contractor shall develop and maintain for the duration of work on or around the existing landfill, a written site specific Health and Safety Plan for hazardous waste operations as part of the informational program that will effectively incorporate and implement all applicable requirements. The site Health and Safety Plan shall be submitted by the Contractor to the Engineer within 14 days after receiving Notice to Proceed. The Engineer will review the Health and Safety Plan within 7 days after receipt of the Plan. The Contractor shall appoint a Site Health and Safety Officer who is qualified in accordance with Section 1- 07.8(3) above and authorized to monitor, supervise, and enforce compliance with Site Health and Safety Program and Plan. The Site Health and Safety Plan shall be available on the site for inspection by employees, their representatives, the Engineer and regulatory personnel. The Site Health and Safety Plan shall, at a minimum, include the following considerations: Contract 2B 4-9 June 19, 1992 21- 2191 -01 Confined space entry procedures. Spill containment program. 1- 07.8(6) Notification and Suspension In the event the Contractor's monitoring program detects the presence of a potentially hazardous substance at concentrations at or above established Permissible Exposure Limits or published exposure levels, the Contractor shall immediately notify the Engineer. Following such notifications by the Contractor, the Engineer may notify the various governmental and regulatory agencies concerned with the presence of potentially hazardous substances. Depending upon the type of the problem identified, the Engineer may suspend the work in the vicinity of the material discovery. Following completion of any further testing necessary to determine the nature of the material, the Engineer will decide the manner in which the substance will be handled or disposed of and the actual procedures to be used in resuming the work. Although the actual procedures used in resuming the work shall depend upon the nature and g P g P P extent of the potentially hazardous substance, the Engineer foresees the following alternatives Contract 2B Names of key personnel and alternates responsible for site health and safety and appointment of a Site Health and Safety Officer. Health and safety risk, analysis for each site task and operation. Employee training assignments. Personal protective equipment to be used by employees for each of the site tasks and operations being conducted. Medical surveillance requirements. Frequency and typ of air monitoring, personnel monitoring, and environmental sampling techniques and instrumentation to be used. Methods of maintenance and calibration of monitoring and sampling equipment to be used. Site control measures. Decontamination procedures. Site's standard operating procedures. Emergency response plan including the necessary personal protective equipment and other equipment. 4-10 June 19, 1992 21- 2191 -01 operation as possible: Contractor to resume work as before suspension. Contractor to move work operations to another portion of the site until measures to eliminate any hazardous conditions can be affected. The Engineer will direct the Contractor to dispose of the excavated refuse material at locations determined by the Engineer or at other appropriate and approved sites. If suspect air, soils and /or water is identified by the monitoring program and construction activity is terminated at the suspect location by the Engineer and the Contractor cannot move his operation to another portion of the work, the Contractor shall be compensated for idle time of all equipment in actual use at the time of the potentially hazardous substance identification at the potentially hazardous substance location. The Contractor shall be compensated for those hours or days the equipment is idled until a determination of the condition is made. Labor that is idled and cannot be diverted to other work will be paid through the one -half shift of the day during which the work is suspended. No compensation will be made for overhead, profit and /or any other general expenses. The Contractor shall maintain records in such a manner as to provide the Engineer with a daily report sheet itemizing the equipment (size, type and identification number) idled and the charges for equipment rental. Said daily report sheets shall be signed by the Contractor or an authorized agent of the Contractor. The charges for equipment rental shall not exceed the current AGC /WSDOT Equipment Rental Agreement in effect at the time the equipment is idle. The first 40 hours of rental will be paid at the Blue Book daily rate divided by eight. More than 40 hours but less than or equal to 176 hours will be paid at the weekly rate divided by 40. All equipment rental rates shall be less operating cost. 1 07.8(7) Corrective Actions Appropriate corrective actions are dependent upon the nature and extent to the contamination identified, and will be determined on a case -by -case basis by the Contractor, the Engineer and the regulatory agency having jurisdiction. 1 07.8(8) Measurement No specific unit measurement shall apply to the lump sum item for "Site Health and Safety Plan." Measurement for "Site Health and Safety Officer" will be by the hour for the time when required due to the nature of the work and actually at the site work area performing work as the Site Health and Safety Officer. Measurement for "Personal Protective Equipment, Level B" will be by the hour for each working hour required per person. Contract 2B 4-11 June 19, 1992 21- 2191 -01 Measurement for these items shall be only for the personnel necessary to complete the work as identified in the Site Health and Safety Plan. Total quantities measured for each contract unit bid item shall not exceed the quantities shown on the plans without prior approval of the Engineer. 1 07.8(9) Payment The lump sum contract price for "Site Health and Safety Plan" shall include all costs for the work required to submit a Site Health and Safety Plan for Hazardous Waste Operations that meets the requirements specified in Section 1- 07.8(1) above. The Contractor shall submit the site Health and Safety Plan to the Engineer within 14 days after receiving the Notice to Proceed. The lump sum contract price for "Site Health and Safety Officer" shall include all costs required to provide a site Health and Safety Officer who meets the requirements as specified in Section 1- 07.8(3) and who executes the Health and Safety Program as specified in Section 1 -0- 7.8(4) above. The unit contract price for "Personal Protective Equipment, Level B" shall include all costs for the work required to provide personal protective equipment at level B, as determined necessary and required by the Site Health and Safety Officer for safe work performance. The equipment shall meet the requirements of OSHA 29 CFR, Part 1910.120, Hazardous Waste Operations and Emergency Response. The unit contract price shall also include all costs for a decrease in productivity resulting from the use of the level B protection. Any work necessary to comply with the requirements of this section, but not specifically mentioned, shall be incidental to the Health and Safety Requirements for Hazardous Waste Operations, and all costs therefore shall be included in the unit contract prices for the bid items. 1 07.11 Equal Employment Opportunity Responsibilities Delete the entire Section and replace with the following: Equal Opportunity /Affirmative Action /Facilities Nondiscrimination Contract 2B (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.) 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, I 4-12 June 19, 1992 21- 2191 -01 Contract 2B 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 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 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 he 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 4-13 June 19, 1992 21- 2191 -01 Contract 2B f. The Contractor will not, on grounds of race, color, religion, sex, physical or mental handicap, or national origin: g. orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records and accounts by the contracting agency and the Secretary of Labor for pur of investigations to ascertain compliance with such rules, regulations and orders. 1. Deny an individual any services or other benefits provided under this agreement; 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 agreement; 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 agreement; 4. Deny any individual an opportunity to participate in any program provided by this Agreement through the provision of services or otherwise, or afford an opportunity to do which is different from that afforded others under this Agreement. 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 particip 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. 4-14 June 19, 1992 21- 2191 -01 Contract 2B 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 -07.13 Contractor's Responsibility for Work and Damage Supplement this Section with the following: Monitoring wells and gas probes are located on site and noted on the plans. The Contractor shall locate and protect wells and gas probes and shall take all necessary precautions to avoid disturbing any well casing or gas probe. The Contractor shall not encroach within ten (10) feet of any monitoring well or gas probe. If the Engineer determines that a well casing or gas probe has been disturbed, the Contractor shall be responsible for all damages and repair to the satisfaction of the City and regulatory agencies. This could include replacement of a well which could result in a cost of $50,000 or more for replacement. 1 -07.15 Temporary Water Pollution /Erosion Control (APWA Only) Supplement this Section with the following: Permanent and temporary erosion control measures shall be installed as shown on the Plans. The Contractor shall coordinate temporary erosion control measures with the permanent drainage and erosion control work. The temporary measures shall also be installed in accordance�� with the temporary water pollution /erosion control plan provided by the Contractor and approved by the Engineer, as proposed by the Contractor and approved by the Engineer or ordered by the Engineer. Temporary erosion control measures deemed useful to the Landfill at the completion of this contract will be identified by the Engineer and the Contractor shall be directed to leave those measures in place. Payment will be made for the following bid items that are included in the proposal: 1. "Silt Fencing" per lineal foot provided and installed as a complete unit as detailed on the Plans. 2. "Bale Dams" per each provided and installed as a complete unit as detailed on the Plans. Temporary ditches and berms shall be constructed as required and all costs for this work shall be considered incidental to other work pay items. Permanent ditches shown on the Plans will be paid for in accordance with Section 2 -10. Erosion control matting installation and payment will be in accordance with Section 8 -01. 4-15 June 19, 1992 21- 2191 -01 1 -07.17 Utilities and Similar Facilities Add the following: The existence and approximate location of underground utilities or similar facilities will be indicated in the plans insofar a s it is possible to do so. The existence and approximate locations will be determined by a search of available records; however, additional utilities may be encountered and the locations of the utilities indicated therein may vary from the actual locations of the utilities as indicated. The Contractor shall take the necessary precautionary measures to protect the existing utilities and structures indicated and any of the utilities or structures which may be encountered at the site during construction. Failure of the Owner to show the existence of subsurface objects or fa on the plans shall not relieve the Contractor from the responsibility to make an independent surface check of the project site, nor relieve the Contractor from all liability for damages resulting from the Contractor's operations. The utilities in Clallam County work together in a Council to help prevent accidents and damages to underground facilities. One telephone call to 1- 800 424 -5555, 48 hours prior to digging (excluding weekends and holidays) will relay a message to these utilities, as necessary. These agencies will give assistance in the location of the various utilities, but such assistance shall not relieve the Contract from the responsibility for damage incurred, except where the installations are not located as closely as is normally possible with an electronic pipe locator or meet the additional exception criteria listed herein. Existing underground utilities whether public or private, which are damaged by the Contractor, will be repaired by the utility owner. The Contractor shall be liable for all costs resulting from the damage to a utility if: Contract 2B 1. The utility system is in a standard location adopted by the local jurisdiction, or is indicated in the Plans, and the actual location of any portion of the utility is within 24 inches horizontally of the standard location, or the location indicated on the Plans, or 2. The utility has field located and marked its facilities and the actual location of any portion of the utility is within 24 inches horizontally of said location mark, or 3. The utility system is visible or has become visible or can be reasonably assumed to exist at the location due to visible evidence prior to the damage, or 4. The Contractor has failed to provide the required notification to the utility owner of the utility that has been damaged. The depth of the utility, if indicated, is for the Contractor's convenience only, and the Contractor's responsibility for damage as specified above shall not be altered due to the actual depth being different or other than that indicated on the plans. The Contractor shall notify the proper utility immediately upon breakage or damage to any utility line or appurtenance, or the interruption of their service. He shall notify the proper utility when 4-16 June 19, 1992 21- 2191 -01 his operations may affect the service or cause damage to the utility involved. Any loss of time suffered by the Contractor due to delay and removal or relocation of any utility or other facility by others may be adjusted in accordance with Section 1 -08.8 permitting extensions of time. 1 -07.18 Public Liability and Property Damage Insurance 1- 07.18(4) Evidence of Insurance (APWA Only) Revise Item l.a. "Names the Contracting Agency as an additional insured," to read "Names the Owner and Parametrix, Inc. as an additional insured,." 1- 07.18(5) All Risks Builders Risk Insurance Add the following new subsection: The Contractor shall maintain during the life of the contract, "All Risks Builders Risk Insurance" per the "A.L.S. Contractors Installation or Builder's Risk Form 1967" including Fire and Extended Coverage, Earthquake, Flood and Landslide on a 100 percent completed value basis for the benefit of the Owner, Contractor and all subcontractors as their interests may appear. 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. 1 -07.29 Indemnification (New Section) Contract 2B Hold Harmless and Indemnification The Contractor shall indemnify, defend, and hold harmless Parametrix, Inc. and the City, its elected officials, officers, employees, agents and representatives, from all claims, losses, suits, actions, legal or administrative proceedings, costs, attorneys' fees (including attorneys' fees in establishing indemnification of whatsoever nature), litigation costs, expenses, damages, penalties, fines, judgments, or decrees by reason of any death, injury or disability to or of any person or party, including employees, and /or damage to any property or business, including loss of use, caused in whole or in part by any act, error or omission of the Contractor, Contractor's employees, agents, or subcontractors arising out of or suffered, directly or indirectly, by reason of or in connection with the performance of this Contract or at any time before final acceptance. The Contractor's obligation shall include, but not be limited to, investigating, adjusting, and defending all claims alleging loss from any action, error or omission or breach of any common law, statutory or other delegated duty by the Contractor, Contractor's 4-17 June 19, 1992 21- 2191 -01 employees, agents, or subcontractors. The Contractor's obligations to indemnify, defend, and hold harmless shall apply even if the injuries, death or damages, directly or indirectly, result from, arise out of or relate to, one or more negligent acts or omissions of Parametrix, Inc. and /or City or its elected officials, officers, employees, agents, representatives, or any other party acting for or on behalf of Parametrix, Inc. and /or City, except where caused by the sole negligence and /or willful misconduct of Parametrix, Inc. and /or the City, its agents and its employees acting within the scope of their employment. If the claim, suit, or action for injuries, death, or damages as provided for in the preceding paragraphs of this specification is caused by or results from the concurrent negligence of (a) Parametrix, Inc., the City or the City's agents or employees and (b) the Contractor or the Contractor's agents or employees, the indemnity provisions provided for in the preceding paragraphs of these specifications shall be valid and enforceable only to the extent of the Contractor's negligence. It is specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under the State Industrial Insurance law, Title 51 RCW, solely for the purpose of this indemnification. The Contractor expressly agrees that he has provided for this waiver of immunity in the bid price for this Contract. In addition to any remedy authorized by law, the City may retain so much of the money due the Contractor as deemed necessary by the Owner to assure indemnification until disposition has been made of any suits or claims. SECTION 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Preliminary Matters 1- 08.1(1) Preconstruction Conference (APWA Only) Amend this subsection as follows: The Engineer will provide the Contractor with five (5) copies of the Contract Documents. A preconstruction conference may be held within ten (10) days after the contract award. 1- 08.1(3) Hours of Work (APWA Only) Amend this subsection with the following: Contract 2B Working hours at and near the landfill for this Project are restricted to 7:00 a.m. to 6:00 p.m. as required in this Section. In no cases except emergencies will work be allowed outside of 7:00 a.m. to 10:00 p.m. to comply with City requirements. Landfill normal operating hours are 9:00 a.m. to 5:00 p.m., Monday through Saturday. Permission to 4-18 June 19, 1992 21- 2191 -01 Contract 2B work longer than an 8 -hour period between 7:00 a.m. and 10:00 p.m. shall be requested no later than noon on the working day prior to the day(s) for which the Contractor is requesting permission to work. If the Contractor desires to work on Sundays or Holidays that the landfill is not open, work shall be restricted to the landfill site such that the main entrance gate does not have to remain open. The Owner will provide construction support services as required for overtime conditions at no additional cost to the Contractor, except that if landfill operations personnel are required as determined by the Engineer, the Contractor shall reimburse the Owner for such costs. 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). Phase 1 Description Place the first 100 feet of liner, leachate collection piping and leachate collection layer material 2 Remainder of Project Phasing Schedule 4-19 Time to Completion from initial Notice to Proceed 40 calendar days 90 calendar days As described in Sections 1 -04.2 and 1 -04.6 the Contractor shall commence excavation for Phase 1 after receipt of the initial Notice to Proceed. Time is of the essence on this Contract and the June 19, 1992 21- 2191 -01 Contractor is expedite encouraged to edite excavation of Phase 1 to allow authorization to commence g P Phase 2 at the Engineer's written direction. As described in Section 1 -04.2, if the Contractor is on or ahead of schedule the Engineer with the City's approval may relax the requirement for phasing construction. The Contract time shall commence after receipt of the initial Notice to Proceed. The Contractor will be notified of the actual starting date by letter from the Engineer. 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 the date on which such work was completed, taking into account weather delays and other approved time extensions. Such date shall constitute the date of completion of the Contract. Such notification of date of completion shall not constitute acceptance of work by the Owner (see Section 1 -05.12 Final Acceptance). 1 -08.7 Maintenance During Suspension Delete this Section and replace with the following: In preparation for and during suspensions of the Work pursuant to Section 1 -08.6 of these Specifications, the Contractor shall prevent damage to or deterioration of all portions of the Work which have not received Final Acceptance pursuant to Section 1- 05.12. Suspension of the Work shall not relieve the Contractor of any of the Contractor's responsibilities under the Contract. The Contractor shall maintain all erosion control and stormwater facilities in a clean and free flowing condition in all portions of the Work which have not received Final Acceptance pursuant to Section 1- 05.12. If the Engineer determines that the Contractor failed to pursue the work diligently before the suspension, or failed to comply with the contract or orders, then the Contractor shall maintain the erosion control and stormwater facilities in use during suspension. In this case, the Contractor shall bear the maintenance costs. If the Contractor fails to maintain I the facilities, the Contracting Agency will do the work and deduct all resulting costs from payments due to the Contractor. If the Engineer determines that the Contractor has pursued the work diligently before the suspension, then the Contractor will do the routine maintenance work and shall be paid in accordance with Section 1 -09.6 Force Account. 1 -08.9 Liquidated Damages Delete the first paragraph and replace with the following: Contract 2B June 19, 1992 9-20 21- 2191 -01 SECTION 1 -09 MEASUREMENT AND PAYMENT 1 -09.9 Payments (APWA Only) 1- 09.9(1) Progress Payments (APWA Only) Amend this subsection as follows: Progress payments will be prepared by the Contractor and approved by the Engineer. Contract 28 Time is of the essence for this Contract. Any delay in the prosecution of the work will inconvenience and be expensive to the Owner. The costs to the Owner in the administration of the Contract, including engineering, inspection, and supervision will be increased by such delays. Significant damages that may be incurred by a delay could include disposal charges for refuse at an alternative disposal site, loss of revenue from public disposal, and increased operations, supervisory, and administrative costs. As liquidated damages to the Owner caused by the failure to complete either Phase 1 or Phase 2 excavation and liner and leachate layer construction of this Contract within the stipulated time periods, the Contractor agrees to pay and authorizes and directs the Owner to deduct from any money due or coming due to the Contractor the sums calculated per the liquidated damages formula in paragraph two of Section 1 -08.9 of the Standard Specifications. Additional damages resulting from hauling, processing and disposal of solid waste at an alternative site will be considered if applicable. 4-21 June 19, 1992 21- 2191 -01 I DIVISION 2 EARTHWORK 1 SECTION 2 -03 ROADWAY EXCAVATION AND EMBANKMENT I 2 -03.1 Description Delete and replace this Section with the following: I The work includes all excavation, embankment, haul, materials, subgrade, grading and g ,g g I subgrade preparation necessary for installation of the perimeter roads, soil barrier layer, bentonite, soil barrier layer with amendment (as required), leachate collection layer and leachate piping as shown on the Plans. All work described herein must reasonably I conform to the alignment, grade, and cross sections shown in the Plans or as established by the Engineer. I Initial excavation for this project is being performed under Contract No. 2A, Excavation and Rough Grading. Excavation for this Contract No. 2B will commence when excavation for Contract No. 2A is terminated. A survey will be made for calculating I quantities at this time. The Grading Plan for Excavation and Rough Grading from Contract No. 2B is included in Attachment D to these Contact Documents. I In order to provide the earliest possible area for continued landfill operation the Contractor shall begin excavation in the Phase 1 portion of the work prior to the subsequent phases by working from north to south. The Contractor shall begin this work I upon receipt of notice to proceed in accordance with Section 1 -08.5. Subsequent phases will be excavated to the extent shown in the Plans. Upon demonstration by the Contractor that the excavation and liner construction in the Phase I area is proceeding on I schedule the subsequent excavation may begin or occur simultaneously. This will be dependent upon the Contractor's ability to demonstrate to the Engineer that simultaneous construction activities will not impact the early completion of the Phase I areas of I excavation and liner placement in Phase 1. I Designated disposal sites for excavated soil are fill areas within the excavation, Disposal Site A, and up to 5,000 cubic yards of soil placed within the active portion of the landfill at the discretion and direction of the Engineer. I All work described herein shall reasonably conform to the alignment, grade, and cross sections shown in the Drawings or established by the Engineer. The Contractor shall I maintain a tolerance of plus or minus 0.5 foot for rough grading and plus or minus 0.1 foot for grading, soil barrier layer, leachate collection layer, and perimeter roads as shown on the Drawings. If the Contractor overexcavates beyond this tolerance the I Engineer may require replacing the material in accordance with 2- 03.3(14)C Method B. I Contract 2B June 19, 1992 4-22 21- 2191 -01 On -site and off -site haul routes will be established, maintained and restored by the Contractor. Other work included will be surface water control and erosion control features, and stockpile construction. This includes new sedimentation traps as shown on the Drawings. Also the existing bird line pole in the location of the west sedimentation trap is to be removed and stored as directed at no additional cost. 2 -03.2 Materials (New Section) Materials will be classified as: (1) general excavation material, (2) excavation, (3) glacial till, (4) soil barrier layer, (5) bentonite, (6) soil barrier layer with bentonite amendment (as required), (7) leachate collection layer, and (8) embankment. The Engineer shall determine at the time of excavation the category of the excavated material. General excavation and excavation material are defined as on -site soils which consist primarily of gravelly sands and gravel silty sand. The material shall be disposed of in stockpiles /fills as shown on the Drawings and as directed by the Engineer. General excavation is the material to be removed to the rough grading plan as shown in Contract No. 2A, Grading Plan, Sheet 3. Excavation is the material to be removed from the rough grading plan to the subgrade as shown on Sheet 4, Excavation Grading Plan, Contract No. 2B. Glacial till is defined as material with a minimum of 40 percent by weight passing the U.S. No. 200 sieve, and as approved by the Engineer. While it is not anticipated significant glacial till will be encountered during excavation, in the event a significant deposit is found the Contractor shall dispose of this material at the south end of the existing low permeable material stockpile as directed by the Engineer. Soil barrier layer is defined as existing glacial till stockpile that has previously been processed and stockpiled on site. The material was mostly screened to remove particles larger than 1 inch. The intent is to provide a barrier layer with a permeability of 1x10 -6 cm /sec or less. The material has been tested (See Appendix B) and can meet this criteria if the fines content smaller than a No. 200 sieve is greater than 40 percent and moisture content and density are controlled during placement and compaction. The Engineer will monitor loading and placement of this material and will have the authority to reject material unsuitable due to inclusion of course grained soils or deleterious material. The Engineer may also require removal of any oversized material. Oversize material may be removed by hand picking or other Contractor method approved by the Engineer. Oversize material is estimated to be less than percent and is to be disposed at Disposal Site B. If sufficient acceptable existing glacial till stockpile material is not available the Engineer may direct use of bentonite amendment together with material and placement specifications. Placement of this bentonite amended soil would be paid for by lump sum unit price for bentonite material furnished and unit contract price for mining and placement of the material. The Contract 2B 4-23 June 19, 1992 21- 2191 -01 I I bentonite material will be as specified in Section 9- 03.23. I Leachate collection layer shall be as specified in Section 9- 03.21. 2 -03.3 Construction Requirements I 2- 03.3(7) Disposal of Surplus Material 1 2-03.3(7)A General I Delete and replace this Section with the following: The Contractor shall haul and dispose of all excavation to the disposal sites shown on the I Drawings and as directed by the Engineer. Disposal Site A, adjacent to the west, is available for placement of excavated material. If the Engineer elects to dispose of up to 5,000 cubic yards excavated material in the active portion of the landfill, the Contractor I shall place the directed amount which will be deducted from placement in Disposal Site A. No payment will be made for disposal to the active landfill for up to 5,000 cubic yards. Existing surface water infiltration basins within the excavation are to be filled as I shown on the Drawings and paid for as embankment by the cubic yard. 2- 03.3(7)B Haul Delete and replace this Section with the following: I All haul costs associated with disposal in the sites described above shall be included in the respective bid item for disposal. The Contractor shall be responsible for any haul route construction, maintenance and restoration necessary to gain access to each disposal I site. Haul to Disposal Site A adjacent to the west side of the landfill shall be from on site I roads existing or constructed by the Contractor. The haul routes shall be such that they are coordinated with other landfill activities and do not unduly interfere with landfill I operations. Haul to the active portion of the landfill, if used, will be over the existing road at the I bottom of the excavation. The liner is near the surface along the south edge of the existing landfill which will require the Contractor to exercise caution and protect the liner from damage. I Glacial till, if encountered in significant quantities, will be hauled on -site to the south end of the existing glacial till stockpile as directed by the Engineer. I Soil barrier layer, sacrificial soil layer, and leachate collection layer shall meet the requirements of Sections 2- 03.3(14)K and 9 -03.21 of these Specifications. I Contract 2B June 19, 1992 4-24 21- 2191 -01 I 2- 03.3(14)B Earth Embankment Construction Supplement this Section with the following: 2- 03.3(14)C Compacting Earth Embankments Supplement this Section with the following: "Fill within the expansion shall conform to Method C." 2- 03.3(14)D Compaction and Moisture Control Tests Contract 2B Earth embankment construction includes placement of the excavated materials in the stockpile. The material shall be placed in horizontal layers of uniform thickness and to the grades and lines where shown on the Drawings. The stockpiled material shall be compacted by spreading with tracked equipment and /or by routing hauling equipment over the material using Method A Section 2- 03.3(14)C unless otherwise specified herein. The stockpiled material shall be placed to a minimum of 80 percent of maximum density. All side slopes shall be placed to a maximum of 2 horizontal to 1 vertical and the tops shall be sloped to drain to the perimeter a minimum of 2 percent unless otherwise shown or directed by the Engineer. Material placed in the fine grading area shall be placed with compacting equipment necessary to achieve compaction density specified below. If sufficient acceptable stockpiled glacial till is not available for soil barrier layer the Engineer may direct the Contractor to implement the alternative of amending the glacial till with bentonite and placing the mixture. Maximum density and optimum moisture content for granular soils will be determined using test method ASTM D1557 and for the sacrificial and soil barrier layer will be determined using test method ASTM D698. The Owner will provide compaction testing. 2- 03.3(14)K Sacrificial and Soil Barrier Layer (New Section) (Bentonite Amendment) All material shall be from the on -site glacial till stockpile and be approved by the Engineer prior to use in the sacrificial and soil barrier layers. The material shall be free of organic matter or other deleterious substances. The Engineer will observe placement and perform compaction tests necessary to assure proper compaction. The Engineer will have the authority to reject materials from the stockpile deemed unsuitable due to inclusion of coarse grained soils or other deleterious material. The sacrificial and soil barrier layers shall be constructed on the bottom and slopes of the landfill in accordance with the lines and grades shown on the plans. 4-25 June 19, 1992 21- 2191 -01 The sacrificial soil layer shall be placed in one lift and compacted to 95 percent of the maximum dry density. Each lift of soil barrier layer above the sacrificial layer shall be placed and moisture conditioned to a moisture content of 1 percent below optimum moisture content or wetter as defined by ASTM D698. The soil shall also be compacted to at least 95 percent of the maximum dry density as defined by ASTM D698. Compaction shall be with Caterpillar 815B or other sheepsfoot rollers approved by the Engineer. After compaction of a lift, the surface shall be scarified to a depth of 1 -inch prior to the placement of the next lift unless the compaction and earthmoving equipment leave a surface sufficiently roughened to tie the two lifts together. If, in the opinion of the Engineer, the surface of any compacted layer is too dry to bond properly with the layer of material to be placed thereon, it shall be moistened before the next overlying layer is placed. The completed soil barrier layer shall be rolled with a smooth drum roller. The finished surface shall be smooth, and free of protruding rocks, stones, and any objects that may damage the geomembrane. Drying of the soil barrier layer to a moisture content less than optimum moisture shall be prevented prior to placement of overlying materials. Any drying or cracking shall be repaired by wetting; discing; removal, if necessary; and recompacting to the satisfaction of the Engineer. If the soil barrier layer becomes excessively wet due to overwatering or precipitation, it shall be removed, moisture conditioned, replaced and recompacted to the satisfaction of the Engineer. If bentonite amending is implemented for the soil barrier layer the Contractor shall mix the bentonite and glacial till in the proportion as specified by the Engineer. The mix shall be made with a pugmill, asphalt reclaimer machine or such other equipment as approved by the Engineer. The material shall be placed in accordance with this Section for the sacrificial and soil barrier layers. The Contractor shall provide certification the bentonite material is as specified prior to delivery. 2 03.3(14)L Qualit Control of Soil Barrier Layer (New Section) All work shall be performed under the continuous observation of the Engineer. During construction of the soil barrier layer, the Engineer shall have complete authority to order an immediate stoppage of the work due to inclement weather, the use of improper construction procedures; or for any reason that, in his sole opinion, may result in defective work. Contract 2B The glacial till shall be placed in lifts, moisture conditioned, and compacted. The lift thickness shall not exceed 6 inches after compacting. Tests on the soil barrier layer shall be performed as discussed below: 4-26 June 19, 1992 21- 2191 -01 Moisture /Density Tests In -place moisture and density tests shall be performed by the Engineer. One moisture /density test shall be performed at an approximate frequency of one per 250 cubic yards placed. The Contractor shall cooperate fully with any testing. The Engineer shall backfill all holes as a result of density tests with bentonite pellets hand tamped into place. Sufficient laboratory tests shall be performed to provide a basis for calculating relative compaction. This shall include, at a minimum, performing tests when: materials change; sources change; or relative compaction, density or moisture control results 'indicate changes in material type. 2- 03.3(14)M Leachate Collection Layer (New Section) Material for the leachate collection layer at the Contractor's option may come from off -site sources as approved by the Engineer or may be processed on -site material. Either off -site or on -site material shall meet the gradation specification in Section 9- 03.21. The intent is to provide a well graded material with a minimum permeability of 1x10 cm /sec which is stable when placed on the textured geomembranes on the side slopes and is trafficable for initial waste placement on the bottom. The Engineer will monitor the material as set forth in the attached Construction Quality Assurance Plan and may reject any material not conforming to those Specifications. The leachate collection layer shall be constructed on the bottom and side slopes of the landfill in accordance with the lines and grades shown on the Plans. I The leachate collection layer', shall be placed in one, 24 -inch lift and not compacted. Caution shall be taken to assure the underlying geomembrane is not damaged. The Contractor shall exercise caution and shall alter placement method if damage to the liner has occurred or is eminent. If necessary the Engineer may require low ground pressure equipment, temporary roadway or other methods. 2.03.3(14)N Miscellaneous Construction (New Section) The section of ditch to be abandoned shall be filled with embankment material. The embankment material is to be mounded over the ditch and compacted by wheel rolling. Access into the landfill from the temporary access road in the bottom of the excavation over the edge of the liner is to be constructed from embankment material. The material shall be placed in horizontal layers of uniform thickness. The embankment material shall be compacted using Method C Section 2-03.3(14)C. All side slopes shall be placed to a maximum of 2 horizontal to 1 vertical. Contract 2B 4-27 June 19, 1992 21- 2191 -01 I 1 2 -03.4 Measurement I Delete and replace this Section with the following: Excavation and embankment will be measured by the in place cubic yard. Material will I be measured in its original position by cross sectioning. After all excavation has been completed, the site will be cross sectioned again. The quantity for payment will be the I difference in in place volume between the two cross sections. General excavation and excavation will be separated by calculating excavation as the theoretical difference between the Grading Plan Sheet 3 from Contract No. 2A and the Excavation Grading I Plan Sheet 4 from Contract No. 2B. General excavation will then be the difference between the cross sectional quantity and the calculated excavation quantity. I Sacrificial soil layer, soil barrier layer and leachate collection layer will be measured by the horizontal area placed multiplied by the layer thickness shown on the Plans. I Measurement shall be made within one week after completion of placement or excavation of material. Surveying and quantity estimating will be the responsibility of the Owner. I Bentonite material will be measured for by the ton. 2 -03.5 Payment I Delete and replace this Section with the following: I Compensation for the cost necessary to complete the work as described in Section 2 -03 will be made at the contract unit price only for the pay items listed or referenced below: I "Excavation, General," per cubic yard "Excavation," per cubic yard "Embankment," per cubic yard I "Sacrificial Soil Layer," per cubic yard I "Soil Barrier Layer," per cubic yard Leachate Collection Layer," per cubic yard I "Bentonite" per ton 1 "Soil Barrier Layer with Bentonite Amendment" per cubic yard I Contract 2B June 19, 1992 4-28 21- 2191 -01 Contract 2B The unit contract price for "Excavation, General" and "Excavation," shall be full pay for excavating, loading and stockpiling of the material. Ditching for excavation area access road is incidental to contract price for excavation. Restoration of the excavation area access road after completion of construction is incidental to the contract price for excavation. This price includes pay for removing from the surface of a site any material not suitable for embankment, as required by these specifications, the Drawings, and as directed by the Engineer. Also to be included as incidental to excavation are all costs to excavate sedimentation ponds, placement of all materials including earthwork, rock, and pipe outlets. No additional payment will be made for sedimentation ponds as shown on the Drawings. The unit contract price for "Embankment" shall include all costs for materials, labor, equipment and incidentals required to haul, place and compact the stockpile /fill material, in accordance with these Specifications, the Drawings, and as directed by the Engineer. This shall include all costs for constructing, maintaining and restoring all hauls roads associated with obtaining access to disposal areas including but not limited to crossings, cuts, embankments, culverts, ditching, erosion control and dust control. Construction of the leachate collection trenches including excavation, embankment, shaping shall be incidental to this work and no additional payment will be made. The unit contract price for "Sacrificial Soil Layer," "Soil Barrier Layer," and "Leachate Collection Layer" shall be full pay for all costs for materials, labor, equipment and incidentals required to excavate or furnish in the case of the leachate collection layer, haul, place, moisture condition and compact the materials in accordance with the Specifications, the Drawings and as directed by the Engineer. This shall include all costs of constructing, maintaining and restoring all haul roads associated with obtaining and placing glacial till and leachate collection material including but not limited to crossings, cuts, embankments, culverts, ditches, erosion control and dust control. Also included shall be all costs of processing the on -site material for the leachate collection layer if the Contractor elects to use on -site material. Construction and materials for the geomembrane liner termination at the top of slopes, the south end liner termination and dam and access into the landfill are incidental to this Contract and no specific bid item is provided. This includes all excavation, subgrade preparation, compaction, backfill, embankment and haul. Filling in of the abandoned ditch and completion of the access road into the bottom of the landfill shall be incidental to the work and no specific payment will be made. The unit contract price for "Bentonite" shall be full pay for furnishing the material on- site for mixing with the glacial till. The quantity of bentonite is based on 175 pounds per cubic yard which may vary as determined by the Engineer. 4-29 June 19, 1992 21- 2191 -01 The unit contract price for "Soil Barrier Layer with Bentonite Amendment" shall be full pay for all costs for labor, equipment and incidentals required to handle, mix, place and compact the amended glacial till in accordance with the Specifications, Drawings and as directed by the Engineer. The quantities of bentonite and soil barrier layer with bentonite amendment may vary from 0 to a quantity to be determined by the Engineer in accordance with Section 1 -04.6. If the Engineer does not order use of bentonite amendment, mobilization /demobilization for bentonite amendment will not be paid. SECTION 2 -06 SUBGRADE PREPARATION 2 -06.1 Description Delete and replace with the following: The subgrade will be considered as those existing areas and surfaces upon which additional materials are to be placed under this contract, or which are to be constructed or prepared for the future placement thereupon of other material in accordance with the Standard Specifications. 2 -06.3 Construction Requirements Add the following: All compaction of subgrade base materials shall conform to section 2- 06.3(1) of the Standard Specifications. 2- 06.3(1) Subgrade for Surfacing Modify and add the following to this section: Subgrade soils for roads shall be compacted to 95 percent of maximum density as specified herein. All other subgrade soils shall be compacted to 90 percent of maximum density, as determined using the Modified Proctor (ASTM D1557). Cut slopes do not require compaction of the subgrade, only removal of any loose soils. If the steep side slopes are constructed of fill, recompaction of the body of the fill and the resulting surface to 90 percent density shall be required. Compaction testing shall be performed at the expense of the Owner. SECTION 2 -10 DITCH AND CHANNEL EXCAVATION 2 -10.3 Construction Requirements Supplement this Section with the following: Soil excavated from the construction and cleaning of surface water ditches shall be stockpiled in Disposal Site A or as directed by the Engineer. Contract 2B Existing ditches will be cleaned as directed by the Engineer and prior to placement of erosion control matting. The cleaning will remove any accumulated sediment in the ditch and leave existing bale dams intact. 4-30 June 19, 1992 21- 2191 -01 2 -10.5 Payment Supplement this Section with the following: Ditch construction for this Contract will be considered incidental to other work and no special payment will be made for this item. SECTION 2 TRIMMING AND CLEAN Delete and replace with the following: The Contractor shall, as directed by the Engineer, remove from the Owner's property and from all public and private property, at his own expense, all temporary structures, rubbish, and waste materials resulting from his operations. Throughout the period of construction, the Contractor shall keep the site clean and free from all rubbish and debris and shall promptly clean up all or any portion of the site when notified to do so by the Engineer. Care shall be taken to prevent spillage on the streets over which hauling is done, and any such spillage or debris deposited on streets due to Contractor's operations shall immediately be cleaned up. The Contractor shall promptly remove from any parts of the working area all unused materials, surplus earth, and debris. Construction areas shall be left in a clean, neat and acceptable condition at the earliest time following completion of that portion of work. In the event that the Contractor fails to comply with the orders of the Engineer regarding clean- up, the Engineer may require the Contractor to cease progress on any or all parts of the work under the Contract until the unsatisfactory condition is corrected. The Engineer may order such clean -up work performed by others and the costs therefore deducted from payments due the Contractor. No additional compensation will be allowed as a result of such suspension. During all phases of the construction work, the Contractor shall take precautions to abate a dust nuisance or a wind blown sand nuisance, by clean -up, sweeping, sprinkling with water, or other means as necessary to accomplish results satisfactory to the Engineer. Upon completion of the work and prior to final inspection, the entire site of operations shall be cleared of equipment, unused materials, and rubbish, so as to present a clean and neat appearance. All costs of "clean -up" including all charges for water, shall be incidental to the construction and costs shall be included in other bid items. Contract 2B 4-31 June 19, 1992 21- 2191 -01 DIVISION 6 STRUCTURES SECTION 6 -04 TIMBER STRUCTURES 6 -04.3 Construction Requirements 6- 04.3(19) General Framing (New Section) Provide materials in the quantities needed for the Work shown on the drawings, and meeting or exceeding the following standards of quality: 1. Horizontal framing members: Douglas Fir Hemlock, Table 1, Construction Guide. 2. Vertical framing members: Douglas Fir Hemlock, Table 1, Standard grade. 3. Plywood: a. Sheathing: Structural II, C -C, exterior; or sheathing with exterior; or standard sheathing with exterior glue. b. Soffiting: Weyerhaeuser prefinished siding /panel 15 with matching moldings. Color to match existing color. 4. Building paper: Kraft paper complying with Fed Spec UU- B -790a. 5. Wood preservative: Ammoniacal cooper arsenite, or 5% solution of pentachlorophenol. 6. Rough hardware: Contract 2B a. Steel items: (1) Comply with ASTM A36. (2) Use galvanized at exterior locations. b. Machine bolts: Comply with ASTM A307. c. Lag bolts: Comply with Fed Spec FF -B -561. d. Nails: (1) Use common except as otherwise noted; (2) Use galvanized at exterior locations. e. Joint hangers: Simpson, Teco, or equal as approved by the Engineer. 7. Exterior trim: Western Red Cedar; select tight knot in as long lengths as possible. 4-32 June 19, 1992 21- 2191 -01 8. Interior trim: Hem Fir; clear, vertical grain in as long of lengths as possible. 6- 04.3(19)A General 1. In addition to framing operations normal to the fabrication and erection indicated on the Drawings, install wood blocking and backing required for the work of other trades. 2. Set horizontal and sloped members with crown up. 3. Do not notch, cut, or bore members for pipes, ducts, or conduits, or for other reasons except as shown on the drawings or as specifically approved in advance by the Engineer. 6- 04.3(20) Blocking and Bridging (New Section) 6- 04.3(20)A Blocking Install blocking as required to support items to finish and to cut off concealed draft openings, both vertical and horizontal, between ceiling and floor areas. 6- 04.3(20)B Bridging 1. Install wood dross bridging (not less than 2" x 3" nominal), metal cross bridging of equal strength, or solid blocking between joists where the span exceeds 8'- 0 2. Provide maximum distance of 8'- 0" between a line of bridging and a bearing. 3. Cross bridging may be omitted for roof and ceiling joists where the omission is permitted by code, except where otherwise indicated on the Drawings. 4. Install solid blocking between joists at points of support and wherever sheathing is discontinuous. Blocking may be omitted where joists are supported on metal hangers. 6- 04.3(21) Alignment (New Section) On framing members to receive a finished surface, align the finish subsurface to vary not more than 1/8" from the plane of surfaces of adjacent furring and framing members. 6- 04.3(22) Installation of Plywood Sheathing (New Section) Protect plywood from moisture by use of waterproof coverings until the plywood in turn has been covered with the next succeeding component or finish. Contract 2B 4-33 June 19, 1992 21- 2191 -01 Placement: 1. Place plywood with face grain perpendicular to supports and continuously over at least two supports, except where otherwise shown on the Drawings. 2. Center joints accurately over supports, unless otherwise shown on the Drawings. 6- 04.3(23) Fastening (New Section) Unless otherwise shown on drawings, comply with Table 25 -G, Table 25 -H and Table 25 -Q of the Uniform Building Code, 1991 edition. 6- 04.3(23)A Nailing 1. Use only common wire nails or spikes of the dimension shown on the Nailing Schedule, except where otherwise specifically noted on the Drawings. 2. For conditions not covered in the Nailing Schedule provide penetration into the piece receiving the point of not less than 1/2 the length of the nail or spike, provided, however, that 16d nails may be used to connect two pieces of 2" (nominal) thickness. 3. Nail without splitting wood. 4. Prebore as required. 5. Remove split members and replace with members complying with the specified requirements. 6- 04.3(23)B Bolting 1. Drill holes 1/16" larger in diameter than the bolts being used. 2. Drill straight and true from one side only. 3. Do not bear bolts threads on wood, but use washers under head and nut where both bear on wood, and use washers under all nuts. 6- 04.3(23)C Screws 1. For lag screws and wood screws, prebore holes same diameter as root of threads, enlarging holes to shank diameter for length of shank. 2. Screw, do not drive, lag screws and wood screws. Contract 2B 4-34 June 19, 1992 21- 2191 -01 I I SECTION 6 -08 WATER PROOFING I 6 -08.1 Description Supplement this section with the following: 111 Provide joint sealants of type, grade, class, hardness and similar characteristics of material to comply with manufacturer's recommendations relative to exposures, weather I conditions and other factors of the joint system for best possible overall performance. Joint sealers are required to permanently maintain airtight and waterproof seals, without failures in joint movement accommodation, cohesion, adhesion (where applicable), I migration, staining, and other performances as specified. I 6 -08.2 Materials Supplement this section with the following: I ELASTOMERIC SEALANTS I Provide materials selected for compatibility with each other and with substrates in each joint system; confirm with manufacturer. Color shall match surrounding construction. I A. Single- Compound Polysulfide Sealant: ASTM C 920 Type S Class 25, or FS TT-S- 00230C Class A; nonsag, exempt self leveling where joints are horizontal. Provide bituminous modified product where recommended by manufacturer. I B. Nonporous -Bond Type Silicone Sealant: Acid type, 1 -part, nonsag; ASTM C 920 Type S Class 25, or FS TT- S- 001543A Class A; recommended by manufacturer for exterior I nonporous joint surfaces. C. Porous -Bond Type Silicone Sealant: Nonacid type, 1 -part, nonsag; ASTM C 920 Type I S Class 25, or FS TT- S- 001543A Class A; recommended by manufacturer for exterior use where one or both surfaces are porous. I NON ELASTOMERIC SEALANTS AND CAULKING COMPOUNDS I A. Butyl Rubber Sealant: FS 17-S- 001657, 75% minimum solids. B. Preformed Butyl Rubber Sealant: Vulcanized butyl rubber or butyl /polyisobutylene, plus I inert pigment, 95% solids, nonsag, 24 -hour tack -free, paintable, non staining, coiled with release paper. I C. Polybutene Mastic Sealant: Non drying, non skinning, non hardening, low- viscosity mastic, recommended by manufacturer for shear -type movement in small joints, either built or preformed ribbon on release paper. I Contract 2B June 19, 1992 4-35 21- 2191 -01 I D. Polysiobtylene Mastic Sealant: Non drying, non skinning, non hardening, non migrating, heavy bodied mastic, recommended by manufacturer for shear -type movement in large joints, either bulk or preformed ribbon on release paper. JOINT FILLERS AND SEALANT BACKERS A. Sealant Backer Rod: Non- absorptive closed -cell (or jacketed open -cell) Compressible /flexible plastic or rubber rod stock which is compatible with sealant (polyethylene, butyl, neoprene, polyurethane, PVC). B. Bond Backer Tapes: Polyethylene or other plastic tape which will not bond to sealant, self adhesive. 6-08.3 Construction Requirements Supplement this section with the following: A. Clean joint surfaces and prime or seal as recommend by sealant manufacturer. B. Support sealants from back with construction as shown, or with joint filler or backer rod. C. Install sealants to "hour- glass" section profile and as follows: 1. Elastomeric Sealants. Depth equal to 50% of normal joint width, but not more than 1/2" and not less than 1/4 2. In- Elastomeric Sealants. Depth in range of 75% to 125% of normal joint width. D. Install liquid sealants by proven methods which will ensure complete "wetting" of joint bond surfaces; without gaps or air pockets in beads, slightly concave on surface and slightly below adjoining surfaces, except form slight cove with sealant at inverted corner joints. E. Bond or "weld" ends of gasket members to form a continuous, uninterrupted seal; miter and bond /weld corners or provide molded corner units. SECTION 6 -11 CONCRETE MASONRY STRUCTURES (New Section) 6 -11.1 Description This section covers the work required to erect, complete the reinforce concrete masonry units (CMU) structure as shown on the drawings. Work shall comply with ACI 530.1 /ASCE 6 "Specifications for Masonry Structures Contract 2B 4-36 June 19, 1992 21- 2191 -01 6 -11.2 Material 6- 11.2(1) Concrete Masonry Units 6- 11.2(1)A General Comply with referenced standards and other requirements indicated below. Provide special shapes where required for lintels, corners, jambs, sash, control joints, headers, bonding and other special conditions. 6 11.2(1)B Concrete Block Provide units complying with characteristics indicated below. 1. Grade N -1. 2. Size: Manufacturer's standard units with nominal face dimensions of 16" long x 8" high (15 -5/8" x 7 -5/8" actual) x 8" thickness. 3. Type I, moisture controlled units. 4. Exposed Faces: Manufacturer's standards color and texture for all units. Where indicated, provide units with split faced exposed faces. 5. Hollow Loadbearing Block: ASTM C 90 and as follows: Minimum Compressive Strength: 1500 psi Weight Classification: Medium weight. 6 11.2(2) Mortar and Grout Materials A. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for cold weather construction. Provide natural color or white cement as required to produce required mortar color. B. Ready -Mixed Mortar: Cementitious materials, water, and aggregate complying with requirements specified in this article, combined with set controlling admixtures to produce a ready -mixed mortar complying with ASTM C 1142. C. Hydrated Lime: ASTM C 207, Type S. D. Aggregate for Mortar: ASTM C 144, except for joints less than 1/4 inch use aggregate graded with 100 percent passing the No. 16 sieve. Contract 2B 4-37 June 19, 1992 21- 2191 -01 1. White Mortar Aggregates: Natural white sand or ground white stone. 2. Colored Mortar Aggregates: Ground marble, granite, or other sound stone, as required to match existing. E. Aggregate for Grout: ASTM C 404. F. Water: Clean and potable. 6- 11.2(3) Reinforcing Steel Steel Reinforcing Bars: Billet steel complying with ASTM A 615, Grade 60. 6- 11.2(4) Miscellaneous Hardware 6- 11.2(4)A Steel Plates and Bars ASTM A 36, hot -dip galvanized to comply with ASTM A 123 or ASTM A 153, Class B3, as applicable to size and form indicated. 6- 11.2(4)B Anchor Bolts Steel bolts complying with A 307, Grade A; with ASTM A 563 hex, nuts and, where indicated, flat washers; hot -dip galvanized to comply with ASTM A 153, Class C; of diameter and length indicated and in the following configurations: 1. Headed bolts. 2. Nonheaded bolts, straight. 3. Nonheaded bolts, bent in manner indicated. 6 -11.3 Masonry Cleaners Proprietary Acidic Cleaner: Manufacturer's standard- strength, general purpose cleaner designed for removing mortar /grout stains, efflorescence, and other new construction stains from new masonry surfaces of type indicated below without discoloring or damaging masonry surfaces; expressly approved for intended use by manufacturer of masonry units being cleaned: 1. For masonry not subject to metallic oxidation stains, use formulation consisting of a concentrated blend of surface acting acids, chelating, and wetting agents. 2. For dark colored masonry not subject to metallic oxidation stains, use formulation consisting of a liquid blend of surface acting acids and special inhibitors. 3. Available Products: Subject to compliance with requirements, a product that may be used to clean unit masonry surfaces includes, but is not limited to, the following: Contract 2B 4-38 June 19, 1992 21- 2191 -01 a. "Sure Klean No. 600 Detergent," ProSoCo, Inc. b. "Sure Klean No. 101 Lime Solvent," ProSoCo, Inc. c. "Sure Klean Vana Trol," ProSoCo, Inc. 6-11.4 Mortar and Grout Mixes Do not add admixtures including coloring pigments, air- entraining agents, accelerators, retarders, water repellent agents, antifreeze compounds, or other admixtures, unless otherwise indicated. Do not use calcium chloride in mortar grout. 6- 11.4(A) Mortar for Unit Masonry Comply with ASTM C 270, for job -mixed mortar and ASTM C 1142 for ready -mixed mortar, Type S with a minimum compressive strength of 2000 psi in 28 days. Limit cementitious materials in mortar to portland cement -lime. Concrete masonry units will be tested by qualified independent testing laboratory for strength, absorption, and moisture content per ASTM C 140. 6- 11.4(B) Grout for Unit Masonry Comply with ASTM C 476. One part Portland Cement to 2 1/4 to 3 parts Masonry Sand: Minimum compressive strength 2500 psi in 28 days, slump 11 inches. 6-11.5 Laying Masonry Walls Layout walls in advance for accurate spacing of surface bond patterns with uniform joint widths and for accurate locating of openings, returns, and offsets. Avoid the use of less- than half -size units at corners, jambs, and where possible at other locations. Lay up walls to comply with specified construction tolerances, with courses accurately spaced and coordinated with other construction. Lay exposed masonry in running bond pattern. Do not use units with less than nominal 4" horizontal face dimensions at corners or jambs. Use special shaped units where shown, and as required for corners, jambs, sash, control joints, lintels, bond beams and other special conditions. Stopping and Resuming Work: In each course, rack back 1/2 -unit length for one -half running bond; do not tooth. Clean exposed surfaces of set masonry, wet clay masonry units lightly (if required), and remove loose masonry units and mortar prior to laying fresh masonry. Contract 2B 4-39 June 19, 1992 21- 2191 -D1 Built -In Work: As construction progresses, build -in items specified under this and other Sections of the Specifications. Fill in solidly with masonry around built -in items. 1. Fill space between hollow metal frames and masonry solidly with mortar, unless otherwise indicated. 2. Where built -in items are to be embedded in cores of hollow masonry units, place a layer of metal lath in the joint below and rod mortar or grout into core. 3. Fill cores in hollow concrete masonry units with grout 3 courses (24 inches) under bearing plates, beams, lintels, posts, and similar items, unless otherwise indicated. Maintain vertical continuity of core or cell cavities, which are to be reinforced and grouted, to provide minimum clear dimension indicated and to provide minimum clearance and grout coverage for vertical reinforcement bars. Keep cavities free of mortar. Solidly bed webs in mortar where adjacent to reinforced cores of cells. Where horizontal reinforced beams (bond beams) are shown, use special units or modify regular units to allow for placement of continuous horizontal reinforcement bars. 6 11.6 Mortar Bedding and Jointing Lay hollow concrete masonry units as follows: 1. With full mortar coverage on horizontal and vertical face shells. 2. For starting course on footings where cells are not grouted, spread out full mortar bed including areas under cells. 3. Maintain joint widths, except for minor variations required to maintain bond alignment. 4. Tool exposed joints slightly concave using a jointer larger than joint thickness. 5. Remove masonry unit disturbed after laying; clean and reset in fresh mortar. Do not pound corners or jambs to shift adjacent stretcher units which have been set in position. If adjustments are required, remove units, clean off mortar and reset in fresh mortar. 6 11.7 Lintels Provide masonry lintels where shown and wherever opening of more than 2' 0 Use specially formed U- shaped lintel units with reinforcement bars placed as shown filled with coarse grout. Provide minimum bearing of 8 inches at each jamb, unless otherwise indicated. Contract 2B 4-40 June 19, 1992 21- 2191 -01 6-11.8 Low -Lift Grouting Place grout as follows: A. Place vertical reinforcement prior to laying of CMU. Extend above elevation of maximum pour height as required for splicing. Support in position at vertical intervals not exceeding 192 bar diameters. B Lay CMU to maximum pour height. Do not exceed 5' height, or if bond beam occurs below 5' height stop pour at course below bond beam. C. Pour grout using chute or container with spout. Rod or vibrate grout during placing. Place grout continuously; do not interrupt pouring of grout for more than one hour. Terminate grout pours 1 -1/2" below top course of pour. D. Bond Beams: Stop grout in vertical cells 1 -1/2" below bond beam course. Place horizontal reinforcement in bond beams; lap at corners and intersections. Place grout in bond beam course before filling vertical cores above bond beam. E. Place horizontal beam reinforcement as the masonry units are laid. F. Preparation of Grout Spaces: Prior to grouting, inspect and clean grout spaces. Remove dust, dirt, mortar droppings, loose pieces of masonry and other foreign materials from grout spaces. Clean reinforcement and adjust to proper position. After final cleaning and inspection, close cleanout holes and brace closures to resist grout pressures. G. Do not place grout until entire height of masonry to be grouted has attained sufficient strength to resist displacement of masonry units and breaking of mortar bond. Install shores and bracing, if required, before starting grouting operations. H. Place grout by pumping into grout spaces. I. Limit grout pours to sections which can be complete in one working day with out more than one hour interruption of pouring operation. Place grout in lifts which do not exceed 4'. Allow not less than 30 minutes, nor more than one hour between lifts of a given pour. Rod or vibrate each grout lift during pouring operation. Place grout in lintels or beams over openings in one continuous pour. J. Where bond beam occurs more than one course below top of pour, fill bond beam course to within 1" of vertically reinforced cavities, during construction of masonry. K. When more than one pour is required to complete a give section of masonry, extend reinforcement beyond masonry as required for splicing. Pour grout to within 1 -1/2" of top course of first pour. After grouted masonry is cured, lay masonry units and place Contract 2B 4-41 June 19, 1992 21- 2191 -01 reinforcement for second pour section before grouting. Repeat sequence if more pours are required. 6 11.9 Placing Reinforcement Clean reinforcement of loose rust, mill scale, earth, ice or other materials which will reduce bond to mortar or grout. Do not use reinforcement bars with kinks or bends not shown on drawings or final shop drawings, or bars with reduced cross section due to excessive rusting or other causes. Position reinforcement accurately at the spacing indicated. Support and secure vertical bars against displacement. Horizontal reinforcement may be placed as the masonry work progresses. Where vertical bars are shown in close proximity, provide a clear distance between bars of not less than the nominal bar diameter or 1" (whichever is greater). 6 11.10 Repairing, Pointing, and Cleaning Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise damaged or if units do not match adjoining units. Install new units to match adjoining units and in fresh mortar or grout, pointed to eliminate evidence of replacement. Tool all mortar joints to 3/8" wide by 1/4" deep. During the tooling of joints, enlarge any voids or holes, except weep holes, and completely fill with mortar. Point -up all joints including corners, openings, and adjacent construction to provide a neat, uniform appearance, prepared for application of sealants. After mortar is thoroughly set and cured, clean exposed masonry as follows: 1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave 1/2 panel uncleaned for comparison purposes. Obtain Owner's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent, polyethylene film, or waterproof masking tape. 4. Wet wall surfaces with water prior to application of cleaners; remove cleaners promptly by rinsing thoroughly with clear water. 5. Clean brick by means of bucket and brush hand clearing method described in BIA "Technical Note No. 20 Revised". Contract 2B 4-42 June 19, 1992 21- 2191 -01 Provide final protection and maintain conditions, in a manner acceptable to Installer, that ensure unit masonry is without damage and deterioration at time of Substantial Completion. Contract 2B 4-43 June 19, 1992 21- 2191 -01 I DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS I SECTION 7 -01 DRAINS I 7 -01.1 Description I This work also includes furnishing and installing all geotextiles, drain rock and pipe materials for the slotted leachate collection lines, fittings, cleanouts, and appurtenances I as shown on the drawings and as described in these specifications. 7 -01.2 Materials I Supplement this section with the following: Materials shall meet the requirements of the following sections: Concrete Class Commercial Section 6- 02.3(1) Drain Rock Section 9 -03.22 I High Density Polyethylene (HDPE) Section 9- 05.1(8) Slotted High Density Polyethylene (HDPE) Section 9- 05.2(9) I Geotextile Section 9 -33.2 1 7 -01.3 Construction Requirements Supplement this section with the following: HDPE P i P e shall be free from nicks gouges, surface cracks or defects. The interior of g I the pipe shall be free from all dirt, polyethylene shavings and other foreign material as pipe laying progresses and shall be left clean at completion. The slotted pipe shall be installed such that the two rows of slots are placed face down to the bottom of the trench I and orientated so that each row of slots is spaced equally from the vertical centerline of the pipe. The first lift shall be installed to the spring line of the pipe. Care shall be taken to maintain the pipe on a straight grade and to avoid "floating up." Subsequent I lifts shall be installed to the depth shown on the Plans. Each lift shall be compacted by rodding or vibrating the material with care taken not to damage the underlying geosynthetics. All HDPE pipe shall be butt fusion welded or barbed connections as I produced by Aardvark, Inc., Puyallup, Washington, or approved equivalent. I Contract 2B June 19, 1992 4-44 21- 2191 -01 Where indicated on the Plans for cleanouts, mechanical connections shall be made with HDPE molded flange adaptors and back -up flanges. Back -up flanges shall be IPP Standard BUPP -DI -150 as manufactured by Improved Piping Products, Inc., or approved equivalent. All fittings shall meet the requirements of Section 9- 05.1(8). 7 01.4 Measurement Delete the second and third paragraphs. 7 01.5 Payment Delete this section and replace with the following: Payment will be made for each of the following bid items: 1. "Leachate Collection Pipe and Fittings," per linear foot. 2. "Cleanout Pipe," per lineal foot. Contract 2B The unit contract price per lineal foot of leachate collection pipe and fittings and cleanout pipes shall be full pay furnishing, slotting, hauling and assembling in place the completed installation and final cleaning of the pipes. These unit costs shall include all costs for geotextile, drain rock, compaction, marker pipe, cleanouts, concrete, reinforcing wire, formwork and connections to existing piping, labor, materials and equipment associated with placement of the leachate collection and cleanout piping. SECTION 7 -02 CULVERTS 7 -02.1 Description Delete this Section and add the following: This work shall consist of constructing culverts of the various types and classes in accordance with the Plans and Specifications. The work also includes placing quarry spalls. 7 02.2 Materials Supplement this Section with the following: Quarry spalls Section 9 -13.6 4-45 June 19, 1992 21- 2191 -01 7- 02.3(7) Inlet and Outlet Protection (New Section) The Contractor shall place quarry spans at the inlet and outlet of all culverts as shown on the Plans. The quarry spans shall be placed in accordance with Section 8- 15.3(6). 7 -02.5 Payment Supplement this Section with the following: The unit contract price per lineal foot of culvert shall be full pay for furnishing, hauling, placing and compacting and quarry spalls, and extra excavation for ditch construction. Contract 2B 4-46 June 19, 1992 21- 2191 -01 DIVISION 8 MISCELLANEOUS CONSTRUCTION SECTION 8 -01 EROSION CONTROL 8 -01.1 Description Supplement this section with the following: This work includes seeding, fertilizing and mulching Disposal Site A and the surrounding area, the existing soil stockpile, the existing glacial till stockpile after removal of soil barrier material, ditches, the cover tie in area and areas disturbed for perimeter road construction as shown on the Plans and such other areas as designated by the Engineer. r 8- 01.3(1)C Preparation Supplement this Section with the following: The existing soil stockpile, the remaining glacial till stockpile and other areas designated for seeding shall be graded to reasonably smooth surfaces without piles and peaks and all slopes 5:1 or greater shall be tracked to form longitudinal depressions per Section 8- 01.3(1)B. 8- 01.3(2) Topsoil Supplement this section with the following: Topsoil will not be used prior to seeding Disposal Site A. Longitudinal depression will be formed prior to seeding in accordance with Section 8- 01.3(1)B. SECTION 8 -06 GEOSYNTHETICS (New Section) 8 -06.1 Description This work consists of installing a textured, 60 mil HDPE geomembrane on the side slopes of g g P the landfill and a smooth, 60 mil HDPE geomembrane on the bottom of the landfill. All work shall be in strict accordance with the Specifications, as shown on the Plans, and as directed by the Engineer. Related work consisting of excavation, embankment, sacrificial soil layer, soil barrier layer and leachate collection layer is covered in Section 2.03. 8 -06.2 Materials Materials shall meet the requirements of the following Sections: Contract 2B June 19, 1992 4-47 21- 2191 -01 8 -06.3 8- 06.3(1) Contract 2B Geomembrane Liner 60 mil, Textured HDPE Geomembrane Liner 60 mil, Smooth HDPE Geotextile Qualifications Manufacturer 9 -33.1 9 -33.1 9 -33.2 The Contractor shall provide geosynthetics manufactured by manufacturers with the following minimum qualifications: The HDPE Manufacturer shall be listed by the National Sanitation Foundation as having met the current Standard 54 for Geomembranes and shall have at least 5 continuous years experience in the manufacture of polyethylene geomembranes, and shall have manufactured a minimum of 25 million square feet of HDPE geomembranes prior to producing materials for this project. 8- 06.3(2) Installers The Contractor shall provide for Geosynthetics installation by Installers with minimum qualifications: The HDPE Installer shall have successfully installed at least 25 million square geomembrane. The Supervisor for the HDPE Installer shall have supervised the installation of at square feet which have been incorporated into landfill barrier layers. 8 -06.4 The Contractor 8- 06.4(1) Submittals shall submit the information specified in the following subsections. Textured and Smooth HDPE Geomembrane Qualifications statement of Manufacturer. Qualifications statement of Installer. Resume of Installation Supervisor. Samples and product description. 4-48 the following feet of HDPE least 5 million Manufacturer's certification that material meets project specifications, quality control certificates issued by the resin supplier, quality control certificates for each roll produced, certification that geomembrane and extrudate produced for June 19, 1992 21- 2191 -01 Contract 2B this project have the same material properties. Installation Procedures and Quality Control program, including a plan for protecting the work, and for repairing and replacing damaged work. Proposed Installation Panel layout identifying panels, seams and details. 8 06.4(2) Quality Control Submittal and Report The Geomembrane Installer shall submit to the Engineer, 15 days prior to delivery of HDPE Geomembrane to the project site, a quality control manual including quality control procedures, tests, inspection personnel, and documentation. The Geomembrane Installer shall submit, on a daily basis, the following reports. 1. Daily progress reports shall be prepared including the following: Project Name Date Weather conditions, including range of wind speed and temperature, cloud cover, and precipitation Project location Panels installed (by number) Panels seamed Field observations 2. Daily Quality control records acceptable to the Engineer shall be prepared detailing the initial weld qualification of equipment and welding crews. Daily quality control records shall be maintained of all field seaming including, but not limited to, the following: Date Project location Weld location, panel number Sheet temperature 4-49 June 19, 1992 21- 2191 -01 I I Weld crew identification I Weld samples, if taken Test Results I General observations I 8 -06.5 Construction Requirements No layer of geomembrane shall be covered until the Engineer has inspected and approved the I installation. 8- 06.5(1) HDPE Geomembrane I 8- 06.5(1)A Packaging, Labeling, Shipping, Storage and Handling I Each roll of geomembrane shall be uniquely marked by the manufacturer identifying the roll number and date of manufacture. Labels on each roll panel shall identify the panel locations, thickness of the material, the length and width of roll, and manufacturer. I Materials damaged in shipping shall be replaced at the Contractor's expense. I The Contractor shall supply to the Engineer that information required in Section 8- 06.4(1) prior to delivery to the site of each roll of geomembrane and each batch of extrudate. I The geomembrane rolls shall be stored on a smooth, flat, non abrasive surface, not on wooden pallets, and stacked no more than two high. The Contractor shall protect the geomembrane rolls I at all times from dirt, grease, moisture, heat, and any cause of damage. The Contractor shall replace geomembrane damaged by any means at his expense. I 8- 06.5(1)B Installation Installation shall be performed under the constant direction of a single Installation Supervisor I who shall remain on -site at all times during the installation and be in responsible charge for all geomembrane installation, including panel layout, seaming, patching, testing, and all other activities associated with the installation. 1 Prior to placing geomembrane panels over sections of prepared soil barrier layer, the Installation Supervisor shall certify in writing that the receiving surface is acceptable. I Geomembrane deployment shall proceed between ambient temperatures of 45 degrees F to 90 degrees F. Placement can proceed below 45 degrees only after it has been verified by the 1 Engineer that the material can be seamed according to the specification. Geomembrane placement or seaming shall not be done during any precipitation, in the presence of excessive I Contract 28 June 19, 1992 4 50 21- 2191 -01 moisture (e.g., fog, rain, dew) or in the presence of excessive winds. The geomembrane shall be installed to the limits indicated on the Drawings. The geomembrane shall be placed in such a manner to minimize field seaming. The geomembrane shall be installed such that field seams run longitudinally down the slope. The Contractor shall provide temporary wind anchorage during geomembrane installation. Only geomembrane panels for each day's field seaming shall be spread each day and shall be held in position by sandbags until field seaming is complete. As geomembrane materials are unpacked or unrolled, the Contractor shall perform further visual inspection of the geomembrane surface. If damage or faults not previously observed are discovered, they shall be clearly marked and the respective sheet roll will be set aside. The Engineer shall be notified of the damage. All faulty areas shall be repaired in an appropriate, workmanlike manner. The geomembrane panels shall be installed by experienced workmen and handled in a good workmanlike manner. All rips, tears, puncture, or other injuries to the liner shall be repaired the same day to the satisfaction of the Engineer and in accordance with procedures as specified herein. All rips and tears with sharp edges shall be rounded prior to patching. All patches shall have rounded edges. All seams shall be made by extrusion or fusion welding and meet the following requirements: For smooth surface HDPE geomembrane, the completed joints shall have a minimum bonded seam strength in shear of 90 percent and in peel of 70 percent of the specified parent material tensile strength at yield when tested in accordance with ASTM D 3083 and ASTM D 413, respectively. For textured surface HDPE geomembrane liners, the completed joints shall have a minimum bonded seam strength in shear of 90 percent and in peel of 50 percent of the specified parent material tensile strength at yield when tested in accordance with ASTM D 3083 and ASTM D 413, respectively. All seams shall be fusion welded using double wedge welding techniques where possible. The Contractor shall use only welding apparatus on which proper control of extrudate or wedge temperature, apparatus pressure, welding speed, width of weld, and sheet preheating temperature can be maintained. The Contractor will verify that the welding apparatus meets these requirements. Extrusion welds will be made by overlapping adjacent sheets a minimum of 3 inches and extruding a ribbon of hot fusion joining resin no less than 1.0 inch in width between the overlapped sheets or over the seams between the over lapped sheets, as required. The surface of the flexible membrane liner sheet shall be roughened by an acceptable means before extrudate is placed between overlapping sheet or over the lapped seam. Excessive grinding resulting in grooving of the liner or reducing the liner thickness greater than 10 percent shall not be permitted. Fusion field seams shall be made by overlapping adjacent sheets a minimum of 3 inches and forming a double welded seam separated by an air space. Welded seams shall be produced by Contract 2B 4-51 June 19, 1992 21- 2191 -01 a double hot shoe welder capable of maintaining a recordable temperature. After positive evaluation of the test weld, the welding of the geomembrane panel shall begin. Welding shall not be performed unless the geomembrane panel is dry and the panel temperature is above 45 degrees F and below 95 degrees F. If the temperature falls below 45 degrees F, seaming may continue at the direction of the Engineer. Prior to allowing seaming to continue, the Engineer shall consider the need to require more frequent test welding. No welding shall be performed if it is raining, the geomembrane is wet or if the geomembrane is dirty. No geomembrane shall be covered until all inspection, field test, and repairs are satisfactorily completed. Where the installer's or engineer's laboratory tests indicate a failure for a destructive test, the seam shall be repaired as required in Section 8- 06.5(1)D Destructive Seam Testing. 8- 06.5(1)C Quality Control Testing Quality Control Testing of geomembrane seams shall be performed by the Installer and shall include field test seams, non destructive seam testing, and destructive seam testing. Field Test Seams Field test seams shall be conducted on geomembrane to verify that seaming conditions are satisfactory. Test seams shall be conducted for each crew at the beginning of each seaming period, at the Engineer's discretion and at least once each 4 hours, for each seaming apparatus used that day. All test seams shall be made at a location selected by the Engineer in the area of the seaming and in contact with the subgrade. The test seam samples shall be 10 feet long for hot shoe welding and 3 feet long for extrusion welding with the seam centered lengthwise. Specimens 1 -inch wide shall be cut from each end of the test seam at locations identified by the Engineer. The Installer shall use a tensionmeter to test these specimens for shear and peel. If a test seam fails to meet field seam specifications, the seaming apparatus and seamer shall not be accepted and shall not be used for seaming until the deficiencies are corrected and two consecutive successful full test seams are achieved. Non Destructive Seam Testing The Installer shall non destructively test all field seams over their full length. All test equipment, including but not limited to the following, shall be furnished by the Installer: Contract 2B Vacuum Box Testing Equipment for testing single wedge fusion seams and extrusion seams shall be comprised of the following: 4-52 June 19, 1992 21- 2191 -01 I I a. A vacuum box assembly consisting of a rigid housing, a transparent viewing window, a soft rubber gasket attached to the bottom, port hole or I valve assembly, and a vacuum gauge. b. A steel vacuum tank and pump assembly equipped with a pressure I controller and pipe connections. c. A rubber pressure /vacuum hose with fittings and connections. I d. A plastic bucket and wide paint brush. I e. A soapy solution. The following procedures shall be followed by the Installer: I a. Excess sheet overlap shall be trimmed away. I b. Clean the window, gasket surfaces, and check for leaks. c. Energize the vacuum pump and reduce the tank pressure to approximately I S psi. d. Wet a strip of geomembrane approximately 12 inches by 48 inches (length I of box) with the soapy solution. I e. Place the box over the wetted area and compress. f. Close the bleed valve and open the vacuum valve. I g. Ensure that leak -tight seal is created. I h. For a period of approximately 15 seconds, examine the geomembrane through the viewing window for the presence of soap bubbles. i. If no bubbles appear after 15 seconds, close the vacuum valve and open the bleed valve, move the box over the next adjoining area with a minimum 3 inches overlap and repeat the process. I j All areas where soap bubbles appear shall be marked and repaired and then retested. I Air Pressure Testing (For Double Fusion Seam Only) I The following procedures are applicable to those processes which produce a double seam with an enclosed space. Equipment for testing double fusion seams shall be comprised I Contract 2B June 19, 1992 4-53 21- 2191 -01 Destructive Seam Testing Contract 2B of the following: a. An air pump equipped with pressure gauge capable of generating and sustaining a pressure between 25 and 30 psi and mounted on a cushion to protect the flexible membrane liner. b. A manometer equipped with a sharp hollow needle, or other approved pressure feed device. The following procedures shall be followed by the Installer: a. Seal both ends of the seam to be tested. b. Insert needle or other approved pressure feed device into the tunnel created by the double wedge fusion weld. c. Energize the air pump to a pressure between 25 and 30 psi, close valve, and sustain pressure for approximately 5 minutes. d. If loss of pressure exceeds 4 psi, or pressure does not stabilize, locate faulty area, repair and retest. e. Relieve pressure at end opposite pressure gauge to check for continuity of air channel. f. Remove needle or other approved pressure feed device and seal hole with an extrusion weld. The following procedures shall apply to locations where seams cannot be non- destructively tested, as determined by the Inspector: a. If the seam is accessible to testing equipment prior to final installation, the seam shall be non destructively tested prior to final installation. b. If the seam cannot be tested prior to final installation, the seaming operations shall be observed by the Inspector for uniformity and completeness. The Installer shall provide the Engineer with a minimum of one destructive test sample per 500 feet of seam length from a location specified by the Engineer. The Installer shall not be informed in advance of the sample location. 4-54 June 19, 1992 21- 2191 -01 Contract 2B Sample Procedure In order to obtain test results prior to completion of liner installation, samples shall be cut by the Installer as the seaming progresses. Sampling times and locations shall be determined by the Engineer. The Engineer must witness the obtainment of all field test samples and the Installer will mark all samples with their location, roll, and seam number. The Installer shall also record in written form the date, time, location, roll seam number, ambient temperatures, and pass or fail description. A copy of the information must be attached to each sample portion. All holes in the geomembrane resulting from obtaining the seam samples shall be immediately repaired. All patches shall be vacuum tested. Size and Disposition of Samples The samples shall be 12 inches wide by 36 inches long and the seam centered lengthwise. The sample shall be cut into three equal length pieces, with one piece given to the Engineer, one piece retained by the Installer for field destructive testing and one piece sent to the Installers laboratory for destructive testing. Testing The Installer shall cut ten 1 -inch wide replicate specimens from his sample and test shall be tested by the Installer. The Installer shall test five specimens for seam strength using ASTM D3083 and five for peel strength using ASTM D413. The Contractor shall have the required equipment on -site in order to perform the above mentioned tests. To be acceptable, four out of the five replicate test specimens must pass. Any specimen that does not meet the strength requirements or fails through the weld or by adhesion at the weldsheet interface shall be considered a failure. Results of all field testing shall be supplied to the Engineer, in written form, at the end of each working day. Destructive testing shall be performed in the Installer's laboratory as described above. Results of all laboratory testing shall be supplied to the engineer in written form, at the end of the first working day after the sample was cut from a seam. Procedures for Destructive Test Failure The following procedures shall apply whenever a sample fails the field destructive test: a. The Installer shall reconstruct the seam between the failed location and any passed test location. b. The Installer can retrace the welding path to an intermediate location (at a minimum of 10 feet from the location of the failed test), at the Engineer's discretion, and take a sample for an additional destructive test. If this test passes, then the seam shall be reconstructed between that 4-55 June 19, 1992 21- 2191 -01 I I location and the original failed location. If the test fails, then the process is repeated. I c. Over the length of seam failure, the Contractor shall either cut out the old seam, reposition the panel and reseam, or add a cap strip, as required by I the Engineer. d. After reseaming or placement of the cap strip, additional destructive field I test(s) shall be taken within the reseamed area. The reseamed sample shall be found acceptable if test results are approved by the Engineer. If test results are not acceptable, this process shall be repeated until the I reseamed length is judged satisfactory by the Engineer. In the event that a sample, including a sample supplied to the Engineer, fails a I destructive test, then the above procedures shall be followed, considering laboratory tests exclusively. I 8- 06.5(1)D Repairs I All seams and non -seam areas of the geomembrane shall be inspected by the Installer and Engineer for defects, holes, blisters, undispersed raw materials, and any sign of contamination by foreign matter. Because light reflected by the geomembrane helps to detect defects, the I surface of the geomembrane shall be clean at the time of inspection. The geomembrane surface shall be brushed, blown, or cleaned with a moist cloth by the Installer if the amount of dust or mud inhibits inspection. The Engineer shall decide if cleaning of the geomembrane is needed to facilitate inspection. a. Evaluation I 1) Each suspect location in seam and non -seam areas shall be non- destructively tested as appropriate in the presence of the Engineer. Each I location that fails the non destructive testing shall be marked by the Installer as directed by the Engineer, and repaired accordingly. I b. Repair Procedures 1) Defective seams shall be restarted /reseamed as described in these I specifications. 2) Small holes shall be repaired by extrusion cap welding. If the hole is I larger than inch, it shall be patched. I 3) Tears shall be repaired by patching. The tear must be rounded prior to patching. I Contract 2B 4 June 19, 1992 4-56 21- 2191 -01 4) Blisters, large holes, undispersed raw materials, and contamination by foreign matter shall be repaired by patches. 5) Surfaces of geomembrane which are to be patched shall be abraded and cleaned no more than 15 minutes prior to the repair. No more than 10 percent of the liner's thickness shall be removed. 6) Patches shall be round or oval in shape, made of the same geomembrane, and extend a minimum of 6 inches beyond the edge of defects. All patches shall be of the same compound and thickness as the flexible membrane liner specified. All patches shall have their top edge beveled with an angle grinder prior to placement on the geomembrane. Patches shall be applied using approved methods only. 7) Wrinkles which may become folds during placement of material above the flexible membrane liner shall be repaired by cutting away the excess material and repairing as required above. No folding in the geomembrane is allowed. No spanning over voids in the subgrade by the flexible geomembrane liner is allowed. 8 -06.6 Warranty The installer of the geomembrane materials shall warrant his workmanship to be free of defects on a nonprorata basis for one year after completion of the work. This warranty shall include all seams. The liner installer shall provide all warranty work and associated costs required by the Owner at the Contractor's sole expense. The installer shall also obtain and furnish the Owner a warranty from the liner manufacturer for the materials used. The material warranty shall be for defects or failure of the material for 20 years after completion of the work on a nonprorata basis. All defects or failure of the material shall be repaired at the Contractor's sole expense. 8 -06.7 Measurement and Payment Measurement will be by square yard, in place, as shown on the plans or as directed by the Engineer. Measurement will be made by horizontal measure. No adjustment for slope will be made. The unit contracted price for geomembrane lining (size and type) shall be full compensation for all labor, equipment, tools and material needed to furnish and install in -place the geomembrane, including seaming, testing, welding to existing, and repairing and placement of the dam flap as needed in accordance with these Special Provisions. Contract 2B 4-57 June 19, 1992 21- 2191 -01 I SECTION 8 -31 BIRD CONTROL (New Section) 8 -31.1 Description This work shall consist of installing timber strain poles, and attaching blocks and other hardware I and twine to the new and existing timber strain poles. Existing bird control wires and hardware shall be removed and stockpiled or disposed of as directed by the Engineer from the existing timber strain poles and trees. I 8 -31.2 Materials I Materials shall meet the following requirements: Blocks Section 9 -06.19 I Twine Section 9 -06.20 I Bolts, Washers and Other Hardware Section 9 -06.22 Timber Strain Pole Section 9- 29.6(3) I 8 -31.3 Construction Requirements I The existing bird control wires and hardware shall be removed from all poles and trees. The wire and hardware will be stockpiled or disposed of as directed by the Engineer. Sixty (60) foot I timber strain poles shall be installed at the locations shown on the Plans as directed by the Engineer. All necessary blocks and hardware to attach the twine to the new and existing poles shall be installed as shown on the Plans. I Twine shall be strung between the poles as shown on the Plans. The twine shall be securely attached to the blocks to the satisfaction and approval of the Engineer. The twine shall be in I taut condition and securely fastened to the cleats. 8 -31.4 Payment I A lump sum payment will be made for the cost necessary to complete the work described in Section 8 -31. The lump sum contract price shall include all costs for labor, materials, I equipment, tools, hardware and incidentals required to remove existing bird control wires and hardware, to stockpile or dispose of existing bird control wires and hardware to install timber strain poles, install hardware, and attach bird control twine in accordance with these I Specifications, the Plans, and as directed by the Engineer. I I Contract 2B June 19, 1992 4-58 21- 2191 -01 I I DIVISION 9 MATERIALS I SECTION 9 -03 AGGREGATES I 9 -03.21 Leachate Collection Layer (New Section) The leachate collection layer shall be a clean sound, durable, round or subrounded rock I containing no organic substances, anhydride, gypsum, mica, calcareous material or other deleterious material as approved by the Engineer. The gradation of the material shall conform to the following: U. S. Standard Sieve Percent Passing I 11/2 inch 100 3/4 inch 55 -75 No. 4 20 -30 I No. 200 0 -3 Prior to construction, soil testing of the material may be conducted by the Engineer to assure compliance with these specifications. The Contractor shall provide prior to installation a minimum 25 pound sample to the Engineer for testing and approval. II The Engineer will monitor loading and placement of this material and shall have the authority to reject material deemed unsuitable due to inclusion of deleterious matter or fine grained soils I based on visual inspection and /or grain size classification. 9 -03.22 Drain Rock (New Section) I Drain rock for subsurface collection lines and leachate collection lines shall be 3/8 to 1 -1/2 -inch round rock containing no fine materials, organic substances or deleterious matter. 9 -03.23 Bentonite (New Section) I Bentonite shall be high swelling, free flowing granular clay. Dry fines of the soil sealant shall be: I 100% passing 10 mesh 70% passing 20 mesh 20% maximum passing 200 mesh I It shall be Volclay, manufactured by American Colloid Company, Skokie Illinois; Federal Y� Y Illinois; Bentonite, as manufactured by Aurora Industries, Inc., Montgomery, Illinois; Wyoming I Bentonite as manufactured by Wyo -Ben, Inc. Billings, Montana; or approved equal. I Contract 2B June 19, 1992 4-59 21 -2191 -01 SECTION 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9- 05.1(8) High Density, Polyethylene Pipe (New Section) High density polyethylene cleanout pipe and fittings shall be Standard Dimension Ratio (SDR) 15.5 and shall conform to cell classification 345434C or 355434C (ASTM D 3350). Diameter of the pipe shall be as shown on the Plans. 9- 05.2(9) Slotted High Density Polyethylene Pipe (New Section) Slotted high density polyethylene pipe shall be Standard Dimension Ration (SDR) 15.5 and shall conform to Cell Classification 345434C or 355434C (ASTM D 3350). Diameter of the pipe shall be as shown on the Plans. The leachate collection pipe (LCP) shall be perforated with two rows of slots. The slots shall be 1 /4 inch wide by 2 inches long (on the interior of the pipe) at 6 inches on center. The center of the slots shall be positioned 120 degrees apart. SECTION 9 -06 9 -06.19 Blocks (New Section) The block shall be tubular rivet of stainless steel construction for marine use. The block shall be sized for a 3/16 inch diameter rope, have a single Delrin sheave, and have a working load rating of 500 pounds. The block shall be part Number 3184T41 as supplied by McMaster -Carr or approved equal. 9 -06.20 Twine (New Section) Twine shall be three strand continuous filament nylon seine twine, tarred for ultra violet light resistance. Twine shall be size Number 36 with a minimum tensile strength of 280 pounds, by Everson Twine Co., supplied by Seattle Marine and Fishing Supply Co. or equal. SECTION 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9 -14.2 Seed Supplement this section with the following: Seed shall be of the following composition, proportion and quality, applied at the rate of 120 pounds per acre on all areas requiring seeding within the project: Contract 2B 4-60 June 19, 1992 21- 2191 -01 by Minimum Weight Purity Germination Kind and Variety of Seed in Mixture Kentucky Bluegrass 15 85 80 (Poanratensis) (Birka, Majestic or Sydsport) Tall Fescue (Festuca 40 95 90 arundinces) (Arid, Jaguar, or Rebel) Perennial Rye (Lolium 30 95 90 perenne) (Derby or Pennant) Chewings Fescue (Banner) 15 95 90 9 -14.3 Fertilizer Supplement this section with the following: The Contractor shall apply sufficient quantities of fertilizer to supply the following amounts of nutrients. Total Nitrogen as N 135 pounds per acre. Available Phosphoric Acid as P205 60 pounds per acre. Soluble Potash as K20 60 pounds per acre. Ninety -five (95) pounds of nitrogen applied per acre shall be derived from ureaform or ureaformaldehyde. The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 9 -14.4 Mulch and Amendments 9- 14.4(2) Wood Cellulose Fiber Supplement this section with the following: Mulch Wood cellulose fiber mulch shall be applied at a rate of two thousand (2,000) pounds per acre. Contract 2B 4-61 June 19, 1992 21- 2191 -01 9 -14.5 Matting 9- 14.5(2) Excelsior Matting (Erosion Control Matting) Delete and replace this Section with the following: Excelsior matting should be a machined produced mat of wood excelsior covered on two sides by a plastic matting. The excelsior matting shall have a minimum dry weight of wood fibers of 1.6 pounds per square yard and shall be of uniform thickness with fiber evenly distributed over the area of the mat. The excelsior matting shall be Hi- Velocity Curlex Blankets by American Excelsior Co. or equal. SECTION 9 -33 GEOSYNTHETICS (New section) 9 -33.1 Geomembrane Liner 60 mil HDPE Smooth and Textured The materials supplied under these specifications shall be first quality products designed and manufactured specifically for the purposes of this work and which have been satisfactorily demonstrated by prior use to be suitable and durable for such purposes. The materials shall be specifically compounded of high quality ingredients to produce flexible durable watertight membranes. All ingredients shall be well dispersed through the compound prior to being formed into membranes. No water soluble ingredients can be used in the compound, nor can the ingredients contain water soluble components. The resultant membranes shall be free from dirt, oil, foreign matter, scratches, cracks, creases, bubbles, pits, tears, holes, pinholes or other defects. The HDPE lining material shall be manufactured and factory fabricated into roll panels to conform to submitted and reviewed fabrication drawings. These drawings shall be submitted in accordance with Sections 1 -05 and 1 -06 of these Special Provisions. The high density polyethylene (HDPE) smooth and textured geomembrane shall have the following physical properties as determined by test method: Contract 2B Smooth Textured HDPE HDPE Property Test Method Value Value Thickness (Mils) Specific Gravity (minimum) ASTM D792 ASTM D -751 60+10% 60+10% (as modified in Annex A) 4-62 0.940 0.940 June 19, 1992 21- 2191 -01 Minimum Tensile Properties (each direction) Contract 2B ASTM D638 (as modified in Annex A) 1. Tensile Strength Yield 126 120 (lb /in width) 2. Tensile Strength at Break 228 35 (lb /in width) 3. Elongation at Yield 12 10 4. Elongation at break 560 100 5. Modulus of Elasticity 80,000 80,000 (lbs /sq in) Tear resistance (lbs, min.) ASTM D -1004 39 30 Low Temperature Impact °C ASTM D746 -60 -60 Maximum Allowable Failure Temp. Dimensional Stability ASTM D1204 ±2 ±2 Percent Maximum Allowable 1 hour 100 °C Resistance to Soil Burial ASTM D3083 (percent change maximum in original value) 1. Tensile Strength Yield 10 10 2. Tensile Strength at Break 10 10 3. Elongation at Yield 10 10 4. Elongation at Break 10 10 5. Modulus of Elasticity 10 10 Environmental Stress Crack ASTM D1693 1,500 1,500 (minimum hours with no failure) (as modified in Annex A) Puncture Resistance (lbs.) FTMS 101 72 70 Method 2065 Hydrostatic Resistance (psi) ASTM D751 490 490 Method A Procedure V Carbon Block Content ASTM D -1603 2 -3 2 -3 Allowable Range) Carbon Block Dispersion ASTM D -3015 Al, A2 or B1 (As modified in Annex A) Rolls shall be labeled such that it is possible to relate each roll with manufacturing quality 4-63 June 19, 1992 21- 2191 -01 Smooth Textured HDPE HDPE Property Test Method Value Value control documentation and raw material documentation. 9 -33.2 Geotextile The geotextile shall be nonwoven, needle punched, and consist of long chain staple polymeric fibers or filaments composed of polypropylene or polyester. The fibers and filaments shall be oriented into a stable network whereby they retain their positions relative with each other. Geotextile shall be free of any chemical treatment or coating which reduces permeability, be inert to chemicals commonly found in soil, and shall be mildew, insect, and rodent resistant. The geotextile shall conform to the following minimum physical properties (in each principal direction) Contract 2B PROPERTY Weight oz/sy Tensile Strength, lbs. Elongation, Puncture Strength, lbs. Mullen Burst, psi Trapezoidal Tear Strength, lbs. Coefficient of Permeability, cm /sec Flow Rate, gpm /sq.ft. Permittivity, 1 /sec Apparent Opening Size (AOS), US Std Sieve The geotextile shall be furnished in a protective wrapping to protect it from ultraviolet radiation and from damage due to shipping and handling. 4-64 TEST METHOD Value ASTM D -3776 8.0 ASTM D-4632 155.0 ASTM D -4632 50.0 ASTM D -4833 110.0 ASTM D -3786 350.0 ASTM D-4533 95.0 ASTM D-4491 0.4 ASTM D -4491 130 ASTM D-4491 1.5 ASTM D-4751 70 -100 June 19, 1992 21- 2191 -01 Contract 2B ATTACHMENT A STATE PREVAILING WAGE RATES June 19, 1992 21- 2191 -01 1 1 111. CLASSIFICATION I ASBESTOS ABATEMENT, CERTIFIED Certified Asbestos Abatement Worker II BOILERMAKERS Boilermaker BRICKLAYERS AND MARBLE MASONS All Classifications BUILDING SERVICE EMPLOYEES Janitor Traveling Waxer,Shaspooer Window Cleaners I CABINET MAKERS Cabinet Maker In Shop CARP£Men Carpenter Drywall Applicator Creosoted Material Floor Finisher 1 Floor Layer Floor Sander Sawfiler Shingler Accoustical Worker Piledriver Stationary Woodworking Tools Millwright 1 1 1 r COMMUNICATION TECHNICIANS Communication Technician Electronic Technician ESAC DIVISION TELEPHONE (206) 753-4019 406 LEGION WAY SE, OLYMPIA, WASHINGTON 98504 WASHINGTON STATE PREVAILING WAGE RATES CLALLAN COUNTY EFFECTIVE 03 -04-92 (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE RATE BENEFITS CODE CODE 16.98 3.60 1M 50 21.97 5.91 IR 5N 20.72 3.78 18 5A 6.29 0.36 18 5U 8H 6.68 0.36 18 5U 8H 9.95 0.36 18 5U 8H 13.12 19.79 3.75 1M 50 19.79 3.75 1M 50 19.89 3.75 1M 50 19.92 3.75 1M 50 19.92 3.75 1M 50 19.92 3.75 1M 50 19.92 3.75 1N 50 19.92 3.75 1M 50 19.95 3.75 1M 50 19.79 3.75 1M 50 19.79 3.75 1M 50 20.29 3.75 1M 50 I CEMENT MASONS CEMENT MASON 20.36 4.20 10 50 PATCHING AND PAVING 20.36 4.20 10 50 CURING 20.36 4.20 10 50 CURB AND GUTTER 20.36 4.20 10 50 SIDEWALKS 20.36 4.20 10 50 SEALING COMPOUND 20.36 4.20 10 50 UNDERLAYMENT 20.61 4.20 10 50 MASTIC, EPDXY, PLASTIC 20.61 4.20 10 50 CONCRETE SAW 20.61 4.20 10 50 POWER TOOLS AND GRINDERS 20.61 4.20 10 50 SANDBLASTING 20.61 4.20 10 50 FINISH COLORED CONCRETE 20.61 4.20 10 50 GUNITE NOZZLE PERSON 20.61 4.20 10 50 TUNNEL WORKERS 20.61 4.20 10 50 TROWEL MACHINE ON COLORED 21.86 4.20 10 50 SLABS, COMPOSITION OR KALMAN FLOORS 12.07 12.07 0.00 1 0.00 1 0.00 1 CLASSIFICATION DIVERS AND TENDERS Tenders 21.49 3.75 1M 50 Assistant Tenders 19.99 3.75 1M 50 Divers 0 to 50 ft 48.98 3.75 1M 50 DREDGE YORKERS Assistant Engineer 19.21 4.71 1 50 Assistant Mate- Oeckhand 18.87 4.71 1 50 Boatman 19.21 4.71 1 50 Engineer Welder 19.26 4.71 1 50 Leverman 19.63 4.71 1 50 Mate 19.21 4.71 1 50 Oiler 18.87 4.71 1 50 Crane 19.26 4.71 1 50 Maintenance 18.77 4.71 1 50 DRYWALL FINISHERS Drywall Taper 20.57 3.01 1 ELECTRICAL FIXTURE MAINTENANCE WORKERS Journey Level 8.00 1.37 1J 5A *'ELECTRICIANS JOURNEY LEVEL 21.60 5.00 1J 6H CABLE SPLICER 23.76 5.06 1J 6H CONSTRUCTION STOCK PERSON 11.55 2.95 1J 6H ELECTRICIANS MOTOR SHOP Craftsperson 13.95 1.42 2A 6C Journey Level 13.29 1.40 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION Cable Splicer 21.68 5.26 4A 5A Groundman 13.90 3.99 4A 5A Head Grournan 14.78 4.02 4A 5A Heavy Line Equip. Man 19.59 5.19 4A 5A Jackhammerman 14.78 4.02 4A 5A Journeyman Lineman 19.59 5.19 4A 5A Line Equipment Man 16.89 4.09 4A 5A Pole Sprayer 19.59 5.19 4A 5A Powderman 14.78 4.02 4A 5A Welder Certified 19.59 5.19 4A 5A ELEVATOR CONSTRUCTORS MECHANIC IN CHARGE /UNDER 5 YEARS 24.41 7.57 4A 5A MECHANIC IN CHARGE /OVER 5 YEARS 24.41 8.06 4A 5A MECHANIC /UNDER 5 YEARS 21.70 7.41 4A 5A MECHANIC /OVER 5 YEARS 21.70 7.85 4A 5A CONSTRUCTOR /UNDER 5 YEARS 15.19 7.02 4A 5A CONSTRUCTOR /OVER 5 YEARS 15.19 7.33 4A 5A PROBATIONARY CONSTRUCTOR 10.85 0.00 4A 5A FENCE ERECTORS AND FENCE LABORERS Fence Erector Fence Laborer FLAGGERS Flagger WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03 -04 -92 CLALLAN COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY MOTE RATE BENEFITS CODE CODE CODE 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' S1.00 per foot for each foot over 50 feet Over 100' to 175' S2.25 per foot for each foot over 100 feet Over 175' to 250' S5.50 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 13.80 0.00 1 11.60 0.00 1 12.30 3.60 1M 50 88 1 1 r 1 CLASSIFICATION GLAZIERS Journeyman I GREENHOUSE ERECTORS Greenhouse Erector I HAZARDOUS MATERIAL DISPOSAL Equipment Operator 11.00 2.75 1 Material Worker 10.10 2.75 1 Truck Driver 11.39 3.11 1 Welder Mechanic 10.90 2.75 1 F HEAT AND FROST INSULATORS (ASBESTOS WORKERS) Mechanic HEATING EQUIPMENT MECHANICS Journeyman INDUSTRIAL ENGINE MECHANICS Industrial Engine Mech. I. INDUSTRIAL VACUUM POWER CLEANER Journey -level INLAID BOATMEN I Operator 17.59 2.96 1K 50 Engineer Deckhand 16.81 2.96 1K 50 Deckhand 15.19 2.96 1K 50 INSPECTION, CLEANING, SEALING OF SEWER AND WATER SYSTEMS Technician 6.25 0.00 1 Cleaner Operator, Foamer Operator 8.25 1.48 1 TV Truck Operator 8.75 1.78 1 Grout Truck Operator 9.50 1.98 1 Head Operator 10.50 2.28 1 INSULATION APPLICATORS Journeyman IRONWORKERS All Classifications LABORERS II Asphalt Raker Ballast Regulator Machine Batch Weighman Cassion Worker Carpenter Tender I Cement Dumper /Paving Cement Finisher Tender Chipping Gun Chuck Tender I Clean -up Laborer Concrete Form Stripper Concrete Saw Operator Crusher Feeder Curing Concrete I Demolition Wrecking and Moving (including charred materials) Diver Drill Operator (Hydraulic, I Epoxy Technician Faller /Bucker -Chain Saw Final Detail Cleanup Gabion Basket Builder General Laborer I Grade Checker and Transit Man Grinders WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03 -04 -92 3 CLALLAN COUNTY Diamond, Air Trac) (SEE BENEFIT COIF KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY MOTE RATE BENEFITS CODE CODE CODE 14.53 0.00 1 8.00 0.00 1 22.74 4.09 4A 16.04 2.41 1J 12.86 2.79 1 7.90 1.17 1 16.58 0.00 1 19.56 6.86 18 5C 5A 5A 17.46 3.60 1M 50 16.98 3.60 1M 50 12.30 3.60 1M 50 17.82 3.60 1M 50 16.98 3.60 1M 50 17.46 3.60 1M 50 16.98 3.60 1M 50 16.98 3.60 1M 50 16.98 3.60 1M 50 16.98 3.60 1M 50 16.98 3.60 1M 50 17.46 3.60 1M 51) 12.30 3.60 1M 50 16.98 3.60 1M 5D 16.98 3.60 1M 50 17.82 3.60 1M 50 17.46 3.60 1M 50 16.98 3.60 1M 50 17.46 3.60 1M 50 9.98 3.60 1M 50 16.98 3.60 1M 50 16.98 3.60 1M 50 17.46 3.60 1M 50 16.98 3.60 1M 50 CLASSIFICATION LABORERS UTILITIES CONSTRUCTION (SEE LABORERS) WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03 -04 -92 4 CLALLAM COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE RATE BENEFITS CODE CODE CODE High Scaler 17.46 3.60 114 50 Hod Carrier /Mortarirn 17.46 3.60 1M 5D Jackhammer 17.46 3.60 1M 50 Miner 17.82 3.60 1M 50 Nozzleman Concrete Pump, Green Cutter when 17.46 3.60 1M 51) using high pressure air and water on concrete and rock, sandblast, Gunite, Shotcrete, Water Blaster Pavement Breaker 17.46 3.60 1M 50 Pilot Car 12.30 3.60 1M 50 Pipe Reliner (not insert type) 17.46 3.60 1M 50 Pipetayer and Caulker 17.46 3.60 IM 50 Pot Tender 16.98 3.60 1M 50 Powderman 17.82 3.60 1M 50 Powderman Helper 16.98 3.60 1M 50 Railroad Spike Puller (power) 17.46 3.60 1M 50 Re- Timberman 17.82 3.60 1M 50 Spreader (Concrete) 17.46 3.60 1M 50 Spreader Clary Power or Similar Types 17.46 3.60 1M 50 Stake Hopper 16.98 3.60 1M 50 Tamper (Multiple and Self Propelled) 17.46 3.60 1M 5D Tamper and Similar Electric, Air and Gas 17.46 3.60 1M 50 Toolroom Man (at job site) 16.98 3.60 1M 50 Topman Tailman 16.98 3.60 1M 5D Trackliner (Power) 17.46 3.60 1M 50 Tugger Operator 16.98 3.60 1M 50 Vibrating Screed (air, Gas, or Electric 16.98 3.60 1M 50 Vibrator 17.46 3.60 1M 5D Well -Point Person 17.46 3.60 114 50 LANDSCAPE CONSTRUCTION Irrigation Equipment Installers 10.62 3.25 1R 5A Irrigation i Landscape Equipment Operators 11.50 3.95 IR SA Landscaping or Planting Laborers 7.65 0.00 1 Lawn Sprinkler Installers 10.62 3.25 1R 5A LANDSCAPE MAINTENANCE Journey Level 7.65 0.00 1 LATHERS Journeyman MACHINISTS (HYDROELECTRIC SITE YORK) Machinist PLASTERERS Journeyman 19.81 3.75 1J 16.84 0.00 1 5A )ETAL FABRICATORS (IN SHOP) LABORER 9.00 2.29 1 5M 8F LIGHT TRUCK DRIVER 11.08 2.29 1 5M 8F TOOL ROOM ATTENDANT 11.08 2.29 1 5M 8F BOILERMAKER SPECIALIST 11.08 2.29 1 5M 8F TRUCK DRIVER (OVER 20,000 L85) 12.47 2.29 1 5M 8F WELDER /BURNER 12.47 2.29 1 5M 8F ADVANCED BOILERMAKER SPECIALIST 12.47 2.29 1 5M 8F JOURNEY LEVEL WELDER 13.85 2.29 1 5M 8F JOURNEY LEVEL BOILERMAKER 13.85 2.29 1 5M 8F LAYEROUT 14.54 2.29 1 5M 8F PAINTERS Brush and Roll Painter 12.80 0.00 1 Spray Painter 13.30 0.00 1 19.28 5.10 1R 5A 1 1 1 1 1 CLASSIFICATION WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03 -04-92 5 CLALLAM COUNTY (SEE BENEFIT CODE KEY) SOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE RATE BENEFITS CODE CODE CODE PLAYGROUND AND PARK EQUIPMENT INSTALLERS Park Equipment Installer 7.65 0.00 1 Playground Equipment Installer 7.65 0.00 1 PLUMBERS AND PIPEFITTERS All Classifications 20.50 10.5 IT 5A I POWER EQUIPMENT OPERATORS A-Frame Crane over 10 ton 19.45 4.71 iN 50 A -Frame Crane, 10 tons and under 17.35 4.71 IN 50 Assistant Engineers (Oilers) 17.35 4.71 1N 50 Backhoe 60 HP L under 19.45 4.71 IN 50 Backhoe 60 HP over 19.81 4.71 IN 5D Backhoe 3 yds under 19.81 4.71 1N 50 Backhoes over 3 yards to 6 yards 20.25 4.71 1N 50 Belt Loaders Elevating Type 19.45 4.71 IN 50 I Bobcat 17.35 4.71 IN 50 Brooms 17.35 4.71 1M 50 Bump Cutter 19.81 4.71 1N 50 Cableways 20.25 4.71 iN 50 I Chipper 19.81 4.71 IN 50 Compressors 17.35 4.71 1N 50 Concrete Batch Plant 19.81 4.71 1N 50 Concrete Pumps 19.45 4.71 IN 50 Conveyors 19.45 4.71 1N 50 I Crane 100 Tons and Over or 200 Ft. Boom including Jib and over 20.75 4.71 IN 50 Crane 45 Tons through 99 tons or 20.25 4.71 1N 5D 150 Ft. of Boom Crane Overhead, Bridge Type (45 99 tons) 20.25 4.71 IN 50 Crane Overhead, Bridge Type 100 T. and Over 20.75 4.71 1N 50 Crane Overhead, Bridge Type (20 44 tons) 19.81 4.71 1N 50 Cranes 20 44 tons 19.81 4.71 IN 50 Cranes through 19 tons 19.45 4.71 IN 5D I Crushers 19.81 4.71 IN 50 Curb Extruder 19.81 4.71 1N 50 Derrick, Building 20.25 4.71 1N 50 Dozers, 0 -9 under 19.45 4.71 1N 5D Drilling Machine 19.81 4.71 1N 5D Equipment Service Engineer (Oiler) 19.45 4.71 IN 50 Finishing Machine 19.81 4.71 IN 50 Fork Lifts 19.45 4.71 IN 5D Gradechecker and Stakeman 17.35 4.71 IN 50 Hoists, Air Tuggers, 19.45 4.71 IN 50 Hydralifts /Boom Trucks 10 tons and under 17.35 4.71 1N 50 Hydralifts/ Boom Trucks over 10 tons 19.45 4.71 1N 50 Loaders, 8 yds over 20.75 4.71 IN 50 Loaders, Overhead 6 yards up to 8 yards 20.25 4.71 IN 50 Loaders, Overhead under 6 yards 19.81 4.71 1N 50 Locomotives, All 19.81 4.71 IN SD Mechanics, All (Welders) 19.81 4.71 1N 50 Mixers, Asphalt Plant 19.81 4.71 1N 50 I Motor Patrol Grader Non- finishing 19.45 4.71 1N 50 Motor Patrol Grader Finishing 19.81 4.71 1N 50 Mucking Machine, Mole, 20.25 4.71 IN 50 Tunnel Drill and /or Shield Oil Distributors, Blowers, etc. 17.35 4.71 114 50 I Oiler Driver on Truck Crane 19.45 4.71 1N 5D Pavement Breaker 17.35 4.71 114 Permanent Shaft -type Elevator or Manlift 17.35 4.71 114 50 Piledriver 19.81 4.71 IN 5D Plant Loader (Asphalt) 19.81 4.71 1N 50 Pesthole Digger, Mechanical 17.35 4.71 IN 50 Power Plant 17.35 4.71 1N 50 Pump Truck Mounted 19.81 4.71 1N 5D Concrete Pump with Boom Attachment Pumps, Water 17.35 4.71 1N 5D Quad 9 and Similar, D -10 and HD -41 20.25 4.71 1N 50 CLASSIFICATION WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 83 -04 -92 6 CLALLAN COUNTY Remote Control Operator 20.25 4.71 114 50 Rollagon 20.25 4.71 IN 50 Roller, Other than Plant Road Mix 17.35 4.71 IN 5D Rollers, Plantmix or 19.45 4.71 IN 50 Multilift Materials Composition Materials Roto -Mill Pavement 19.81 4.71 IN 50 Saws, Concrete 19.45 4.71 114 50 Scrapers Carry All 19.45 4.71 IN 50 Scrapers, Concrete 19.45 4.71 IN 50 Scrapers, Self propelled 45 yards and over 20.25 4.71 IN 50 Scrapers, Self propelled under 45 yards 19.81 4.71 1N 50 Screed Man 19.81 4.71 114 50 Shotcrete Gunite 17.35 4.71 IN 50 Shovels and Attachments, 6 yard's over 20.75 4.71 IN 50 Shovels 3 yds under 19.81 4.71 101 50 Shovels over 3 yards to 6 yards 20.25 4.71 1N 50 Slipform Pavers 20.25 4.71 IN 50 Spreaders, Btaw Knox 19.45 4.71 114 5D Sub- grader Trimmer 19.81 4.71 IN 50 Tower Crane 20.75 4.71 IN 50 Tractors 60 HP under 19.45 4.71 1N 50 Tractors over 60 HP 19.81 4.71 IN 50 Transporters, All Track or Truck Type 20.25 4.71 IN 50 Trenching Machines 19.45 4.71 IN 50 Wheel Tractors, Farman Type 17.35 4.71 IN 50 Toro Dozer 19.81 4.71 1N 50 POWER EQUIPMENT OPERATORS UTILITIES CONSTRUCTION All Classifications 19.85 0.00 1 POOR LIME CLEARANCE TREE TRIMMERS Chipperman 12.90 3.50 4A SA Spray Man 12.90 3.50 4A 5A Tree Trimmer 16.12 4.31 4A 5A Tree Trimmer Groundmen 11.30 3.45 4A 5A Journey -level in Charge 18.67 4.40 4A 5A REFRIGERATION AND AIR CODITICNINC MECHANIC All Classifications 19.62 8.42 4A 5A RESIDENTIAL CONSTRUCTION Res. Carpenters Res. Communication Tech. Res. Drywall Tapers Res. Electricians Res. Electronic Tech. Res. Glaziers Res. Insulation Appl. Res. Laborers Res. Painters Res. Plumbers Res. Refrigeration Mech. Res. Sheet Metal Mech. Res. Air Cond. Mech. ROOFERS AND UATERPROOFERS Journey Level Using Bituminous Materials (SEE BENEFIT CODE KEY) N011itLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE RATE BENEFITS CODE CODE CODE 11.85 3.50 40 12.07 0.00 40 18.95 0.00 40 14.70 2.32 40 12.07 0.00 40 10.72 0.00 40 11.00 2.96 40 8.44 0.00 40 10.00 0.00 40 13.22 3.89 40 10.90 3.54 40 13.55 2.70 40 10.90 3.54 40 19.60 22.60 SHEET METAL WORKERS Sheet Metal Mechanic 22.51 3.40 1R 3.40 1R 4.86 4A SIGN HANGERS All Classifications 12.15 0.00 1 SIGH MAKERS AND INSTALLERS (ELECTRICAL) Journey Level 17.29 2.00 1 Stock Person 8.65 1.74 1 5A 5A 1 1 1. 1 r 1 1 1 1 1 1 1 CLASSIFICATION SOFT FLOOR LAYERS Journeyman SOLAR CONTROLS FOR WINDOWS All Classifications SPRINKLER FITTERS FIRE PREVENTION Journeyman STAGE RIGGING MECHANICS Mechanic **SURVEYORS Chain Person Instrument Person (Junior Engineer) Party Chief Hole Digger, Groundman Tree Trimmer Telephone Line Pole Sprayer T.V. System Technician T.V. Technician T.V. Linemen T.V. Groundmen TERRAZZO WORKERS AID TILE SETTERS All Classifications TILE. MARBLE AMD TERRAZZO FINISHERS Journeyman TRAFFIC CONTROL STRIPERS Journeyman WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03 -04 -92 7 CLALLAN COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE RATE BENEFITS CODE CODE CODE 10.88 0.00 1 9.95 0.36 18 50 8H 20.90 5.33 1F 51 10.50 2.73 1 9.35 0.00 1 11.40 0.00 1 13.40 0.00 1 TELEPHONE LIME CONSTRUCTION OUTSIDE Cable Splicer Telephone Lineman 17.19 2.27 18 5A Special Apparatus Installer I 17.19 2.27 18 5A Special Apparatus Installer II 16.78 2.25 18 5A Installer Repairman 16.36 2.24 18 5A Telephone Equipment Operator Heavy 17.19 2.27 18 5A Telephone Equipment Operator Light 15.79 2.22 18 5A Journeyman Telephone Lineman 15.79 2.22 18 5A 8.40 2.00 18 5A 15.79 2.22 18 5A 15.79 2.22 18 5A 14.01 2.17 1B 5A 12.32 2.12 18 5A 11.32 2.09 18 5A 7.85 1.99 18 5A 20.55 3.78 18 5A 16.38 3.78 18 5A 18.14 2.47 1K 84 TRUCK DRIVERS A -Frame or Hydralift Trucks or Similar 19.31 4.29 1M 50 Buggymobile and Similar 19.00 4.29 1M 50 Bulk Cement Tanker 19.16 4.29 1M 50 Bull Lifts, or Similar 19.18 4.29 1M 50 Equipment (Not Warehousing) Bull Lifts, or Similar 18.83 4.29 1m 50 Equipment (Warehousing) Bus or Employee Haul 18.83 4.29 1M 50 Dumpster 0 05 yards 18.73 4.29 1m 50 Dumpster Over 5- 12 yds 18.95 4.29 1M 50 Dumpster Over 12 16yds 19.36 4.29 1M 50 Dumpster Over 16 20yds 19.41 4.29 1M 50 Dumpster Over 20 30yds 19.58 4.29 1M 50 Dumpster Over 30 40yds 19.74 4.29 1M 50 Dumpster Over 40 55yds 19.90 4.29 1M 50 (Fifteen cents ($.15) per hour increase for each 10 Yard increment over 55 Yards. Escort Driver /Pilot Car 13.67 4.29 1M 50 Explosive Truck (Field Mix) and Similar 19.05 4.29 1M 50 Flatbed Truck Dual Rear Axle 18.94 4.29 1M 50 Flatbed Truck Single Rear Axle 16.92 4.29 1M 5D WASHINGTON STATE PREVAILING WAGE RATES EFFECTIVE 03 -04-92 8 CLALLAM COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE Fuel Truck, Grease Truck, Greaser, Battery 18.83 4.29 1M 5D and /or Tire Service Man Hyster (Hauling Bulk Loose Aggregates) 19.00 4.29 1M 50 Leveraan and Loaders at 18.73 4.29 1M 50 Bunkers and Batch Plants Lowbed and Heavy Duty Trailer: Under 50 T 19.05 4.29 1M 50 Lowbed and Heavy Duty Trailer: 50 100 T 19.33 4.29 114 50 Lowbed and Heavy Duty Trailer: Over 100 T 19.49 4.29 1M 50 Mechanic 19.17 4.29 1M 50 Mechanic Helper 18.58 4.29 1M 50 Oil Distributor Driver (Road) 19.16 4.29 1M 50 Oil /Transport Tanker 16.54 4.29 1M 50 Pick-Up Truck 16.92 4.29 1M 5D Pickup Sweeper 16.92 4.29 1M 50 Scissors Truck 18.83 4.29 1M SD Slurry Truck 19.05 4.29 1M 5D Sno-go and Similar 19.05 4.29 1M 5D Straddle Carrier (Ross, Hyster, and Similar) 19.00 4.29 114 50 Swamper 18.73 4.29 1M 50 Team Driver 18.78 4.29 1M 50 Tractor, Small Rubber -Tired 18.83 4.29 1M 50 Transit-Mix 0 4.5 yds 19.04 4.29 1M 50 Transit-Mix Over 4.5-6yd 19.21 4.29 114 50 Transit-Mix Over 6 8yd 19.37 4.29 1M 50 Transit-Mix Over 8 -10yd 19.53 4.29 1M 50 Transit-Mix Over 10 -12yd 19.70 4.29 1M 50 Transit-Mix Over 12 -16yd 19.86 4.29 1M 50 Transit -Mix Over 16 -20yd 20.02 4.29 1M 50 Transit Mix Over 20 yds 20.18 4.29 1M 50 Vacuum Truck 18.83 4.29 1M 50 Warehouseman i Checkers 18.73 4.29 1M 50 Water Wagon i Tank Truck: Up to 1600 gal 18.83 4.29 1M 50 Water Wagon i Tank Truck: 1600 3000 gal 19.00 4.29 1M 50 Water Wagon i Tank Truck: Over 3000 gal 19.16 4.29 IN 50 Winch Truck: Dual Rear Axle 19.05 4.29 1M 50 Winch Truck: Single Rear Axle 18.83 4.29 1M 50 Wrecker, Tow Truck, and Similar 18.83 4.29 114 50 WELL DRILLERS Irrigation Pump Installers 11.60 0.00 1 Oiler 9.45 0.00 1 Well Driller 11.60 0.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY EFFECTIVE 03 -04 -92 OVERTIME CODES !******M144fNMfNVrH fff 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON HOLIDAYS 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 TINES THE HOURLY RATE OF WAGE. F. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SATURDAY AND SUNDAY (EXCEPT MAKEUP DAY) 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. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE 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 REGULAR HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKEUP DAYS DUE TO INCLEMENT WEATHER) 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. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TINES 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 ANO ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OM HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL NOURS WORKED ON SATURDAYS (EXCEPT AS A MAKEUP DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE 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 REGULAR HOLIDAY PAY. 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. 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. 0. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR 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 NOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE -UP DAYS DUE TO INCLEMENT WEATHER) AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS, SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. 1 R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. 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 PLUS HEALTH AND WELFARE ANO VACATION. T. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS ANO HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. FOR ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK AND FOR ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS, THE HEALTH, WELFARE DENTAL, AND VACATION BENEFITS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE. PENSION AND TRAINING SHALL BE PAID AT THE REGULAR HOURLY RATE. 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. V. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE PREVAILING HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. W. ALL HOURS WORKED OM 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. X. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE PLUS ONE AND ONE -HALF TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE PLUS TWO TIMES THE VACATION, HEALTH, WELFARE AND DENTAL BENEFITS. Y. ALL HOURS WORKED OM 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 TWO TIMES THE HOURLY RATE OF WAGE. WHERE CONDITIONS REQUIRE WORK TO BE DONE ON SATURDAY, THE WORK WEEK MAY BE TUESDAY THROUGH SATURDAY. Z. THE FIRST EIGHT HOURS OM THE FIRST SHIFT ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TINES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED OM SATURDAYS AND ALL HOURS WORKED OM SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IM EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT OWE AND ONE-HALF TINES 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 IM EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS ANO HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS (EXCEPT WHEN WORKED AS A MAKE -UP DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OM HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, PLUS HOLIDAY PAY (IF ELIGIBLE). C. THE FIRST TEM HOURS WORKED OM SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF ELEVEN HOURS PER DAY, MONDAY THROUGH FRIDAY, ALL HOURS WORKED IN EXCESS OF TEN HOURS ON SATURDAYS, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OM SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OM HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT -TIME PAY FOR HOLIDAYS. 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. ALL HOURS WORKED IN EXCESS OF FIVE (5) DAYS SHAL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. OVERTIME FOR OVER FIVE (5) DAYS MAY BE WORKED A STRAIGHT TIME BY MUTUAL AGREEMENT IN WRITING. 2 4. 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. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS ANO 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 DAT, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAT, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAT, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 0. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, ANO PRESIDENTIAL ELECTION DAT (8). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW TEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAT (7). H. HOLIDAYS: NEW TEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, CHRISTMAS DAT (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAT, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, DECEMBER 24TH, CHRISTMAS DAY, AND DECEMBER 31ST (9). K. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S DAY, CHRISTMAS DAT, ANO A DAY OF THE EMPLOYEE'S L. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING (9). 3 BIRTHDAY, INDEPENDENCE CHOICE (7). BIRTHDAY, MEMORIAL DAY, DAY, THE DAY BEFORE CHR LABOR DAY, THANKSGIVING DAY, THE THANKSGIVING DAY, THE DAT AFTER LABOR DAY, THANKSGIVING DAY, AND DAY, LABOR DAY, THANKSGIVING INDEPENDENCE DAY, LABOR DAY, ISTMAS DAY, AND CHRISTMAS DAY 11. 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). N. HOLIDAYS: NEW TEAR'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). P. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAT (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). S. HOLIDAYS: NEW TEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). HOLIDAYS WORKED ON AN EMPLOYEE'S REGULARLY ESTABLISHED WORKDAYS SHALL BE COMPENSATED AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. HOLIDAYS WORKED ON AN EMPLOYEE'S REGULAR DAYS OFF SHALL BE COMPENSATED AT TWO TIMES THE HOURLY RATE OF WAGE. PART -TIME EMPLOYEES WORKING ON HOLIDAYS SHALL BE COMPENSATED AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW TEAR'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: AFTER 520 HOURS NEW TEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS NEW TEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAT ANO A FLOATING HOLIDAY (8). T. HOLIDAYS: NEW YEAR'S DAT, MEMORIAL DAY, INDEPENDENCE DAT, LABOR DAT, PRESIDENTIAL ELECTION DAT, THANKSGIVING DAT, THE FRIDAY FOLLOWING THANKSGIVING DAY, ANO CHRISTMAS DAT (8). 2. PAID HOLIDAYS: EIGHT (8) PAID HOLIDAYS. 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAT BEFORE OR THE DAY AFTER NEW TEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAT, LABOR DAT, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (10). B. HOLIDAYS: NEW TEAR'S DAT, MEMORIAL DAT, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAT, AND THE DAT BEFORE NEW TEAR'S DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAT, INDEPENDENCE DAT, LABOR DAT, THANKSGIVING DAT, THE DAT AFTER THANKSGIVING DAY, THE LAST WORK DAT BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. HOLIDAYS: NEW YEAR'S DAT AND THE FRIDAY AFTER THANKSGIVING DAY (2). PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAT AND CHRISTMAS DAT (5). E. HOLIDAYS: NEW YEARS DAT, MEMORIAL DAT, LAST MONDAY IN MAT, INDEPENDENCE DAY, LABOR DAT, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAT (9). F. HOLIDAYS: NEW TEARS DAT, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAT, LABOR DAT, ARMISTICE DAT, THANKSGIVING DAT, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW TEARS DAY, MEMORIAL DAT, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAT AND CHRISTMAS DAY. PAID HOLIDAYS: PRESIDENT'S DAY. N. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAT, MEMORIAL DAT, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAT, THE DAY AFTER THANKSGIVING DAT, AND CHRISTMAS DAY (8). NOTE CODES 8. A. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANT ONE (1) DAT SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS (524.00) IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. 8. THE WAGE RATES AND DEPTH PREMIUMS ARE FOR SURFACE SUPPLIED DIVERS AND SCUBA DIVERS. THE STANDBY RATE OF PAT FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. C. ONE (1) WEEK VACATION AFTER ONE (1) TEAR OF SERVICE. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. 4 D. 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 (S24.00) IN ADDITION TO THE PREVAILING HOURLY RATE Of WAGE AND FRINGE BENEFITS. F. FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE. TEM (10) DAYS VACATION AFTER THREE YEARS OF SERVICE. G. S.25 PER HOUR VACATION AFTER ONE YEAR OF SERVICE. S.50 PER HOUR VACATION AFTER TWO YEARS OF SERVICE. H. TWO (2) WEEKS VACATION AFTER ONE (1) YEAR OF SERVICE. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. I. APPRENTICES BELOW 80X RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF S.75. APPRENTICES 80X AND ABOVE RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF 51.55. J. NO WORK SHALL BE PERFORMED ON LABOR DAY OR CHRISTMAS DAY EXCEPT WHEN LIFE OR PROPERTY IS IN IMMINENT DANGER. SHOULD ANY OF THESE HOLIDAYS FALL ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED A LEGAL HOLIDAY. K. VETERANS DAY AND THE FRIDAY AFTER THANKSGIVING ARE OPTIONAL HOLIDAYS AND ARE PAID AT ONE ANO ONE-HALF TIMES THE REGULAR RATE OF PAY ONLY WHEN WORKED. L. FIVE (5) DAYS VACATION PER YEAR. NOTE: PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. M. FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE, TEN (10) DAYS VACATION AFTER TWO YEARS OF SERVICE. MOTE: PART TINE EMPLOYEES (WORKING 20 HOURS CO LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. M. MARBLE MASONS ANO GRANITE MASONS RECEIVE AM ADDITIONAL 51.00 PER NOUR. 0. FIVE (5) DAYS VACATION AFTER ONE (1) YEAR. P. 0. FIVE (5) DAYS VACATION PER YEAR. PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. R. FIVE (5) DAYS VACATION PER YEAR. S. ONE WEEK VACATION AFTER ONE YEAR OF SERVICE. TWO WEEKS VACATION AFTER THREE YEARS OF SERVICE. THREE WEEKS VACATION AFTER NINE YEARS OF SERVICE. T. TWO WEEKS VACATION FOR ONE TO THREE YEARS OF SERVICE. FOUR WEEKS VACATION FOR THREE TO SIX YEARS OF SERVICE. SIX WEEKS VACATION FOR SIX OR MORE YEARS OF SERVICE. 5 1 Department of Labor Industries Prevailing Wage PO Box 44540 Olympia WA 98504 -4540 RETURN ADDRESS REQUESTED UUIJk [HOUSE Cl_ALI AIVI Co PUHI_ I U WORKS OEP f 223 E As I FOUR fH ST -'Ok f AN(iEL_ES WA 983623098 BULK RATE US POSTAGE PAID Olympia, Washington Permit 312 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contract 2B ATTACHMENT B SUMMARY OF GEOTECHNICAL STUDIES PORT ANGELES LANDFILL EXPANSION RZA AGRA, INC. MAY 1992 June 19, 1992 21- 2191 -01 RZA AGRA, Inc. SUMMARY OF GEOTECHNICAL STUDIES PORT ANGELES LANDFILL EXPANSION City of Port Angeles, Washington Prepared for Parametrix, Inc. AGRA W -8189 May, 1992 Engineering Environmental Services Earth Environmental Group RZA AGRA, Inc. (formerly Rittenhouse Zeman Associates, Inc Engineering Environmental Services 28 May 1992 Parametrix, inc. P.O. Box 460 Sumner, Washington 98390 Attention: Mr. Thair Jorgensen, P.E. Subject: Gentlemen: Names 1. Dransfi d, P;E. Associate Summary of Geotechnical Studies Port Angeles Landfill Expansion Port Angeles, Washington 11335 NE 122nd Way Suite 100 Kirkland, WA 98034 -6918 (206) 820-4669 FAX (206) 821 -3914 W -8189 We are pleased to present herein a copy of the above referenced report. This report presents a summary of our geotechnical studies to date and review of geotechnical studies by others, along with general geotechnical recommendations for the design and construction of the above referenced project. The summary, conclusions and recommendations presented herein are based on our recent subsurface exploration and laboratory testing, as well as a review of previous site studies performed by others. This study has been completed in accordance with Standard Subconsuitant Agreement for Professional Services, Parametrix Project No. 21- 2191 -01, signed and dated 22 March 1992. We appreciate this opportunity to be of service to you and would be pleased to discuss the contents of this report or other aspects of the project with you at your convenience. Respectfully submitted, RZA AGRA, Inc. AGRA Earth Environmental Group SUMMARY OF GEOTECHNICAL STUDIES Port Angeles Landfill Expansion Port Angeles, Washington Prepared for: Parametrix, Inc. P.O. Box 460 Sumner, Washington 98390 Prepared By: RZA AGRA, Inc. 11335 NE 122nd Way, Suite 100 Kirkland, Washington 98034 W -8189 May 1992 TABLE OF CONTENTS W -8189 1.0 SUMMARY 1 2.0 SITE AND PROJECT DESCRIPTION 2 3.0 SITE GEOLOGY 3 3.1 Port Angeles Landfill 3 3.2 Fields Shotwell Borrow Site 4 4.0 SITE CONDITIONS 4 4.1 Surface Conditions 5 4.1.1 Port Angeles Landfill 5 4.1.2 Fields Shotwell Site 5 5 4.2 Subsurface Conditions 5 4.2.1 Port Angeles Landfill 5 4.2.2 Fields Shotwell Site 6 5.0 CONCLUSIONS AND RECOMMENDATIONS 6 5.1 Soil Materials Characterization 7 5.1.1 Low Permeable Barrier Layer 7 5.1.1.1 Onsite Stockpile 7 5.1.1.2 Fields Shotwell Pit 7 5.1.1.3 Bentonite Admixture 8 5.1.2 Drainage Soils 8 5.2 Landfill Site Stability 9 5.3 Structural Fill 9 5.3.1 General Fill Perimeter Berm 9 5.3.2 Barrier Layer 9 5.3.3 Leachate Collection Layer 10 6.0 CLOSURE 11 Figure 1 Location Map Figure 2 Site and Exploration Plan Low Permeable Soil Stockpile Figure 3 Site and Exploration Plan Fields Shotwell Site Figure 4 Cross Section A -A' Field Shotwell Site Figure 5 Cross Sections B -B', C -C', and D -D' Fields Shotwell Site Appendix A Subsurface Exploration Procedures and Logs Appendix 6 Laboratory Testing Procedures and Results Appendix C References SUMMARY OF GEOTECHNICAL STUDIES PORT ANGELES LANDFILL EXPANSION PORT ANGELES, WASHINGTON 1.0 SUMMARY The proposed project is considered feasible form a geotechnical standpoint with respect to the subsurface conditions encountered at the subject site. A brief summary of the project geotechnical considerations is presented below. Our exploration program consisted of eight test pits atop the low permeable stockpile and three test pits in the proposed landfill expansion area. Sixteen test pits were excavated at the Fields Shotwell site to investigate a potential offsite borrow source. We have also relied upon the subsurface information contained in the logs of monitoring wells, gas probes, test borings and test pits previously performed at the site by others. The subsurface conditions at the expansion area generally consist of gravelly sand outwash deposits, with some glacial till at the southeast corner of the expansion area. Glacial till derived from previous excavation was mostly passed through a 1 inch screen and stockpiled at the southwest corner of the site. The Fields Shotwell site, located about 1 mile south of the landfill was investigated as a potential alternative borrow site. Fine grained soils exposed at the base of this former gravel pit were evaluated. The onsite glacial till was utilized for low permeable barrier borrow during construction of the first phase of the new landfill in 1990. Our laboratory testing of the stockpiled material confirms that this material will provide a permeability of less than 1X10 cm /sec, assuming careful control of molding moisture content and density can be attained. The Fields Shotwell borrow site did not consistently provide a material with the desired low permeability. Bentonite admixture to either the onsite glacial till or the Fields Shotwell source would expand the range of materials which could attain the desired permeability. Drainage aggregate could be produced by screening to provide the desired high permeability. Parametrix, Inc. W-8189 28 May 1992 Page 2 We are available to performed interface friction tests on combinations of soil and geosynthetic, as required. This summary is presented for introductory purposes and should only be used In conjunction with the full text of this report. The project description, site conditions, description of the borrow materials, and our detailed geotechnical design recommendations are presented In the text of the report. The exploration procedures and logs are presented in Appendix A. Laboratory testing procedures and results are presented in Appendix B and on the exploration logs where appropriate. A list of previous studies reviewed as a part of this study is presented in Appendix C. 2.0 SITE AND PROJECT DESCRIPTION The Port Angeles Landfill is located on 43 acres of City-owned land, a few miles west of the City of Port Angeles in Clallam County, Washington. The site area is bordered by the Strait of Juan de Fuca on the north, an intermittent drainage channel (Dry Creek) on the west, William R. Fairchild Airport on the south, and the Ocean View Cemetery on the east. The existing landfill site includes a previously filled and closed landfill area of approximately 15 acres, a current active area encompassing approximately 5 acres of which 21/2 acres are lined and the remaining cleared acreage used mainly for material stockpiling. The landfill site also includes a scale facility, public receiving and recycling areas, landfill office and maintenance buildings, leachate collection system, aerated leachate ponds and an active gas control system. The other project sites studied include the Fields Shotwell site and Disposal Site B. The Fields Shotwell site is located southwest of the city of Port Angeles and is a former sand and gravel pit, currently used to treat and recycle petroleum contaminated soils. The proposed Disposal Site B is a ravine area east of the Ocean View Cemetery, north of 18th Street in Port Angeles, Washington. The ravine area has been partially filled with debris and refuse and is a proposed disposal area of sand and gravel excavated from the expansion of the landfill. The results of our Disposal Site B study were summarized in our report dated 1 May 1992. We understand for this project the city of Port Angeles will expand the existing landfill to allow an additional three to five years of operation. This phase is to include a landfill expansion of approximately 5 acres in area. This expansion will connect with the existing active cell and be designed and constructed in conformance with WAC 173 -304 the Minimum Functional Standards for Solid Waste Handling in the State of Washington (MFS). Parametrix, Inc. W-8189 28 May 1992 Page 3 We understand that the Port Angeles Landfill is to have a bottom layer consisting of two feet of soil barrier with a saturated permeability coefficient less than or equal to 1 X 10 cm /sec, overlain by a high density saturated polyethylene (HDPE) flexible membrane liner, in turn overlain by a heavy geotextile fabric, all overlain by a one foot minimum thickness of leachate collection aggregate (permeability coefficient of at least 1 X 10' cm /sec). The bottom grading of the landfill will generally slope down to the north with leachate collection pipes installed in trenches atop the clay barrier and flexible membrane liner (FML) layers. Collected leachate is to flow through the leachate collection material to the perforated collection pipes, and be transmitted via tightline to leachate detention ponds at the north end of the landfill. Bottom grades of the proposed landfill typically range from 3 to 4 percent, with sideslopes around the perimeter to be constructed at typical slopes of 4H:1V (Horizontal:Vertical). We understand that the landfill expansion construction will include excavations of up to 70 feet. The excavation will require removal of about 230,000 cubic yards for the expansion area and disposing of the excavated soils at Disposal Sites A, B, and C near the landfill. The purpose of this study was to summarize the geotechnical considerations for the expansion of the Port Angeles Landfill and low permeable soils investigation onsite and offsite for use on the liner system. Additional geotechnical and exploration work was performed at Disposal Site B (See 1 May 1992 report under separate cover). RZA AGRA performed the subsurface exploration work for this project in March and April 1992. The results of our subsurface exploration program are presented in Appendix A and are described in the Section 4.0 of this report (Site Conditions). Laboratory testing procedures and results are presented and described in Appendix B. In the event of any changes in the nature or design of the proposed landfill, the findings of this report should be reviewed and modified or augmented if necessary, to reflect the changes. This report has been prepared for the exclusive use of Parametrix, Inc., and their agents, for specific application to this project, in accordance with generally accepted geotechnical engineering practices. 3.0 SITE GEOLOGY 3.1 Port Angeles Landfill The Port Angeles landfill is located in the Puget Sound Lowland, a structural and topographic trough that was repeatedly modified by glacial activity 15,000 2.5 million years ago. Glacial activity advanced and receded through the site area leaving behind deposits of unconsolidated clay, silt, sand, and gravel. Most of the sediments encountered beneath the landfill were deposited during the Vashon Stade of Fraser, Glaciation, and Pre Vashon interglacial periods. The major geologic units previously identified onsite, Parametrix, Inc. W-8189 28 May 1992 Page 2 We are available to performed interface friction tests on combinations of soil and geosynthetic, as required. This summary is presented for introductory purposes and should only be used In conjunction with the full text of this report. The project description, site conditions, description of the borrow materials, and our detailed geotechnical design recommendations are presented in the text of the report. The exploration procedures and logs are presented in Appendix A. Laboratory testing procedures and results are presented in Appendix B and on the exploration logs where appropriate. A list of previous studies reviewed as a part of this study is presented in Appendix C. 2.0 SITE AND PROJECT DESCRIPTION The Port Angeles Landfill is located on 43 acres of City-owned land, a few miles west of the City of Port Angeles in Clallam County, Washington. The site area is bordered by the Strait of Juan de Fuca on the north, an intermittent drainage channel (Dry Creek) on the west, William R. Fairchild Airport on the south, and the Ocean View Cemetery on the east. The existing landfill site includes a previously filled and closed landfill area of approximately 15 acres, a current active area encompassing approximately 5 acres of which 2 acres are lined and the remaining cleared acreage used mainly for material stockpiling. The landfill site also includes a scale facility, public receiving and recycling areas, landfill office and maintenance buildings, leachate collection system, aerated leachate ponds and an active gas control system. The other project sites studied include the Fields Shotwell site and Disposal Site B. The Fields Shotwell site is located southwest of the city of Port Angeles and is a former sand and gravel pit, currently used to treat and recycle petroleum contaminated soils. The proposed Disposal Site B is a ravine area east of the Ocean View Cemetery, north of 18th Street in Port Angeles, Washington. The ravine area has been partially filled with debris and refuse and is a proposed disposal area of sand and gravel excavated from the expansion of the landfill. The results of our Disposal Site B study were summarized in our report dated 1 May 1992. We understand for this project the city of Port Angeles will expand the existing landfill to allow an additional three to five years of operation. This phase is to include a landfill expansion of approximately 5 acres in area. This expansion will connect with the existing active cell and be designed and constructed in conformance with WAC 173 -304 the Minimum Functional Standards for Solid Waste Handling in the State of Washington (MFS). Parametrix, Inc. W-8189 28 May 1992 Page 3 We understand that the Port Angeles Landfill is to have a bottom layer consisting of two feet of soil barrier with a saturated permeability coefficient less than or equal to 1 X 10' cm /sec, overlain by a high density saturated polyethylene (HDPE) flexible membrane liner, in turn overlain by a heavy geotextile fabric, all overlain by a one foot minimum thickness of leachate collection aggregate (permeability coefficient of at least 1 X 10 -2 cm /sec). The bottom grading of the landfill will generally slope down to the north with leachate collection pipes Installed in trenches atop the clay barrier and flexible membrane liner (FML) layers. Collected leachate is to flow through the leachate collection material to the perforated collection pipes, and be transmitted via tightline to leachate detention ponds at the north end of the landfill. Bottom grades of the proposed landfill typically range from 3 to 41/2 percent, with sideslopes around the perimeter to be constructed at typical slopes of 4H:1V (Horizontal:Vertical). We understand that the landfill expansion construction will include excavations of up to 70 feet. The excavation will require removal of about 230,000 cubic yards for the expansion area and disposing of the excavated soils at Disposal Sites A, B, and C near the landfill. The purpose of this study was to summarize the geotechnical considerations for the expansion of the Port Angeles Landfill and low permeable soils investigation onsite and offsite for use on the liner system. Additional geotechnical and exploration work was performed at Disposal Site B (See 1 May 1992 report under separate cover). RZA AGRA performed the subsurface exploration work for this project in March and April 1992. The results of our subsurface exploration program are presented in Appendix A and are described in the Section 4.0 of this report (Site Conditions). Laboratory testing procedures and results are presented and described in Appendix B. In the event of any changes in the nature or design of the proposed landfill, the findings of this report should be reviewed and modified or augmented if necessary, to reflect the changes. This report has been prepared for the exclusive use of Parametrix, Inc., and their agents, for specific application to this project, in accordance with generally accepted geotechnical engineering practices. 3.0 SITE GEOLOGY 3.1 Port Angeles Landfill The Port Angeles landfill is located in the Puget Sound Lowland, a structural and topographic trough that was repeatedly modified by glacial activity 15,000 2.5 million years ago. Glacial activity advanced and receded through the site area leaving behind deposits of unconsolidated clay, silt, sand, and gravel. Most of the sediments encountered beneath the landfill were deposited during the Vashon Stade of Fraser, Glaciation, and Pre Vashon interglacial periods. The major geologic units previously identified onsite, Parametric, Inc. W-8189 28 May 1992 Page 4 stratigraphically from youngest to oldest include marine and stream deposits of Recent Age, Vashon Till, Vashon Advance Outwash, Pre Vashon Outwash, and Twin River Siltstone /Sandstone of late Miocene age. The units encountered during our study included the Vashon glacial till and the Vashon advance outwash. Glacial till consisting of a very dense mixture of silt, sand and gravel and cobbles of low permeability, was identified in test pit TP -11 in the proposed landfill expansion area and thickens to the south and east. The Vashon advance outwash is the thickest unit at the site ranging from 150 to 220 feet in thickness and comprises the bluffs overlooking the Strait of Juan de Fuca. The base of the proposed landfill expansion area is within the Vashon advance outwash geologic unit. The Vashon advance outwash deposit comprised of sands and gravels with trace silt, thins to the south where bedrock is at or near the surface. The massive siltstone and sandstone bedrock of the upper member of the Twin River Formation is exposed along the railroad right of way and Dry Creek, south and west of the landfill site. 3.2 Fields Shotwell Borrow Site The Fields Shotwell Site is overlain by glacial drift. The glacial drift is described as unconsolidated to firmly compacted gravel, sand, silt, and clay. Our subsurface exploration encountered glacial drift consisting of a gravelly sand, atop silt with some fine sand and clay to our maximum trackhoe excavation depth of 15 feet. Previous explorations disclosed this silt layer appears to vary in depth from approximately 23 feet below the ground surface in the southern portion of the site to at least 3 feet near the northern portion. Our explorations encountered the silt at a depth of 2 to 8 feet below the ground surface. The silt layer appears to be underlain by discontinuous beds of fine sand with silt, sand, and gravelly sand at depth. Below the glacial drift, bedrock of the Twin River formation would apparently be encountered. The subject vicinity lies on the east /west trending contact between the lower and middle member of the Twin River formation. The lower member, located south of the site, is described as well bedded, dark greenish -gray, fine to medium grain sandstone, and bedded olive -gray siltstone. The middle member, located north of the site, is described as massive greenish -gray siltstone and mudstone with sporadic concretions and with fine to medium grained sandstone beds. 4.0 SITE CONDITIONS The site conditions were evaluated for this study in March and April 1992. RZA AGRA performed subsurface exploration work for the low permeable soils investigation offsite at the Fields Shotwell pit on 30 March 1992, and onsite exploration was done at the Port Angeles landfill stockpile and expansion area on 31 March 1992. The surface and subsurface conditions are described below, while the exploration procedures and interpretive logs of the explorations are presented in Appendix A. Laboratory testing procedures and results Parametrix, Inc. W-8189 28 May 1992 Page 5 are indicated in Appendix B. The approximate locations of the explorations performed as a part of this study are Indicated on the Site and Exploration Plans (Figures 2 and 3). 4.1 Surface Conditions 4.1.1 Port Angeles Landfill The proposed landfill expansion area is immediately south of the active landfill cell. The topography slopes down to the north to the landfill base with an approximate elevation of 200 feet at the south expansion perimeter down to approximately 130 feet at the base. The expansion area is generally clear with limited surface grasses and a gravel stockpile is located at the southeast area of the project. The low permeable stockpile is located at the southwest corner of the landfill property. The glacial till soil stockpile is devoid of vegetation and generally slopes from north to south. The thickest amount of fill soil is at the north with a top elevation of approximately 250 feet and the thinnest is at the south with a top elevation of approximately 233 feet. Adjacent ground surface elevations outside the stockpile range from approximately 210 to 225 feet. 4.1.2 Fields Shotwell Site The Fields Shotwell Site which includes a sand and gravel pit, was generally devoid of vegetation and moderately level. Across the potential borrow site, mounds of treated and recycled petroleum contaminated soils were prevalent. Stockpiles of excavated soils were also observed surficially. During our site visit, standing water from rainfall was observed in depressions on the project area. 4.2 Subsurface Conditions 4.2.1 Port Angeles Landfill Our test pits in the proposed landfill expansion area disclosed native medium dense grading to dense, moist to wet, brown, sandy GRAVEL with some silt and cobbles to our exploration bottom at a depth of 17 feet. Test pit TP -11 excavated at the southeast expansion area disclosed a 4 foot thick surficial zone of dense to very dense, moist, brown -gray, silty SAND with some gravel and clay (Glacial Till). The glacial till has been compressed by the considerable weight of glacial ice in the geologic past. Therefore, this till material and all soil units stratigraphically below the till are relatively incompressible and exhibit high shear strength characteristics. Parametrix, Inc. W-8189 28 May 1992 Page 6 Moderate seepage was observed in the test pits within the expansion area at 2 to 4 feet below the ground surface. The seepage originated from a drainage ditch (carrying surface water), located immediately upslope. Previous studies by others (Sweet- Edwards (EMCON, 1988) indicate the groundwater table is well below the proposed landfill excavation. The low permeable soil stockpile at the southwest corner of the landfill disclosed up to 17 feet of a loose, moist to wet, brown -gray, silty SAND with some gravel and clay atop the native soils. Test pit TP -1 and TP -2 at the north end of the stockpile did not penetrate the glacial till fill at a depth of 17 feet. Below the glacial till stockpile we encountered a native medium dense, moist, brown, silty, gravelly SAND with some organics. Groundwater seepage was not encountered within the stockpile but zones of wet to saturated fill soil were present within the stockpile. 4.2.2 Fields Shotwell Site Our test pits in the proposed borrow site disclosed generally consistent subsurface conditions. The surface of the site was covered with stockpiled sand and gravel and treated petroleum contaminated soils. Below the surface we observed 2 to 8 feet of loose to medium dense, moist to wet, brown, silty gravelly SAND. Very stiff to hard, moist, brown and gray SILT with some clay and trace fine sand was encountered below the surficial sand to the bottom of our explorations at 15 feet. Test pit STP -1 and STP -10 encountered gravelly sand to the full exploration depth. Test pit STP -9 disclosed surficial washed silt from the gravel operation to a depth of 3 feet underlain by 1 foot of gravelly sand, all underlain by the native silt at 4 feet. Moderate groundwater seepage was observed in most test pits at a depth of 2 to 8 feet below the ground surface. Seepage zones and a perched water condition exists above the very stiff to hard silt soil horizon. Additional subsurface seepage should be expected during periods of sustained precipitation where infiltration vertically is impeded by the relatively impermeable silt subsoils. 5.0 CONCLUSIONS AND RECOMMENDATIONS The conclusions and recommendations contained in this report are based on our exploration work and laboratory testing performed to date, and a review of previous studies performed at the site by others. Based on our studies, the proposed landfill project appears feasible at this site from a geotechnical stand point. Parametrix, Inc. W-8189 28 May 1992 Page 7 5.1 Soil Materials Characterization 5.1.1 Low Permeable Barrier Layer 5.1.1.1 Onsite Stockpile Low permeability glacial till soils have been identified In previous studies at the landfill site (Sweet Edwards /EMCON, Inc., 1989). These glacial till materials were reportedly excavated from the first phase expansion area and utilized in the barrier layer construction. Based on conversations with Mr. Tim Holth of Del Hur Construction, the glacial till material was screened through a 1 -inch sieve, prior to placing in a stockpile at the southwest corner of the site. Mr. Holth indicated it appeared that additional glacial till may have been placed atop the original stockpile. Our grain size testing confirms that the stockpiled soils have no significant portion of individual particles larger than 1 inch. According to previous laboratory studies, the glacial till would meet the maximum permeability criteria for barrier layer fill (1.0 X 10 cm /sec), for samples with the fines fraction (that portion passing the U.S. No. 200 sieve) ranging from 13.3 to 62.3 percent. Based on our more recent testing of the glacial till stockpile, the fines content ranged from 41 percent to 48 percent, apparently the result of soil mixing. Our recent testing also showed a permeability coefficient less than 1 X 10 cm /sec could be achieved for onsite stockpiled materials recompacted to at least 95 percent density (ASTM D 698), with moisture contents not less than 1 percent dry of optimum. The grain size and permeability testing performed to date on the glacial till is summarized on Table B -1 in Appendix B. Appendix B also presents the results of 29 moisture content determinations taken on discrete samples of the stockpile. Moisture contents ranged from 7.9 percent to 12.5 percent, with the exception of 20.3 percent for one surface sample. We anticipate the soil will need to be within a range of moisture contents of 7 to 10 percent to achieve the desired compaction and permeability. As a result, some drying will be required. 5.1.1.2 Fields Shotwell Pit Our testing of the Fields Shotwell pit identified a sandy silt deposit that was fairly uniform. However, the measured permeability was not consistently below the required 1 X 10 cm /second permeability. A summary of laboratory permeability testing, grain size testing and Atterberg limit determinations are presented in Appendix B. Parametric, Inc. W-8189 28 May 1992 Page 9 5.2 Landfill Site Stability We understand the landfill side slopes will be constructed at inclinations no steeper than 4H:1V. Because this is a confined slope condition, where placement of refuse will serve to buttress the slope, the most critical case for stability will be when the slopes have been fully excavated, the liner has been placed on the slope, and no refuse has been placed. The site soil materials are fairly granular (when compared to clay -rich soils used in some landfills). Slope inclinations of 4H:1V are not uncommon in bottom liner applications. Based on our previous experience with bottom liners constructed on side slopes as steep as 3H:1V, as well as the favorable performance of Phase 1 of Port Angeles Landfill, the proposed design appears stable. We are available to perform interface friction testing between actual soil and liner combinations to be used, upon your request. Excavation slopes should be monitored continuously by the excavation personnel during construction in order to note possible localized zones of weakness, sloughing, or apparent instability of the exposed strata. In this way, the need for regrading could be addressed on a timely basis. 5.3 Structural Fill This section presents general guidelines for placement and compaction of soil in the various layers to be constructed on this site. More detailed guidelines are presented in the Construction Quality Assurance Plan, and as part of the project plans and specifications. 5.3.1 General Fill Perimeter Berm If required, general embankment fill should be placed in level lifts not exceeding 8 inches in thickness, with each lift compacted to at least 95 percent density using ASTM:D 698 as the standard. Where filling occurs on ground slopes steeper than 5H:1V, the fill should be tied into the slope by keying and benching. The embankment fill slopes should be constructed by placing fill In horizontal lifts and cutting back to the compacted core. 5.3.2 Barrier Layer The barrier layer soil should be compacted in lifts not exceeding 6 inches in loose thickness. Each lift should then be compacted to at least 95 percent of the maximum Proctor (ASTM:D 698) dry density. The moisture content of the glacial till should be maintained between 1 percent dry of optimum and 2 percent Parametrbc, Inc. W-8189 28 May 1992 Page 10 wet of optimum moisture content. Based on our Proctor testing performed to date, this represents a moisture content In the range of 7 to 10 percent. The use of material outside this range of moisture contents should be confirmed by additional laboratory permeability testing. It will be necessary to maintain the surface of the compacted barrier layer in a moistened condition between successive lifts, and prior to placement of the flexible membrane liner, so that desiccation cracking of the soil does not occur. If desiccation does occur prior to placement of the next layer, the exposed surface should be scarified to a depth of at least 4 inches (or deeper if either cracking or dry soil conditions persist), moisture conditioned and recompacted. If moisture conditioning Is to occur onsite, a "sacrificial" layer of glacial till (at least 6 inches thick) should be placed on the sandy subgrades, so that mixing of the low permeable till land sandy soils does not occur. 5.3.3 Leachate Collection Layer The leachate collection layer Is to consist of sand and gravel placed atop geotextiie, the underlying HDPE liner and the barrier soil layer. We would recommend placement by advancing the fill in a minimum 1' /s foot deep lift, placing It in such a manner so that equipment does not operate directly upon the underlying fabric. We anticipate that the low permeable barrier soils will be placed at or slightly above the optimum moisture content. We do not anticipate any problem with fabric damage or subgrade softening with this approach. However, based on our previous experience we would expect that thickened, temporary haul roads would be required to prevent subgrade softening as a result of repeated dump truck traffic in localized areas. These thickened roads can be removed and bladed off once the rock has been delivered to the site. L. k ra,, k, I A i tL,:•... Pi RZA-AGRA 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034-6918 ENGINEERING ENVIRONMENTAL SERVICES PORT ANGELES LANDFILL ?2.-/ 41 1- t _Z 6 r• _i I 1 .___N 1 „,,,1 -r• 'i 1..-..-.. ,..i -4 21- e IL \It 'i .r----.... 1 ^-2t _jr4„s t i, :::..r•••••-r-..— i FIELDS SHOTWELL SITE I 6_ I 24 irN F‘t, WO W-8189 DESIGN caT DRAWN pmw DATE APR 19112 SCALE N.T.S E PORT AN PORT ANGELES LANDFILL PORT ANGELES, WASHINGTON LOCATION MAP FIGURE 1 0 100 200 SCALE IN FEET E 1,3_44• --N i TP -3 1 !9 n)/ TP- TP -5 t i TP -6 Mil i -7 1 iil 1 230 1 LOW PERMEABLE SOIL STOCKPILE _i tr-- 230 TP-4 230 •TP -2 J LEGEND TP1 i INDICATES TEST PIT NUMBER AND APPROXIMATE LOCATION t9 INDICATES GRAB SAMPLE LOCATION 230 ro APPROXIMATE LIMIT OF LANDFILL EXPANSION -A, 1, J I RAVEL STOCKPILE\ I (SOUTHEAST) 4 1 II RZA AGRA 1< i I 1 1 1 i 1 4 I ENGINEERING ENVIRONMENTAL SERVICES 11335 N.E. 122nd Way Suite 100 Kirkland. Washington 98034-4918 1 1 i 1 1 1 I I I I 1 I l wo. W -8189 DESIGN Sear DRAWN pM W DATE APR 1992 SCALE NOTED l n i i `n A �j O C l 160 EDGE OF 1E XISTING LINER v 1 J 1 DRAINAGE 180 L usE)_". PORT ANGELES LANDFILL EXPANSION b LOW PERMEABLE SOIL STOCKPILE PORT ANGELES, WASHINGTON SITE EXPLORATION PLAN FIGURE 2 STP-16 541.4 D D' STP -16 541.41 k 1 1 541.8 STP -15 DETENTION POND w 0 0 0 a M 0 STP -14) 542.0 LEGEND INDICATES TEST PIT NUMBER AND APPROXIMATE LOCATION INDICATES APPROXIMATE SURFACE ELEVATION THERMAL DESORPTION FACILITY INDICATES APPROXIMATE LIMITS OF CROSS SECTION STP -6 558.5 E3� 558.0 STP A B 0 S 55 3 C' STP -12 556.0 STP-7 556.8 RZA AGRA o OFFICE STP 11 552.1 ENGINEERING 6 ENVIRONMENTAL SERVICES 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -6918 wo. W -8189 DESIGN CRT DRAWN .PMW DATE APR 1892 SCALE NOTED 0 STP -1 562.9 A' 0 l 0 STRUCTURES 100 SCALE IN FEET N 411.000 200 N 411.500 PORT ANGELES LANDFILL FIELDS SHOTWELL SITE PORT ANGELES. WASHINGTON SITE EXPLORATION PLAN FIGURE 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A 565_ 560 t- w w 555_ z z 0 w 550 w 545 540 STP -5 STP -4 STP -3 11 TAN BROWN, SILT 111 GRAY SILT IV SILTY GRAVELLY SAND V BROWN SILT STP -13 INDICATES TEST PIT NUMBER AND APPROXIMATE LOCATION (FIELDS SHOTWELL SITE) SL GROUNDWATER LEVEL OBSERVED AT THE TIME OF EXPLORATION (PERCHED CONDITION) 1 BROWN, GRAVELLY SAND LEGEND NOTES: THE STRATA ARE BASED UPON INTERPOLATION BETWEEN EXPLORATIONS AND MAY NOT REPRESENT ACTUAL SUBSURFACE CONDITIONS. SIMPLIFIED NAMES ARE SHOWN FOR SOIL DEPOSITS. BASED ON GENERALIZATIONS OF SOIL DESCRIPTIONS. SEE TEST PIT LOGS AND REPORT TEXT FOR SOIL DESCRIPTIONS. I BROWN, GRAVELLY SAND II TAN -BROWN SILT III GRAY SILT RZA -AGRA 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -8818 STP -2 V BROWN SILT LOOSE TO MEDIUM DENSE, MOIST TO WET, BROWN, GRAVELLY SAND WITH SOME SILT VERY STIFF TO HARD, MOIST, TAN -BROWN SILT WITH SOME CLAY, TRACE FINE SAND VERY STIFF TO HARD, MOIST, GRAY SILT WITH SOME CLAY, TRACE FINE SAND, GRAVEL DENSE TO VERY DENSE, MOIST, TAN BROWN, SILTY, GRAVELLY SAND WITH SOME INTERBEDDED SILT HARD, MOIST, BROWN SILT WITH SOME SAND, GRAVEL AND CLAY ENGINEERING ENVIRONMENTAL SERVICES WO W -8189 DESIGN Lir DRAWN DMW DATE PR 1992 SCALE NOTED IV SILTY GRAVELLY SAND -N N 0 50 100 HORIZONTAL SCALE IN FEET 0 5 10 VERTICAL SCALE IN FEET STP -1 S A' 565 560 1- w 555 z z 0 _550 w 545 _540 PORT ANGELES LANDFILL FIELDS SHOTWELL SITE PORT ANGELES, WASHINGTON GENERALIZED SUBSURFACE CROSS SECTION A -A' FIGURE 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a 560 555 E- w w w z p 550 w J w 545 540 565 C 560 555 550 545 540 g B' STP -4 STP -5 II TAN —BROWN SILT STP -6 1 BROWN, GRAVELLY SAND II TAN —BROWN SILT 11I GRAY SILT CROSS SECTION B -B' o I BROWN. GRAVELLY SAND III GRAY SILT STP -7 CROSS SECTION C -C' STP -13 560 555 550 545 540 C' 560 STP -12 555 550 545 540 D 560 STP -3 1 BROWN, GRAVELLY 555 p SAND 1— w Z Z O 550— 545 540 RZA -AGRA ENGINEERING ENVIRONMENTAL SERVICES 11335 N.E. 122nd Way Suite 100 Kirkland. Washington 98034 -8918 H TAN —BROWN SILT III GRAY SILT CROSS SECTION D -D' 0 50 HORIZONTAL SCALE IN FEET 0 5 10 VERTICAL SCALE IN FEE NOTE: SEE FIGURE 4 FOR NOTES LEGEND. yy 0 W -8189 DESIGN Off DRAWN OW DATE AEB 1992 SCALE NOTED STP -8 100 1 BROWN, GRAVELLY 3 SAND z D' 560 555 STP -11 1- w u_ Z 550 Z 0 Q W J w 545 _540 PORT ANGELES LANDFILL FIELDS SHOTWELL SITE PORT ANGELES, WASHINGTON GENERALIZED SUBSURFACE CROSS SECTIONS B -B', C -C' D -D' FIGURE 5 r LEGEND TP -7 TEST PIT NUMBER AND LOCATION 0 0 0 N -Z 0 60 SCALE IN FEET PIPE OUTFALL 120 E 1,347,250 RZA AGRA, INC. Engineering d Environments/ Services 11335 N.E, 122nd Way Suite 100 Kirkland, Washington 98034 -6918 EDGE OF TREES yy 0 W-8189 DESIGN CRT DRAWN MJF DATE APR 1992 SCALE 1'x60' MAINTENANCE BUILDING 0 ri N d E 1,347,750 E 1,347,500+ PORT ANGELES LANDFILL DISPOSAL SITE B PORT ANGELES, WASHINGTON SITE AND EXPLORATION PLAN FIGURE 8 DRAWING NO. \BA \W- 8189\SITE.DWO APPENDIX A W -8189 Field Exploration The field exploration program conducted for this study consisted of excavating test pits at the subject sites. Sixteen test pits were excavated at the Fields Shotwell Site, at the Port Angeles Landfill eight test pits were advanced atop the low permeable soil stockpile and three test pits in the proposed landfill expansion area. We excavated seven test pits at the proposed Disposal Site B. The approximate exploration locations were obtained in the field by pacing from site features shown on a site plan provided by the client. Elevations of the explorations are shown on the test pit logs as interpolated from contour lines indicated on the site plans. The locations shown on the Site and Exploration Plans should be considered accurate only to the degree implied by the method used. Test Pit Excavations The test pits were excavated on 30 March 1992 at the Fields Shotwell site, 31 March 1992 at the Port Angeles Landfill and 21 April 1992 at Disposal Site B with a track mounted Komatsu TC 120 trackhoe operated by a local excavation contractor. Each test pit was continuously logged and observed by one of our experienced engineering geologists. In- situ strength and quality attributes of materials encountered in the test pits were estimated by our field observer based on experience with similar soils and on the difficulty incurred during excavation. Disturbed, but representative, samples of the soils in the test pits were retrieved, classified in the field, and transported in plastic containers to our laboratory for further evaluation and classification. The test pit logs presented in this appendix are based on inspection of the soil samples and the field logs. Depth (feet) Soil Classification W-8189 Test Pit STP -1 Approximate ground surface elevation: 562.9 feet 0.0 3.5 Loose to medium dense, moist, brown, gravelly SAND with some silt 3.5 15.0 Dense to very dense, moist, tan- brown, silty gravelly SAND with some interbedded silt Minor seepage observed at 3.5 feet 0.0 3.0 3.0 5.0 5.0 12.0 12.0 13.5 TEST PIT LOGS FIELDS SHOTWELL SITE Test Pit STP -2 Approximate ground surface elevation: 558.8 feet Loose to medium dense, moist to wet, brown, gravelly SAND with some silt Very stiff, moist, tan- brown, SILT with some clay, trace fine sand Very stiff to hard, moist to wet, gray, SILT with some clay, trace fine sand Hard, moist, brown, SILT with some sand, gravel and clay Heavy seepage observed at 3.0 feet Test Pit STP -3 Approximate ground surface elevation: 558.5 feet 0.0 4.0 Loose to medium dense, moist to wet, brown, gravelly SAND with some silt 4.0 7.0 Very stiff to hard, moist, brown, SILT with some clay, trace fine sand and gravel 7.0 12.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel Heavy seepage observed at 4.0 feet Test Pit STP-4 Approximate ground surface elevation: 561.1 feet 0.0 3.5 Medium dense, moist to wet, brown, silty gravelly SAND 3.5 7.0 Very stiff to hard, moist, dark brown to gray, SILT with some clay, trace fine sand 7.0 13.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand Minor seepage observed at 3.5 feet Depth (feet) Soil Classification Test Pit STP -5 Approximate ground surface elevation: 558 feet 0.0 4.0 Medium dense, moist to wet, brown, gravelly SAND with some silt 4.0 6.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand 6.0 13.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand Moderate seepage observed at 4.0 feet Test Pit STP-6 Approximate ground surface elevation: 558.5 feet 0.0 3.0 Medium dense, moist, brown, silty gravelly SAND 3.0 9.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand 9.0 14.0 Very stiff to hard, moist, gray, SILT with some day, trace fine sand Minor seepage observed at 3.0 feet Test Pit STP -7 Approximate ground surface elevation: 556.8 feet 0.0 2.0 Medium dense, moist to wet, brown, gravelly SAND with some silt 2.0 6.0 Very stiff to hard, moist, tan brown, SILT with some clay, trace fine sand 6.0 13.0 Very stiff to hard, moist, gray, SILT with some clay Minor seepage observed at 2.0 feet W-8189 Test Pit Logs, Page 2 Test Pit STP-8 Approximate ground surface elevation: 555.5 feet 0.0 7.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand and gravel 7.0 12.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel No seepage observed Depth (feet) ,Soil Classification W-8189 Test Pit Logs, Page 3 Test Pit STP -9 Approximate ground surface elevation: 558.0 feet 0.0 3.0 Soft, tan brown, SILT (washed silt from gravel operation) 3.0 4.0 Medium dense, wet, brown, gravelly SAND with some silt 4.0 8.0 Very stiff to hard, moist, brown, SILT with some clay, trace fine sand and gravel 8.0 13.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel Minor seepage observed at 4.0 feet Test Pit STP -10 Approximate ground surface elevation: 560.3 feet 0.0 12.0 Loose to medium dense, moist to wet, brown, gravelly SAND with some silt No seepage observed Test Pit STP -11 Approximate ground surface elevation: 552.1 0.0 6.0 Loose to medium dense, moist, brown, gravelly SAND with some silt 6.0 7.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand and gravel 7.0 12.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel Minor seepage observed at 6.0 feet Test Pit STP -12 Approximate ground surface elevation: 556.0 feet 0.0 8.0 Loose to medium dense, moist to wet, brown, gravelly SAND with some silt 8.0 9.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand and gravel 9.0 13.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel Moderate seepage observed at 8.0 feet Test Pit STP -13 Approximate ground surface elevation: 553.7 0.0 6.0 Loose to medium dense, moist, brown, gravelly SAND with some silt 6.0 9.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand and gravel 9.0 13.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel Minor seepage observed at 6.0 feet Depth (feetl Soil Classification Test Pit STP -14 Approximate ground surface elevation: 542 feet 0.0 8.0 Loose to medium dense, wet, brown, gravelly SAND with some silt 8.0 10.0 Very stiff to hard, wet, gray, gravelly sandy SILT with some clay 10.0 12.0 Very stiff to hard, wet, brown, gravelly sandy SILT with some clay Heavy seepage at 8.0 feet W-8189 Test Pit Logs, Page 4 Test Pit STP -15 Approximate ground surface elevation: 541.8 feet 0.0 5.0 Loose to medium dense, moist to wet, brown, gravelly SAND with some silt 5.0 7.0 Very stiff to hard, moist, tan- brown, SILT with some clay, trace fine sand and gravel 7.0 12.0 Very stiff to hard, moist, gray, SILT with some clay, trace fine sand and gravel Moderate seepage observed at 5.0 feet Test Pit STP -16 Approximate ground surface elevation: 541.4 feet 0.0 8.0 Loose, moist to wet, brown, fine to coarse SAND with some gravel and trace silt 8.0 9.0 Very stiff to hard, moist to wet, tan- brown, SILT with some clay, trace fine sand and gravel Heavy seepage observed at 8.0 feet Severe caving of the test pit from 0.0 to 8.0 feet Depth (feet). Soil Classification TEST PIT LOGS- LANDFILL LOW PERMEABLE SOIL STOCKPILE Depth (feet) Soil Classification W-8189 Test Pit TP -1 Approximate ground surface elevation: 244 feet 0.0 17.0 Loose, moist to wet, brown -gray, silty SAND with some gravel and clay Wet zone observed from 2.5 to 5.0 feet No seepage observed Test Pit TP -2 Approximate ground surface elevation: 238 feet 0.0 17.0 Loose, moist to wet, brown -gray, silty SAND with some gravel and clay Wet zone observed from 2.5 to 4.0 feet No seepage observed W-8189 Test Pit Logs, Page 5 Test Pit TP -3 Approximate ground surface elevation: 234 feet 0.0 15.0 Loose, moist to wet, brown -gray, silty SAND with some gravel and clay Wet zone observed from 3.5 to 6.0 feet and 10.0 to 12.0 feet 15.0 16.0 Medium dense, moist, brown, silty gravelly SAND with some organics (native) No seepage observed Test Pit TP-4 Approximate ground surface elevation: 235 feet 0.0 13.0 Loose, moist to wet, brown -gray, gravelly silty SAND with some clay Wet zone observed from 3.0 to 5.0 feet 13.0 15.0 Medium dense, moist, tan- brown, silty gravelly SAND with some organics (native) No seepage observed 1 1 I Depth (feet, 1 0.0 12.0 1 12.0 13.0 1 1 1 0.0 10.0 1 10.0 11.0 1 1 0.0 12.0 I 12.0 13.0 1 1 0.0 7.5 1 7.5 8.5 1 1 1 1 Soil Classification W-8189 Test Pit Logs, Page 6 Test Pit TP -5 Approximate ground surface elevation: 231 feet Loose, moist to wet, brown -gray, silty SAND with some gravel and clay Wet zone observed from 6.0 to 12.0 feet Medium dense, moist, brown, silty gravelly SAND with some organics (native) No seepage observed Test Pit TP-6 Approximate ground surface elevation: 231 feet Loose, moist to wet, brown -gray, silty SAND with some gravel and clay Wet zone observed from 3.0 to 6.0 feet Medium dense, moist, brown, silty, gravelly SAND with some organics (native) No seepage observed Test Pit TP -7 Approximate ground surface elevation: 236 feet Loose, moist to wet, brown -gray, silty SAND with some gravel and clay Wet zone observed from 4.0 to 9.0 feet Medium dense, moist, brown, silty, gravelly SAND with some organics (native) No seepage observed Test Pit TP-8 Approximate ground surface elevation: 233 feet Loose, moist, brown -gray, silty SAND with some gravel and clay Wet zone observed from 4.0 to 6.0 feet Loose to medium dense, moist, brown, silty SAND with some gravel and organics (native) No seepage observed Depth (feed Soil Classification PROPOSED LANDFILL EXPANSION AREA W-8189 Test Pit Logs, Page 7 Test Pit TP -9 Approximate ground surface elevation: 168 feet 0.0 17.0 Medium dense to dense, moist to wet, brown, sandy GRAVEL with some silt and cobbles (up to 8 inches in diameter) Moderate seepage at 4.0 feet Test Pit TP -10 Approximate ground surface elevation: 165 feet 0.0 15.0 Medium dense to dense, moist to wet, brown, sandy GRAVEL with some silt and cobbles (up to 8 inches in diameter) Moderate seepage at 2.0 and 4.0 feet Test Pit TP -11 Approximate ground surface elevation: 176 feet 0.0 4.0 Dense to very dense, moist, brown -gray, silty SAND with some gravel and clay (glacial till) 4.0 15.0 Dense, moist to wet, brown, sandy GRAVEL with some silt and cobbles (up to 10 inches in diameter) No seepage observed APPENDIX B W -8189 LABORATORY TESTING PROCEDURES A series of laboratory tests were performed during the course of this study to evaluate the geotechnical engineering properties of the subsurface soils. Descriptions of the types of tests performed are given below. Visual Classification Samples recovered from the exploration locations were visually classified in the field during the exploration program. Representative portions of the samples were carefully packaged in watertight containers and transported to our laboratory where the field classifications were verified or modified as required. Visual classification was done in general accordance with the Unified Soil Classification System. This classification system includes color, relative moisture content, soil type based on grain size, and accessory soil types included in the sample. Soil classifications are presented on the exploration logs in Appendix A. Moisture Content Determination Moisture content determinations were performed on representative samples obtained from the explorations In order to aid in identification and correlation of soil types. The moisture content was determined in general accordance with the test procedures described in ASTM:D 2216. The results of the moisture content tests are shown in this appendix where appropriate. Atterberg Limits Atterberg limits are used primarily for classification and indexing of cohesive soils. The liquid and plastic limits are defined as the moisture content of a cohesive soil at arbitrarily established limits for liquid and plastic behavior, respectively. Liquid and plastic limits were established for selected samples in general accordance with ASTM:D 423 and ASTM:D 424, respectively. The results of the Atterberg Limits testing are presented in this appendix on a plasticity chart where the plasticity index (liquid limit minus plastic limit) is related to the liquid limit. Grain Size Analysis A grain size analysis indicates the range of grain sizes included in a particular soil sample. The grain size analyses and hydrometer analysis included in this appendix were performed on representative samples in general accordance with ASTM:D 422. The results of the grain size analyses are presented as cumulative Grain Size Distribution Curves. Permeability Test A constant head permeability test was performed on selected samples of the material collected in the field, in general accordance with ASTM:D 2434. The sample was compacted into a 4 -inch diameter Proctor mold, noting the molding moisture content and density of the soil. The samples were then saturated under a constant pressure of 1.75 psi (gradient of 10.5), with flow from bottom to top. The sample was considered saturated when a constant flow rate was observed exiting the top of the sample. The coefficient of permeability was then determined by measuring the volume of water passing through the sample with time. The results are presented on the attached Table B -1, and on the permeability test results sheets. For the drainage layer samples, a falling head permeability test was performed. Samples were placed into an 11 inch inside diameter perforated bucket permeameter in 3 lifts, for a total soil depth of 10'% inches. The soil was moderately compacted, with each lift receiving 25 blows with a Standard Proctor hammer. The sample was then saturated and permeability measured as the gradient dropped from approximately 2 to 1. The permeability reported on Table B -2 represents the average of three trials on each sample. Laboratory Maximum Density Test The laboratory maximum density represents the highest degree of density which can be obtained for a particular soil type under a predetermined compactive effort. The laboratory test is performed for a range of moisture contents. A plot of dry soil density versus moisture content is then produced and the maximum laboratory density, along with the 'optimum' moisture content, can be evaluated. The laboratory maximum density tests were performed in general accordance with ASTM:D 698. The Proctor determinations were performed in conjunction with permeability testing. The results are presented on the attached Permeability Test Results sheets. RZA -AGRA II Engineennc Envi, onmental Services (!1/;tent1,Just.'- ZL.rnar) Assor., r s, Inc1 RZA SAMPLE MAX DENSITY/ PERCENT DRY MOLDING PERCENT PERMEABILITY TESTING OPT MOISTURE COMPACTION DENSITY MOISTURE PASSING COEFFICIENT 1992 (ASTM:D698) (ASTM:D698) (PCF) CONTENT #200 (CM /SEC) (PCF (X) TP -1 ONSITE STOCKPILE 136.0@ 8.0 136.0@ 8.0 136.0@ 8.0 TP -2 ONSITE STOCKPILE TP -3 ONSITE STOCKPILE TP -4 ONSITE STOCKPILE 132.0@ 8.0 132.0@ 8.0 132.0@ 8.0 TABLE B -1 SUMMARY OF PERMEABILITY TESTING GLACIAL TILL AND GLACIAL TILL STOCKPILE PORT ANGELES LANDFILL 94.1 99.3 96.3 96.2 100.0 99.2 128.0 135.0 131.0 127.0 132.0 131.0 6.0 7.0 9.0 6.0 8.0 9.0 41.0 48.0 43.0 45.0 TP -5 ONSITE STOCKPILE 45.0 TP -7 ONSITE STOCKPILE 47.0 133.0@ 8.0 94.0 125.0 5.0 133.0@ 8.0 97.7 130.0 6.0 133.0@ 8.0 98.5 131.0 8.0 11335 NE 122 nr• Suitt 10:, K{rK ind 11'.A 96234-81-31:: (206) 820 -4669 FAX (2061821-3914 2.9 X 10 -6 3.1 X 10 -8 2.7 X 10 -7 3.4 X 10 -6 2.4 X 10 -7 1.2 X 10 -7 1.7 X 10 -6 5.9 X 10 -7 2.4 X 10 -7 RW BECK SAMPLE MAX DENSITY/ PERCENT DRY MOLDING PERCENT PERMEABILITY TESTING OPT MOISTURE COMPACTION DENSITY MOISTURE PASSING COEFFICIENT 1989 (ASTM: D1557 (ASTM: D 1557) (PCF) CONTENT #200 (CM /SEC) (PCF X) (X) RW BECK TP -1 135.0@ 6.3 85.6 115.5 10.9 25.2 1.5 X 10 -7 RW BECK TP -2 133.4@ 6.7 83.1 110.9 10.4 25.0 9.6 X 10 -8 RW BECK TP -3 130.0@ 9.0 85.8 111.6 11.9 32.1 2.8 X 10 -8 RW BECK TP -4 138.3@ 5.8 85.4 118.1 8.7 13.3 8.1 X 10-7 RW BECK TP-5 118.0@ 10.5 83.3 98.3 11.9 62.3 3.4 X 10 -8 Engineering Environmental Group 100 GRAIN SIZE DISTRIBUTION -r •Y 4 r 1 1/2" 1/4' 1/0" 4 10 110 40 00 100 100 I I 90 80 70 50 0 1000 SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER 100 BOULDERS COBBLES GRAVEL Course 1 nn. I Coarse I Nsdlum ISAND Inns GRAIN SIZE IN MILLIMETERS RZA AGRA -1— i1 i I 10 1 0.1 Silt I FINE GRAINED I mo►- 0.01 0.001 I Clay Exploration Sample Number Depth Moisture Fined Boil Description TP 0.0 17.0' 9s 412 Silty SAND with sores gravel and clay 41_ TP -2 0.0 -17.0' l0s 48‘ Silty SAND with some grovel and clay s a TP -3 0.0 -15.0' 101 43[ Silty SAND with soma grovel and clay 4 TP -4 0.0 -13.0' 91 45sz Crovsly, silly SAND with toms clay Project: Port Angeles Landfill Work Order W -8189 ENGINEERING ENVIRONMENTAL SERVICES Date: 4/21/92 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -6918 100 GRAIN SIZE DISTRIBUTION 70 60 50 1- 40 Z CC LJ 1000 SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER 1/1. 3/4" Air 4 10 Coarse 1 Pls. 1 Coarse I M.dlum BOULDERS COBBLES 1GRAVEL 1SAND 100 MM RZA AGRA 4 silt 1FINE GRAINED 1 I 1 1 1.- -1- --1 1 —1 I 1 I 1 100 10 1 0.1 0.01 0.001 GRAIN SIZE IN MILLIMETERS I Clay Exploration tlample Number Depth Moisture Fines Noll Description 7 7 7 TP 0.0-12.0' 11x 45s Silty SAND with soma gravel and clay -4) TP 0.0 9s 47x SlIty SAND with sem. grow.' and clay Project: Port Angeles Landfill Work Order: W-8189 ENGINEERING ENVIRONMENTAL SERVICES Dote: 4/21/92 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034-6918 MB E MI MN MR MN MO MS N MN Job Name: !Port Angeles Landfill Low Permeability Soil Stockpile Job Number: I W-8189 Date: 15/5/92 TP -1 0.0 -2.5' 2.5 -5.0' 1 5.0-10.0' 10.0-17.0' TP -5 0.0 -3.0' 1 3.0-6.0' 6.0-9.0' 9.0 -12.0' 1 ITP -2 8.6 0.0 -1.0' 11.04 1.0 -3.5' 12.04 3.5 -10.0' 9.04 10.0 -15.0' 1 15.0 -17.0' ITP -6 9.5 0.0 -3.0' 12.74 3.0 -6.0' 10.44 6.0 -10.0' 9.44 I ITP -3 7.9% 0.0 -1.0' 10.7%1 1.0 -3.5' 11.0%1 3.5 -6.0' 10.2%1 6.0 -10.0' 10.94 10.0 -15.0' ITP -7 10.4%J 0.0 -4.0' 7.94 4.0 -9.0' 8.44 9.0 -12.0' I I ITP -4 8.5 0.0 -4.0' 20.3% 11.34 4.0 -10.0' 11.6% 11.3 10.0 -13.0' 9.8%- 12.04 10.011 ITP -8 10.6q 0.0 -4.0' 7.91 12.54 4.0 -7.5' 8.7%- 9.34 I I PERMEABILITY TEST RESULTS ASTM D 698 Proctor 136pcf 8% G Proctor 3 3 -4 o Permeability o --0- -e --0 Project: Work Order: Date: Sample: 140 Dry Density 128pcf 135pcf 131 pcf 120 0 0 1 100 80 60 Port Angeles Landfill W -8189 5/12/92 TP -1 0 -17' Moisture Content 6% 7% Percent Compaction 19 4% 99% 97% 1 1 1 t t 1 1 1 1 1 1 1 1 1 1 t t 20 30 40 50 Moisture Content s RZA AGRA ENGINEERING R ENVIRONMENTAL SERVICES Permeability (cm /sec) 2.9E -06 3.1E -08 2.7E -07 10 0 -s u 0 a 10 -7 -e 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -6918 PERMEABILITY TEST RESULTS ASTM D 698 Dry Moisture Percent Permeability Proctor Density Content Compaction (cm /sec) 133pcf 125pcf 5% 94% 1.7E -06 8% 130pcf 6% 98% 5.9E -07 131 pcf 8% 99% 2.4E -07 C Proctor 1 1 1 1 0 Permeability —.0- -9 --0 140 120 0 0. 100 c o 0 80 60 Il Project: Port Angeles Landfill Work Order: W -8189 Date: 5/12/92 Sample: TP -7 0 -13' 1 1 1 1 1 1 I( 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 10 20 30 40 50 Moisture Content s RZA AGRA ENGINEERING ENVIRONMENTAL SERVICES 10 -4 =10 -S 10 10 -7 -10 -8 u E .0 a 11335 N.E. 122nd Way ,S'uite 100 Kirkland, Washington 98034 -6918 RZA -AGRA Enorneerrnc Environmenta'Servr.::es Irit,e '7.ic1Sr -Z'/i an ASSoc,a:C 1, SAMPLE TEST PIT TP -10 GRAVEL STOCKPILE(SE) DRAINAGE SAND (IN USE) WET DENSITY (PCF) 152.0 7.0 145.0 3.0 129.0 4.0 TABLE B-2 SUMMARY OF PERMEABILITY TESTING DRAINAGE LAYER SAMPLES PORT ANGELES LANDFILL MOISTURE DRY CONTENT DENSITY (X) (PCF) 142.0 140.8 124.0 PERCENT PASSING #200 4.0 5.0 2.0 1133: NE '2 :'n7 1 ^.a■ Sun, 13C Karl. dnd V \A 9 :-6916 (20G) 82O -4669 FAX (206, 821-3914 PERMEABILITY COEFFICIENT (CM /SEC) 1.4 X 10 -1 9.5 X 10 -2 1.1 X 10 -1 L Engineering Environmental Group 100 90 80 70 60 50 40 30 20 10 0 1 GRAIN SIZE DISTRIBUTION SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER `r I- r 3' 1 1/2' 3/4' 3/3' 4 10 m N so 1110 100 l «I l —t i I i ton 100 10 t GRAIN SIZE IN MILLIMETERS Coarse I Fine I Coons 1 Yedlum BOULDERS COBBLES GRAVEL 1SAND (tins 0.1 RZA AGRA r Silt 'FINE GRAINED I I I 0.01 0.001 !Clay Exploration Sample Number Depth 1Loieture Fines Soil Description r —x. TP -10 Landfill Expansion Area 0.0 -15.0' 7s 4. Sandy GRAVEL with soma silt and cobbles Landfill Grovel Stockpile (Southeast) 3s 8s Sandy GRAVEL with some silt landfill Drolnope Sand (In use) M as Gravelly SAND with trade silt Project: Port Angeles Landfill Work Order: W -8189 ENGINEERING ENVIRONMENTAL SERVICES Date: 4/21/92 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -6918 1— Z U w GRAIN SIZE DISTRIBUTION r 1r r I r 100 80— 70 60 50 40 20-- SIZE OF OPENING IN INCHES U.S. STANDARD SIEVE SIZE HYDROMETER 1 1/1- 3/4- 3/r 4 ID 1 -�_L�i L_ ,I 2D 40 110 100 100 1 GRAIN SIZE IN MILLIMETERS Coors. I Fin. I Coarse 1 medium BOULDERS COBBLES GRAVEL ISAND Inn. RZA AGRA 'moo too 101 0.1 0.01 I SIM 1 FINE GRAINED Clay Exploration (Sample Number Depth Moisture Fines Doll Description STP -1 3.5 -15.0' 14s 34* Silty. gravelly SANG 0. STP -2 5.0 -12.0' 28s 98s SILT with same clay, tree. sand STP -6 3.0 -9.0' 24* 981 SILT with some cloy, trace sand .1 5.0-15.0' 6.0 -15.0' 25s 100s SILT w11h some clay 0.001 Project: Port Angeles Landfill Work Order: W -8189 ENGINEERING ENVIRONMENTAL SERVICES Date: 4/21/92 11335 N.E. 122nd Way ,S'utite 100 Kirkland, Washington 98034 -6918 0 4 60 70 60 50 40 30 20 10 PLASTICITY CHART fL IL 1 I 7 9 A. or EA B Boring r ON ral 04 or ON IZ 'v- tau d, •A UNE RZA AGRA 1 1 1 1 I I I 1 I 1 ITTTTITTTI 10 20 30 40 50 60 70 80 90 100 110 120 130 140 150 LIQUID LIMIT Symbol Sample Type Sample Number Depth (Ft.) Moisture Liquid Limit Plastic Limit Plastic Index O STP-6 30 26 4 O STP -7 30 28 2 G Tp Teetpll Ha Hand Auger Cb Crab Bag X Other Project: Port Angeles Landfill Work Order: W -8189 ENGINEERING ENVIRONMENTAL SERVICES Date: 5/14/92 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -6918 PERMEABILITY ASTM D 698 Proctor Density 1 10pcf 16% Project: Work Order: Date: Sample: Dry 104pcf 108pcf 109pcf 105pcf 95pcf 94pcf f 1 1 1 1( 1 0 10 Port Angeles Landfill W -8189 4/27/92 STP -2 5 -12' 1 1 TEST RESULTS Moisture Content 10% 16% 17% 19% 26% 28% 1 1 1 1 1 1 1 1 1 20 30 Moisture Conlon! Percent Permeability Compaction (cm /sec) 95% 98% 99% 1.6E -07 96% 2.3E -07 86% 1.7E -07 86% RZA AGRA ENGINEERING ENVIRONMENTAL SERVICES 10 -4 10 -5 =10 -10 -6 50 E -6'. 0 11335 N.E. 122nd Way Siuite 100 Kirkland, Washington 98034 -6918 1 1 1 1 1 1 1 1 1 1 1 1 1 PERMEABILITY TEST RESULTS ASTM D 698 Dry Moisture Percent Permeability Proctor Density Content Compaction (cm /sec) 100pcf 93pcf 8% 93% 6.5E -06 19% 97pct 13% 97% 3.6E -06 98pcf 22% 98% 3.4E -07 V 0 140 1 d Proctor O Permeability 1 1 1 1 0 —4 -8 --0 120 100 C 80 Project: Port Angeles Landfill Work Order: W -8189 Date: 4/27/92 Sample: STP -6 3 -9' —10 -4 10 -5 10 =10 -7 60-- 10 -8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 10 20 30 40 50 Moisture Content ft RZA AGRA ENGINEERING ENVIRONMENTAL SERVICES 11335 N.E. 122nd Way Suite 100 Kirkland, Washington 98034 -6918 PERMEABILITY ASTM D 698 Proctor 103pcf 13% G Proctor O Permeability C- —8 --0 Project: Work Order: Date: Sample: u 140 Dry Density 98pcf 99pcf 100pcf 120 100 o` 80 60 1 0 10 Port Angeles Landfill W -8189 5/12/92 STP -7 6 -13' TEST RESULTS Moisture Content 11% 13% 21% 20 30 Moisture Content is Percent Compaction 95% 96% 97% RZA AGRA 40 50 ENGINEERING ENVIRONMENTAL SERVICES Permeability (cm /sec) 3.2E -06 2.4E -06 1.0E -05 1 0 -4 10 —S 10 10 -7 _10 -8 E r 0 11335 N.E. 122nd Way Suite 1 00 Kirkland, Washington 98034 -6918 APPENDIX C W-8189 R. W. Beck and Associates; "Port Angeles Landfill Engineering Report," September 1989 Sweet Edwards /EMCON, Inc.; R.W. Beck and Associates, "Port Angeles Landfill Gas Probe Installation," September 1989 Sweet Edwards /EMCON, Inc.; R.W. Beck and Associates, "Port Angeles Landfill Geotechnical Investigation," May 1989 Sweet Edwards /EMCON, Inc.; R.W. Beck and Associates, "Port Angeles Landfill Hydrogeologic Investigation," April 1988 Contract 2B ATTACHMENT C PORT ANGELES LANDFILL EXPANSION IMPROVEMENTS CONSTRUCTION QUALITY ASSURANCE PLAN PARAMETRIX, INC. JUNE 1992 June 19, 1992 21- 2191 -01 Prepared by: _2 /c .e Checked by: Approved by: Proj Manager CONTRACT NO. 2B PORT ANGELES LANDFILL EXPANSION IlVIPRO VEMENTS CONSTRUCTION QUALITY ASSURANCE PLAN Submitted to: City of Port Angeles 321 East Fifth Port Angeles, Washington 98362 Prepared by: Parametrix, Inc. 1231 Fryar Avenue Sumner, Washington 98390 (206) 838 -9810 June 1992 EXPIRES y 2.7.... 9 3 Page 1.0 INTRODUCTION 1 -1 2.0 CONSTRUCTION QUALITY ASSURANCE PLAN 2 -1 2.1 PURPOSE 2 -1 2.2 SCOPE 2 -1 2.3 CQA PLAN ELEMENTS 2 -1 2.3.1 Responsibility and Authority 2 -1 2.3.1.1 Permitting Agency 2 -1 2.3.1.2 Facility Owner /Operator 2 -1 2.3.1.3 Facility Engineer 2 -2 2.3.1.4 CQA Personnel 2 -2 2.3.1.5 Construction Contractor 2 -3 2.3.2 Documentation 2 -3 2.3.2.1 Inspector's Daily Report 2 -3 2.3.2.2 CQA Testing Data Sheets 2 -4 2.3.2.3 Problem Reporting and Corrective Measures Data Sheets 2 -4 2.3.3 Project Meetings 2 -5 2.3.3.1 Preconstruction CQA Meeting 2 -5 2.3.3.2 Regular CQA Meeting 2 -6 2.3.3.3 Problem or Work Deficiency Meetings 2 -6 3.0 CONSTRUCTION QUALITY CONTROL 3 -1 3.1 CONSTRUCTION VERIFICATION 3 -1 3.2 SPECIFIC INSPECTIONS AND TESTS 3 -1 3.2.1 Earthwork, Including Soil Barrier Layer and Leachate Collection Sand 3 -2 3.2.1.1 Earthwork Inspections 3 -2 3.2.1.2 Laboratory Testing of Fill Materials 3 -3 3.2.1.3 Field Testing 3 -4 3.2.2 Geomembrane and Leachate Collection System 3 -4 3.2.2.1 Geomembrane 3 -5 3.2.2.2 Leachate Collection and Removal System 3 -5 APPENDICES A Inspection Checklists B Preconstruction Laboratory Testing TABLE OF CONTENTS Port Angeles Landfill June 4, 1992 Draft Construction Quality 21- 2191 -01 i Assurance Plan This plan fulfills two purposes: Port Angeles Landfill June 4, 1992 21- 2191 -01 1.0 INTRODUCTION This Construction Quality Assurance (CQA) Plan for the Port Angeles Landfill, Port Angeles, Washington, has been prepared by Parametrix, Inc. for the City of Port Angeles (City) for use in evaluating that the expansion improvements are constructed in accordance Chapter 173 -304 of the Washington Administrative Code (WAC), and as presented on the design drawings and in the specifications for Contract No. 2B, Landfill Expansion Improvements. Implementation of this plan will aid the City of Port Angeles in achieving a landfill expansion that will provide protection to human health and the environment. The proposed construction includes excavation in the expansion area to subgrade and construction of the liner system. The liner system, including leachate collection piping, from top to bottom, consists of the following: A Leachate Collection and Removal System (LCRS) composed of leachate collection sand, geotextile, drain rock and collection pipes. A 60 -mil high density polyethylene (HDPE) liner, both textured and smooth. A soil barrier layer with a permeability of 1x10 centimeters per second (cm /sec) or less. This CQA Plan discusses quality assurance related activities specific to the construction of the landfill that are required to demonstrate that the design has been implemented and performance requirements have been met. 1. Documents the specific technical requirements of the quality assurance plan for the landfill's construction activities. 2. Serves as a reference source for personnel performing and monitoring construction. Two aspects of the construction process are discussed in this plan: Construction verification Specific inspections and tests to be performed Inspection checklists are presented in Appendix A to indicate the checks to be made for each inspection. A summary of the laboratory testing already completed for the leachate layer sand and soil barrier layer is included in Appendix B. 1 -1 Draft Construction Quality Assurance Plan 2.1 PURPOSE 2.2 SCOPE 2.0 CONSTRUCTION QUALITY ASSURANCE PLAN The CQA Plan provides guidance to attain and maintain consistent high quality in the construction of the landfill. Execution of this plan will provide documentation that the facilities are constructed as described on the plans and in the specifications. This plan includes such elements as areas of responsibility and authority, qualifications of key personnel, methods of observations and tests, test sample size and location, and procedures for documentation. Specific requirements for inspection and quality assurance of the bottom liner and leachate collection and removal system are included. 2.3 CQA PLAN ELEMENTS 2.3.1 RESPONSIBILITY AND AUTHORITY 2.3.1.1 Permitting Agency The Clallam County Environmental Health Division (CCEHD) is authorized by law to issue a permit for the operation of the landfill. The Health Division also has the responsibility and authority to review all CQA documentation during or after facility construction to confirm that the approved CQA plan was followed and that the facility was constructed as specified in the design. 2.3.1.2 Facility Owner /Operator The City is responsible for the construction and operation of the landfill. This responsibility includes complying with the requirements of the permitting agency to obtain a permit and assuring the permitting agency, by the submission of CQA documentation, that the facility was constructed as specified in the design. Documentation that the construction activities were in accordance with the drawings, specifications and CQA Plan will be submitted to the CCEHD within 120 days after completion of construction activities. The City has the authority to select and dismiss organizations charged with design, CQA, and construction activities. The City also has the authority to accept or reject design plans and specifications, CQA plans, reports and recommendations of the CQA officer, and the materials and workmanship of the contractor. If the City dismisses any organization or rejects any recommendation of the CQA officer, the CCEHD will be notified with 7 days by the City or the CQA officer. Port Angeles Landfill lune 4, 1992 21- 2191 -01 2 1 Draft Construction Quality Assurance Plan 2.3.1.3 Facility Engineer The Facility Engineer's primary responsibility is to design the landfill in a way that fulfills the construction and operational requirements of the City and the performance requirements of the Health Division. Design activities may not end until the facility is completed. The Engineer may be requested to change some component designs if unexpected site conditions are encountered or changes in .construction methodology occur that could adversely affect facility performance. CQA provides assurance that these unexpected changes or conditions will be detected, documented, and addressed during construction. 2.3.1.4 CQA Personnel CQA personnel will be responsible for the implementation of the approved plan. Personnel will consist of a CQA Officer and CQA Inspectors. CQA Officer The CQA Officer will have overall responsibility for the successful implementation of the plan. These specific responsibilities include the following: Liaison with the contractor in interpreting and clarifying contract documents. Scheduling site inspections and testing. Providing CQA reports to the owner on the results of inspections and testing, including: advising the owner of work that should be corrected, rejected, or uncovered for observation, or that may require special testing, inspection or approval; reviewing inspection and test results; and rejecting defective work. Directing the CQA inspectors in performing site inspections and testing. Preparing a report documenting the construction and design activities and test results. The CQA Officer for this project will be a Registered Professional Engineer in the State of Washington. CQA Inspectors The specific responsibilities of the CQA Inspectors will include the following: Conducting on -site visual observations and stipulated testing of the work in progress to assess the contractor's general conformance with the plans, specifications, and construction related contractual provisions of the project. Pon Angeles Landfill June 4, 1992 21 2191 01 2 2 Draft Construction Quality Assurance Plan Reporting to the CQA Officer results of all inspections, including work which is not within contractual quality or fails to meet contract requirements. Monitoring of reviews and tests conducted by the contractor as required by the specifications and contract. Verifying that tests are conducted by qualified personnel and proceed according to standardized procedures defined by contract documents. CQA Inspectors for this project include qualified civil engineers, technicians and geotechnical engineers. These personnel will conduct inspections as directed by the CQA Officer. 2.3.1.5 Construction Contractor The Construction Contractor (Contractor) has the responsibility to construct the facility in strict accordance with the design plans and specifications, using standard construction procedures and techniques. The Contractor will direct and manage employees and the equipment they use to accomplish the construction. 2.3.2 DOCUMENTATION Documentation of CQA will entail the use of the following three reports: Daily Inspection Report Observation and testing data sheets Problem Reporting and Corrective Action Sheet A good method to organize and file all observation and test data is to have a separate file for each type of report, observation, and test. This will provide easy reference for reviewing and retrieval of past documentation by all CQA personnel and when preparing the CQA Report after construction of the landfill is completed. 2.3.2.1 Daily Inspection Report This report will be the Inspector's narrative of activities, observations, and record of work accomplished. It shall include, at a minimum, the following: Date, project name, job number, and location Data on weather, including temperature, wind, sky cover, precipitation Location of construction underway during the day Port Angeles Landfill June 4, 1992 21- 2191 -01 2 3 Draft Construction Quality Assurance Plan Equipment and personnel engaged in construction Location of work being tested and areas passing final inspection Record of visual observations made for quality control Record of off -site materials received, including quality documentation Record of site visits by others with names and affiliations Record of decisions made regarding acceptance of units of work and /or corrective actions taken in instances of substandard quality Signature 2.3.2.2 CQA Testing Data Sheets These will be filled out whenever testing specifically required by the CQA plan is performed. The report may be in any format, but shall include, at a minimum, the following information: Date and project name and number Weather conditions Report of visual observations of construction quality Location and number of samples taken for testing or test results Record of samples sent to laboratories for testing and testing results Follow up results of re -tests The original of this report will be forwarded to the CQA Officer. A copy will be maintained in the Inspector's notebook. Results from laboratory tests will be appended to this report when received. 2.3.2.3 Problem Reporting and Corrective Action Sheets If a problem is noted by the CQA Inspector, he /she will complete this report and forward the original to the CQA Officer. A copy shall remain in the Inspector's notebook. This report can be made in any format, but shall include, at a minimum, the following information: Cross reference to Daily Inspection Report or Observation and Tests Data Sheet where problem is first noted Pon Angeles Landfill June 4, 1992 21- 2191 -01 2 Draft Construction Quality Assurance Plan Date and project name Detailed description of problem Cause, if known How and when the problem was first noted Suggested corrective action The CQA Officer shall approve or modify the suggested corrective action and then forward copies to the project engineer, Contractor, and the owner for their review and comments. When the problem has been corrected, the report shall be amended to include the following: Corrective action taken Final test results after correction Recommendations to prevent similar problems This procedure is designed to provide documentation of problems and corrective actions taken. It is not meant to inhibit rapid correction of problems. All parties shall take appropriate action to ensure that problems are corrected promptly. 2.3.3 PROJECT MEETINGS 2.3.3.1 Preconstruction CQA Meeting Prior to start of construction, a preconstruction CQA meeting will be held between the City, Contractor, Geomembrane Installer, CQA Officer, and Facility Engineer. Representatives from the Health Division and Ecology may also attend the preconstruction CQA meeting. The agenda items for this meeting should include: Purpose of the CQA Plan Establish lines of communication and responsibility CQA testing and monitoring activities Review of CQA testing to date Method(s) to report and resolve problems CQA Report Port Angeles Landfill June 4, 1992 21- 2191 -01 2 5 Draft Construction Quality Assurance Plan Minutes of this meeting are to be recorded in the Daily Inspection Report by the CQA Officer. The preconstruction CQA meeting may be held in conjunction with the preconstruction meeting. 2.3.3.2 Regular CQA Meetings Daily meetings should be held at the job site between the Contractor and CQA personnel. The agenda for these meetings shall include: Review work completed Review CQA test results to date Review upcoming work and CQA testing Resolve problems, if any Minutes of these meetings are to be recorded in the Daily Inspection Report by a member of the CQA inspection personnel. 2.3.3.3 Problem or Work Deficiency Meetings A special meeting shall be held when and if a problem or deficiency is present or critical work anticipated. At a minimum, the meeting shall be attended by the Contractor and CQA personnel. The purpose of the meeting will be to define and resolve a problem or recurring work deficiency in the following manner: Define and discuss the problem or deficiency Review alternative solutions Implement a plan to resolve the problem or deficiency The meeting shall be recorded in the Daily Inspection Report by a member of the CQA inspection personnel. Port Angeles Landfill June 4, 1992 21- 2191 -01 2 6 Draft Construction Quality Assurance Plan Port Angeles Landfill June 4, 1992 21- 2191 -01 3.0 CONSTRUCTION QUALITY CONTROL 3.1 CONSTRUCTION VERIFICATION To verify that regulatory and design requirements are properly incorporated during the construction of the landfill, a specific program of field controls (e.g., inspections and verification tests) is provided. The program is divided into three segments of constructions: (1) earthwork, which includes placement of soil barrier layer and leachate layer sand (2) geomembrane installation, and (3) drain pipe. The control activities to be performed during the construction phase can be characterized into the following types: Field inspections which are to be performed by the CQA Inspectors. The inspections are primarily visual examinations but may include measurements of materials and equipment used, techniques employed, and the final products. The purpose of these inspections is to verify that a specific guideline, specification, or procedure for the activity is successfully completed. Laboratory testing to be performed by on -site or off -site laboratories on samples of materials used for construction of the landfill. The purpose of the laboratory tests is to characterize materials and confirm performance. Field testing performed on -site according to specified procedures. Field density and moisture content tests are to be performed on samples or in -place portions of the as -built landfill to assess whether construction performance meets project requirements. Review of manufacturer's certificate obtained from suppliers for selected shipments of materials received, when required by contract documents. They entail a statement that the materials meets required specifications. Review of Geomembrane Installer submittals which include predeployment panel layout, manufacturer's experience, Geomembrane Installer's experience, and construction record drawings of geomembrane installation. Checklist required for critical inspections. These checklists, found in Appendix A, are to be filled out during the course of inspection to document inspection results. 3.2 SPECIFIC INSPECTIONS AND TESTS This section specifies the inspections and verification testing necessary to control, verify, and document satisfactory work performance. The inspection and testing activities are described for the various materials of construction. 3 -1 Draft Construction Quality Assurance Plan 3.2.1 Earthwork, Including Soil Barrier Layer and Leachate Collection Layer Quality- related activities during the earthwork phase of construction include: Inspection, as necessary, of finished subgrade. 3.2.1.1 Earthwork Inspections Inspection and laboratory testing of materials for leachate collection layer and the soil barrier layer. Field testing of in -situ portions of the as -built soil barrier layer. Quality related inspections and field work to be performed during the earthwork phase of construction include: Port Angeles Landfill June 4, 1992 21- 2191 -01 Observation that the subgrade is firm and unyielding. Inspection of materials selected for leachate collection layer and the soil barrier layer. The materials to be used for the leachate collection layer and drain rock are expected to be obtained from off -site sources. Soil barrier layer materials are expected to be obtained from the designated borrow area(s). Visual inspections of the materials shall be made by the CQA Inspectors to detect the presence of organic matter or other matter not consistent with the requirements of the Specifications. The material to be used for the construction of the soil barrier layer shall be visually inspected by a CQA Inspector prior to and during placement of the fill. Should the results of these inspections indicate the presence of any deleterious matter in the excavated material, this material shall not be used in the barrier layer. Documenting the type and quantity of earthwork equipment used. Observing coverage and number of passes made by compaction equipment. Inspecting lift thickness. Inspecting the completed soil barrier layer for evidence of imperfections such as desiccation cracks, sand lenses, channels, root -holes or other structural non uniformities that may cause an increase in the permeability of the liner. The frequency of specific laboratory and field testing to be performed is presented in the next two sections and summarized in Table 1. 3 -2 Draft Construction Quality Assurance Plan Phase 2 Bottom Liner A. Borrow Source Study Grain Size Analyses 3 per borrow 3 Hydrometer 3 per borrow 3 Standard Proctor 2 per borrow 2 Permeability 2 per borrow 2 B. Surrogate Testing Grain Size Analyses, Glacial Till 1 per 2,000 cu. yd. 9 Grain Size Analyses, Leachate Collection Layer Drain Rock 1 per 1,000 cu. yd. 17 Hydrometer, Glacial Till 1 per 6,000 cu. yd. 3 Proctor Points, Glacial Till 1 per day 30 C. Field Testing Density Testing, Glacial Till 1 per 250 cu. yd. 70 Moisture Testing, Glacial Till 1 per 250 cu. yd. 70 3.2.1.2 Laboratory Testing of Fill Materials Grain size analyses in accordance with ASTM D422, performed during construction, at an approximate frequency of one test per 2,000 cubic yards for the soil barrier layer, leachate collection layer, and drain rock or when a change of material is noticed by the inspector. The tests shall include hydrometer testing for soil barrier layer only and shall be performed at an approximate frequency of one test per 6,000 cubic yards placed. Three tests shall be performed per borrow area prior to its use as a source of fill. Laboratory tests of drainage materials and the soil barrier layer shall be performed to serve as surrogate testing to correlate with permeability testing performed to date (see Appendix B) to document their engineering properties and to verify the acceptability of the material for use in construction. In the event that the tested materials fail to correlate with the range of acceptable properties established by permeability testing, the materials will be rejected, or additional permeability testing shall be performed to expand the acceptable range of material properties. The laboratory tests shall include the following: Port Angeles Landfill June 15, 1992 21- 2191 -01 TABLE 1 FREQUENCY OF TESTING PORT ANGELES LANDFILL CLALLAM COUNTY, WASHINGTON BREAKDOWN OF TASKS Estimated Description Frequency Total 3 -3 Draft Construction Quality Assurance Plan Determination of the relationship between moisture content and density as determined by the Standard Proctor method in accordance with ASTM 698. At least once daily, when placement of soil barrier layer is occurring, a check point shall be done to determine if the soil being placed is similar to the soil on which the moisture density curve was made. In the case that the test result deviates from the pre established moisture density curve by more than two pounds per cubic feet and /or two percent of moisture, a new moisture density curve shall be established and used for field density monitoring and a determination will be made by the CQA Engineer whether the material is acceptable for soil barrier layer. Two tests shall be performed per borrow area prior to its use as fill to determine the moisture density curve. Two permeability tests shall be performed per borrow area prior to its use as a source of fill. 3.2.1.3 Field Testing To determine whether construction performance meets project requirements, field testing of in situ portions of the soil barrier layer shall be performed. Fill placed at densities and /or moisture contents not conforming to the specifications shall be reworked or removed and replaced to meet the requirements of the specifications. The field tests shall include the following: Determination of the soil in -place moisture and density by nuclear methods performed in accordance with ASTM D3017 and ASTM D2922, respectively. Testing shall be performed at an approximate frequency of one per 250 cubic yards for soil barrier layer and two per acre for subgrade. Standard forms shall be used for recording test data. All holes in the soil barrier layer liners resulting from nuclear gage testing shall be backfilled with granular bentonite or bentonite pellets hand tamped in place. The results of the nuclear test method shall be calibrated using a drive cylinder test performed in accordance with ASTM D2937 once each week during placement of soil barrier layer. 3.2.2 Geomembrane and Leachate Collection System The geomembrane and leachate collection system in Phase 2 will consist of the following components, from the bottom to the top: Bottom Liner Geomembrane. This geomembrane will be a 60 -mil HDPE liner installed over the prepared soil barrier layer. HDPE Pipe. The leachate collection layer (drainage material) will be drained with HDPE pipe. Port Angeles Landfill June 15, 1992 21- 2191 -01 3 -4 Draft Conszrucnon Qualuy Assurance Plan 3.2.2.1 Geomembrane The inspections and tests to be performed by the CQA Inspectors for the geomembrane include: Manufacturer's certification that material meets specifications. Visual inspection of material upon receipt for damage and also for manufacturer's identification to verify that the proper material was received. Visual inspection of prepared subgrade (soil barrier layer) for rocks, other foreign material, and general condition prior to installation of the liner. Visual inspection of each geomembrane sheet for damage after it is unrolled and during installation. Observation of start-up seams prepared by the installer and their testing prior to actual seaming. Inspection of the overlap of the sheets at seams for conformance with specification. Observation of the temperature of the seam welding unit. Inspection of all seams for visible discontinuities in the seam or any other noticeable defects. Defective areas shall be marked on the liner and on the construction inspection form. All defective areas shall be repaired. Observation of all non destructive seam testing (double seam air pressure or vacuum testing) performed by the contractor and marking the defective areas. Seam testing shall be performed on all seams for their entire length. Review of Installer's laboratory testing of seam samples taken from the installed liner at a minimum frequency of one per 500 linear feet. Laboratory tests include verification of thickness, determination of bonded seam strength in shear, and bonded seam strength in peel as described in the Technical Specifications. Observation for excessive wrinkling and trampolining. Walk through inspection of the liner prior to covering. A sample form to be filled out by CQA personnel when monitoring geomembrane installation is included in Appendix A. 3.2.2.3 Leachate Collection and Removal System The following inspections and tests are to be performed by the CQA Inspectors for each of the following components: Port Angeles Landfill June 4, 1992 21- 2191 -01 3 -5 Draft Construction Quality Assurance Plan Geotextile Manufacturer's certification that the material meets specifications. Inspection of materials after receipt for damage during shipment and also for manufacturer's identification to verify that the proper material is received. Inspection of cleanliness of material and underlying foundation prior to installation. Inspection for defects in the sheets. Inspection to verify proper overlap and seaming. HDPE Pipe Manufacturer's certification that the HDPE pipe meets specifications. Inspections of HDPE pipe and fittings after receipt for damage during shipment and also for manufacturer's identification to verify that the proper material is received. Inspection of the HDPE pipe for SDR, nominal diameter, and slot size and spacing is in accordance with the specifications. Inspection of HDPE pipe for gouges, cracks, defects, and cleanliness prior to installation. Inspection of installation of piping for conformance with plans and specifications prior to installation of the surrounding aggregate. Leachate Collection Layer and Drain Rock Inspection of leachate collection layer and drain rock for cleanliness and to verify that the material is rounded in accordance with the specifications. Grain size analyses. Observation of the method of installing the drainage materials for occurrences of damage to the underlying synthetic materials. Inspection of final grade for conformance with the plans. Appendix A includes checklists relevant to these materials. Port Angeles Landfill June 4, 1992 21- 2191 -01 3 -6 Draft Construction Qualuy Assurance Plan APPENDIX A INSPECTION CHECKLISTS The inspection checklists in this Appendix are provided to indicate the checks to be made for inspection. The format of the inspection checklists may be modified by the CQA Engineer. However, the revised form must include all checks and information contained in the original form. Port Angeles Landfill June 4, 1992 21- 2191 -01 Draft Construction Quakty Assurance Plan Port Angeles Landfill June 4, 1992 21- 2191 -01 CONSTRUCTION INSPECTION Daily Inspection Report Geomembrane Panel HDPE Pipe and Fittings Geotextile LIST OF FORMS PROBLEM REPORTING AND CORRECTIVE ACTION SHEET Draft Construction Quality Assurance Plan 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Job No.: Date: Weather A.M.: Visitors: Project Owner: 19 Contractor: P.M.: L" Parametrix, Inc. Daily Inspection Report Work Completed: Discrepancies Noted: Discussions with Contractor (Include orders given and received): Items for Office Action: Any Cause for Dispute, Change Orders, or Delays, and Reasons: Signature Site Conditions: Contractor's Representative(s) and Title: Location and Type of Work: Number and Classification of Contractors: Men and Equipment (Include condition of equipment)• Work in Progress (Include report of operations, materials received and condition, work start /stop time, and any unusual conditions): Extra Work in Progress Labor, Equipment, and Materials (Include condition of materials and equipment): NEXT PANEL NEXT PANEL LEGEND Patch AT Air Test VT Vacuum Test PH Pinhole Destructive Sample Extrusion Weld N/A Not Applicable )LF Geomembrane Roll Weather Subgrade GEOMEMBRANE PANEL PRE DEPLOYME Date II Condition VISUAL OB Item I Comments' AIR TESTING Date Distance Tested Sample 1 1 FINAL OBSERVATION: OBSERVED BY: Cross Seam Date Time Tech. Mach.# Date Place additional comments on back of this form. DEPLOYMENT Geomembrane Roll Date: Time: Overlap: Anchor: PANEL SIZF Avg. Width: Total Length: Total So. Ft.: Total So. Yds.: Tech. Pass /Fail Location Tvoe DESTRUCTIVE SAMPLE Date Removed I Results: Pass /Fail Time 1 VT Tech. LF Date Weather CONSTRUCTION INSPECTION HDPE PIPE AND FITTINGS Contract No. 2B, Landfill Expansion Port Angeles Landfill Quantity and location of pipe installed during shift (Provide explanatory notes if the answer to any of the following questions is "no." Include any remedial steps required.) Is the pipe installed in a manner that appears to prevent damage to underlying materials? Is the pipe free of apparent defects, dirt and debris? Does the pipe appear to be properly joined? Are the layout and location of the pipe installed in general accordance with drawings? NOTES: ONE FORM PER SHIFT WHEN THIS WORK IS BEING DONE Inspector Temperature (Signature) YES NO NOTE NO. GENERAL NOTE: The information presented herein represents the Inspector's opinion of the Contractor's adherence to requirements of the plans and specifications. This shall not be relied upon as acceptance of the work nor shall it relieve the Contractor from contractual obligations and responsibilities, or generally accepted industry or customary practice. ONE FORM PER SHIFT I WHEN THIS WORK IS BEING DONE CONSTRUCTION INSPECTION I GEOTEXTILE Contract No. 2B, Landfill Expansion Port Angeles Landfill 1 1 Date Inspector (Signature) Weather Temperature I Surface area and location covered during shift 1 (Provide explanatory notes if the answer to any of the following questions is "no." Include any remedial steps required.) I YES NO NOTE NO. Is the material installed in a manner that 1 appears to prevent damage to underlying materials? 1 Is the material installed with its longest dimension oriented along the leachate trench? I Is the material free from apparent damage, dirt, and debris? Is the material installed over a clean surface? Are the adjoining sides and ends of the I material seamed /lapped according to the specifications? 1 t NOTES: 1 1 I GENERAL NOTE: The information presented herein represents the Inspector's opinion of the Contractor's adherence to requirements of the Drawings and Specifications. This shall not be relied upon as acceptance of the work nor shall it relieve the Contractor from contractual obligations and responsibilities, or generally accepted industry or customary practice. Description of Problem: Cause, if known: How and when the problem was first noted: Suggested corrective measures: Description of corrective action taken: Date corrective action was completed: PROBLEM REPORTING AND CORRECTIVE ACTION SHEET Contract No. 2B, Landfill Expansion Port Angeles Landfill Signature of CQA Inspector /Date Signature of CQA Inspector who observed corrective action. GENERAL. NOTE: The information presented herein represents the Inspector's opinion of the Contractor's adherence to requirements of the Drawings and Specifications. This shall not be relied upon as acceptance of the work nor shall it relieve the Contractor from contractual obligations and responsibilities, or generally accepted industry or customary practice. Port Angeles Landfill June 4, 1992 21- 2191 -01 APPENDIX B PRECONSTRUCTION LABORATORY TESTING Draft Constriction Quality Assurance Plan Contract 2B ATTACHMENT D CONTRACT NO. 2A, 1992 EXCAVATION ROUGH GRADING LANDFILL EXPANSION IMPROVEMENTS PROJECT 91 -25 June 19, 1992 21- 2191 -01 Mmts POST HORZ. MAX. MIN. TYP. VERT. W/ O.C. CONTRACT No. 2A, 1992 EXCAVATION ROUGH GRADING LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES, WASHINGTON PROJECT 91 -25 LOCATION MAP ABBREVIATIONS N I aA I OEOCC HORIZONTAL MAXIMUM MINIMUM TYPICAL VERTICAL WITH ON CENTER G.A. K I.S C HC _mac NO SCALE DALE 1 APRIL. 1992 I EXPIRES 4- -93I Parametrlx. Inc. tv 40 Orr br sr-•s-.wo sew MO 44 res 4r .L, Di- m-mr MAYOR: JAMES HALLETT CITY MANAGER: JEFFREY A. POMERANZ COUNCIL: GARY BRAUN LARRY NICHOLSON PROSPER OSTROWSKI JOAN SARGENT LARRY SCHUELER RICHARD WRIGHT DIRECTOR OF PUBLIC WORKS: JACK N. PITTIS, P.E. CITY ENGINEER: GARY KENWORTHY, P.E. SOLID WASTE SUPERINTENDENT: ROBERT JONES 444 401 14.4 1010 2020 K ....w bone 411 1 440 Over •bore ..r al, Or- 024011•0 PIM= NAME CONTRACT No. 2A LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 21- 2191 -01 I D'A"D ,q. 21910101 ZS w SHEET No. 1 2 3 4 5 6 PROJEC LOCATION VICINITY MAP DESCRIPTION TITLE SHEET SITE PLAN GRADING PLAN EARTH FILL SITES DISPOSAL SITE A SECTIONS DETAILS TITLE SHEET EXCAVATION ROUGH GRADING t 1.1432!0 1]41000 1.3 lit 4270 C 1.144230 IDAE APPROX. LOCATION OF 0 SLUDGE POND. TO BE 'r CONSTRUCTED BY OTHERS t CLOSED LANDFILL O 1.3.4.710 h P -4 N 424412.09 E 1344324 73 ELEV. 139.92 SEDIMENTATION DETENTION BASIN 2 P -1 N 424191.98 E 1345344 97 ELEV 135.14 5 R R Z 2 2 2 2 SCALE IN 0 200 400 A OC90ED M'stOJC I GA. 1 .•.0%, Ocala K I S =...0 1' .20C C H D OAT( APRIL. 1992 A. 2 A 2 A 2 ;r. 4 -2 -43 2 Ti N LANDFILL ENTRANCE SCALES AND SCALE HOUSE LEACHATE PONDS APPROX. LOCATION OF CAS PROBE E P -2 N 423671.33 E 1345204 54 ELEV 165 45 I I li PERMITTED WAS DISPOSAL AREA BOUNDARY 2 Parametrtx, Inc. ACTIVE WASTE DISPOSAL AREA El .e4._ _.%,w7=: Mamas,. •11.3 40. A 2 A 2 A 2 ACCESS ROUTES AVAILABLE TO CONTRACTOR. KEEP OUT OF LANDFILL TRAFFIC. 0 EXISTING GRAVEL STOCKPILE TO BE MOVED SOUTH BY THE CITY PRIOR TO START OF CONSTRUCTION EXISTING SOIL STOCKPILE 80' ACCESS EASEMENT r� 1 4 2 0.a.m. y a. 1=20 a..... S. ..Y Awe Strom Las ..at 4..... rx .m..... 00.1) XS-4W -!e 2t.- 1111 -S. iFtir651• 1.4 .ST. �,i I 7^ I 1 ti 1 F 2 2 1 .C2 ..0 SOIL DISPOSAL SITE A. SEE SHEET 5. a 2 LD43250 7 I ti APPROX LOCATION MONITORING WELL EXISTING GLACIAL 1111 STOCKPILE 2 El PROJECT .04 CONTRACT No. 2A LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 21- 2191 -0' I CR4""G .0 21910102 C 1.141000 C 1.144.770 1.144.700 C1.344.250 1 C1.3.4.003 0 El 0 EXISTING YARD WASTE AND BRUSH STOCKPILE AREA. DISPOSE OF STUMPS FROM CLEARING AND GRUBBING HERE EXISTING W000 CHIP PILE. PLACE W000 CHIPS HERE FROM STUMP AND DEBRIS GRINDING OPERATION CONTRACTOR TO VERIFY LOCATION OF 20' WATER MAIN ANO MAINTAIN AND PROTECT SOIL FARMING AREA. 00 NOT DISTURB CONTRACTOR STAGING AREA PORT ANGELES LANDFILL PROPERTY BOUNDARY NOTES 0 EXISTING CONTOURS SHOWN ON SHEETS 2 AND 3 ARE BASED ON AERIAL PHOTOGRAPHY SURVEY BY DEGROSS AERIAL MAPPING. DATE OF PHOTOGRAPHY 2- 26 -92. COORDINATE ALL EXCAVATION AND HAUL WORK WITH LANDFILL OPERATOR TO MINIMIZE IMPACT ON LANDFILL OPERATIONS. TO BE FIELD VERIFIED BY CONTRACTOR. MAINTAIN AND PROTECT FROM DAMAGE. SITE PLAN EXCAVATION ROUGH GRADING ACCESS ROADS TO SOIL DISPOSAL SITE A AND CONTRACTORS STAGING AREA TO BE BUILT ANO MAINTAINED BY THE CONTRACTOR. STUMPS AND DEBRIS REMOVED FROM CLEARING AND GRUBBING OPERATION AREA TO BE PLACED IN THE WASTE AND BRUSH STOCKPILE AREA FOR GRINDING. SURVEY CONTROL POINTS LEGEND: P -1 5/8' DIAMtitl2 REBAR WITH PLASTIC CAP STAMPED 'NTT NESARY PLS 22344' SET FLUSH WITH A/C PAVEMENT IN ENTRANCE ROAD. P -2 5/8' DIAMETER REBAR W114 PLASTIC CAP STAMPED 'N11— NESARY PLS 22344' IN CONCRETE IN CLEARED AREA. P -4 5/8' DIAMETER REBAR WITH PLASTIC CAP STAMPED 'N11— NESARY PLS 22344' IN CENTER OF ROAD 6 FT.t WEST OF EXISTING GATE WEST SIDE OF LANDFILL SITE. 7NEET NO. CONSTRUCT OIT 9 I T0)\ DITCH ALONG ACCESS ROAD 1 E IS NG 12' CULVE T TO E REMOYEfJ ANQ RE -USED AT DISPOSAL SITE A. %T rN Q EDGENG UNER O r. SEE DETAIL x L l 1 END EXISTING 6 PERF HOP: 1 END EXISTING 6 PERF HOPE 4.7 j0 DAYUCHT UNE (Ty?) N0. 1 1KM90 3 LANDFILL PROPERTY BOUNDARY I I V S� .EXISTING 12 CULVERT TO BE MAINTAINED AND PROTECTED BY CONTRACTOR 1 L I DATE 1 DE70lD DRAM MR8 MRB GA /10.. DATE APT.!. 1992 EXISTING 8' P VC CUk.KERT TO BE REMOVED IEYD 4-27 -931 Parametrtx. Inc. L .-M 0.1 .a. 13010 .-p... on u.0 nano Una 201- .a•-.ra 204-00-11 PO 20.-.43- =SC In..s1. -w02 STA 1n.. r. L.. Y-1 IOO- sn -COP I120 0 non. L.. N .-.-a (P1-. 0 P a 003 O. -1•.. 0 r 11 NOTE Y116LCT MAN( CONTRACT NO. 2A LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES a 2i- 2191 -0' 1 G 21910103 CONTRACTOR NOT TO OPERATE EQUIPMENT OVER UNER OF ACTIVE LANDFILL MAINTMN EXISTING INFILTRATION PONDS FOR STORM WATER CONTROL REMOVE AND STOCKPILE BIRD -WIRE POLE ON •SITE AT THE DIRECTION OF THE ENGINEER THE ROUGH SUBGRADE CONTOURS REPRESENT THE TOTAL OMITS OF EXCAVATION FOR CONTRACT NO. 2A. THE MINIMUM AMOUNT THAT SHAL BE EXCAVATED UNDER CONTRACT N0. 2A IS ILLUSTRATED ON SECTION A, SHEET 6. UST OF COORDINATE POINTS NORTH EAST ROUGH SUBGRADE DESCRIPTION 100 423575.0 1344342.0 EDGE LINER 101 423572.4 1344487.7 TDE 12 EDGE LINER 102 423565.8 1344910 6 TUE e EDGE LINER 103 423562.7 I345110.9 EDGE LINER 104 423200.3 1344487.6 EL. 140.0 TOE 105 423193.1 1344762.5 EL. 140.0 TOE 106 423224.3 1344827.8 EL. 138 0 TOE 107 423224.3 1344798.8 EL. 138 0 EDGE ACCESS ROAD 108 423153.7 1344729.2 EL. 150.7 EDGE ACCESS ROAD 109 423076.7 1344374.9 EL. 190.0 EDGE ACCESS ROAD SCALE: 1' 50' 0 50 100 GRADING PLAN EXCAVATION ROUGH GRADING 9W NO SCALE IN FEET 0 400 800 ►PAPS SUPPUED 8Y THE CITY OF PORT ANGELES I I DATE I" !Iv ORf.. OEIJERCD C1EC1® GA R iG sznL (I' CA 0 APRIL, 1992 Yo c..s ._,,_,3 Parametrfx, Inc. �ov w.SC a »in .w YAM LLT2 fl 3r_0, BLUFF ACCESS ROAD TO BE TOE of DISPOSAL SITE 8 cc Sawn. Lgp 21:•-•45-0SC MO K.....w s,. Nev.. 5... VD. r Saw, 's LLr f STRUT OF JUAN DR lUCA PROJECT *MA CONTRACT NO. 2A LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 21- 2'91 -O' t0R 21910 +O4 roe "o �r t EARTH FILL SITES EXCAVATION ROUGH GRADING N 4 !3,000 INSTALL STRAW BALE CHECK DAMS ALONG MID -SLOPE BENCH USE 1 BALE BETWEEN EDGE OF BENCH AND UPPER SLOPE /I SEE DETAIL UNIT OF CLEARING AND GRUBBING 4a 68 X 69 I L7 j CE AND O SEE DETAIL is PERIMETER ROAD 0 0 0 60 ACCESS ROAD AND DITCH 2z 1 'z 1" 53 rit 58 63 i L i l l i n 67 L- ROAD EASEMENT. DISPOSAL SITE A WIDTH VARIES SCALE: 1'=50 1 o z 11" ammo UR9 I I I MR8 sr�t d S NOTEO I oca® GA rz 66 TIE INTO EXISTING 12' CULVERT APRIL. 1992 1 E RES 4- 27 -43 DITCH (TYP) SEE DETAIL Parametrtx. Inc 100 A. f+.o r2 w+! IM-171.4014 ENO ROAD 10' BEYOND EAST EDGE OF DITCH x CULVE MO of woo.w. 0... o•-� nr ._UNITS OF CLEARING AND GRUBBING 180 O en u.... r...e .ame .r.v I4 Immo ammo. w ..0e a -'---0 11A-1104-wi bS.10.0. 0 0 Sn.HORIZONTAL CONTROL OF POINTS THROUGH SHALL BE USED TO ESTABLISH TOE OF STOCKPILE. ELEVATIONS OF THESE POINTS WILL VARY FROM ABLE BELOW. ELEVATIONS OF POINTS THROUGH GO WILL CONTROL THE LOCATIONS OF THESE POINTS, THE HORIZONTAL LOCATION CAN VARY FROM THE TABLE BELOW ALONG THE NORTH SIDE OF STOCKPILE A. ABOUT 100 FEET FROM THE EAST PROPERTY UNE THERE t$ A SWALE APPROX- IMATELY 40 FEET WIDE AND 5 FEET DEEP THIS SWALE AND ANY OTHER SWALE ENCOUNTERED FOR CONSTRUCTION OF STOCKPILE A SHALL BE FILLED WITH A GRANULAR SOIL FROM THE EXCAVATION AREA AS DIRECTED BY THE ENGINEER. 260 14' 240 220 200 JIL rLNCE 1 DITCH SILT FENCE SEE DETAIL SEE DETAIL PREPARED SUBGRADE NOTES: PLACE 12' THICK LAYER OF OUARRY SPALLS 5' FROM ALL SIDES OF DITCH INTERSECTIONS AND CULVERT INLETS AND OUTLETS. ADJUST DITCH SECTION TO PROVIDE FOR MINIMUM DEPTH THE BASE MAP FOR THE STOCKPILE LOCATION WAS OBTAINED FROM THE CITY OF PORT ANGELES. THE 5' CONTOURS SHOWN ARE IN AREA OF DENSE FOREST. ACTUAL ELEVATIONS MAY VARY SUBSTANTIALLY FROM THE CONTOURS SHOWN ALL DITCHES SHALL BE CONSTRUCTED 'MTH A 1% MINIMUM FLOWUNE SLOPE. INSTALL STRAW BALE CHECK DAMS IN DITCH. SEE DETAIL ADJUST ROAD AND DITCH GRADE TO MAINTAIN MINIMUM DITCH FLOWUNE SLOPE. THIS MAY REOUIRE CUTTING AND FILLING OVER THE NATURAL TERRAIN. 15' -0' I% 13 EXISTING GROUND SURFACE l TYPICAL PERIMETER ROAD DETAIL SCALE: 1 5' 5 PROW MAM( CONTRACT NO. 2A LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES "MQ 21- 2191 -0 Ito."'MG"a 21910105 SECTION SCALE: 1' 50' 5 TOE OF SLOPE 10' -0' (TIP) O NORTH EAST ELEV DESCRIPTOR 50 423058.4 1344254.3 190.0 TDE SLDPE 51 423066.7 1344020.3 189.9 TOE SLDPE 52 423025.2 1343934.7 188.0 TIE SLDPE 53 422637,7 1343815,5 210.0 TDE SLDPE 54 422504.0 1343805.8 216.0 TOE SLDPE 55 422489.3 1344239.6 222.0 TDE SLDPE 56 422525.7 1344164 8 236 4 EDGE BENCH 57 422529.5 1343835.9 229.5 EDGE BENCH 58 422624.9 1343848 4 227.5 EDGE BENCH 59 422967.3 1343981.9 220.2 EDGE BENCH 60 423009.9 1344066 0 218 4 EDGE BENCH 61 423009 4 1344207.0 215.7 EDGE BENCH 62 422585.4 1344127.6 257.9 TOP SLDPE 63 422596.6 1343920.1 257.9 TOP SLDPE 64 422899.6 1344048.1 259.3 TOP SLOPE 65 422913 3 1344115.8 259 4 TOP SLDPE 66 422859.4 1344100.3 259 4 TOP SLDPE 67 422472 5 1343759 4 CLEARING LIMIT e PROPERTY LINE 68 422645.9 I343772.0 CLEARING LIMIT 69 423064.3 1343900.7 CLEARING LIMIT 70 423117.1 1344009.7 CLEARING LIMIT 71 423109.0 1344238.5 CLEARING LIMIT 72 422449.1 1344221.1 CLEARING LIMIT 8 PROPERTY LINE EXISTING GROUND SURFACE ?6O '?40 t. 220 r- 7 1 _OU I 180 SILT FENCE 3(TYP) TYPICAL DITCH SECTION DETAIL r� SCALE: 1' w 3" 5 DISPOSAL SITE A EXCAVATION ROUGH GRADING SHEET MC 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 210 1 200 190 180 1170 160 1 150 140 130 180 170 160 150 1 40 130 I DATE I" I �W ;c cAwiN �.INtN SEk DETAIL I;1 200 MINIMUIM EXCAVATION SECTION SCALE: 1' 50• HOR 3 10' VER DATE EXISTING f 1 IROUGH SUBGRADE I SECTFON (3 scALE. 1 18 50' NOR 3 1- 10' VER AS NOTED APRIL. 1992 v♦20UND� A\` \\I ROUGH SUBGRADE T 0 I ExWRES A--27 -931 NOTES; MINIM EXCAVATION TO BE PROVIDED UNDER THIS CONTRACT WITHIN THE TIME UMIT SET FORTH IN THE CONTRACT SPECIFICATIONS. ADDITIONAL AREA TO BE EXCAVATED AS PROVIDED BY THE CONTRACT SPECIFICATIONS. CONTRACTOR TO BE BEGIN EXCAVATION AT A POINT 20 FEET BEYOND EXISTING EDGE OF UNER AND SHALL NOT OPERATE EOUIPMENT OVER THE UNED AREA. 180 Parametrbl, Inc. 2; f= 1121-11.111-1410 3a. .u ns »m roam ACCESS IROAD q_- m- .es-na vo N[ .....ow fw. olrow/o 1,7 11 SEE DETAIL 1011...).-411.1 M r.. MR w Im w..r...�r 18.13 210 200 190 180 170 160 150 140 130 170 160 150 140 130 I BALED •IAY 615 OR STRAW I5 0 0 v 1 21- 2191 -C1 GEOMEMBRANE EXTRUSION MELD LEACHATE COLLECTION SAND LOW PERMEABLE SOIL 6- MIN. RADIUS. TYP. TYPICALJ.ANDFI(,J„ LINER EDGE PLAN SECTION 'o. I I —2 -2 x 2 EACH BALE. DRIVE PEGS FLUSH W1114 TOP OF BALE. OVERLAP EDGES OF BALES STRAW BALE CHECK DAM DETAIL NO SCALE 5 PROECT MM4 CONTRACT No. 2A LANDFILL. EXPANSION IMPROVEMENTS CITY OF PORT ANGELES D"A." 21910106 EDGE OF UNER SEE SHEET 3 FOR LOCATION 26' 3 2X SLOPE 20' 0' (TYP DETAIL n 3,6 _J1 1 -0 3 TEMPORARY ACCESS ROAD DETAIL NO SCALE 3,6 ROUGH SUBGRADE FROM SHEET 3 x 6- x 14 Go. WIRE FABRIC FILTER FABRIC. MIRAFI 100X OR APPROVED EOUAL (36' WIDE ROLLS). USE STAPLES OR WIRE RINGS TO ATTACH FILTER FABRIC TO WIRE FABRIC 2 x4 W000 POST OR STEEL FENCE POST BURY BOTTOM OF FILTER FABRIC IN 8 TRENCH EXISTING GROUND SURFACE SUBGRADE 6' MAX. PROFILE FILTER FABRIC OVER WIRE FABRIC f o Lasway r O co ifT NATIVE MATERIAL BACKFILL OVER FILTER FABRIC (6 MIN DEPTH) SECTION SILT FENCE DETAIL NO SCALE 5 LEFT M0. SECTIONS DETAILS EXCAVATION ROUGH GRADING 6 NOTES: 11 CH •000 C7 :CO2 •Ca4 1 005 •CC6 17,07 :03 •C•O •071 5035 5039 5039 4 23556 9 4•_ 2 4 23630 2 423543.4 4 236 4 2.7 4 23663.6 423712.4 4 23753.7 4 23766 0 4 2330 4 5 423373 7 423945 5 4 23541 3 423923 7 423752.3 '347377 0 1347648 8 1347759 1 1347539 0 13474.6 5 1347615 3 1347702.4 1347522.7 '347583 9 1 3 4 7637 4 1347550 5 '347498 8 1347738.3 13474C4.1 1347317.6 IA'E ter I I T .V E -S C, 150 4 70P 24"a14 0 C/L 3 +7CH O 'OP ROCK 149 7 TCP BERM 149 5 TCP BERN 116.7 C/L DITCH O TCP RCCK 114 4 C/L DITCH 0 TCP ROCK 116 5 '/L ITCH 0 "0P ROCK 93 5 C/L DITCH 0 "0P ROCK 92 2 C/L :ITCH 0 CP ROCK 33 5 "/L 3 T 0 "OP ROCK •3 5 CiL 3i O "CP RCCK 45 0 END R•acAP 1 36 SET SP FE 142.30 SET SP. -(E 147.76 SET SP'KE SLOPE TCWARDS TCP OF SLOPE DITCH CR RIPRAP AT A CONSTANT GRADE. TCPCGRAP' IC SURVEY COMPLETED ON APRIL 9. 1992, BY NoRTHwEETE.RN TERRITORIES, INC., PORT ANGELES, USNG GROUND SURVEY METHODS. INSTALL STRAW BALE CHECK DAMS ALONG UI0SLCPE BE•CH. USE 1 BALE BETWEE•1 EDGE OF BENCH AND UPPER SLOPE. SEE DETAIL 0 INSTALL STRAW BALE CHECK DAMS IN 0ITCH. SEE DETAIL e X93.0 Mars •D. APPROXIMATE LIMIT OF GRAVES. DO NOT DISTURB GRAVE SITES APPROXIMATE LOCATION OF EXISTING 36 ACS CULVERT. CONTRACTOR TO MAINTAIN AND PROTECT GA KIS C -+0 :•R TOP OF SLOPE BERM AND DITCH MAINTENANCE BUILDING GATE 15 r SCALE IN FEET erlimmiTT 0 40 80 .PO.Q.Ep I SCALE q AS rNOTED 4AY. .992 A?oonX_ 340• '0 LINE CF y SILT ENCE. SEE DETAIL ROCK LINED DITCH' SEE SECTION 1410 SLOPE BENCH. SEE DETAIL El 4 4. 2 S ;J eg ;.7 2 ROCK UNED DITCH INLET. SEE DETAIL DISPOSAL SITE B 1 -40 Parametrlx. Inc. I. 0 0 n n_ W qt. »o L 103-1. o- 7 fi x. PRA? _PLASH S AD !7 f -ACC r GR BR (T' i OMIT OF FIWNG (TYP N423750 11 -1- N423250 500 GEOTEXTILE, OVERLAP SE I CR SEw CR GROUND EXISTING 36' ADS CULVERT HYDROSEED 6' TOPSOIL (TYPE A) EARTH EMBANKMENT EXISTING GROUND SURFACE PREPARED SUBCRADE PROJECT MAYS CONTRACT No. 2B LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 21- 2'91 -31 a•"4 `4 2'9 ';ii;i;rrfNi ,,,,,,'1 I i r r ir rr ir rr ire rri SURFACE ;:ri�:iii r i I Nr��iiri �i ~i��i ie t- D ili /�N s ir N irr;N ,N //7/7//// 77/////77 77///7/// J J J J J J J J PIPE BEDDING DETAIL 8 J-, 7777/////// //et/e /7/7//77/// //777/7//7/ "/77///7///////77 /7// "///////////77/7 7777/ /////////7//77/7 "///////////7///7//7/ ////7/7///777// 7777 ////////////7/7/// TYPICAL EARTH FILL SECTION DETAIL NO SCALE ADDENDUM 1 GRAVEL BACKFILL FOR PIPE BEDCING, 9 -03 16 GRAVEL 9AOXFILL FOR DRAINS. 9- 03.12(3) S L''CTL'RAL FILL OR PREPARE3 SUBGRACE DISPOSAL SITE B GRADING PLAN EXCAVATION AND ROUGH GRADING ELEVATION SHOMN ON GRADING PLAN, SEE THIS SHEET. .0 1 4+97.5 S.OPE VARIES 1 -0' 4:1 5% ROCK UNED DITCH INVERT ROCK LINED DITCH SECTION I OAT! Er -0' 1 4' PROFILE t n1 PLAN I OC90.0 A,B ROCK LINED DITCH INLET DETAIL A AIX C. A_ K'S TOP OF ROCK UNINC 3 11 •P•wp'i _ice LAS NOTED C V.ev 992 ROCK UNED DITCH I E XPIRE S 27 -93' ROCK UNED DITCH INVERT L‘ Parameirtx. Inc. r.•c ..z i•• T-! NU 2 PROFILE I 1 Cr- O' I 5% 5 BENCH AND DOWNSLOPE DITCH DETAIL c A TOP OF ROCK UNING FILL SEE DETAIL EXISTING GROUND SURFACE -"Il WATERTIGHT COUPLER TO BE INSTALLED PIPE BEDDING r— —r— r— INFERRED LOCATION OF DENSE STRUCTURAL FILL NATIVE SANDS AND GRAVELS IJOA N_ 1.•• 'C NW 2 We- Ce22. nr. El .0! ..c ROCK UNING ROCK UNING 1 ABOVE PIPE I 10 -0' GROUT RIPRAP KEY SLOT SECTION 1 5' A PROiCT ..•..0 CONTRACT No. 28 LANDFILL EXPANSION IMPROVEMENTS CITY OF PORT ANGELES 2'- 2T9' -y• 7 t9• 7. •'=2 4 4 44s O I 11 -6' I I 3' -0' ATP 11 El EXISTING GROUND SURFACE FINISHED GRADE KEY SLOT SECTION 1-.1 A,B IN FERED LOCATION OF DENSE NATIVE SANDS AND GRAVEL STRUCTURAL FILL 2 FOOT EXCAVATION .4TO DENSE NATIVE SOIL WILL BE VERIFIED AND APPR:VED BY NE FNGINC CONTRACTOR TO RE *OVE PIPE OUTSIDE OF STRUCTURAL FILL AND RELAY PIPE WHEN REINSTALLING, BED PIPE PER DETAIL UGHT LOOSE RIPRAP r 3• -O. EXISTING GROUND SURFACE ADDENDUM 1 DISPOSAL SITE B DETAILS EXCAVATION AND ROUGH GRADING SMLT .0. B