HomeMy WebLinkAbout4.561 Original Contract
I .
PROJECT MANUAL
<I.5~/
ORIGINAL
#1
Tennis Courts at Erickson Park
Project PK 01-01
SCOPE OF WORK
Reconstruction of the tennis courts at Erickson Park including new court equipment,
fencing, drainage, and other work. See the attached Plans and Special Provisions for
more information.
The Bid shall include all work, equipment, material, and other items necessary to complete
the Project.
All work shall meet the requirements of the City of Port Angeles' Urban Services Standards
and Guidelines, the latest addition of the Washington State Department of Transportation's
Standard Specifications for Road, Bridge, and Municipal Construction, the Plans, and the
Special Provisions.
ADDITIONAL REQUIREMENTS
1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the
Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O.
Box 1150, Port Angeles, Washington 98362. Questions may be directed to Eric
Walrath, at 360-417-4806.
2. The most recently issued Washington State Prevailing Wage Rates for Clallam
County, a copy of which is attached to this Project Manual, shall apply to this
Contract.
3. The bid may be awarded to the lowest responsible bidder from the group of Small
Works Roster contractors asked to bid on this work. If the bid is awarded, the
attached Contract will then be signed within 10 calendar days of the notice to
proceed, requiring the Contractor to meet the requirements in the Contract as well
as the entire Project Manual. No bidder will be permitted to withdraw its bid
between the closing time for receipt of bids and the execution of a Contract, unless
the award is delayed for a period exceeding sixty (60) calendar days.
4. Bids shall be submitted no later than 2:00 P.M., May 8, 2007.
5. Because this Contract is for an amount in excess of $35,000, a bid bond,
performance and payment bond, and retainage will be required for this work.
6. The performance period for this work is 15 working days. Contractor is to mobilize
and start work within 7 calendar days of Notice To Proceed.
- 1 -
CITY OF PORT ANGELES
I :: ~ ,U
No"fleE' OF AWARD
, r
, J"
_ J
June'21,2007
,- c
: I ...'"
~ \ ~ .
Ol!CIE8VIE
JUt 2 2007 ~
TO: Lakeside Industries
Attn: Mr. George Peabody
PO Box 728
Port Angeles, W A 98362
PROJECT Description: Tennis Courts at Erickson Park, Project No. PK 01-01
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated May 8, 2007
You are hereby notified that your bid has been accepted for Items in the amount of $215,256.66.
You are required, as stated in the Information for Bidders, to execute the contract and furnish the required
Contractor's Performance and Payment Bond and certificates of Insurance within ten (10) calendar days from the
date of this notice to you. Two copies of the contract are enclosed for your execution and return.
If you fall to execute said contract and to furnish said bonds within ten (10) calendar days from the date of
this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your
bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such 'other rights'as may be .
granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owrier~
Dated this 21 st day of June, 2007.
CITY OF PORT ANGELES
.1 (j
By
Title Assistant Civil EnQlneer
ACCEPTANCE OF NOTICE
Receipt 01 the above Notice 01 Award is hereby aCknOWledge7J.1 ~ L1
SIGN~RE
I -, '11
- ~~... ~.j'
Print Name DAVe 0 6t1-t,{(Z,Ct/
. 'Title . ~ pro J:ecf ~ (Jl? rr--
-/ ;.
-. .
,I' w'
PleaSe return signed origmal to the CitY"of Port Angeles Public Works &' Utilities Department,l attn::.Eric.Walrath,
Assistan(Civil Engineer/Project Manager . : J \ -. . -:, r J "- - -
cc: City Clerk
N.\PROJECTS\PK 01-01 Tennis Courts at Enckson Park\14 Award\Award wpd
ADDENDUM NO. 1
TO THE PROJECT MANUAL FOR
TENNIS COURTS AT ERICKSON PARK,
PROJECT NO. PK 01-01
NOTICE TO PROSPECTIVE BIDDERS
(May 4, 2007)
The following changes, additions, and/or deletions are hereby made a part of the Project
Manual for the construction of East UGA Sewer Extension dated December 2006 as fully
and completely as if the same were fully set forth therein:
ADDITIONAL REQUIREMENTS
1. The first sentence of Additional Requirements item no. 6 is revised as follows:
The performance period for this work is 20 working days.
lIuL-~t
William Sterling
Deputy Director Recreation
This addendum must be acknowledged in the space provided on the Bid Form in the Project
Manual when it is submitted to the City with your bid. Failure to do so may result in the bid
being rejected as being non-responsive.
END OF ADDENDUM
Addendum No.1
Page 1 of 1
BIDDER'S CHECKLIST
1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit
in the form of a postal money order, cashier's check or other security and filling out the part
of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling
out the section of the form below the words "Bid Bond"?
2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid?
3. Have the bid forms been properly signed?
4. Do the written amounts ofthe bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form?
7. Has the non-collusion affidavit been properly executed?
8. Have you shown your contractor's state license number on the Bid Form?
9. Have you listed all proposed subcontractors that you will use for the proj ect on the Listing
of Proposed Subcontractors form?
10. Have you filled out the Bidder's Construction Experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B. Performance and Payment Bond - To be executed on the form provided by Owner,
by the successful bidder and its surety company. To include name, contact and
phone number, and address of surety and power of attorney of signatory.
C. Insurance certificate(s).
- 2 -
NON-COLLUSION AFFIDA VIT
STATE OF WASHINGTON)
COUNTY OF e/tt/~m
)
)
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced or
solicited any bidder on the above work or supplies to put in a sham bid, or any other person or
corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion
to secure to him/her self an advantage over any other bidder or bidders.
~cLJ
Signature of Bidder/Contractor
Subscribed and sworn to before me this 3~ day of \../VY'(l ...u
I
,200]
"\"""'''''1:
"", ~Cy \I~A~"', ~
~ ~":........:v4 ~
'~~.~ .
~ 1:. ~
~('J.)" o.~'J... -
~ ~ :N,2 Dli~iph~nd for the
~ ~ ~S tM-11 et asbiIJ.iton.
%"c;RU$!~~l!~p~~a /~ C~ ~
/;';'1 *4SH\~0 \\'
IIII/lit 1\\\\\\ (" <+ ].
My\..-Hmm. Exp.: e- er ,. 0
- 3 -
9.
10.
11.
12.
BIDDER'S CONSTRUCTION EXPERIENCE
1.
Answer all questions and provide clear and comprehensive informatiOn
Name of bidder: I-ake5'/d..e Ivtd~~{-i'-le5
RegistratiOn Number. LA f:::.ES I ~ .;:z 7 '1J n
Permanent mam office address' /1,3 Ed,'!?.!e ?t!Lf('levu~
Pol' + IfJ1iref~G. WIf 99'~6.?
When orgamzed: 11 fA ,,'. /
Where mcorporated: ..J:5'~"'''elt I t{/QS 1JV1~7l'T71 .., r-..
How many years have you been engaged m the contracting usiness under your present firm name? .?-U '1(!!~
* Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate
anticIpated dates of cO!llPletion), contact name and phone number. J t1A A ";,..L)lJ6 ..'11 g - _
(J..ali.YltrYI ~tnt4f; 5fnf #fall (; /S'~OO(J. ~ !j.P7 /kJ, fYle(,d"~ o~:55
fj;h6/' 1 Xu$' - fIIttI!rl!mt< (If;;tW"'~ /~/P7 SfRfle AlII'R,f 7S'7-lfooS-
/flt- '~
2.
3.
4.
5.
6.
7.
8.
* Have you ever failed to complete any work awarded to you?
If so, where and why?
NO
,.
.j.
13. WIll you, upon request, fill out a detailed fmancial statement and furnIsh any other mformation that may be
requIred by the City? '1 G--<i
* Add separate sheets if necessary.
The undersigned hereby authorizes and requests any person, frrm or corporation to furnish any information requested by
the City of Port Angeles.
Date: S/7/~CJ7
I I
Pnnt Name: DA-tl, D
Title P(U)J"~I
Ct+~~
MJtN~C:fi?-
-4-
Subcontractor List
Prepared in complzance wIth RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
ProjectName '~nVli5 (}t)(,lV'f5 ~f Eyt"Je.5l1n Pt:lv!e Prt}(ed P1<O/-OI
V
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air
conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter
19.28 RCW will result in your bid being non-responsive and therefore void.
Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW
must be listed below. The work to be performed is to be listed below the subcontractor(s) name.
Ifno subcontractor is listed below, the bidder acknowledges that it does not intend to use any
subcontractor to perform those items of work.
Subcontractor Name (1.11;;; ~lJJri 5u,.-f.t.(! l:a - 00 1Ite!1 , w J4
Work to be Performed .k - fa v' t:I t!()(L~-t- S ~
rfetlf\~ ... q f /0
Subcontractor Name
Work to be Performed
50 B 6rn6fV'ud,,:m - For~ I wl4
~..e.PLc' I' Vi j
ff~/Yl1 g
Subcontractor Name
Work to be Performed
O(~fMtA~ ~ J;/~IJ"'iC- -:- Pov-r fht!eb;, IPt4.
r'.lfhdu,J.., t tuWlIVtttW.e- R'L5e~ : J4dL",f- i ;;~ */
;" I-~IIJ\ II
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
-5-
BID FORM
Page 1 of 3
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
BIDDER:~keS{je .fnJtl~kle6
DATE: ~/7/;u;o?
, ,
REGISTRATION NO.: /.AICESI" .,27L/:TD
UBI NUMBER: P 6(){) --- 090 - b{)7
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid
are those named herein; that the bid is in all respects fair and without fraud; and that it is made
without any connection or collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plan, specifications, and contract
documents, hereinafter referred to as the Project Manual, for the construction of the proposed
project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to
the types and quantities of materials, the types of equipment, the conditions of the work involved,
including the fact that the description of and the quantities of work and materials, the types of
equipment, the conditions of and the work involved as included herein, are brief and are intended
only to indicate the general nature of the work and to identify the said quantities with the
corresponding requirements ofthe Project Manual; and that this bid is made in accordance with the
provisions and the terms of the Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the interpretation of
surface information and has utilized all data which it believes is pertinent from the City Engineer,
hereinafter also referred to as the City or Owner, and such other source of information as it
determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING
OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of
the work:
If the bidder is awarded a construction contract on this bid, the name and address of the surety who
will provide the performance bond is:
'Jell tlde"s ttlf/(q//y {>/tYely (Jo.
Surety
L5(Jj '1IfAve #;~r;1) ~~~. tUN
Surety address f!<ll 0 I
&rJi<. Ro/~ ~ - 3;;J.b - Lf}..LI~
Surety Contact and Phone Number
~~f~/~~i{~ek:~~
Agent
;-r1-11 I/J-tb /HItJ /liE Bl-hue, tbl4
Agent Address 'I 'flJtJtf
$httWf O'P~e If tfu; - fJtJt:1- 36tV
Agent Contact and Phone Number
- 6-
BID FORM
Page 2 of 3
Item Estimated Unit Price Extended
No. Sec No. Description of Item Quantity Units (Figures) Amount
1 1-09 MobilizatIon 1 Lump $/~br{),~ $/G; 6 ro, o!
Sum
2 1-10 Temporary Traffic Control 1 Lump $ ~3Cf{), t?~ $ 'tBfI{), ~
Sum
3 2-02 Remove Strucnrres and 1 Lump $/~/Ib,'!!! $/J 00
Obstructions Sum ,/ 1(". -
4 4-04 Crushed Surfacing Base 1300 Tons $ Jt~ $~~. ~
Course
5 5-04 HMA for Preleveling Cl. Y:z" 210 Tons $//t. e!2 $ - 16tJ. ()O
PG 64-22 -;'It I .-
6 5-04 HMA Cl. 3/8" PG 64-22 210 Tons $ 1/6, D;.9 $,).ct,~60. og
7 7-01 Underdrain Pipe 6 In. Diam. 265 Linear $ /5: t/3 $ 'f,fYlr. ~
Feet
8 8-12 Chain Link Fence 1 Lump $ e( ~ 'IsO, tV
Sum ~bJ 1btJ,--
9 SP Nets and Posts 1 Lump $1- t)O(), ~ ~@,~
Sum
"I
10 SP AcrylIc Court Surfacing 1 Lump ;m '196. ou $ - d)
Sum ~ 'If!:', -
Sales Tax (8.4%)
$19/,;)56,1E
,
.....3
$ lb. Oh5, ~
.
. $ ~O7. 50l/ f '7~
,
Base Bid Subtotal
Total Base Bid
Additive No.1
Item Estimated Unit Price Extended
No. Sec No. Description of Item Quantity Units (Figures) Amount
11 8-20 Conduit and LuminaIre Bases 1 Lump $'13;14 ~ $7: 3;z(J. ~
Sum
AdditIve Bid Subtotal $
Sales Tax (8.4%)
$
Total AddItive BId
$
AddItional Days
- 7 -
BID FORM
Page 3 of 3
ADDENDA ACKNOWLEDGMENT ~
The bIdder hereby acknowledges that It has receIved Addenda No(s). / to thIS Project
Manual. The name of the bidder submittmg thIS bId and ItS busmess phone number and address, to whIch
address all commUnIcatIons concerned wIth thIS bId and wIth the Contract shall be sent, are lIsted below.
Bidder's firm name I-ake 51 cI.e. J:;,/ tA6 tV' (.e.5
Complete address /6 ~ Edt Yxe PfJ!.f"/:..- KJt4if Pa7f/h1~ WI{
(Street address) I (Stall)
7136;2,
(ZIp)
Telephone Nr::iJ ~
SIgnedb~ _ Title PRoJecT M/MIA6Gte
Pnnted Name: OMI D ~tfUf2.e/;f-
Notes: (1) If the bidder is a partnership, so state, giVing firm name under which business is transacted.
(2) If the bIdder IS a corporation, thIs bId must be executed by ItS duly authorized officials.
- 8 -
\ .
BID SECURITY TRANSMITTAL FORM
Herewith find an executed Bid Bond or a deposit in the fonn of a cashier's check, postal money order or other security
in lieu of a bid bond in the amount of $ N A . which
amount ~ no' Je.. - five (5%) pereen' of the total b::~N ~ ~ A'L
BID BOND
KNOW ALL MEN BY TIIESE PRESENTS:
Travelers Casualty and Surety
That we, Lakeside Industries as Principal and Companv of America as Surety, are held and firmly bound
unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Fi ve Percent (5%) of the total amount bid
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
TelJllis COllrts at Ericksoll Park
PROJECT PK 01-01
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with
the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof,
with Surety or Sureties approved by the Obligee; or if the Principal shall, in case offailure so to do, pay and forfeit to
the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and
void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damages, the amount of this bond.
. SIGNED.~THlS 'thdayof
pt e, _
P cipal
May
.20~.
Travelers Casualty and Surety Company
of America
Parker, Smith & Feek, Inc.
Surety \)
~~6~
Susan B. [,arson, Attorney-in-Fact
1501 4th Ave. #]6~0. Seattle. WA 98101
Surety address
Agent
2233 112th Ave NE
Bellevue, WA 98004
Agent Address
Erik Rolfness, 206-326-4245
Surety Contact and Phone Number
Stuart O'Farrell, 425-709-3600
Agent Contact and Phone Number
Dated:
Received return of deposit in the sum of $
-9-
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
II!i ST PAUL
~ TRAVELERS
Fannington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
214670
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 1 0 8 4 0 9 3
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporation duly orgamzed under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly orgamzed under the laws
of the State of Mmnesota, that Fanmngton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporatIOns duly orgamzed under the laws of the State of Connecticut, that Umted States Fidelity and Guaranty Company IS a corporatIOn duly orgamzed under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company IS a corporatIOn duly orgamzed under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwnters, Inc IS a corporatIOn duly orgamzed under the laws of the State of Wlsconsm (herem collectively called the "Companies"), and that
the Compames do hereby make, constitute and appomt
Carl Newman, Peter H Hammett, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A. O'Farrell, Susan B. Larson, Apnl L.
Champagne, Scott Fisher, and Stephen J Wachter
of the City of Belle"ye ' State of Washmgton , theu true and lawful Attomey(s)-m-Fact,
each m their separate capacity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogmzances, conditional undertakmgs and
other wntmgs obligatory m the nature thereof on behalf of the Compames m thel~l1us!ness ~guaranteemg the fidelity of persons, guaranteemg the performance of
contracts and executmg or guaranteemg bonds and undertakmgs reqUIred o~~~l;.~; an~)f~o~l:vceedmgS allowed by law
~~~ ~~) ~~~ ~"y
~ '!1.0 <0~ ~ '" ~
IN WITNESS WHEREOF, the Companies have caused thiS mstrumenljto be Slgned,and thel~rporate seals to be hereto affixed, thiS
day of August , 2006 <t~~"" ~~ ~ . <t~
Farmington Casualty Cq~1iJ1~) ~~"'\. 0 "0<t10l "V ~~
Fidelity and Guaranty \Insurance<C:ompanY~,{J ~
h ~ "''-\ ~ " \,:'V \\,.
Fidelity and Guaranty Insurance Underwriters, Inc.
~
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
State of Connecticut
City of Hartford ss
9th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By
On thiS the 9th day of August 2006, before me personally appeared George W Thompson, who acknowledged himself
to be the Semor Vice PreSident of Farnungton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc.,
Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and Umted States Fidelity and Guaranty Company, and that he, as such, bemg
authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by slgmng on behalf of the corporatIOns by himself as a duly authonzed officer
In Witness Whereof, I hereunto set my hand and offiCial seal
My CommiSSIOn expires the 30th day of June, 2011
58440-6-06 Pnnted In U SA
'((\w c. j~
'- Mane C Tetreault, Notary Pubhc
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney IS granted under and by the authority of the followmg resolutiOns adopted by the Boards of Directors of FarmIngton Casualty Company, FidelIty
and Guaranty Insurance Company, FidelIty and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St. Paul Fire and Manne I.{sunince Gompany,
St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and Umted States Fidelity and Guaranty Company, which resolutions are now in full force and effect, readmg as follows:
RESOLVED, that the Chairman, the PreSident, any Vice Chairman, any Executive Vice President, any Senior Vice PreSident, any Vice PreSident, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescnbe to sign With the Company's name and seal With the
Company's seal bonds, recogmzances, contracts of indemnity, and other writings oblIgatory m the nature of a bond, recognizance, or conditional undertaking, and any
of Said officers or the Board of DIrectors at any time may remove any such appomtee and revoke the power given him or her; and It IS
FURTHER RESOLVED, that the Chairman, the PreSident, any Vice Chairman, any Executive Vice PreSident, any Semor Vice President or any Vice PreSident may
delegate all or any part of the foregomg authonty to one or more officers or employees of thiS Company, proVided that each such delegatIOn IS in wntmg and a copy
thereof is filed m the office of the Secretary, and It IS
FURTHER RESOLVED, that any bond, recogmzance, contract of mdemnity, or writing obligatory m the nature of a bond, recogmzance, or conditional undertaking
shall be valid and bindmg upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice PreSident, any Senior Vice President or any Vice
PreSident, any Second Vice PreSident, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if reqUired) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescnbed m his or her certificate or their certificates of authonty or by one or more Company officers pursuant to a wntten delegation of authonty, and It IS
FURTHER RESOLVED, that the signature of each of the followmg officers PreSident, any Executive Vice PreSident, any Semor Vice PreSident, any Vice PreSident,
any ASSistant Vice PreSident, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsm1ile to any power of attorney or to any certificate
relating thereto appomting ReSident Vice PreSidents, Resident ASSistant Secretanes or Attorneys-m-Fact for purposes only of executmg and attesting bonds and
undertakings and other writings oblIgatory m the nature thereof, and any such power of attorney or certificate beanng such facSIrmle signature or facSIrmle seal shall be
valId and bmdmg upon the Company and any such power so executed and certified by such faCSimile signature and facsmule seal shall be valId and bmdmg on the
Company m the future With respect to any bond or understandmg to which It IS attached.
I, Kori M. Johanson, the underSigned, ASSistant Secretary, of FarmIngton Casualty Company, FidelIty and Guaranty Insurance Company, FidelIty and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insuran~ C9mpan~ St Paul Guardian Insurance Company, St. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Sur~\~tnpanK"\lftmerica~1Wd United States FidelIty and Guaranty Company do hereby
certify that the above and foregomg IS a true and correct copy of the powe~~uOtn~~eul~d by~fJ eompaJ1ies, which is in full force and effect and has not been
revoked. ~~w: O~~ ~~~. 9
IN TESTIMONY WHEREOF, I have hereunto set my hand and affix~ ~e.sea1s J ~d<<io~P~IS ~day of , 20 0 f"]
i-";S:'V ~~>> ~'po
O~ Oi0i- ~~
~~'-~~ 4!fFY~'0
e
€>
To verify the authentiCity of thiS Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbond.com Please refer to the Attorney-In-Fact number,
the above-named mdlvlduals and the details of the bond to which the power is attached
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
- ~f
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this !/Y)'-day of (Uj). ~/ ,
c:/{J{Y7 by and between the City of Port Angeles, a n-charter co city o~f
Washington, hereinafter referred to as "the City", and' .,
a , hereinafter referre to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Tennis Courts at Erickson Park, Project PK 01-01
in accordance with and as described in
A. this Contract, and
B. the Project Manual, which include the attached plans, Specifications, Special
Provisions, submittal requirements, attachments, addenda (if any), Bid Form,
Performance and Payment Bond, and
C. the Standard Specifications for Road, Bridge, and Municipal Construction prepared
by the Washington State Department of Transportation, as may be specifically
modified in the attached Specifications and/or Special Provisions, hereinafter
referred to as "the standard specifications", and
D. shall perform any alterations in or additions to the work provided under this Contract
and every part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in this Contract, except as may otherwise be provided in the
Proj ect Manual.
2. Time for Performance and Liquidated Damages.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within seven (7)
calendar days after notice to proceed from the City, and said work shall be physically
completed within 15 working days, unless a different time frame is expressly
provided in writing by the City.
- 10-
B. If said work is not completed within the time for physical completion, the Contractor
may be required at the City's sole discretion to pay to the City liquidated damages as
set forth in the Project Manual, for each and every day said work remains
uncompleted after the expiration of the specified time.
3. Compensation and Method ofPavrnent.
A. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of
such work, unless otherwise permitted by law and approved in writing by the City.
No payment shall be made for any work rendered by the Contractor except as
identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the
City's standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval
of the RFI and/or CCO, the Contractor shall submit the standard payment request
formes).
E. The Contractor shall submit payment requests with a completed Application for
Payment form, an example of which is included in the Attachments to this Contract.
This form includes a lien waiver certification and shall be notarized before
submission. Applications for payment not signed or notarized shall be considered
incomplete and ineligible for payment consideration. The City shall initiate
authorization for payment after receipt of a satisfactorily completed payment request
form and shall make payment to the Contractor within approximately thirty (30) days
thereafter.
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled to
any of the benefits the City provides for its employees. The Contractor shall be solely and entirely
responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance, workers
compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the
- 11 -
State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public
Works Contracts, Clallam County, incorporated in this Contract have been established by the
Department of Labor & Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with
the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection with
the performance of this Contract, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
7. Insurance.
The Contractor shall procure, and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall
constitute a material breach of contract upon which the City may, after giving five working days
notice to the Contractor to correct the breach, immediately terminate the Contract or at its
discretion, procure or renew such insurance and pay any and all premiums in connection therewith,
with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City,
off set against funds due the Contractor from the City.
A. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
11. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
stop gap liability, independent contractors, products-completed operations,
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to
- 12 -
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85.
There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under
the Contractor's Commercial General Liability insurance policy with respect
to the work performed for the City using ISO Additional Insured
endorsement CG 20 10 1001 and Additional Insured- Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
111. Workers' Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
IV. Builders Risk insurance covering interests of the City, the Contractor,
Subcontractors, and Sub-contractors in the work. Builders Risk insurance
shall be on a all-risk policy form and shall insure against the perils of fire and
extended coverage and physical loss or damage including flood and
earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. This Builders Risk insurance covering the
work will have a deductible of $5,000 for each occurrence, which will be the
responsibility of the Contractor. Higher deductibles for floor and earthquake
perils may be accepted by the City upon written request by the Contractor
and written acceptance by the City. Any increased deductibles accepted by
the City will remain the responsibility of the Contractor. The Builders Risk
insurance shall be maintained until final acceptance of the work by the City.
B. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1 ,000,000 per accident.
11. Commercial General Liability insurance shall be written with limits no less
than $3,000,000 each occurrence, $3,000,000 general aggregate and a
$3,000,000 products-completed operations aggregate limit.
111. Builders Risk insurance shall be written in the amount of the completed value
of the project with no coinsurance provisions.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
1. The Contractor's insurance coverage shall be primary insurance with respect
to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
11. The Contractor's insurance shall be endorsed to state that coverage shall not
be cancelled or reduced as to coverage by either party, except after forty-five
(45) days prior written notice by certified mail, return receipt requested, has
been given to the City.
- 13 -
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
E. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the Automobile Liability and Commercial General Liability insurance of the
Contractor before commencement of the work. Before any exposure to loss may occur, the
Contractor shall file with the City a copy of the Builders Risk insurance policy that includes
all applicable conditions, exclusions, definitions, terms and endorsements related to this
proj ect.
F. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibIlity for all loss or damage from any cause
whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or
motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or
subcontractors as well as to any temporary structures, scaffolding and protective fences.
G. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any oftheir subcontractors,
lower tier subcontractors, agents and employees, each of the other, for damages caused by
fire or other perils to the extent covered by Builders Risk insurance or other property
insurance obtained pursuant to the Insurance Requirements Section of this Contract or other
property insurance applicable to the work. The policies shall provide such waivers by
endorsement or otherwise.
8. Compliance with Laws.
A. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
B. The Contractor shall' pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
C. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non-discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era
veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in
particular:
- 14 -
A. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above-stated minorities.
B. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the
above-stated minority status.
10. Assignment and Subcontractors.
A. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City.
B. The Contractor shall not subcontract any part of the services to be performed
hereunder without first obtaining the consent of the City and complying with the
provisions of this section.
C. In the event the Contractor does assign this contract or employ any subcontractor, the
Contractor agrees to bind in writing every assignee and subcontractor to the
applicable terms and conditions of the contract documents.
D. The Contractor shall, before commencing any work, notify the Owner in writing of
the names of any proposed subcontractors. The Contractor shall not employ any
subcontractor or other person or organization (including those who are to furnish the
principal items or materials or equipment), whether initially or as a substitute,
against whom the Owner may have reasonable objection. Each subcontractor or
other person or organization shall be identified in writing to the Owner by the
Contractor prior to the date this Contract is signed by the Contractor. Acceptance of
any subcontractor or assignee by the Owner shall not constitute a waiver of any right
of the Owner to reject defective work or work not in conformance with the contract
documents. If the Owner, at any time, has reasonable objection to a subcontractor or
assignee, the Contractor shall submit an acceptable substitute.
E. The Contractor shall be fully responsible for all acts and omissions of its assignees,
subcontractors and of persons and organization directly or indirectly employed by it
and of persons and organizations for whose acts any of them may be liable to the
same extent that it is responsible for the acts and omissions of person directly
employed by it.
F. The divisions and sections of the specifications and the identifications of any
drawings shall not control the Contractor in dividing the work among subcontractors
or delineating the work to be performed by any specific trade.
G. Nothing contained in the contract documents shall create or be construed to create
any relationship, contractual or otherwise, between the Owner and any subcontractor
or assignee. Nothing in the contract documents shall create any obligation on the
part of the Owner to payor to assure payment of any monies due any subcontractor
or assIgnee.
- 15 -
H. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
commencing after the date of the bid or other event establishing the price of this
Contract. In addition, the Contractor warrants and represents that each of its
suppliers and subcontractors shall assign any and all such claims for overcharges to
the City in accordance with the terms of this provision. The Contractor further
agrees to give the City immediate notice of the existence of any such claim.
1. In addition to all other obligations of the contractor, if the contractor does employ
any approved subcontractor, the contractor shall supply to every approved
subcontractor a copy of the form, provided in the project manual, to establish written
proof that each subcontract and lower-tier subcontract is a written document and
contains, as a part, the current prevailing wage rates. The contractor, each approved
subcontractor and each approved lower-tier subcontractor shall complete and deliver
the form directly to the City.
11. Contract Administration.
This Contract shall be administered byJ!gtllD {)/f(;(IZCI/ on behalf of the Contractor
and by Eric Walrath on behalf of the City. Any written notices required by the terms of this
Contract shall be served or mailed to the following addresses:
Contractor:
City:
l.....tr1teS1 Dc :::z::tJbU 'f:.Tt-If5S
'po ~y 7;;-g
/ (;? [.eA j IS ~::JjI'c> u STflIIii ~~
~ AvGt<Es.lUl q'i3~d-
12. Interpretation and Venue.
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
This Contract shall be interpreted and construed in accordance with the laws of the State of
Washington. The venue of any litigation between the parties regarding this Contract shall be
Clallam County, Washington.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first set forth above.
- 16-
CONTRACTOR:
kke~(j.e J;dtf6~;5
B;;;::U~
Title:fyored' If,tafA~r
U
CITY OF PORT ANGELES:
~~
-~ . -
~=ort
City Attorney
Attest:
..Au t~ldn~
City Cl ,
N \PROJECTS\PK 01-01 Tenms Courts at Enckson Park\12 Project Manua]\ProJect Manual DOC
- 17 -
PERFORMANCE and PAYMENT BOND
Bond to the CIty of Port Angeles
Bond # 104962808
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersIgned, Lakeside Industries as Pnnclpal, and Travelers Casualty and
s~_~~rE~rY of America a corporatIOn, orgamzed and eXIstIng under th~ laws of the State
of; f'!:~, as a surety corporatlOn, and quahfied under the laws of the State ofWashmgton to become
surety upon bonds of contractors wIth municIpal corporatIons as surety, are jomtly and severally held and
firmly bound to the City of Port Angeles in the penal sum of $ 215,256.66 Two Hundred Fifteen Thousand
Two Hundred Fifty Six and 66;100sfor the payment of WhICh sum on demand we bmd ourselves and our successors,
helTs, admlmstrators or personal representatives, as the case may be.
ThIS obhgatIon is entered mto pursuant to the statutes of the State ofWashmgton and the ordmances of the
CIty of Port Angeles.
Dateda~~
, Washmgton, thIS ~ day of I.J\...Cl.t..t
)
, 20D].
The condltlOns of the above obhgatlOn are such that:
WHEREAS, the CIty of Port Angeles has let or IS about to let to the SaId Lakeside Industries
the above bounded Pnnclpal,
a certam contract, the SaId contract bemg numbered PK 01-01 , and provldmg for Tennis Courts at
Erickson Park (WhICh contract IS referred to herem and IS made a part hereof as though attached hereto), and
WHEREAS, the saId Pnnclpal has accepted, or is about to accept, the saId contract, and undertake to
perform the work therem prOVIded for m the manner and wlthm the tIme set forth; now, therefore,
If the saId Pnnclpal, Lakeslde Industries , shall faIthfully perform all
of the prOVlSlOns of saId contract m the manner and wlthm the tIme therem set forth, or wlthm such
extenslOns of tIme as may be granted under SaId contract, and shall pay all laborers, mechamcs,
subcontractors and matenalmen, and all persons who shall supply saId Pnnclpal or subcontractors WIth
prOVISIOns and supphes for the carrymg on of said work, and shall mdemmfy and hold the CIty of Port
Angeles harmless from any damage or expense by reason of failure of performance as speCIfied m said
contract or from defects appeanng or developmg in the matenal or workmanshIp prOVIded or performed
under saId contract wlthm a penod of one year after ItS acceptance thereof by the CIty of Port Angeles, then
and m that event, thIS obhgatlOn shall be void; but otherwIse, It shall be and remam m full force and effect.
SIgned thlS~ day of ~<..... ~ ,2cQl.
_Travelers Casualty and Surety
Surety C0mpany of America Prmclpal
B)\ . !V\JOCA.xl f:>~{?\/'yQf\~
su;';;'n B. Larson) -
Attorney-in-Fact
TItle
Lakeside Industries
Title
By
701 5th Ave., Ste 3750
Seattle, WA 98104
Surety Address
Parker, Smith & Feek, Inc.
2233 112th Ave NE
Bellevue, WA 98004
Agent Address
Erik Rolfness, 206-386-5750
Surety Contact and Phone Number
Susan B. Larson, 425-709-3625
Agent Contact and Phone Number
- 18 -
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.. ~STPAUL
~ TRAVELERS
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
214670
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 1 0 8 6 9 0 8
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporatIOn duly orgamzed under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporatIOns duly orgamzed under the laws
of the State of Mmnesota, that Fanrungton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporatIOns duly orgamzed under the laws of the State of Connecticut, that Umted States Fidelity and Guaranty Company IS a corporatIOn duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company IS a corporatIOn duly orgamzed under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwnters, Inc IS a corporatIOn duly orgamzed under the laws of the State of Wlsconsm (herem collectively called the "Compames"), and that
the Compames do hereby make, constitute and appomt
Carl Newman, Peter H Hammett, Deanna M. Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B. Larson, April L.
Champagne, Scott Fisher, and Stephen J Wachter
of the City of Rellevue , State of Washmgton , their true and lawful Attorney(s)-m-Fact,
each m theIr separate capacity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogmzances, conditional undertakmgs and
other wntmgs obligatory m the nature thereof on behalf of the Compames m thel~.Qusj)1ess <}.guaranteemg the fidelity of persons, guaranteemg the performance of
contracts and executmg or guaranteemg bonds and undertakmgs reqUired or permitted>m any'aauons or.prqceedmgs allowed by law
~,,~ .~~ ~y :v~V;,'
_ A~\ ~~iS ~~> ~~ ~ ill
~'\ ~0 (.~ ~y "\J.L~
... ."S, ~.'-J . \\:
IN WITNESS WHEREOF, the Compames have caused thiS mstru~e~to be ii,lgneq,and thel~orporate seals to be hereto affixed, thiS
day of August , 2006. (~V'): ~~ ~ ;t ~~ ~
Farmington Casualty com~n~Y ~'\\ 0 ~ -<O~ ~
'\,\ v \~ ~ v;;'>o/
Fidelity and GuarantY\InsUrancei'ompan~O
Fidelity and Guaranty Insur~~Underw~ters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
o
~
a
~~
State of Connecticut
City of Hartford ss
9th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By'
On thiS the 9th day of August 2006, before me personally appeared George W Thompson, who acknowledged himself
to be the Semor Vice President of Farmmgton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc ,
Seaboard Surety Company, St Paul FIre and Manne Insurance Company, St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and Umted States Fidelity and Guaranty Company, and that he, as such, bemg
authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by slgmng on behalf of the corporatIOns by himself as a duly authonzed officer.
In Witness Whereof, I hereunto set my hand and offic13l seaL
My Commission expues the 30th day of June, 2011
58440-6-06 Printed in USA
'<f\.~c T;':"~~
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authonty of the followmg resolul1ons adopted by the Boards of Directors of Fannington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc., Seaboard Surety Company, St. Paul Fire and Manne Insurance Company,
St Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
Amenca, and Umted States Fidelity and Guaranty Company, which resolul1ons are now m full force and effect, reading as follows:
RESOLVED, that the Chauman, the President, any Vice Chauman, any Execul1ve Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf
of the Company and may give such appomtee such authonty as hiS or her cerlificate of authority may prescnbe to sign With the Company's name and seal With the
Company's seal bonds, recogmzances, contracts of mdemnity, and other wntings obligatory in the nature of a bond, recogmzance, or COndl110nal undertakIng, and any
of SaId officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and It is
FURTHER RESOLVED, that the ChaIrman, the PreSident, any Vice Chairman, any Executive Vice President, any Senior Vice PreSident or any Vice PreSident may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company, proVided that each such delegation is in writmg and a copy
thereof IS filed m the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recogmzance, contract of mdernmty, or wntmg obligatory m the nature of a bond, recogmzance, or condll1onal undertakIng
shall be valid and bmding upon the Company when (a) signed by the President, any Vice ChaIrman, any Executive Vice President, any Semor Vice President or any Vice
PreSident, any Second Vice President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or ASSistant Secretary, or (b) duly executed (under seal, if reqUired) by one or more Attorneys-m-Fact and Agents pursuant to the power
prescnbed m hiS or her cerlificate or therr cerlificates of authonty or by one or more Company officers pursuant to a wntten delegatIOn of authonty; and It IS
FURTHER RESOLVED, that the signature of each of the followmg officers: PreSident, any Execul1ve Vice PreSident, any Semor Vice PreSident, any Vice President,
any Assistant Vice PreSident, any Secretary, any ASSistant Secretary, and the seal of the Company may be affixed by facsmtile to any power of attorney or to any certificate
relating thereto appointing Resident Vice PreSidents, ReSident Assistant Secretaries or Attorneys-in-Fact for purposes only of execul1ng and attestmg bonds and
undertakIngs and other writings obligatory m the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsurule seal shall be
valid and bmdmg upon the Company and any such power so executed and certified by such faCSimile signature and facSlrmle seal shall be valid and bindmg on the
Company m the future With respect to any bond or understandmg to which It IS attached.
I, Kori M. Johanson, the underSigned, ASSistant Secretary, of Fannington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwnters, Inc, Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Sur~~\ 6,lTIpany~of~mericl!,~and United States Fidelity and Guaranty Company do hereby
".\~ "'" \\ \) \l,- ~-- ~ ".lJ
:::~ ""', "'" "'..". md f"""mo, .. , """ md ~, oopy Of~ ;s;~~~~ ~;;om",,"~. which .. m full f= md "".ct md 1m, 0" "'=
IN TESTIMONY WHEREOF, I have hereunto set my hand an4.~ffi~ the,stal.s ofsaid~dJi}..lanies thiS ~ ,20"".
~~~'P ~:~;' ~ ~y p .lL/-
,,~O~lcf)~<t ~1t~
~ ~~i5\)- ~O~
e
€>
To venfy the authenl1clty of thiS Power of Attorney, call 1-800-421-3880 or contact us at www.stpaultravelersbondcom. Please refer to the Attorney-In-Fact number,
the above-named mdlVlduals and the detaIls of the bond to which the power IS attached
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
;.,
/
\
047168
RETAINAGE BOND
Bond No. 104962809
KNOW ALL MEN BY THESE PRESENTS, that LAKESIDE INDUSTRIES
as Pnncipal authorized to do business In the State of Washington and
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT
and authorized to transact business in the State of Washington as Surety, are jointly and severally held
and bound unto City of Port Angeles as Obligee In the penal sum of
Ten Thousand Seven Hundred Sixty Two and 83/100ths
Dollars ($ 10,762.83
), which IS
5% of the Pnnclpal's bid.
WHEREAS, on the ~e!b day of ~ ~ ,dc~l the said
Principal, herein, executed a contract with the Obligee, or Tenni~ Courts at Erickson Park
Project No. PK 01-01
WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum
of 5% from mOnies earned on estimates dunng the progress of the construction, hereinafter referred to as
earned retained funds.
AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds
as allowed under RCW 60.28.
NOW, THEREFORE, the condition of this obligation IS such that the Principal and Surety are held and
bound unto the beneficianes of the trust fund created by RCW 60.28 In the penal sum of 5% of the final
contract cost which shall include any Increases due to change orders, increases In quantities of work or
the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be
retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall
remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and
liens and In the same manner and priority as set forth for retained percentages in RCW 60.28.
PROVIDED HOWEVER, that.
1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the
Principal if no monies are retained by the Obligee on estimates dunng the progress of construction.
2. Any suit under this bond must be instituted within the time penod provided by applicable law.
WITNESS our hands this ~Q..j) day of \ L.L.-L.u
~ \
, 20 CD- .
Travelers Casualty and Surety Company of
Amenca
LAKESIDE INDUSTRIES
~d#'
1/N 1f.hc..~'S..,.~
C"wr~
Surety
'\._~\AC1Ln {<; r.Y) ~
Attorney-ill-Fact, Susan B. Larson
Parker, Smith & Feek, Inc.
2233 11ih Ave NE, Bellevue, WA 98004
Name and Address of Local Agent
By:
Principal
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~ ~
~STPAUL
~ TRAVELERS
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
214670
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 1 0 8 6 911
KNOW ALL MEN BY THESE PRESENTS' That Seaboard Surety Company IS a corporatIOn duly organized under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws
of the State of Mmnesota, that Farmmgton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporations duly organized under the la..ys of the State of Connecticut, that United States Fidelity and Guaranty Company IS a corporation duly organized under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company IS a corporatIOn duly organized under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwnters, Inc. IS a corporatIOn duly organized under the laws of the State of Wlsconsm (herem collectively called the "Companies"), and that
the Companies do hereby make, constitute and appomt
Carl Newman, Peter H. Hammett, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A. O'Farrell, Susan B Larson, Apnl L.
Champagne, Scott FIsher, and Stephen J Wachter
of the City of Rellevlle , State of Washmgton , their true and lawful Attomey(s)-m-Fact,
each m theIr separate capacity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertalungs and
other wntmgs obligatory m the nature thereof on behalf of the Companies m thel~t)Us!ness %guaranteemg the fidelity of persons, guaranteemg the performance of
contracts and executmg or guaranteemg bonds and undertalungs reqUired or permittedSm any'actions or.proceedmgs allowed by law
~'\ \:"'. ~ ~y v V"\.'V
~~% O~~ ~"<1~'\b~
IN WITNESS WHEREOF, the Comllanles have caused thiS mstrum~~be ~gn~~d the~~orate seals to be hereto affixed, thiS
day of August ,2006. (~~'f;,: ~<b '\:, ~ i.~ ~
d'~)~ ~~ ~~>...
Farmington Casualty Company "'~ V 1\5L \
'\'\ y \'0- J~
Fidelity and GuarantY\Insurance<Cf'ompany,)..,~
;. ,,""'\ \\..: \"JjV
Fidelity and Guaranty Insurapce'underwnters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
o
~
a.
b~
'~.f ~
State of Connecticut
City of Hartford ss
9th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
By
On thIS the 9th day of August 2006, before me personally appeared George W Thompson, who acknowledged himself
to be the Senior Vice PreSident of Farmmgton Casualty Company, FIdelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc ,
Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and United States Fidelity and Guaranty Company, and that he, as such, bemg
authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by signing on behalf of the corporations by himself as a duly authonzed officer
In Witness Whereof, I hereunto set my hand and offiCial seal.
My CommiSSIOn expires the 30th day of June, 2011
58440-6-06 Pnnted In USA
'((\~ C. j~
'- Mane C Tetreault, Notary PublIc
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING' THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
~
'.
This Power of Attorney IS granted under and by the authonty of the followmg resolutIOns adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, SI. Paul Fire and Manne Insurance Company,
SI. Paul Guardian Insurance Company, SI. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
Amenca, and Umted States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the ChaIrman, the PreSident, any Vice ChaIrman, any Execul1ve Vice PreSident, any Senior Vice President, any Vice PreSident, any Second Vice
PreSident, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as hiS or her certificate of authority may prescribe to sign With the Company's name and seal With the
Company's seal bonds, recognizances, contracts of indemmty, and other wril1ngs obligatory in the nature of a bond, recognizance, or condll1onal undertakmg, and any
of said officers or the Board of Directors at any l1me may remove any such appomtee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Semor Vice President or any Vice PreSident may
delegate all or any part of the foregomg authonty to one or more officers or employees of thiS Company, provided that each such delegal10n IS m wnl1ng and a copy
thereof is filed in the office of the Secretary; and It IS
FURTHER RESOLVED, that any bond, recognizance, contract of indemnIty, or wnting obligatory m the nature of a bond, recognizance, or condil1onal undertalang
shall be valid and bmdmg upon the Company when (a) signed by the President, any Vice Chairman, any Execul1ve Vice PreSident, any Senior Vice PreSident or any Vice
PreSident, any Second Vice President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed m hiS or her certIficate or their certIficates of authority or by one or more Company officers pursuant to a wntten delegation of authonty; and It IS
FURTHER RESOLVED, that the signature of each of the following officers. PreSident, any Executive Vice President, any Semor Vice President, any Vice PreSident,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimIle to any power of attorney or to any certIficate
relal1ng thereto appomting Resident Vice Presidents, Resident ASSistant Secretanes or Attorneys-m-Fact for purposes only of exeCUl1ng and attesting bonds and
undertakings and other wril1ngs obligatory m the nature thereof, and any such power of attorney or certificate beanng such faCSimile signature or faCSimile seal shall be
valid and binding upon the Company and any such power so executed and certIfied by such facsimile signature and faCSimile seal shall be valid and bmdmg on the
Company m the future with respect to any bond or understandmg to which It IS attached.
I, Kori M. Johanson, the underSigned, ASSistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., Seaboard Surety Company, St Paul Fire and Marine Insuran~ CJlmpan~ SI. Paul Guard1an Insurance Company, SI. Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Sur~y,Company.6f"'Americarand United States Fidelity and Guaranty Company do hereby
<\.<""", --- .\ 'i\ '" 4 \~)J
certIfy that the above and foregomg IS a true and correct copy of the Power,6N\:ttorney"~ecuted b~~,c;ompanies, which IS m full force and effect and has not been
revoked. ~~~~~~~~~.~
'\~ ~O .. ~\~ ~'v~
,~ ,,1 ~ ,
IN TESTIMONY WHEREOF, I have hereunto set my hand anclAffi~ea the.s~ls ~ SaId\~~panles this
. i, ~)v ~~). '" \>->>
~O~ 0-0i. 5:Y~~
~ ~~<<i"t~ ~O~
l.u
\
,200]
€)
To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at wwwstpaultravelersbond.com. Please refer to the Attorney-In-Fact number,
the above-named mdlvlduals and the detaIls of the bond to which the power is attached
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY)
06/26/07
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Bellevue Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
2233112th Avenue NE
Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A Zurich American Insurance Co.
Lakeside Industries INSURER B Ins. Co. of the State of PA
P.O. Box 7016 INSURER C
Issaquah, WA 98027 INSURER D
INSURER E
Client#: 1457
LAKEINDU
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
.INSR 00'1 TYPE OF INSURANCE POLICY NUMBER Pt?,(+~~ri~i88,w\E P~~il,~x,r,~~N LIMITS
LTR NSRi
A X ~ERAL LIABILITY CP03992630-03 06/01/07 06/01/08 EACH OCCURRENCE $1 000 000
x.. 3MERCIAL GENERAL LIABILITY DAMAGE TO RENTED $300 000
- CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $10000
X Ltd Poll. $1,000,000 PERSONAL & ADV INJURY $1 000 000
GENERAL AGGREGATE $2 000 000
GEN'L AGGRE~E LIMIT AP~t PER PRODUCTS - COMP/OP AGG $2 000 000
n X PRO- X
POLICY JECT LOC
A ~TOMOBILE LIABILITY CP03992630-03 06/01/07 06/01/08 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea accident) $1,000,000
ALL OWNED AUTOS BODILY INJURY
I-- $
SCHEDULED AUTOS (Per person)
I--
~ HIRED AUTOS BODILY INJURY
(Per accident) $
~ NON-0WNED AUTOS
PROPERTY DAMAGE $
(Per accident)
RAGE LIABILITY AUTO ONLY- EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
B X EXCESS/UMBRELLA LIABILITY 5687008 06/01/07 06/01/08 EACH OCCURRENCE $See Desc.
o OCCUR 0 CLAIMS MADE AGGREGATE $See Desc.
$
R DEDUCTIBLE $
RETENTION $ - $
A WORKERS COMPENSATION AND CP03992630-03 06/01/07 06/01/08 I WC STATU- I X IOJ,!;i-
EMPLOYERS' LIABILITY Emp. Liability Only $1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? WA Stop Gap E L DISEASE - EA EMPLOYEE $1,000,000
If yes, descnbe under E L DISEASE - POLICY LIMIT $1,000,000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
LI Job No. 047168 - Tennis Courts at Erickson Park. City of Port Angeles
is included as Additional Insured and coverage is primary and non
contributory per Endorsement U-GL-1175-A CW, Edition Date 09/03 attached.
Umbrella Limits are as follows: $1,000,000 (occ); $1,000,000 (agg).
CERTIFICATE HOLDER
CANCELLATION
CITY OF PORT ANGELES
P.O. Box 1150
Port Angeles, WA 98362
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
11.iC..R ?t-~.
ACORD 25 (2001/08) 1 of 2
#M76887
NMGOO
@ ACORD CORPORATION 1988
,",,,,,-,~_""'~""""""""~I<""''''''''-''''''''_ iU"""", ~..__"'_ ~^"" ''''-=<M. J '"_ ..".......,. ~'"'--..-...,.....,,""'"""'"""""""""".-...-.,~"'" _""_~ .,~__ _Jo-~ -~-- ..........-,- -~- -.....- -- ~ ~_.~~-~---- - --~" _._~.- - -_._~.- - -~-- --~~ -_..__...~--~~~- - -" ---
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policY(les) must be endorsed A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder In lieu of such endorsement(s)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the Issuing Insurer(s), authOrized representative or producer, and the certificate holder, nor does It
affirmatively or negatively amend, extend or alter the coverage afforded by the poliCies listed thereon
ACORD 25-5 (2001/08) 2 of 2
#M76887
Additional Insured - Automatic - Owners, Lessees Or
Contractors - Broad Form
@
ZURICH
Policy No EIT Date of Pol. Exp Date of Pol Eff Date of End Prod ucer Add'] Prem Return Prem
CPO 3992630-03 06/01/2007 06/01/2008 06/01/2007 Parker Smith & $Inel. $Ine!.
Feek, Ine
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required
to add as an additional insured on this policy under a written contract or written agreement.
B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis-
ing injury" covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and
Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if:
1. The "bodily injury" or "property damage" results from your negligence; and
2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from:
a. Your ongoing operations; or
b. "Your work" completed as included in the "products-completed operations hazard",
performed for the additional insured, which is the subject of the written contract or written agreement.
C. However, regardless of the provisions of paragraphs A. and B. above:
1. We will not extend any insurance coverage to any additional insured person or organization:
a. That is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or organization in the
written contract or written agreement; and
2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of:
a. The Limits of Insurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contract or written agreement
D. The insurance provided to the additional insured person or organization does not apply to:
1. "Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the addi-
tional insured; or
Includes copynghted material of Insurance Services Office, Inc with Its permiSSion
U-GL-1175-A CW (9/03)
Page lof2
2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to
render any professional architectural, engineering or surveying services including:
a. The preparing, approving, or falling to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; and
b. Supervisory, inspection, architectural or engineering activities.
E. The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim:
2. We receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by an-
other insurer under which the additional insured also has rights as an insured or additional insured.
F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in-
surance available to any additional insured person or organization unless the other insurance is provided by a contractor
other than you for the same operations and job location. Then we will share with that other insurance by the method de-
scribed in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS.
Any provisions in this Coverage Part not changed by the tenns and conditions of this endorsement continue to apply as writ-
ten.
U-GL-I 175-A CW (9103)
Page 20f2
SPECIAL PROVISIONS
- 19 -
CITY OF PORT ANGELES
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
The following Special Provisions are made a part of this contract and supersede any conflicting
provisions of the 2006 Standard Specifications for Road, Bridge and Municipal Construction, and
the foregoing Amendments to the Standard Specifications.
Several types of Special Provisions are included in this contract; General, Region, Bridges and
Structures, and Project Specific. Special Provisions types are differentiated as follows:
(date)
(******)
General Special Provision
Notes a revision to a General Special Provision
and Project Specific Special Provision.
Region Special Provision
Bridges and Structures Special Provision
(Regions 1 date)
(BSP date)
General Special Provisions are similar to Standard Specifications in that they typically apply to
many projects, usually in more than one Region. Usually, the only difference from one project to
another is the inclusion of variable project data, inserted as a "fill-in".
Region Special Provisions are commonly applicable within the designated Region. Region
designations are as follows:
Reqions 1
ER
NCR
NWR
OR
SCR
SWR
WSF
Eastern Region
North Central Region
Northwest Region
Olympic Region
South Central Region
Southwest Region
Washington State Ferries Division
Bridges and Structures Special Provisions are similar to Standard Specifications in that they
typically apply to many projects, usually in more than one Region. Usually, the only difference from
one project to another is the inclusion of variable project data, inserted as a "fill-in".
Project Specific Special Provisions normally appear only in the contract for which they were
developed.
N :\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
1
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995)
This contract provides for the improvement of a recreation facility in the City of Port Angeles and
other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the
Standard Specifications.
1-01.3 Definitions
(October 1,2005 APWA GSP)
This Section is supplemented with the following:
All references in the Standard Specifications to the terms "State", "Department of
Transportation", "Washington State Transportation Commission", "Commission", "Secretary of
Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read
"Contracting Agency".
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
The venue of all causes of action anslng from the advertisement, award, execution, and
performance of the contract shall be in the Superior Court of the County where the Contracting
Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid items, identified separately in the proposal, which
may, at the discretion of the Contracting Agency, be awarded in addition to the base bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the proposal,
from which the Contracting Agency may make a choice between different methods or material
of construction for performing the same work.
Contract Documents
See definition for "Contract".
Contract Time is the period of time established by the terms and conditions of the contract
within which the work must be physically completed.
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible and
responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
N;\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
2
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use and
benefit of the facilities, both from the operational and safety standpoint, and only minor
incidental work, replacement of temporary substitute facilities, or correction or repair remains
for the physical completion of the total contract.
Contract Completion Date
The date by which the work is contractually required to be physically completed. The Contract
Completion Date will be stated in the Notice to Proceed. Revisions of this date will be
authorized in writing by the Engineer whenever there is an extension to the contract time.
Physical Completion Date
The day all of the work is physically completed on the project. All documentation required by
the contract and required by law does not necessarily need to be furnished by the Contractor
by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required by the
contract and required by law must be furnished by the Contractor before establishment of this
date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing and
directing the Contractor to proceed with the work and establishing the date on which the
contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
BID PROCEDURES AND CONDITIONS
1-02.2 Plans and Specifications
r****)
Delete this section and replace it with the following:
After award of the contract, plans and specifications will be issued to the Contractor at no cost
as detailed below:
To Prime Contractor
No. of Sets Basis of Distribution
Reduced plans (11" x 17")
and Contract Provisions
5
Furnished automatically
upon award.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
3
1-02.5
(*****)
Proposal Forms
Delete this section and replace it with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for any project
on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the work. It will also list
estimated quantities, units of measurement, the items of work, and the materials to be
furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call
for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures;
date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's
name, address, telephone number, and signature; the bidder's D/MIWBE commitment, if
applicable; a State of Washington Contractor's Registration Number; and a Business License
Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand,
preferably in black ink. The required certifications are included as part of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth in the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form if any D/MIWBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member of
the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if
any D/W /MBE requirements are to be satisfied through such an agreement.
(*****)
Preparation Of Proposal
Section 1-02.6 is supplemented with the following
Additive and Alternative Bids
The bidding proposal on this project permits the bidder to submit a bid on one or more
additives for the construction of additional work.
Bid Proposal
The bid proposal is composed of the following parts: Base Bid and Additive 1 (conduit
and lumlnaire foundations).
The base bid includes all items that do not change as to quantity, dimension, or type of
construction, regardless of which additive is bid.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
4
The Additive portions of the bid proposal contain all items which change as to quantity,
dimension, or construction method, depending on which additive is bid.
Additive 1
Additive 1 is based on reconstructing Fifth Street between Liberty St. and Ennis Street
The bid items for Additive 1 are as listed in the bid proposal.
Bidding Procedures
The bidder shall submit a price on each and every item of work included in the base bid.
The bidder shall also submit prices on each and every item under the additive.
The successful bidder will be determined by the lowest total of the base bid and any
combination of the additives (if any) or the base bid plus the alternative and any
combination of the additives (if any). Award will be based on the lowest total subject to
the requirements of Section 1-03.
(August 2, 2004)
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
1-02.7 Bid Deposit
October 1, 2005APWA GSP
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of the
person authorized to submit the bid should agree with the signature on the bond, and the title of
the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the Contract
Provisions.
1-02.9 Delivery of Proposal
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
Each proposal shall be submitted in a sealed envelope, with the Proiect Name and Proiect
Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope,
or as otherwise stated in the Bid Documents, to ensure proper handling and delivery.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
5
1-02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is altered;
c. The completed proposal form contains any unauthorized additions, -deletions, alternate bids, or
conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the
contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in
Section 1 02.6.
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's
Business Enterprise Certification, if applicable, as required in Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms
of the bid invitation.
1-02.14 Disqualification of Bidders
(October 1, 2005APWA GSP)
Revise this section to read:
A bidder may be deemed not responsible and the proposal rejected if:
1. More than one proposal is submitted for the same project from a bidder under the same or
different names;
2. Evidence of collusion exists with any other bidder or potential bidder. Participants in
collusion will be restricted from submitting further bids;
3. The bidder, in the opinion of the Contractinq Aqency. is not qualified for the work or to the
full extent of the bid, or to the extent that the bid exceeds the authorized prequalification
amount as may have been determined by a prequalification of the bidder;
4. An unsatisfactory performance record exists based on past or current Contracting Agency
work or for work done for others. as iudqed from the standpoint of conduct of the work:
workmanship: proqress; affirmative action; equal employment opportunity practices; or
Dlsadvantaqed Business Enterprise, Minority Business Enterprise, or Women's Business
Enterprise utilization;
5. There is uncompleted work (Contracting Agency or otherwise) which might hinder or
prevent the prompt completion of the work bid upon;
6. The bidder failed to settle bills for labor or materials on past or current contracts;
7. The bidder has failed to complete a written public contract or has been convicted of a crime
arising from a previous public contract;
8. The bidder is unable, financially or otherwise, to perform the work;
9. A bidder is not authorized to do business in the State of Washington (not reqistered in
accordance with RCW 18.27);
10. There are any other reasons deemed proper by the Contracting Agency.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
6
AWARD AND EXECUTION OF CONTRACT
1-03.1 Consideration of Bids
(January 23,2006 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for correctness of
extensions of the prices per unit and the total price. If a discrepancy exists between the price
per unit and the extended amount of any bid item, the price per unit will control. If a minimum
bid amount has been established for any item and the bidder's unit or lump sum price is less
than the minimum specified amount. the Contractinq Aqency will unilaterally revise the unit or
lump sum price, to the minimum specified amount and recalculate the extension. The total of
extensions, corrected where necessary, includinq sales taxes where applicable and such
additives and/or alternates as selected bY the Contractinq Aqency, will be used by the
Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the
amount of the contract bond.
1-03.3 Execution of Contract
(October 1, 2005APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, includinq the unsiqned Form of Contract. will be available for
siqnature bY the successful bidder on the first business day followinq award. The number of
copies to be executed by the Contractor will be determined by the Contractinq Aqency.
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency prepared contract, an insurance certification as required by Section 1-
07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the
contract by the Contracting Agency, the successful bidder shall provide any pre-award
information the Contracting Agency may require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency furnished
sites. The Contractor shall bear all risks for any work begun outside such areas and for any
materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within 10 calendar days after the award date stated above, the Contracting
Agency may grant up to a maximum of ~ additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(October 1, 2005APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency-furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authorized Insurance List in the State of Washington published by the
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
7
Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency
against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors,
materialperson, or any other person who provides supplies or provisions for carrying out the
work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the
bond; and
6. Be signed by an officer of the Contractor empowered to sign official statements (sole
proprietor or partner). If the Contractor is a corporation, the bond must be signed by the
president or vice-president, unless accompanied by written proof of the authority of the
individual signing the bond to bind the corporation (Le., corporate resolution, power of
attorney or a letter to such effect by the president or vice-president).
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications,
and Addenda
(October 1, 2005APWA GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3,3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. Special Provisions, including APWA General Special Provisions, if they are included,
4. Contract Plans,
5. Amendments to the Standard Specifications,
6. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction,
7. Contracting Agency's Standard Plans (if any), and
8. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction.
Conformity With and Deviations From Plans and Stakes
Section 1-05.4 is supplemented with the following:
At no extra cost, the Contractor shall reference and establish horizontal and vertical control as
necessary to complete the work.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified in
the written notice, with Contracting Agency forces or by such other means as the Contracting
Agency may deem necessary.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
8
If the Contractor fails to comply with a written order to remedy what the Engineer determines to
be an emergency situation, the Engineer may have the defective and unauthorized work
corrected immediately, have the rejected work removed and replaced, or have work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy
could be potentially unsafe, or might cause serious risk of loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to perform,
shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or
to become due, the Contractor. Such direct and indirect costs shall include in particular, but
without limitation, compensation for additional professional services required, and costs for
repair and replacement of work of others destroyed or damaged by correction, removal, or
replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights provided
by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
1-05.11 Final Inspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1, 2005 APWA GSP)
1-05.11 (1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall so
notify the Engineer and request the Engineer establish the Substantial Completion Date. The
Contractor's request shall list the specific items of work that remain to be completed in order to
reach physical completion. The Engineer will schedule an inspection of the work with the
Contractor to determine the status of completion. The Engineer may also establish the
Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is substantially
complete and ready for its intended use, the Engineer, by written notice to the Contractor, will
set the Substantial Completion Date. If, after this inspection the Engineer does not consider the
work substantially complete and ready for its intended use, the Engineer will, by written notice,
so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever is
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The Contractor
shall provide the Engineer with a revised schedule indicating when the Contractor expects to
reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial Completion
Date and the Contractor considers the work physically complete and ready for final inspection.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
9
1-05.11(2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection, the
Contractor by written notice, shall request the Engineer to schedule a final inspection. The
Engineer will set a date for final inspection. The Engineer and the Contractor will then make a
final inspection and the Engineer will notify the Contractor in writing of all particulars in which
the final inspection reveals the work incomplete or unacceptable. The Contractor shall
immediately take such corrective measures as are necessary to remedy the listed deficiencies.
Corrective work shall be pursued vigorously, diligently, and without interruption until physical
completion of the listed deficiencies. This process will continue until the Engineer is satisfied
the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written
notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take
whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting
Agency, in writing, of the date upon which the work was considered physically complete. That
date shall constitute the Physical Completion Date of the contract, but shall not imply
acceptance of the work or that all the obligations of the Contractor under the contract have
been fulfilled.
1-05.11 (3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a complete
and operable system. Therefore when the work involves the installation of machinery or other
mechanical equipment; street lighting, electrical distribution or signal systems; irrigation
systems; buildings; or other similar work it may be desirable for the Engineer to have the
Contractor operate and test the work for a period of time after final inspection but prior to the
physical completion date. Whenever items of work are listed in the Contract Provisions for
operational testing they shall be fully tested under operating conditions for the time period
specified to ensure their acceptability prior to the Physical Completion Date. During and
following the test period, the Contractor shall correct any items of workmanship, materials, or
equipment which prove faulty, or that are not in first class operating condition. Equipment,
electrical controls, meters, or other devices and equipment to be tested during this period shall
be tested under the observation of the Engineer, so that the Engineer may determine their
suitability for the purpose for which they were installed. The Physical Completion Date cannot
be established until testing and corrections have been completed to the satisfaction of the
Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to successfully
complete operational testing, shall be included in the unit contract prices related to the system
being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a manufacturer's
guaranties or warranties furnished under the terms of the contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005APWA GSP)
N :\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
10
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and water
as a pay item.
Add the following new section:
1-05.17 Oral Agreements
(October 1, 2005 AWPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the terms
or obligations contained in any of the documents comprising the contract. Such oral agreement
or conversation shall be considered as unofficial information and in no way binding upon the
Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency.
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the project
site, all articles necessary for providing first aid to the injured. The Contractor shall establish,
publish, and make known to all employees, procedures for ensuring immediate removal to a
hospital, or doctor's care, persons, including employees, who may have been injured on the
project site. Employees should not be permitted to work on the project site before the
Contractor has established and made known procedures for removal of injured persons to a
hospital or a doctor's care.
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 of the project site, including safety for all persons and
property in the performance of the work. This requirement shall apply continuously, and not be
limited to normal working hours. The required or implied duty of the Engineer to conduct
construction review of the Contractor's performance does not, and shall not, be intended to
include review and adequacy of the Contractor's safety measures in, on, or near the project
site.
State Taxes
Section 1-07.2 is supplemented with the following:
(March 13, 1995)
The work on this contract is to be performed upon lands whose ownership obligates the
Contractor to collect State sales tax from the Contracting Agency. The provisions of Section
1-07.2(2) apply.
Permits And Licenses
Section 1-07.6 is supplemented with the following:
(March 13, 1995)
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
11
No hydraulic permits are required for this project unless the Contractor's operations use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the
waters of the State or materials from gravel or sand bars, or from stream beds.
(February 5, 2001)
Utilities And Similar Facilities
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project.
The following addresses and telephone numbers of utility companies known or suspected of
having facilities within the project limits are supplied for the Contractor's convenience:
Electrical Power Distribution
City of Port Angeles
321 E. 5th Street
PO Box 1150
Port Angeles, WA 98362
Contact: Terry Dahlquist, Electrical Engineer
(360) 417-4702
Water and Sanitary Services
City of Port Angeles
321 E. 5th Street
PO Box 1150
Port Angeles, WA 98362
Contact: Ernie Klimek, Superintendent
(360) 417-4855
Street and Storm Drainage Services
City of Port Angeles
321 E. 5th Street
PO Box 1150
Port Angeles, WA 98362
Contact: Gary Stempin, Superintendent
(360) 417-4825
Cable Television/Broadband
Wave Broadband
725 E. 1 st Street
Port Angeles, W A 98362
Contact: Mike Sturgeon
(360) 452-8467
Telecommunications
Owest Communications Company
Contact: Diane Hager
(360)- 452-2184 or (360)-417-2174
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
12
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following:
1-07.18 Public Liability and Property Damage Insurance
(October 1, 2005APWA GSP)
1-07.18(1) General Requirements
The Contractor shall obtain and keep in force during the term of the contract and until 30 days
after the physical completion date, unless otherwise indicated below, the following insurance
with insurance companies or through sources approved by the State Insurance Commissioner
pursuant to Title 48 RCW.
The insurance provided must be with an insurance company with a rating of A-: VII or higher in
the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington
(or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency
reserves the right to approve the security of the insurance provided, the company, terms and
coverage, and the Certificate of Insurance.
If any policy is written on a claims made form, the retroactive date shall be prior to or coincident
with the effective date of this contract. The policy shall state that coverage is claims made, and
state the retroactive date. Claims made form coverage shall be maintained by the Contractor
for a minimum of three years following the expiration or earlier termination of this contract, and
the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal
of the claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form of
guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for
services performed.
The policies of insurance shall contain a "cross liability" endorsement substantially as follows:
The inclusion of more than one insured under this policy shall not affect the rights of any
insured as respects any claim, suit, or judgment made or brought by or for any other
insured or by or for any employee of any other insured. This policy shall protect each
insured in the same manner as though a separate policy had been issued to each, except
that nothing herein shall operate to increase the company's liability beyond the amount or
amounts for which the company would have been liable had only one insured been named.
The policies of insurance for general, automobile, and pollution policies shall be specifically
endorsed to name the Contracting Agency and its officers, elected officials, employees, agents
and volunteers, and any other entity specifically required by the Contract Provisions, as
additional insured(s).
In addition, Contractor's insurance shall be primary as respects the Contracting Agency, and
any other insurance maintained by the Contracting Agency shall be excess and not contributing
insurance with the Contractor's insurance.
The Contracting Agency shall be given at least 45 days prior written notice of any cancellation,
reduction in coverage, or other material change in any insurance policy.
Insurance shall provide coverage to the Contractor, all subcontractors, and the Contracting
Agency. The coverage shall protect against claims for personal injuries, including accidental
death, as well as claims for property damages which may arise from any act or omission of the
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
13
Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them.
Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors,
agents, contractors, or invitees, in or about the Property from any cause, and hereby waives all
claims against the Contracting Agency. The Contractor further waives, with respect to the
Contracting Agency only, its immunity under RCW Title 51, Industrial Insurance.
Upon request, the Contractor shall forward to the Contracting Agency the original policy, or
endorsement obtained, to a Contractor's policy currently in force.
The Contractor shall not begin work under the contract until the required insurance has been
obtained and approved by the Contracting Agency.
Failure on the part of the Contractor to maintain the insurance as required shall constitute a
material breach of contract upon which the Contracting Agency may, after giving five working
days notice to the Contractor to correct the breach, immediately terminate the contract or, at its
discretion, procure or renew such insurance and pay any and all premiums in connection
therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at
the sole discretion of the Contracting Agency, offset against funds due the Contractor from the
Contracting Agency.
All costs for insurance shall be incidental to and included in the unit contract prices of the
contract and no additional payment will be made.
1-07.18(3) Subcontractors
Contractor shall include all subcontractors as insureds under its policies or shall furnish
separate evidence of insurance as stated above for each subcontractor. All coverage for
subcontractors shall be subject to all the requirements stated herein and applicable to their
profession.
1-07.18(4) Evidence of Insurance
When the Contractor delivers the executed contract for the work to the Contracting Agency it
shall be accompanied by a Certificate(s) of Insurance and endorsements for each policy of
insurance meeting the requirements set forth above. The certificate must conform to the
following requirements:
1. An ACORD certificate Form 25-S, showing the insuring company, policy effective dates,
limits of liability and the Schedule of Forms and Endorsements.
2. A copy of the endorsement naming Contracting Agency and any other entities required by
the Contract Provisions as Additional Insured(s), and stating that coverage is primary and
noncontributory, showing the policy number, and signed by an authorized representative of
the insurance company on Form CG2010 (ISO) or equivalent.
3. The certificate(s) shall not contain the following or similar wording regarding cancellation
notification to the Contracting Agency: "Failure to mail such notice shall impose no
obligation or liability of any kind upon the company."
1-07.18(5) Self-Insurance
Should Contractor be self-insured for any liability coverage, a letter from the Corporate Risk
Manager, or appropriate Finance Officer, is acceptable-stipulating if actuarially funded and
fund limits; plus any excess declaration pages to meet the contract requirements. Further, this
letter shall advise how Contractor would protect and defend the Contracting Agency as an
Additional Insured in their Self-Insured layer, and include claims-handling directions in the
event of a claim.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
14
1-07.23 Public Convenience and Safety
1-07.23(1) Construction Under Traffic
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through
the work with the least possible inconvenience or delay. The Contractor shall maintain existing
roads, streets, sidewalks. and paths within the project limits, keeping them open, and in good,
clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be
repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations
shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's
expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to
the project limits when affected by the Contractor's operations. Snow and ice control will be
performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris
will be at the Contracting Agency's expense. The Contractor shall perform the following:
1. Remove or repair any condition resulting from the work that might impede traffic or
create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew striping, subject to the
approval of the Engineer. When the scope of the project does not require work on the
roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing
drainage structures will be at the Contracting Agency's expense when approved by the
Engineer, except when flow is impaired due to the Contractor's operations.
1-07.23(2) Construction and Maintenance of Detours
(October 1, 2005APWA GSP)
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during construction.
The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when
no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the roadway,
bridge, sidewalk. or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights of Way
(October 1, 2005 APWA GSP)
Delete this section in its entirety, and replace it With the following:
Street right of way lines, limits of easements, and limits of construction permits are indicated in
the Plans The Contractor's construction activities shall be confined within these limits, unless
arrangements for use of private property are made.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
15
Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and
easements, both permanent and temporary, necessary for carrying out the work. Exceptions to
this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly
issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property. Copies
of the easement agreements may be included in the Contract Provisions or made available to
the Contractor as soon as practical after they have been obtained by the Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work
in areas where right of way, easements or rights of entry have not been acquired until the
Engineer certifies to the Contractor that the right of way or easement is available or that the
right of entry has been received. If the Contractor is delayed due to acts of omission on the
part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall
not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the Contracting
Agency, any additional land and access thereto that the Contractor may desire for temporary
construction facilities, storage of materials, or other Contractor needs. However, before using
any private property, whether adjoining the work or not, the Contractor shall file with the
Engineer a written permission of the private property owner, and, upon vacating the premises,
a written release from the property owner of each property disturbed or otherwise interfered
with by reasons of construction pursued under this contract. The statement shall be signed by
the private property owner, or proper authority acting for the owner of the private property
affected, stating that permission has been granted to use the property and all necessary
permits have been obtained or, in the case of a release, that the restoration of the property has
been satisfactorily accomplished. The statement shall include the parcel number, address, and
date of signature. Written releases must be filed with the Engineer before the Completion Date
will be established.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(October 1, 2005 APWA GSP)
1-08.0(1) Preconstruction Conference
(October 1, 2005 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held between
the Contractor, the Engineer and such other interested parties as may be invited. The purpose
of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
16
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To revIew safety standards and traffic control; and
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(October 1, 2005 APWA GSP)
1-08.0(2) Hours of Work
(October 1, 2005 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Contracting Agency, the
normal straight time working hours for the contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch break and a
5-day work week. The normal straight time a-hour working period for the contract shall be
established at the pre-construction conference or prior to the Contractor commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or
after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission
to work such times. Permission to work longer than an 8-hour period between 7:00 a.m. and
6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon
on the working day prior to the day for which the Contractor is requesting permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject
to noise control requirements. Approval to continue work during these hours may be revoked
at any time the Contractor exceeds the Contracting Agency's noise control regulations or
complaints are received from the public or adjoining property owners regarding the noise from
the Contractor's operations. The Contractor shall have no claim for damages or delays should
such permission be revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal
straight time working hours Monday through Friday may be given subject to certain other
conditions set forth by the Contracting Agency or Engineer. These conditions may include but
are not limited to: requiring the Engineer or such assistants as the Engineer may deem
necessary to be present during the work; requiring the Contractor to reimburse the Contracting
Agency for the costs in excess of straight-time costs for Contracting Agency employees who
worked during such times, on non Federal aid projects; considering the work performed on
Saturdays, Sudays, and holidays as working days with regards' to the contract time; and
considering multiple work shifts as multiple working days with respect to contract time even
though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not
limited to, survey crews; personnel from the Contracting Agency's material testing lab;
inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
17
work necessitates their presence.
1-08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 APWA GSP)
Revise this section to read:
Notice to Proceed will be qiven after the contract has been executed and the contract bond and
evidence of insurance have been approved and filed by the Contractinq Aqency. The
Contractor shall not commence with the work until the Notice to Proceed has been qiven by the
Enqineer. The Contractor shall commence construction activities on the proiect site within ten
days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall
diligently pursue the work to the physical completion date within the time specified in the
contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the
Contractor of the responsibility to complete the work within the time(s) specified in the contract.
1-08.5 Time for Completion
(October 1, 2005 APWA GSP)
Revise the fourth and fifth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date. The
contract provisions may specify another starting date for contract time, in which case, time will
begin on the starting date specified.
Each working day shall be charged to the contract as it occurs, beqinninq on the day after the
Notice to Proceed Date. unless otherwise provided in the Contract Provisions. until the contract
work is physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the Engineer
will provide the Contractor a statement that shows the number of working days: (1) charged to
the contract the week before; (2) specified for the physical completion of the contract; and (3)
remaining for the physical completion of the contract. The statement will also show the
nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10
calendar days after the date of each statement, the Contractor shall file a written protest of any
alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient
detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing
such detailed protest in that period, the Contractor shall be deemed as having accepted the
statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-
10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be
charqed as a workinq day then the fifth day of that week will be charqed as a workinq day
whether or not the Contractor works on that day.
Revise the seventh paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract after
all the Contractor's obligations under the contract have been performed by the Contractor. The
following events must occur before the Completion Date can be established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and required by law,
to allow the Contracting Agency to process final acceptance of the contract. The following
documents must be received by the Project Engineer prior to establishing a completion
date:
a. Certified Payrolls (Federal-aid Projects)
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
18
b. Material Acceptance Certification Documents
c. Final Contract Voucher Certification
d. Property owner releases per Section 1-07.24
1-08.7 Maintenance During Suspension
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the construction
area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during
suspension (as required in Section 1-07.23 or the Special Provisions). This may include a
temporary road or detour.
1-09.9 Payments
(October 1, 2005 APWA GSP)
Delete the third paragraph and replace it with the following:
Progress payments for completed work and material on hand will be based upon progress
estimates prepared by the Engineer. A progress estimate cutoff date will be established at the
preconstruction meeting.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month thereafter
until the Completion Date. Progress estimates made during progress of the work are tentative,
and made only for the purpose of determining progress payment. The progress estimates are
subject to change at any time prior to the calculation of the Final Payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form - the approximate quantity of acceptable units of work
completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form - the estimated percentage complete multiplied by the Bid
Forms amount for each Lump Sum Item, or per the schedule of values for that item.
3. Materials on Hand - 100 percent of invoiced cost of material delivered to Job site or other
storage area approved by the Engineer.
4. Change Orders - entitlement for approved extra cost or completed extra work as determined
by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1);
2. The amount of Progress Payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract
Documents.
Progress payments for work performed shall not be evidence of acceptable performance or an
admission by the Contracting Agency that any work has been satisfactorily completed.
Payments Will be made by warrants, issued by the Contracting Agency's fiscal officer, against
the appropriate fund source for the project. Payments received on account of work performed
by a subcontractor are subject to the provisions of RCW 39.04.250.
N;\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
19
1-09.13(3)A Administration of Arbitration
(October 1, 2005 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the decision of the
arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the
Superior Court of the county In which the Contracting Agency's headquarters are located. The
decision of the arbitrator and the specific basis for the decision shall be in writing. The
arbitrator shall use. the contract as a basis for decisions.
1-10 TEMPORARY Traffic Control
General
(*****)
Revise the first paragraph of Section 1-10.1 to read as follows:
The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise
specified as being furnished by the Contracting Agency. The Contractor shall erect and
maintain all construction signs, warning signs, detour signs, and other traffic control devices
necessary to warn and protect the public at all times from injury or damage as a result of the
Contractor's operations which may occur on or adjacent to highways, roads, streets, sidewalks,
public areas, or paths. No work shall be done on or adjacent to any traveled way or public area
until all necessary signs and traffic control devices are in place.
(August 2,2004)
Section 1-10 A( 1) is supplemented with the following:
The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions
of Section 1-10.4(1) shall apply.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
20
DIVISION 2
EARTHWORK
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Description
(*****)
Section 2-02.1 is supplemented with the following:
This work shall consist of the following:
Remove and replace cement concrete bollards as required to provide access from the existing
gravel access road to the project site.
Remove and dispose of the existing fencing and posts along the north side of the existing
tennis courts.
Remove and dispose of the existing light poles and foundations (4) along the north side of the
existing tennis courts.
Remove and dispose of the existing appox. 24" diam. Cedar tree at the northwest corner of
the existing tennis courts.
Remove and dispose of the existing nets and net posts.
Remove and dispose of the existing cement concrete ramp, the adjoining cement concrete
wall, and the cement concrete connection to the existing sidewalk at the court entrance
adjacent to Fourth Street.
Remove and dispose of existing sod along the north side of the existing courts to allow for the
approx. 2 foot extension of the courts to the north.
Perforate the south half of the existing court surface to the underlying base with 3"+/- diam.
holes 10 feet on center.
Remove and dispose of the cover for the existing catch basin near the Fourth Street entrance
to the courts and fill the structure with portland cement concrete.
Measurement
(*****)
Section 2-02.5 is supplemented with the following:
Any necessary sawing, planing, coring, drilling, and/or grinding shall be made and shall be
included in the unit contract bid price for removing any item identified for removal in this
section and in the plans.
All debris, saw slurry, and grindings shall be prevented from entering any drainage system and
shall be removed from the project area and shall be included in the unit bid contract price for
removing any item identified for removal In this section.
All work and material associated with any fill required per Section 2-02.3 shall be included in
the cost for removing any item identified for removal in this section.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
21
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
HOT MIX ASPHALT
(*****)
Construction Requirements
Preparation of Existing Surface
(*****)
Section 5-04.3(5)A is supplemented with the following:
Attach 2 inch nominal thickness pressure treated lumber to the existing fence posts on the
east side of the courts. The lower edge of the lumber shall be in contact with and follow the
existing court surface. The upper edge of the lumber shall be sawn to match the top of the
finished asphalt surface.
Soil Residual Herbicide
(*****)
The first sentence of Section 5-04.3(5)D is replaced with the following:
Soil residual herbicide shall be applied in areas to be paved.
Acceptance Sampling and Testing - HMA Mixture
(January 5,2004)
Section 5-04.3(8)A is supplemented with the following:
Commercial HMA Evaluation
The following HMA will be accepted by commercial HMA evaluation:
HMA for Preleveling Class 1/2" PG64-22
HMA Class 3/8" PG64-22
Surface Smoothness
(*****)
The second sentence of Section 5-04.3(13) is revised to read:
The completed surface of the court shall not vary more than 1/8 inch from the lower edge
of a 10-foot straightedge placed on the surface in any direction.
Payment
(******)
Section 5-04.5 is revised as follows.
The unit contract bid price for "HMA CI. 3/8" PG 64-22" and "HMA for Preleveling CI
W' PG 64-22" shall be full pay for and include the application of soil residual
herbicide in areas to be paved and installation of the ledger board as required by
these Special Provisions, the Standard Specifications and the Plans.
Paragraphs 7, and 8 are deleted.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
22
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND
CONDUITS
Drains
Measurement
(******)
Section 7-01.4 is deleted and replaced with the following:
No specific unit of measure shall apply to the lump sum item "Underdrain Pipe 6 In. Oiam".
Payment
(******)
Section 7-01.5 is deleted and replaced with the following:
The lump sum contract price for "Underdrain Pipe 6 In. Oiam" shall be full payment for
construction of the underdrain as shown in the plans and shall consist of the following
approximate quantities:
260 If of 6" PVC underdrain pipe
45 If of 3" PVC drain pipe
Excavation of a l' wide by l' deep trench the full length of the underdrain
Installation of 8 cy of gravel backfill for drains
Installation of 1 Type 50 catch basin
Installation of 45 If of 3" drain pipe
Removal and replacement of cement concrete sidewalk and curb as required to plumb the
3-3" drain pipes from the catch basin through the curb along west side of Race Street
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
23
DIVISION 8
MISCELLANEOUS CONSTRUCTION
CHAIN LINK FENCE AND WIRE FENCE
Materials
(******)
The first paragraph of Section 8-12.2 is deleted and replaced with the following:
Materials shall meet the requirements of the following sections:
Concrete 6-02.3(2)8
Chain Link Fence and Gates 9-16.1
Construction Requirements
Chain Link Fence and Gates
Posts
(******)
The first paragraph of Section 8-12.3(1)A is supplemented .with the following:
Posts for the 10 foot high chain link fencing running east/west along the north side of the
tennis courts shall be spaced at 8-foot centers. All fencing shall be installed with a bottom
rail.
Measurement
(******)
Section 8-12.4 is deleted and replaced with the following:
No specific unit of measure shall apply to the lump sum item "Chain Link Fence".
Payment
(******)
Section 8-12.5 is deleted and replaced with the following:
The lump sum contract price for "Chain Link Fence" shall be full payment for construction of
the fence, gates, and concrete aprons as shown in the plans and as required by the Special
Provisions, and the Standard Specifications and shall consist of the following approximate
quantities:
270 If of 10 foot high fence with posts at 8-foot centers
120 If of 10 foot high fence with posts at 10-foot centers
60 If of 3 foot high fence with posts at 10-foot centers
Two 4' wide by 7' hIgh gates
Two 5' wide by 7' high gates
One 4' Wide by 3' high gate
One 3' wide by 7' high gate
Four concrete aprons adjacent to the four exterior gates as shown on the plans
ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
Description
(******)
Section 8-20.1 is supplemented with the following:
This work also consists of installing conduit and luminaire foundations as shown in the
plans.
Measurement
(******)
Section 8-20.4 is supplemented with the following:
No specific unit of measure shall apply to the lump sum item "Conduit and Luminaire
Foundations"
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
1
Payment
(******)
Section 8-20.5 is supplemented with the following:
"Conduit and Luminaire Foundations", lump sum.
The lump sum contract price for "Conduit and Luminaire Foundations" shall be full pay for
the construction of the system as shown in the Plans and herein specified including
excavation, backfilling, concrete foundations, conduit, restoring facilities destroyed or
damaged during construction, including hot mix asphalt pavement and provision and
installation of semi-permanent covers for the exposed foundation bolts, and for making all
required tests. All additional materials and labor, not shown in the Plans or called for herein
and which are required to complete the work, shall be included in the lump sum contract
price.
The approximate quantity of rigid galvanized steel conduit and luminaire foundations for
"Conduit and Luminaire Foundations" is as follows:
1" - 110 LF
%" - 130 LF
Two - 18" Diam. by 60" Deep Luminaire foundations constructed to accept CXLS-D light
assembly manufactured by LSI Courtsider Lighting
Four - 18" Diam. by 60" Deep Luminaire foundations constructed to accept CXLS-B light
assembly manufactured by LSI Courtsider Lighting
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
2
DIVISION 9
MATERIALS
FENCE AND GUARDRAILS
(*****)
Chain Link Fence and Gates
General
Section 9-16.1 (1) is deleted and replaced with the following:
All material used in the construction of chain link fence and gates shall be new.
Post Material for Chain Link Fence
Section 9-16.1 (1)A is deleted and replaced with the following:
Post material shall conform to the requirements of ASTM F 1083, standard weight schedule
40 with a minimum yield strength of 25,000 psi and be hot dipped galvanized with a
minimum average of 1.8 ozJsf of coated surface area. Post material shall be understood to
include all round and roll formed material including brace rails, top rails, line posts, brace
posts, end posts, corner posts, and pull posts.
End, corner, and gate posts shall be 2.875" 00 and 5.79 Ibs/ft.
Line (intermediate) posts shall be 2.375" 00 and 2.72 Ibs/ft.
Ralls and braces shall be 1.580" 00 and 2.27 Ibs/ft.
Chain Link Fence Fabric
Section 9-16.1 (1)8 is deleted and replaced with the following:
Chain link shall be 9 gage meeting the requirements of ASTM A 392 and be zinc coated
with a minimum average of 1.2 ozJsf of coated surface area. Chain link fabric shall be
helically wound and woven to 10'-0" and have a 1 %" diamond mesh.
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
3
COURT EQUIPMENT AND SURFACING
(Project Specific Section)
Net and Post Equipment
(*****)
Post Foundations
Post Foundations shall be as shown in the plans and not less than 18" in diameter at the top, not
less than 30" in diameter at the bottom, and not less than 42" in depth. Foundations shall be so
constructed as to provide a distance of 42' measured from center of post to center of post.
Concrete shall be Class 4000. The foundation shall be circular to prevent radial cracking of the
adjacent pavement with the top flush with the finished asphalt surface.
Net Posts and Sleeves
Net posts shall be steel with a steel sleeve cast within the foundation or aluminum with an aluminum
sleeve cast within the foundation as shown in the plans. Posts, sleeves, and tensioning
mechanisms shall be as specified by the net manufacturer and shall be approved by the City prior
to installation.
Center Strap Anchor
The ground anchor shall be galvanized steel or aluminum pipe with a minimum length of 12", 1 5/8"
diameter. The pipe shall be fitted with a non-corrosive 14" 0.0. pin centered through the pipe 3/8"
below the upper opening for attachment to the center strap hook. The top of the anchor shall be
installed flush with the court surface and centered on a line defined by the net posts on opposite
sides of the court. Each anchor shall be set in a concrete foundation as shown in the plans.
Net
A regulation doubles net shall be installed between the post and tensioned to 450 Ibs. Each net
shall come with a center strap and built in singles sticks. The various elements of the net shall be
as follows:
A. Body
The net body shall be weather resistant synthetic netting 1 %" square mesh and
have a twine tensile strength of not less than 275 Ibs.
B. Headband (top binding)
The headband shall be made of two pieces or piles, or a single ply with double thick
material. 2"-21/2" in width. The outer material shall be manufactured from a white
synthetic material or white canvas, treated for resistance to sunlight and mildew.
Inner and outer headbands shall be folded over the cable and lock stitched with four
separate rows of stitching the length of the net.
C. Cable
The cable shall be a minimum of 46' in length vinyl coated 5/32" diameter multi
stranded steel wire rope with a tensile strength of not less than 2,600 Ibs.
D. Side Bindings (tapes)
Side bindings shall be fabricated of black synthetic material treated to prevent
deterioration from sunlight. Five nickel or brass grommets shall be placed
equidistantly from top to bottom at each side of the net to accommodate the lacing
tapes and forming a pocket to accept dowels.
E. Bottom Bindings (tapes)
Bottom bindings shall be fabricated of black abrasion resistant synthetic material
treated to prevent detenoration from sunlight.
F. Dowels
Dowels shall be W' diameter and 40" in length and shall be corrosion resistant metal
or fiberglass.
G. Tie Strings
Tie strings shall be black U.V. stabilized synthetic cord 60" in length with a tensile
strength of not less than 275 Ibs.
I. Lacing Twine
Lacing Twine shall be black U.V. stabilized synthetic cord 96" in length with a tensile
strength of not less than 275 Ibs. (Tie String and Lacing Twine may be one piece
156" in length)
Taughtness and Center Height
Installed nets shall be tensioned as follows:
A 14 lb. Weight shall be suspended from the center of the net. The net shall be tensioned
slowly until the center of the net reaches a height of 36".
Center Strap
The center strap shall be 2" in width and made from canvas or synthetic material treated for
resistance to sunlight and mildew. The center strap shall be equipped with a non-corrosive height
adjusting buckle capable of resisting slippage at full tension and a non-corrosive spring loaded hook
at the bottom suitable for attachment to the ground anchor pin.
Measurement
No specific unit of measure shall apply to the lump sum item "Nets and Posts".
Payment
The lump sum contract price for "Nets and Post" shall be full payment for construction of the post
and center strap foundations, installation of the net posts, net tensioners, and nets, as shown in the
Plans and as required by the Special Provisions, and the Standard Specifications
Acrylic Tennis Court Surfacing
(*****)
Supply and install the four coat Plexipave system for tennis courts, complete with playing lines as
shown in the plans, on four newly reconstructed asphalt concrete court surfaces. Multiple layer
acrylic tennis court surfacing and court line striping shall meet the following requirements:
Submittals
1. Submit product data for tennis court surfacing and line paint.
2. Submit shop drawings of tennis court line layout.
3. Submit color and texture samples of tennis court acrylic surfacing with a 2 inch wide
court line.
4. Furnish color samples of tennis court and border area finish coat for selection and
approval by Owner's representative 30 days prior to application of surfacing.
Quality Assurance
1. Comply with standards for tennis court construction as published by the American Sports
Builders Association.
2. Surfacing contractor shall be an authorized applicator of the Plexipave System by
California Products Corporation, Cambridge, MA, 1-800-225-1141.
Site Conditions
1. Apply surfacing when ambient air temperature is a minimum of 400 Fahrenheit and
rising.
2. Apply surfacing when the asphalt concrete surface is dry and precipitation is not forecast
within the next seven days.
Materials
Surfacing:
1. Primer Coat: Acrylic Resurfacer by California Products Corporation
2. Filler Coats: Minimum two applications Plexipave Filler Coat by California
Products Corporation.
3. Finish Coat: Acrylic color finish in Florida Green (courts) and California Red
(area surrounding courts) Fortified Plexipave by California Products Corporation.
Court Line Paint:
1. Acrylic Primer: As recommended by the surfacing manufacturer.
2. Acrylic White Line Paint: Plexicolor Hi-Hide Textured Line Paint by California
Products Corporation.
Construction
Acceptable Installers:
1. A firm with not less than 5 successful installations in the last 3 years, or
2. A firm authorized by the acrylic surfacing manufacturer, or
3. Applicators trained by the acrylic surfacing manufacturer.
Protection:
1. Protect existing and new site improvements from damage by surfacing work. Areas
damaged or areas not to be coated shall re restored at the sole expense of the
contractor.
Surface Preparation:
1. Asphalt concrete surface shall be allowed to cure a minimum of 14 days prior to
application of the acrylic surfacing.
2. Asphalt concrete surface shall be free of oil, grease, clay, dust, loose aggregate, dirt,
debris, sand, and any other material deemed deleterious by the manufacturer, prior to
the application of the acrylic surfacing.
3. Asphalt concrete surface shall be thoroughly washed with clean water not more than 24
hours prior to the application of the acrylic surfacing.
4. Asphalt concrete surface shall be flooded with clean water and allowed to drain.
Depressions which hold water deeper than 1/8" with primer coat mix.
5. Obtain written authorization from the Owner's Representative prior to application of the
acrylic surfacing.
Application of Surfacing:
1. Apply one coat over the tennis court surface as shown in the plans.
2. Level primer coat surface to within 1/8" in 10 feet as measured in any direction.
3. Apply on filler coat over the cured primer coat.
4. After the first filler coat has dried, inspect the surface and remove ridges.
5. Blow the surface clean and apply a second filler coat over the first filler coat.
6. Inspect the surface, remove ridges, and blow the surface clean.
7. If the surface is not covered to a uniform and even texture, free of porosity, apply a third
filler coat.
8. Apply the finish coat at 30 gallons per 800 square yards.
9. Apply Plexipave colors; Florida Green for in-court surfaces, California Red for
surrounding surfaces.
Application of Court Lines:
1. Locate and mark the court lines in accordance with the rules of the United States Tennis
Association and the American Sports Builders Association.
2. Base lines to be 3" in width and singles and doubles court lines to be 2" in width.
3. Apply masking tape to line edges and apply acrylic primer coat and two coats of acrylic
white line paint by hand brushing.
Final Adjustment and Cleaning:
1. Remove masking tape and repair any defective line edges.
2. Repair any variations of the tennis court surface of more than 1/8" in 10 feet as
measured in any direction.
3. Clean acrylic tennis court surfacing not more than 7 days prior to project Substantial
Completion.
4. Remove excess surfacing materials from site.
Measurement
No specific unit of measure shall apply to the lump sum item "Acrylic Court Surfacing".
Payment
The lump sum contract price for "Acrylic Court Surfacing" shall be full payment for
construction of the acrylic surfacing and lines as shown in the Plans and as required by the
Special Provisions, and the Standard Specifications
ATTACHMENTS
ATTACHMENT A
Project Plans
ATTACHMENT B
WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits.
On public works proJects, workers' wage and benefit rates must add to not less than this total. A brief
description of overtime calculation reqUirements IS provided on the Benefit Code Key.
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
Classification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUND PERSON
HEAD GROUNDPERSON
Page 1
PREVAILING
WAGE
$34.36
$47.47
$42.47
$14.67
$41.43
$41.33
$41.33
$41 .37
$41.31
$41 .40
$41.40
$41 .40
$42.27
$41.47
$41 .40
$41.40
$41.40
$41.40
$34.36
$85.75
$44.22
$42.02
$41.51
$42.02
$42.07
$43.64
$41.51
$42.02
$41.64
$41.14
$52.30
$56.21
$50.53
$54.26
$27.32
$48.75
$52.30
$55.40
$49.64
$35.92
$37.88
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1M 50
1C 5N
1M 5A
1M 50
1M 50
1M 5D
1M 5D
1M 5D
1M 50
1M 50
1M 50
1M 5D
1M 50
1M 50
1M 50
1M 5D
1M 5D
1M 5D
1M 50 8A
1M 50
1T 5D 8L
1T 50 8L
1T 5D 8L
1T 50 8L
1T 5D 8L
1T 50 8L
1T 50 8L
1T 50 8L
1E 5P
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
10 5A
4A 5A
4A 5A
4A 5A
4A 5A
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
HEAVY LINE EOUIPMENT OPERATOR $49.64 4A SA
JACKHAMMER OPERATOR $37.88 4A SA
JOURNEY LEVEL L1NEPERSON $49.64 4A SA
LINE EOUIPMENT OPERATOR $42.26 4A SA
POLE SPRAYER $49.64 4A SA
POWDERPERSON $37.88 4A SA
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $57.88 4A 60
MECHANIC IN CHARGE $63.45 4A 60
FENCE ERECTORS
FENCE ERECTOR $13.80
FENCE LABORER $11.60
FLAGGERS
JOURNEY LEVEL $29.68 1M 5D
GLAZIERS
JOURNEY LEVEL $42.41 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $45.13 1S 5J
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $34.84 1M 50
INLAND BOATMEN
CAPTAIN $38.04 1K 5B
COOK $31.90 1K 5B
DECKHAND $31 .59 1K 5B
ENGINEER/DECKHAND $34.37 1K 5B
MATE, LAUNCH OPERATOR $36.02 1K 5B
INSULATION APPLICATORS
JOURNEY LEVEL $20.50
IRONWORKERS
JOURNEY LEVEL $46.25 10 SA
LABORERS
ASPHALT RAKER $34.84 1M 50
BALLAST REGULATOR MACHINE $34.36 1M 50
BATCH WEIGHMAN $29.68 1M 50
BRUSH CUTTER $34.36 1M 50
BRUSH HOG FEEDER $34.36 1M 50
BURNERS $34.36 1M 50
CARPENTER TENDER $34.36 1M 5D
CASSION WORKER $35 20 1M 5D
CEMENT DUMPER/PAVING $34.84 1M 50
CEMENT FINISHER TENDER $34.36 1M 50
CHANGE-HOUSE MAN OR DRY SHACKMAN $34.36 1M 50
CHIPPING GUN (OVER 30 LBS) $34.84 1M 5D
CHIPPING GUN (UNDER 30 LBS) $34.36 1M 50
CHOKER SETTER $34.36 1M 5D
CHUCK TENDER $34.36 1M 50
CLEAN-UP LABORER $34.36 1M 50
CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 50
CONCRETE FORM STRIPPER $34.36 1M 50
CONCRETE SAW OPERATOR $34.84 1M 50
CRUSHER FEEDER $29.68 1M 50
CURING LABORER $34 36 1M 50
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED $34.36 1M 5D
DITCH DIGGER $34.36 1M 50
DIVER $35.20 1M 50
DRILL OPERATOR (HYDRAULIC, DIAMOND) $34.84 1M 5D
DRILL OPERATOR, AIRTRAC $35.20 1M 5D
Page 2
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DUMPMAN $34.36 1M 5D
EPOXY TECHNICIAN $34.36 1M 5D
EROSION CONTROL WORKER $34.36 1M 5D
FALLER/BUCKER, CHAIN SAW $34.84 1M 5D
FINAL DETAIL CLEANUP (I e., dusting, vacuuming, window cleaning; NOT $27.36 1M 5D
construction debris cleanup)
FINE GRADERS $34.36 1M 5D
FIRE WATCH $29.68 1M 5D
FORM SETTER $34.36 1M 5D
GABION BASKET BUILDER $34.36 1M 5D
GENERAL LABORER $34.36 1M 5D
GRADE CHECKER & TRANSIT PERSON $34.84 1M 5D
GRINDERS $34.36 1M 5D
GROUT MACHINE TENDER $34.36 1M 5D
GUARDRAIL ERECTOR $34.36 1M 5D
HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D
HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D
HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D
HIGH SCALER $35.20 1M 5D
HOD CARRIER/MORT ARMAN $34.84 1M 5D
JACKHAMMER $34.84 1M 5D
LASER BEAM OPERATOR $34.84 1M 5D
MANHOLE BUILDER-MUDMAN $34.84 1M 50
MATERIAL YARDMAN $34.36 1M 5D
MINER $35.20 1M 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34.84 1M 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $34.84 1M 5D
PILOT CAR $29.68 1M 5D
PIPE POT TENDER $34.84 1M 5D
PIPE RELlNER (NOT INSERT TYPE) $34.84 1M 5D
PIPELAYER & CAULKER $34.84 1M 5D
PIPELAYER & CAULKER (LEAD) $35.20 1M 5D
PIPEWRAPPER $34.84 1M 5D
POT TENDER $34.36 1M 5D
POWDERMAN $35 20 1M 5D
POWDERMAN HELPER $34.36 1M 5D
POWERJACKS $34.84 1M 5D
RAILROAD SPIKE PULLER (POWER) $34.84 1M 5D
RE-TIMBERMAN $35.20 1M 5D
RIPRAP MAN $34.36 1M 5D
RODDER $34.84 1M 5D
SCAFFOLD ERECTOR $34.36 1M 5D
SCALE PERSON $34.36 1M 5D
SIGNALMAN $34.36 1M 5D
SLOPER (OVER 20") $34.84 1M 5D
SLOPER SPRAYMAN $34.36 1M 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $34.84 1M 5D
SPREADER (CONCRETE) $34.84 1M 5D
STAKE HOPPER $34.36 1M 5D
STOCKPILER $34.36 1M 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $34 84 1M 5D
TAMPER (MULTIPLE & SELF PROPELLED) $34.84 1M 5D
TOOLROOM MAN (AT JOB SITE) $34 36 1M 5D
TOPPER-TAILER $34.36 1M 5D
TRACK LABORER $34.36 1M 5D
TRACK LINER (POWER) $34.84 1M 5D
Page 3
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
TRUCK SPOTTER $34.36 1M 5D
TUGGER OPERATOR $34.84 1M 5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $34.36 1M 5D
VIBRATOR $34.84 1M 5D
VINYL SEAMER $34.36 1M 5D
WELDER $34.36 1M 5D
WELL-POINT LABORER $34.84 1M 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.93
LANDSCAPING OR PLANTING LABORERS $7.93
LATHERS
JOURNEY LEVEL $41.31 1M 5D
PAINTERS
JOURNEY LEVEL $33.16 2B SA
PLASTERERS
JOURNEY LEVEL $25.83
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $55.34 1G SA
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $39.57 1M 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $42.35 1M 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $42.84 1M 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43.39 1M 5D 8L
BACKHOES, (75 HP & UNDER) $41.93 1M 5D 8L
BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L
BARRIER MACHINE (ZIPPER) $42.35 1M 5D 8L
BATCH PLANT OPERATOR, CONCRETE $42.35 1M 5D 8L
BELT LOADERS (ELEVATING TYPE) $41.93 1M 5D 8L
BOBCAT (SKID STEER) $39.57 1M 5D 8L
BROOMS $39.57 1M 5D 8L
BUMP CUTTER $42.35 1M 5D 8L
CABLEWAYS $42.84 1M 5D 8L
CHIPPER $42.35 1M 5D 8L
COMPRESSORS $39.57 1M 5D 8L
CONCRETE FINISH MACHINE. LASER SCREED $39.57 1M 5D 8L
CONCRETE PUMPS $41.93 1M 5D 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 50 8L
CONVEYORS $41.93 1M 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M 5D 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $42.35 1M 50 8L
CRANES, 45 TONS. 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 1M 5D 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43.39 1M 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43.96 1M 5D 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $39.57 1M 5D 8L
CRANES, A-FRAME, OVER 10 TON $41.93 1M 5D 8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $42.35 1M 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $42.84 1M 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $43.39 1M 5D 8L
CRANES, TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $43 39 1M 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $43.96 1M 5D 8L
CRUSHERS $42.35 1M 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 50 8L
DERRICK, BUILDING $42.84 1M 5D 8L
Page 4
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benelit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DOZERS, D-9 & UNDER $41.93 1M 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1M 5D 8L
DRILLING MACHINE $42.35 1M 5D 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $39.57 1M 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $41.93 1M 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $39.57 1M 5D 8L
GRADE ENGINEER $41.93 1M 5D 8L
GRADECHECKER AND STAKEMAN $39.57 1M 5D 8L
GUARDRAIL PUNCH $42.35 1M 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $41.93 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $39.57 1M 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $41.93 1M 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1M 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $43.39 1M 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42.35 1M 5D 8L
LOCOMOTIVES, ALL $42.35 1M 5D 8L
MECHANICS, ALL $42.84 1M 5D 8L
MIXERS, ASPHALT PLANT $42.35 1M 5D 8L
MOTOR PATROL GRADER (FINISHING) $42.35 1M 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $41.93 1M 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $42.84 1M 5D 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L
OPERATOR
PAVEMENT BREAKER $39.57 1M 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $41.93 1M 5D 8L
POSTHOLE DIGGER, MECHANICAL $39.57 1M 5D 8L
POWER PLANT $39.57 1M 5D 8L
PUMPS, WATER $39.57 1M 5D 8L
QUAD 9, D-10, AND HD-41 $42.84 1M 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L
EQUIP
RIGGER AND BELLMAN $39.57 1M 5D 8L
ROLLAGON $42.84 1M 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L
ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $41.93 1M 5D 8L
ROTO-MILL, ROTO-GRINDER $42.35 1M 5D 8L
SAWS, CONCRETE $41.93 1M 5D 8L
SCRAPERS. SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.35 1M 5D 8L
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.84 1M 5D 8L
OFF-ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL $41.93 1M 5D 8L
SCREED MAN $42.35 1M 5D 8L
SHOTCRETE GUNITE $39.57 1M 5D 8L
SLlPFORM PAVERS $42.84 1M 5D 8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX $42.35 1M 5D 8L
SUBGRADE TRIMMER $42.35 1M 5D 8L
TOWER BUCKET ELEVATORS $41.93 1M 5D 8L
TRACTORS, (75 HP & UNDER) $41.93 1M 5D 8L
TRACTORS, (OVER 75 HP) $42.35 1M 5D 8L
TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1M 5D 8L
TRENCHING MACHINES $41.93 1M 5D 8L
Page 5
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClasSification WAGE Code Code Code
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $41.93 1M 50 8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER) $42.35 1M 50 8L
TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 50 8L
WHEEL TRACTORS, FARMALL TYPE $39.57 1M 50 8L
YO YO PAY DOZER $42.35 1M 50 8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $35.62 4A 5A
SPRAY PERSON $33.82 4A 5A
TREE EQUIPMENT OPERATOR $34.27 4A 5A
TREE TRIMMER $31.88 4A 5A
TREE TRIMMER GROUNDPERSON $24.03 4A 5A
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC $27.68
ROOFERS
JOURNEY LEVEL $35.78 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $49.97 1E 6L
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.76 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
SURVEYORS
CHAIN PERSON $9.35
INSTRUMENT PERSON $11.40
PARTY CHIEF $13.40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 10 5A
TELEPHONE LINE CONSTRUCTION. OUTSIDE
CABLE SPLICER $29.89 2B 5A
HOLE DIGGER/GROUND PERSON $16.81 2B 5A
INSTALLER (REPAIRER) $28.68 28 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $27.82 2B 5A
SPECIAL APPARATUS INSTALLER I $29.89 2B 5A
SPECIAL APPARATUS INSTALLER II $29.30 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29.89 28 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27 82 2B 5A
TELEVISION GROUND PERSON $15.96 2B 5A
TELEVISION L1NEPERSON/INSTALLER $21.17 28 5A
TELEVISION SYSTEM TECHNICIAN $25.15 28 5A
TELEVISION TECHNICIAN $22.64 2B 5A
TREE TRIMMER $27.82 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $40.33 18 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $34.16 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $34.90 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $39.04 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $39.62 1T 50 8L
DUMP TRUCK $20.23 1
DUMP TRUCK & TRAILER $20.23 1
OTHER TRUCKS $39.62 1T 50 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11.60
Page 6
CLALLAM COUNTY
Effective 03-03-07
*****************************************************************************************************************
Classification
PREVAILING
WAGE
OILER
WELL DRILLER
$9.45
$11.60
Page 7
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
BENEFIT CODE KEY - EFFECTIVE 03-3-07
************************************************************************************************************************
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RA TE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF W AGE MINUS THE
HOURL Y RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF
TIMES THE HOURL Y 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 THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10)
HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK
SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL ADDITIONAL HOURS WORKED
AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND
HOLlDA YS SHALL BE P AID AT DOUBLE THE HOURL Y RATE OF WAGE
F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL Y RATE OF WAGE
G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
H ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF
WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN
(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SA TURDA Y, SUNDAYS AND HOLIDAYS SHALL BE
PAID AT DOUBLE THE HOURL Y RATE OF WAGE
K ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED
ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURL Y RATE OF WAGE
o THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY
THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF
WAGE
P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS
SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON HOLIDA YS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-2-
Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10)
HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS
WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE
S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT
(8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF
WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL Y RATE OF WAGE
T ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURL Y RATE OF WAGE ALL HOURS WORKED AFTER 6 OOPM SA TURDA Y TO 6 OOAM MONDAY AND ON
HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE.
U ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y 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
HOURL YRA TE OF WAGE
V ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
W ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE
CONTROL OF THE EMPLOYER)) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE ALL
HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST
TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SuNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY,
THE DAY BEFORE SA TURDA Y, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE
HOLIDA Y AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS
AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE
IN ADDITION TO THE HOLIDA Y PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
INCLUDING HOLIDAY PAY
H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON HOLIDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-3-
2
ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID ATONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE
PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS
WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,
INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE
HOURL Y RATE OF WAGE
ALL HOURS WORKED ON HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURL Y RATE OF WAGE IN ADDITION TO
THE HOLIDAY PAY
K
M
ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE
o
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE
P
THE FIRST EIGHT (8) HOURS ON SA TURDA Y SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON
SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE
4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT
DOUBLE
THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE
HOLIDA Y CODES
5
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8)
A
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
D HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL
ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
F HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING
DAY, AND CHRISTMAS DAY (11)
G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE
LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER
THANKSGIVING DAY, AND CHRISTMAS (6)
HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND
CHRISTMAS DAY (6)
J HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER
THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7)
N HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY. INDEPENDENCE DA Y, LABOR DAY, VETERANS'
DA Y, THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9)
P HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AND SA TURDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DA Y (9)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
AND CHRISTMAS DAY (6)
R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY
AFTER THANKSGIVING DA Y, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DA Y (7 1/2)
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-4-
5
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (7)
T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR
AFTER CHRISTMAS (10)
S
V PAID HOLlDA YS SIX (6) PAID HOLIDAYS
W PAID HOLIDAYS NINE (9) PAID HOLIDAYS
X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080
HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DA Y, CHRISTMAS DAY AND A FLOATING HOLIDAY (8)
Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION
DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8)
Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
6
A
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DA Y, AND CHRISTMAS DAY (9)
C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9)
D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9)
F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,
AND CHRISTMAS DAY (11)
PAID HOLlDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (8)
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLlDA Y_
PRESIDENTS' DAY
T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9)
U HOLlDA YS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DA Y, CHRISTMAS DAY (9)
V. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE
EMPLOYEE'S CHOICE (9)
W PAID HOLlDA YS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY (10)
X PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (II)
BENEFIT CODE KEY - EFFECTIVE 03-03-07
-5-
NOTE CODES
8
A
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOW[NG DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET
OR MORE
OVER 50' TO [00' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO [75' - $2 25 PER FOOT FOR EACH FOOT OVER [00 FEET
OVER 175' TO 250' - $5 50 PER FOOT FOR EACH FOOT OVER [75 FEET
OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED
FOR 250 FEET
C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO
THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF F[FTY FEET
OR MORE
OVER 50' TO 100' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO [50' - $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER [50' TO 200' - $2 00 PER FOOT FOR EACH FOOT OVER [50 FEET
OVER 200' - DIVERS MAY NAME THEIR OWN PRICE
D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR
L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075,
LEVEL B $0 50, AND LEVEL C $025
M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $100,
LEVELS C & D $0 50
N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $1 00,
LEVEL B $0 75, LEVEL C $0 50, AND LEVEL D $0 25
(
ATTACHMENT C
REQUEST FOR INFORMATION (RFI) FORM
CONTRACT CHANGE ORDER (CCO) FORM
CONTRACTOR/SUBCONTRACTOR AGREEMENT FORM
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME
PROJECT/CONTRACT NUMBER:
ORIGINATOR: 0 Owner
ITEM:
REFERENCE DRAWING OR SPECIFICATION.
DESCRIPTION OF CLARIFICA TION/REQUEST:
o Contractor
DATE REPLY REQUESTED:
CRITICAL TO SCHEDULE: 0 YES 0 NO
ORIGINATOR SIGNATURE:
DATE:
COMMENTS:
RFI Number:
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
CONTRACT CHANGE ORDER (CCO) NO.
Project Name
Date
Contractor
Project No.
DESCRIPTION OF WORK
You are ordered to perform the followmg descnbed work upon receIpt of an approved copy of thIs Change Order:
1. Describe work here
2. Additional work, etc....
Such work WIll be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in
bId items; [ ] Force Account; [ ] NegotIated Price: The descnbed work affects the eXIsting contract Items and/or adds
and/or deletes bId Items as follows:
Item
No
DescnptlOn
RFI
Qty.
Umt
$ Cost Per Umt
$ Cost
Ong
Rev
2
Ong
Rev
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
* * * * *
DAYS XX DAYS IT DAYS ZZ DAYS XX+ZZ-IT DAYS IT+ZZ
* Amount with applicable sales tax included
All work, materials and measurements to be In accordance With the provisions of the Original contract and/or the standard speCifications
and special proVISions for the type of construction Involved The payments and/or additional time speCified and agreed to In thiS order
Include every claim by the Contractor for any extra payment or extension of time With respect to the work deSCribed herein, including
delays to the overall project
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
Contractor and Subcontractor or
Lower Tier Subcontractor
Certification for City of Port Angeles Projects
(ReqUIred for each Subcontractor or Lower TIer Subcontractor on all proJects)
I Project Number I I Project Name I
Subcontractor or Lower Tier Subcontractor
To be signed by proposed subcontractor or lower tier subcontractor
The contract documents for this subcontract include the minimum prevailing wage rates.
I certify the above statement to be true and correct.
Company
By Date
Title
Contractor Certification
To be completed and signed by the contractor
1. D A written agreement has been executed between my firm and the above subcontractor.
2.0 A written agreement has been executed between (the subcontractor)
and the above lower tier subcontractor.
The contract documents for (1) or (2) marked above include the minimum prevailing wage rates.
I certify the above statements under Contractor Certification to be true and correct.
Company
By Date
Title
PW - 0407_25 [New 07/05]
ATTACHMENT 0
CONTRACTOR'S APPLICATION FOR PAYMENT FORM
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
ti~OIlT"'''''''
4. !+>~
$; <II
\l~
~$~
CONTRACTOR'S APPLICATION FOR PAYMENT
Tennis Courts at Erickson Park, PROJECT NO. PK 01-01
Page 1 of2
TO: CIty of Port Angeles DATE:
PublIc Works & UtilIties Department
P.O. Box 1150
Port Angeles, W A 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of penod] :
STATEMENT OF CONTRACT ACCOUNT
1 Ongmal Contract Amount [Excludmg Sales Tax] $
2 Approved Change Order No(s). [Excluding Sales Tax] $
3 Adjusted Contract Amount (1 +2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Matenal Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
7 8.3% Sales Tax [at 8.3% of subtotal], As ApplIcable $
8 Less Amount Retamed [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total PrevIously PaId [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives
and releases, up through the date hereof, any and all claims for costs or item extensions arising
out of or relating to extra or changed work or delays or acceleration not specifically identified
and reserved in the amounts identified below or previously acknowledged in writing by the City
of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value of
accomplishment under the terms of the contract (and all authorized changes) between the
Applicant and the City of Port Angeles, relating to the above referenced project, and that the
remaining contract balance is sufficient to cover all costs of completing the work in accordance
with the contract documents.
Continued on Page 2
N:\PROJECTS\PK 01-01 Tennis Courts at Erickson Park\12 Project Manual\Project Manual.DOC
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of2
I also certify that all lower-tIer payments, less applIcable retentIOn, have been made by the ApplIcant for
the pen ods covered by previous payment(s) receIved by the ApplIcant to (1) all lower-tIer subcontractors/
supplIers, and (2) for all materials, eqUIpment and labor used or m connectIOn wIth the performance of
thIs contract. I further certIfy that I have complIed wIth all federal, state and local tax laws, mcluding
SocIal Secunty laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar
as applIcable to the performance of thIs work, and have paId all such taxes, premiums and/or assessments
ansmg out of the performance of the work.
\
I further certIfy that, to the best of my knowledge, mformatIOn and belief, all work for which prevIOus
payment(s) have been receIved shall be free and clear ofliens, claims, security interests and
encumbrances in favor of the Contractor, subcontractors, matenal suppliers, or other persons or entities
makmg a claim by reason of having provided labor, materials and equipment relating to the work.
WIthm seven (7) days of receIpt of the payment requested herem, all payments, less apphcable retention,
WIll be made through the period covered by thIS pay request to all my lower-tier subcontractors/suppliers
and for all materials, equipment, labor, taxes and assessments ansmg out of the performance of all said
lower-tIre work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
,20_.
Notary PublIc in and for the State of
residing at
My appointment expIres
APPROVAL:
Project Manager
Date
CIty Engmeer
Date
PW-407_10 [rev. 2/19/07]
Small Works Roster Project Manual
Page 6 of 59
.!?
~
REMOVE AND REPLACE EXIST'G CEMENT
CONCRET BOLLARDS (NOT SHOWN) AS
REQUIRED FOR CONSTRUCTION ACCESS
FROM EXISTING GRAVEL SERVICE ROAD.
..
APPROX. LIMITS
EXIST'G. PLAYGROUND ~
REMOVE EXIST'G. FENCE ALONG "v~ ,7
ENTIRE NORTH SIDE AND PROVIDE ~/
NEW 9 GAUGE 10' HIGH CHAIN-LINK IV~"
TENNIS FENCE I " V.
C,o
SERVICE POLE TO REMAIN "\.
-0-
PROVIDE STANDARD TENNIS FENCE ENTRY
DOOR AT (2) LOCATIONS AS SHOWN IN NEW
NORTH SlOE FENCE, INCLUD S'xS'x4"
CEMENT CONCRETE PAD ~
:- - - - - - - - - - ~ - - -
I
-rt
..
NEW SOUTH SI:E-J-~ -
FENCE IS SET 2' + /-
NORTH OF EXIST'G.
FENCE TO BE
REMOVED EXTEND
NEW FENCE AROUND
CORNERS AS REQ'D.
TO MEET EXIST'G.
FENCES
..
'0
c
c
o
Vi
'>
u
II:
EXIST'G WEST SIDE
FENCE AND CONCRETE
WALL TO REMAIN
..
'0
c
'0
ii:
NORTH
36'
ic
I"'-
f 16' f
-
N
SOUTH HALF EXIST'G. COURT
SURFACE TO BE PERFORATED.
3"+/- HOLES 10' ON CENTER
VQ:>
""-
1 v~"", r" j
v. ~ '
2 ^ - _._~" 10'w. x 7'h. PAIR CHAIN)I
OVER LA .. .- 4:0,\,_ _ \lcP- uCP_ UCP ""_ ~INK ~_~OR}S._ _ _ .
PAVING .- ---.; 1Jf;p
- - -0-: SECTION _ _ _ _ 5'- - -9- - - - - -{)l._ - J - - - - - ~
f2' (2' f 36' f 16' l' 36' f~ '" }
I I ~
I (4) ST ANDAR ENNIS 0 RTS AND I a::<
6 STANDARD S Rr ING. T
LAYOUT PER 01 ENSION I DICATED ' I ~
I U
I <
I LaJ
I -l
I CD
I
I
~
I
I
I
I
I
I
I
EXIST'G LIGHT AND FOUNDATION TO
BE REMOVED, TYP. NORTH SIDE ONLY
EXIST'G. POWER J-BOX
TO REMAIN (2 TOTAL)
EXIST'G. POWER CONDUIT AND
REMAIN.
EXIST'G CHAIN LINK DOOR TO REMAIN
36'
WIRE TO
z
'0
z_
01--
U
LaJLaJ
a...Ul
o
-lLaJ
UlLaJ
Ul
r
I
I
I
REMOVE EXIST'G. POSTS (10)
AND NETS (S). INSTALL 4
NEW NETS, EACH WITH POSTS
AND CENTER STRAP ANCHOR
EAST 4th STREET
ABANDON EXIST'G. CATCH BASIN
EXIST'G. SOUTH SIDE FENCE
AND CONC. RETAINING WALL TO
REMAIN
APPROX. 3S'. LAY OUT COURTS
FROM WIEST TO EAST. NO
ACRYLIC COURT SURFACE THIS
AREA
I--
LaJ
LaJ
a::
I--
Ul
LaJ
U
<
a::
EXIST'G. EAST SIDE FENCE
TO REMAIN
REMOVE EXIST'G. SHORT RETAINING WALL AND EXIST'G.
RAMP, CONSTRUCT NEW ASPH. RAMP TO TRANSITION
FROM NEW SURF ACE ELEV A TrON TO EXISTING WALK.
MAX SLOPE 1.12
INSTALL NEW GATE IN
'EXISIT'G FENCE. EXIST'G
FENCE FRAMED FOR GATE.
CONSTRUCT S' WIDE
CONCRETE WALK FROM
FENCE TO EXIST'G WALK ON
RACE STREET
PROVIDE GATE AT COURT
CENTERLINE
3' HIGH NEW SECTION OF 9
GAUGE CHAIN LINK TENNIS
FENCE THIS LOCATION
BETWlEEN FULL HEIGHT
SECTIONS
30' LONG 10' HIGH SECTION
OF NEW 9 GAUGE FULL
HEIGHT CHAIN LINK TENNIS
FENCE. TYP. (4) LOCATIONS
^>I. _ .Eric_k~on_ ~_~r~ ~C?~f'".~ qompl.ex -:. 8~.~i~~~ Plan
'xC::) 1" = 30'-0"
I EXPIRES: Sept. 20, 200 yl
qrig!~~J.9.~nc:~pt an~J2r:~~ings PrC?vi~~C;!J?y.~tlas Track. ~~_d _!~~ni~
sheet. 1 of 3
o
l/"lN
-to
-",
XlXl
00'l_
Ul CD .-
LaJ z'<t
-l '00
LaJ OI--l
c..:>(/)a...<.:ll"'-
z::.:: Zl/"l
<~ :i:'<t
~~ ~o
OUI--:1:tO
a...::i~ _~
u...CDa::CIl
O:::lI--LaJ..
a...(/)-lW
>- LaJZ
I-- :c<.:l0
- I--Z:C
U l/"l<a...
LaJ~
_0
Na...
'"
e
~
LaJ
-l
<
U
(/)
ll)
-
C:l
z
o
r
U
::)
(t::
r
(f)
Z
o
U
w
(t::
r
(t::
::)
o
u
x
l!
i.:
x
Gi
-0
Q
c
o
Vi
'S
II
a:
x
Gi
-0
Q
o
a:
1 12". -f
COURT PAVEMENT
CENTER STRAP ANCHOR
CONCRETE FOOTING
COMPACTED CRUSHED STONE
8ASE COURSE
J,
COMPACTED SU8GRADE
(g
I
.,
NET
TIGHTENER
NET POST (LACING ROD OPTIONAl)
COURT PAVEIolENT
;1
2 Ii;
b ~
.. Cl
.., ...
~
NET POST SET IN SlEEVE.
CONCRETE F'ooTlNG BASE POUR
TO STABLE UNDISTURBED SOIL
NEW FENCE AT NORTH SlOE OF COURTS, SEE PLAN
NEW COURT SURFACE SHALL SLOPE IN ONE PLANE TO THE SOUTH
AT BETWEEN 0.837. AND 1.007. - FIT NEW SLOPE TO CONDIT10NS OF
EXIST'G. SOUTH RETAINING WALL AS SHOWN
PROVIDE COMPACTED FILL AS REO'D. TO ACHIEVE NEW COURT
SURFACE PLANE - APPROX. 4" DEPTH REOUIRED ALONG
EXIST'G. NORTH EDGE OF COURTS TO ACHIEVE NEW SLOPE
(SLIGHTLY LESS SLOPE THAN EXIST'G.)
.... ......... .. ..
..... ...
I I EXTEND NEW BASE MATERIAL, PAVING AND SURFACING
~ BEYOND EXIST'G. AS REO'D. TO ACHIEVE NEW COURT
DIMENSIONS - APPROX. 2', FIELD VERIFY
EXIST'G. COURT SURFACE SLOPES APPROX. 17. IN
EACH DIRECTION FROM CENTER OF COURTS
INSTALL 6~ DIAM. SHALLOW UNDERDRAIN (265 LF)
ALONG NORTH EDGE OF COURT TO BACK OF
EXIST'G WALK. INSTALL TYPE 50 CB AT BACK OF
WALK AND PLUMB 3 - 3" DIAM. DRAIN PIPES
THROUGH CURB ALONG RACE ST. REMOVE AND
REPLACE WALK AND CURB AS REQUIRED.
"-
~ EXIST'G TENNIS COURT SURFACE TO
REMAIN. SOUTH HALF TO BE
PERFORATED - 3"+/- DIAM. HOLES
10' ON CENTER THROUGH EXIST'G
SURFACE
III = 111_111_111_111
III == III == III == III
@
Paving and Surface Detail
1" = 1'-0"
'PLEXIPAVE' ACRYLIC TENNIS COURT
SURFACING OVER (2) 1" LAYERS
COMPACTED ASPHALT CONCRETE
(LEVELING COURSE AND SURFACE
COURSE)
o
Lt1N
-tD
-I"')
)(00
00>....
Vl OJ .....
w Z "<t
....J '00
t5 Vl q ~ I
z::.::a.",,.....
<{ Ct: ~ LO
o :I: "<t
~3: ~o
OUI-3:tD
a.. ::i t:j . ~
u...lIlo:Vl
o=>l-w"
o..VlG:J~
?: :I: '" 0
- I-Z::C
U Lt1 <{ a..
w~
.....0
No..
I"')
EXIST'G. FENCE and RETAINING
WALL TO REMAIN
PROVIDE COMPACTED FILL AS REQ'D. TO
ACHIEVE NEW COURT SURFACE PLANE -
APPROX. 16" DEPTH REOUIRED ALONG
EXIST'G. SOUTH SIDE RETAINING WALL
PROVIDE 3" MIN. COMPACTED FILL OVER EXIST'G.
COURT SURFACE AT EXIST'G. HIGH POINT AT THE
CENTER OF THE COURTS - DEEPER AT WEST
(SLlGHTL Y LOWER) EXIST'G. COURTS AS REO'D. TO
MAINTAIN NEW SURFACE PLANE
NEW 3" MIN. COMPACTED BASE
COURSE, THICKNESS VARIES AS
REO'D. TO PRODUCE NEW SLOPE, SEE
SECTION BELOW
~
t::l
....
W
....J
<{
U
Vl
~
t::l
U)
--.J
<{
~
W
o
Z
o
~
u
::)
0::::
~
U)
Z
o
U
.;' .
~.. ,~. ',-'
. , " ,~'. ~ . >". ;....:-...~... . .:,::: :.:.....;.~ A.. >.:.:<.>.-.~. <., ~.:'.:' :::', ~.:..~.~: ~~~ ..':':~" ~ .'
EXIST'G, LOW-POINT DRAIN. ABANDON IN PLACE
Erickson Park Court Complex - Revised Plan - Original Conce t and Drawings Provided by Atlas Track and Tennis
1" = 10'-0" (VERTICAL SCALE EXAGGERATED TO SHOW SLOPE AND SECTION COMPONENTS)
I EXPIRES: Sept. 20, 20 ~ II
sheet: 2 of 3
.!!
io:
x
3/4" RGS CONDUI
SECURED TO EXISTING
SURFACE
x
;;
-0
c
c
o
;;
">
..
0:
APPROX. LIMITS
EXIST'G. PLAYGROUND ~/
'",-
",
:-0-
1"
SERVICE POLE TO REMAIN
1- - - - - - - - - - 'J - - - - - - - -,
! I
1 I
CONSTRUCT LUMINAIRE BASE
TO MANUFACTURERS
SPECIFICA TlONS, TYP. 6
LOC.'S. '8" DIAM, 5' DEEP
SEE SPECIAL PROVISIONS
x
;;
-0
c
-0
a:
NORTH
~-
_Erickson p~~~_ g<?~r..t_ Comple~ :-: R.~yi~ed PI~n
," = 30'-0"
,/
"
"-
,
"
,
"
"-
,,--
TRANSITION TO PVC.
EXTEND CONDUIT " MIN.
BEYOND EDGE OF NEW
/'~~~FAC_~__AT.-~4" DEPTH, TYP. I
'" i
-.. ""'.,..--.-.--.--.)
EAST 4th STREET
o
l()N
.....CO
.....1")
xIX)
00l.....
(f) (IJ _.....
W z'<t
....J '00
~(f)~t-I
z~o..~r--
<0:: ~l()
o :r:'<t
~3: ~o
o()t-3:CO
a.. :J ~ _ !:2,
1..L.(IJ0::(f)
o=>t-w.
o..(f)....Jw
>- wz
t- :r:~o
- t-z:r:
() l()<o..
w~
.....0
No..
I")
@)
~
t-
W
W
0::
t-
(f)
W
()
<
0::
W
....J
<
()
(f)
l()
-
-------- 'J-------~----iJ:
~ i
I :
I :
t :
I I
I 1
I I
I I
I I
I 1
I I
I I
~ :
r
I
I
I
I
I
I
I
I
t
I
I
," RGS CONDUIT SECURED :
I TO EXISTING SURFACE I
~ I I
L________________________________j~___l_______________________________________L___________~
I:::l
APPROX. QUANTITIES RIGID
GALVANIZED STEEL CONDUIT
,"-"OLF
*" - '30 LF
z
o
I-
<(
-l
-l
<(
I-
if)
Z
I-
::)
o
z
o
u
w
>
I-
o
o
<(
I EXPIRES: Sept. 20, 20 o~ I
Or~g~~~1 ~oncept aQ~ .Rr~~ings rrovic:je~J?Y_..At_l~s_ Track ~!1dre~nis.._ ___
sheet. 3 of 3