HomeMy WebLinkAbout4.489 Original Contract
~\ -
.r, ," '.
, '\- ~ ,,,'
\', '.
< ,
, I' - >;.',
,f., _ 't
~ d ,
" '
"
'"
, ,.
" - ,}
, "
" I .." '" ~
., ,,-..
"
, ~ '
,
'L '
:,~ ~~,~',,' 'PJ~O'JECT, MAN'UAL',
'(/ I _ f ^ ~ ^ . , _
~ , > "J>. <
" ,'"
"
, '
~ ~ ~,.>'
r '" '
< "
c ~ ',~ - ,
, "
,~ . .
, '
, "
, '" for.'
, '~' ",' ~'" I . ~~.
" ,
, -)
" ,
, l I ,
, .. . ~
, ,
, " : " '," ,:~, ,."" ' ,::' : -2Q05 Chip sectl Prdgrarn ',:, , ,'":,, '~_ '
, ' '" ',PROJECT NO. 05-03 ' "
, I "
" , l
, 0 '
. . ~.
'" ~ I.
, , ,
, ,
" ','
C' ,
- ,
~d.... .-
, "", ~
....' ','
l' '
~ . ~ ; '
r ~ .., ,
~ "cn-V:OF,PORr'ANGELES ,',' """, : ;, ,.'
,'., 'WASHINGTON
~ I I,"
\ ~ ';.
~ ,/'
-, ' "
, , " -
, r '" 'l'
., '
MARCH '2.005
, "
, ~ \ I .
'.... n
. .
, , ~ : \~ <- c ~ ..
, .
, '
J,,-
" '
<l. <fE,q"
-. ,
"
,~ "
,,- -<"" .. ,I'
,;
", ,,-, 1.:1,
,
" '
" '
,,' ,
,',
, ,
"
,
, ,: ~ ,"GLENN A. CUTLER; f?E~, DIRECTOR'OF PUBLIC WORKS' & UTH~ltIES' ,':
, G,ARYW. KENWORTHy,'FfE:,' DEpUTY DIR~CTbRO.F ENGINEERING ~'ERVICES
, ' ,
"
,
- -: .'
l<'
,
" .-,
, '> ~ "
, ' ,,<
'i ~,' \ ,
,-, \"
~ "" I'
( ~ \ "
" ,
r" <.(
" ,
.<, -'\ ,.
'" " ~
"
, I
,) ,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CITY OF PORT ANGELES
NOTICE OF AWARD
Apnl 8, 2005
TO: Doolittle Construction, LLC
Attn: Mr. Tom Doolittle
1900 118th Ave. SE
Bellevue, W A 98005
PROJECT Description: 2005 Chip Seal Program, Project No. 05-03
The Owner has considered the bid submitted by you for the above described work in response to its
Advertisement for Bids dated March 13, 2005.
You are hereby notified that your bid has been accepted for items in the base bid amount of $324,860.00.
You are required, as stated in the Information for Bidders, to execute the contract and. furnish the required
Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the
date of thiS notice to you. Two copies of the contract are enclosed for your execution and return.
If you fail 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 nghts arising out of the Owner's acceptance of your
bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be
granted by law.
You are required to return an acknowledged copy of this Notice of Award to the Owner. In addition, per
the General Special Provision to Section 1-07.11 provided in Part II of the project manual under the heading of
"Procedures Between Award and Execution", please include a list of all firms that submitted a quote to you for
work on this project with the signed Notice of Award. This list should also indicate which of those firms were
successful and will participate in the Contract.
Dated this 8th day of April, 2005.
CITY OF PORT ANGELES . ~
By ~~. b
Title City EnQineer
<::::::::
ACCEPTANCE OF NOTICE
Receipt of the above Notice of Award is hereby acknowledged this /?~y of ~n (
-/_~
NATURE
Print Name Tom Doolittle
20 Os.
Title e....t=:-o
Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: James Mahlum,
Civil Engineer/Project Manager
cc: City Clerk
N:\PROJECTS\05-03 2005 Chip Seal Program\Award\Contractor Award.wpd
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO.1
TO
PROJECT MANUAL
FOR
PROJECT NAME
PROJECT NO. 05-03
NOTICE TO PROSPECTIVE BIDDERS
March 22, 2005
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows:
1. Proposal
Bid Item NO.7 Asphalt Emulsion
Revise Quantity to read: 300 Tons
Bid Item No. A-7 Asphalt Emulsion
Revise Quantity to read: 32 Tons
Bid Item No. B-7 Asphalt Emulsion
Revise Quantity to read:31 Tons
Bid Item No. C-7 Asphalt Emulsion
Revise Quantity to read: 53 Tons
2. Specifications
Crushed Screening
Grading and quality shall be revised to the specifications of Section 9-03.4(2), Grading and Quality, of the
Washington State Department of Transportation's 2004 Standard Specifications for Road, Bridge, and Municipal
Construction (English Units).
The Bid Opening Date has not been changed.
This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted
to the City. Failure to do so may result in the proposal being rejected as non-responsive.
~62--
GLENN A. CUTLER, P.E.
Director of Public Works & Utilities
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PROJECT MANUAL
for
2005 Chip Seal Program
PROJECT NO. 05-03
CITY OF PORT ANGELES
WASHINGTON
MARCH 2005
7L:L-. ~~
Deputy Direct~ '
N \PROJECTS\05-03 2005 aup Seal Program\ProJcct Manual\Manual\Complete Manual DOC
~
I - 1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TABLE OF CONTENTS
2005 Chip Seal Program
PROJECT NO. 05-03
PART I
BIDDING REQUIREMENTS:
PaQe No(s).
Advertisements for Bids.. .......................... ............. ......... ..... .... ......... ..... ..... .................. .1-4
Information for Bidders.. ............... ......................................................... ......... ....... ..... ...1-5
Bidder's Checklist .. ...................... .............. ............ ........ ...................... ....... .......... ....... ..1-6
Non-Collusion Affidavit................................................................................................ ..1-7
Bidder's Construction Experience......................... .......... ............................ .......... ........ .1-8
List of Proposed Subcontractors................................... ........... .............. ................ ...... ..1-9
Bid Form................................ ......... .... ............ .................................. ..... ........... .... 1-10-15
Bid Bond..... ..... ................. ...................................... ......... ................... ......... .............. 1-16
PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Contract.................................................... ............... ............ ..................................... .11-1-6
Performance and Payment Bond ........... ....... ............ .................... .... ...........................11- 7
Escrow Agreement for Retained Percentage................. ..... .......... ....... ........ ................11- 8
Certificate of Insurance ............................................. ........................ [provided by bidder]
PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS ......111-1-22
PART IV
ATTACHMENTS
A. Washington State Prevailing Wage Rates for Clallam County
B. Request For Information (RFI) and Construction Change Order (CCO) Forms
C. Contractor's Application for Payment Form
D. Project Plans
1-2
N \PROJECTS\05-03 2005 Clup Seal Program\PrOjCCl Manual\Manual\Complete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART I
BIDDING REQUIREMENTS
1-3
N \PROJECfS\OS..o3 2005 Oup Seal Program\Project ManuaI\Manual\Complee.e Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADVERTISEMENT FOR BIDS
2005 Chip Seal Program
PROJECT 05-03
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362, until 2:00pm, March 29, 2005, and not later, and will then and there
be opened and publicly read at that time in the City Council Chambers for the construction of the following
improvements:
This contract involves construction of Bituminous Surface Treatment (Chip Seal), at various
locations, on approximately 5.14 miles (98,500 square yards) of asphalt concrete streets in the City of
Port Angeles, and other work, all in accordance with the plans, special provisions, and the current
Washington State Department of Transportation Standard Plans and Specifications..
The City Engineer's estimate for this project is $250,000 to $300,000. The time of completion (performance
period) for this Project is 15 working days. To view detailed plans and specifications (Project Manual), go to
www.bxwa.com on the internet, or contact the Builders Exchange of Washington at 425-258-1303.
Detailed plans and specifications (Project Manual) may be obtained from the office of the City Engineer, City
of Port Angeles, upon payment of a non-refundable fee of $40.00. Informational copies of maps, plans and
specifications are on file for inspection in the office of the City Engineer [Phone 360-417-4700]. Bidders shall
be qualified for the type of work proposed. A Bidder's Construction Experience Form is included in the
Project Manual.
All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement
and in the Project Manual and said bids shall be accompanied by a bid deposit in the form of a cashier's
check, postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of
the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and
registered to issue said bonds in the State of Washington. The bond shall specify the surety's name,
address, contact and phone number, and shall include a power of attorney appointing the signatory of the
bond as the person authorized to execute it. Should the successful bidder fail to enter into the Contract and
furnish satisfactory performance bond within the time stated in the Information for Bidders, the bid deposit
shall be forfeited to the City of Port Angeles. Faxed bids andlor surety bonds will not be accepted.
Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this
invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or
handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for
participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the
City for such notification. Further, all bidders are directed to solicit and consider minority and women owned
businesses as potential subcontractors and material suppliers for this project.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or
to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the
foregoing, the contract will be awarded to the lowest responsible bidder.
Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and
time, the project name and number as it appears in this advertisement and the name and address of the
bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East
Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362.
When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a
bond of faithful performance of the Contract in the full amount of the Contract price.
Glenn A. Cutler, P.E.
Director of Public Works & Utilities
Publish: Peninsula Daily News March 13 & 20, 2005; Daily Journal of Commerce March 18, 2005
Copy to: NPBA
1-4
N \PROJECTS\OS-03 2005 Oup Seal Pcogram\ProJetl Manual\Manual\Complete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port
Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as
amended through addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each
bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and
addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank
spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and
executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in
Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope
endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a
cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5%
of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be
withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its
bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed
for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or
to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the
foregoing, the contract will be awarded to the lowest responsible bidder.
The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works &
Utilities and shall be completed within the time as stated in the Advertisement for bids.
The Owner may make such investigations as it deems necessary to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as
the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or
investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the Contract and to complete the work contemplated therein.
The party to whom the Contract is awarded will be required to execute the Contract and obtain the
Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered
to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone,
and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as
the person authorized to execute it (them).
The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the
bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the
bid deposit accompanying the bid shall become the property of the Owner.
The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and
the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to
such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such
period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be
effective upon receipt of the notice by the Owner.
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the
Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time
may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not
been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor
may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances,
and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply
to the Contract throughout.
I- 5
N IPROlECTSIOS-03 2005 a"p Seal ProgramlProlce. ManualIManual\Complcte Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S CHECKLIST
1. Has a bid deposit in the form of a surety bond in the proper form, postal money
order, or cashier's check been enclosed with your bid?
2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the
bid?
3. Have the bid forms been properly signed?
4. Have you bid on all items?
5. Has the non-collusion affidavit been properly executed?
6. Have you shown your contractor's state license number on the bid form?
7. Have you listed all Subcontractors that you will use for the project?
8. Have you filled out the bidder's construction experience form?
The following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B. Performance bond - To be executed on the form provided by Owner, by the
successful bidder and its surety company. To include name. contact and
phone number. and address of surety and power of attorney of siQnatorv.
C. Insurance certificate(s).
I- 6
N \PROJECTS\OS-03 200S al1p Seal Program\PrOjecl MaouaJ\Manual\Complett Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
, c
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF _((, kJ (1
)
)
)
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.
-/-~
c:..Eo
Signature of Bidder/Contractor
Subscribed and sworn to before me this ~S day of MOVCk ,200C
Notary Public in and for the
State of Washington.
Residing at &1.,,(A!VU G
My Comm. Exp.: T A-N f 1- ?vo '1 ,
\\\\11111',///
\\\ ~ G 414 III
,,\ ~....:..... tJ'0/ //....
~ ~...~~~\ON E-r~", ~
~ .'~~ ~......
~ /& ~OTARy~\ ~
- . --- . =
=. :. PUBL\C : ::
-:..V ~.-
.... cJ""~1t, '),~.: ~ ~
~}fh:~~~.~?:."~c::5 ,,~
//;1: OF W^rsVl~ \\\'
/1/ /'\ \\
/111,,"1\\
1-7
N \PROJECTS\OS.o3 2005 Qup Seal Program\ProJcct Manual\Manual\Complcte Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
9.
10.
11.
12.
13.
BIDDER'S CONSTRUCTION EXPERIENCE
1.
Answer all questions and provide clear and comprehensive information.
Doolittle Construction LLC
Name of bidder:
Registration Number: TXXJI- ( C (.... 960 Cc::;l
Permanent main office address: /9a:J (( 8' /I",..e... S./E
BdWILL., w A 98CtJS
2.
3.
4.
5.
When organized: ICjq'~
Where incorporated:
How many years have you been engaged in the contracting business under your present firm
name? 0( v~rS
* Contracts on hand. (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number.
A/o.-u-
6.
7.
* General character of work performed by your company:
8. * Have you ever failed to complete any work awarded to you? AID
If so, where and why?
* Have you ever defaulted on a contract? Alo
* List the more important projects recently completed by your company, stating approximate cost
for each, the month and year completed, contact name and phone number.
~ Q#:?~
/1
,l3a::irGd" //5PJklr cftsfr, t.. (?!J,-
,
, ,
* List your major equipment available for ~his contract: zw:z....
..zcof e1>7 'r€- e:.1... ~ ~ "2i:;J'<--../,,Re... I7'FS:-
.3 '7Sfer /"7l1(ferS - /0 1<>,,-
,
* Experience of bidder in construction similar to this project in work and importance:
~t S /5 #i!X e;e-+!7 &- ~~ d' cJ~rk We ~C..J41r ZR ;"\.
&t/e.rq( ,P"o/..ec~ v~ ,,'/-&tr-
, ,
Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? ~S
* Add separate sheets if necessary.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles.
Date: .3 -;z c; - 05>
Bidder's Signature: ~ /' ~ ~~
Print Name: Torn Doolittle
Title: c.EO
N \PROJECTS\OS-OJ 2005 aup Seal Program\PrO)ect Manua1\Manual\Complete Manual DOC
1-8
I
I Recent Doolittle Construction Projects
Contract Date Sub or
I Amount Completed Prime Job Title Contracting Agency Contact
$29,400 10/25/2004 Prime 2004 Gravel Road City of Bainbridge Island Lay Chin Foo, P E
Grading & Surfacing 280 Madison Ave N 206-842-2016
I Bainbridge Is, WA 98110
$1,659,000 9/1/2004 Prime 2004 Chip Seal Thurston County Mike Clark, P E
Contract Roads & Transportation Serv 360-786-5495
I 9605 Tilley Road S
Olympia, WA
$286,000 9/15/2004 Prime Annual Chip Seal City of Puyallup Charlie Veltenhelmer
I 218 W Pioneer Street Dept Supt
Puyallup, Wa 98371 (253) 841-5507
2004 Pavement
$213,000 9/21/2004 Prime Preservation City of Auburn Brian Coleman, P E
I (Chip Seal Program) 25 West Main 253-804-5059
Auburn, Wa 980001
$1,600,000 8/20/2003 Prime 2003 Chip Seal Thurston County Lucy Mills, P E
I Contract Roads & Transportation Serv 360-786-5495
2404-A Heritage Court SW
Olympia, WA 98502
I 2003 Pavement
$96,000 7/15/2003 Prime Preservation City of Auburn Brian Coleman, P E
(Chip Seal Program) 25 West Main 253-804-5059
I Auburn, Wa 980001
$175,000 8/30/2003 Prime Annual Chip Seal City of Puyallup Charlie Veltenhelmer
218 W Pioneer Street Dept Supt
I Puyallup, Wa 98371 (253) 841-5507
$15,000 6/30/2003 Prime Various Road Repair US Army (000) Contracting Kathleen Benjamin
& Improvements Bldg 2015, MS 19 Contr Administrator
DAKF57 -99-0-0010 Box 339500 253-966-3513
I Ft LewIs, WA 98433-9500
$1,517,000 9/3/2002 Prime 2002 Chip Seal Thurston County Dave NiChols, P E
Contract Roads & Transportation Serv 360-754-4580
I 2404-A Heritage Court SW
Olympia, WA 98502
$60,600 9/15/2002 Prime 2002 Street Overlay City of Bothell Public Works Dept Ken Garmann - P E
I Phase 2 - Chip Seal 9654 NE 182nd Street 425-486-2768
Bothell, WA 98011
$34,870 8/25/2002 Prime Bituminous Surface City of Kent Gary VanAuken
I Treatment 220 - 4th ave south 253-859-3395
Kent, WA 98032
$517,000 8/16/2002 Prime 2002 Roads Program City of Bainbridge Island Lay Chin Foo, P E
280 Madison Ave N 206-842-2016
I Bainbridge Is., WA 98110
$214,000 8/31/2002 Sub 2002 OlympiC Asphalt Dept of Natural Resources Eric Carlsen, P E
Maintenance & 411 Tlllicum Lane 360-374-2828
I Single Chip Seal Forks, WA 98331-9797 Dale Mix 360-902-1174
$1,500,000 9/1/2001 Prime 2001 Chip Seal Thurston County Dave NiChols, P E
Contract Roads & Transportation Serv 360-754-4580
I 2404-A Heritage Court SW
Olympia, WA 98502
I
I ......
-'
j'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
LISTING OF PROPOSED SUBCONTRACTORS
Bidder shall list all subcontractors proposed to be used on the project. FAILURE TO LIST
SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If
there are no subcontractors, write "NO SUBCONTRACTORS WILL BE USED",
NAME, ADDRESS AND CONTRACTOR'S DESCRIPTION OF WORK
REGISTRATION NUMBER
L-a ks-::ZZ If'Lti usfrt-LS 115jJ1ta: (f pa reA,~ - (fera.. qce-f)
F: 0. Box 70/~
I SScc q (/I.A A. w A. 9??o 2 7
-#~Z3 -.01 L..AI< EST *~7~..J I'::>
-~~E
r ;e=:c7
1-9
N \PROIECTS\OS..o3 2005 Oup Seal Program\Project Manual\Manual\Complete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID FORM (6 pages)
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, W A 98362
BIDDER: Doolittle Construction LLC
REGISTRATION NO.: [)[;O/'.J CL 9~cv
UBI NUMBER: (002 - 357 - 937"
DATE: 3-2-9-0S
The undersigned, hereinafter called the bidder, declares that the only person{s) interested
in this bid are those named herein; that the bid is in all respects fair and without fraud; and
that it is made without any connection or collusion with any other person making a bid on
this project.
The bidder further declares that it has carefully examined the plan, specifications, and
contract documents, hereinafter referred to as the Project Manual, for the construction of
the proposed project improvement{s); that it has personally inspected the site{s); that it has
satisfied itself as to the types and quantities of materials, the types of equipment, the
conditions of the work involved, including the fact that the description of and the quantities
of work and materials, the types of equipment, the conditions of and the work involved as
included herein, are brief and are intended only to indicate the general nature of the work
and to identify the said quantities with the corresponding requirements of the Project
Manual; and that this bid is made in accordance with the provisions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the
interpretation of surface information and has utilized all data which it believes is pertinent
from the City Engineer, hereinafter also referred to as the City or Owner, and such other
source of information as it determined necessary in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the
LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the
described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the
surety who will provide the performance bond is:
LI berf y /l1a -mat
./
Surety
J 75 13e/-J~ek'1 Q)7 7 &10'1 /Y{ It
Surety address ~ - 02-" 7
Kafhle.. tJ~ers zofo-6t:3 -L.2oo
Surety Contact and Phone Number
/1!fir5^ usA
.
Agent
1215"' f'~~_: ~1ff.L Wfl 7rg/b(
Agent Address .
~,:e... MrlJftrJ ZDb ~ r, - Z2..eO
Agent Contact and Phone Number
1-10
N \PROJECTS\OS-oJ 2005 Qllp Seal Program\PrOJCCI Manoal\Maoual\Complctt Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Item Estimated Unit Price Extended
No. See No. Description of Item Quantity Units lFi2ures) Amount
1 1-07 Spill Prevention Control Plan 1 L.S. $ $ / OOJ.. -
lam
,
2 1-09 MobilIzation 1 L.S. $ $ 12,7'CV
Lj 2 ,1fXJ,
"
3 1-10 Traffic Control Labor 320 Hour $ 3t-/: $ /i???m
4 1-10 Maintenance and Protection of 1 L.S. $ $
Traffic SIlJ - Sari
,. .
5 1-10 Traffic Control Supervisor 40 Hour $ 31,- $ / .3f;Q -
6 2-02 Removing Miscellaneous 1 L.S. $ $
Traffic Items ?:fPJ., 3D1J -
,.
7 5-02 Asphalt Emulsion ~ Ton $ 18) - $ F/~(JJO, -
3LO
8 5-02 Crushed Screemngs 5/8" to 1/4" 990 Ton $ 12. - $ 1~5%J_-
9 5-02 Crushed Screenings 3/8" to 820 Ton $ $
#10 12,- 3i;410, -
10 5-02 Fog Seal after B.S.T. 45 Ton $ 331- $ 11~-
I .-
11 5-02 Fog Seal A.C. Patches 10 Ton $ 310..'- $ 3IP.
12 5-02 Preparation of Roadway FA 1 $10,000 $10,000
Surface
13 5-02 Brooming 120 Hour $ $ -
lCO /Z, {JJJ,
.
14 8-23 Temporary Pavement 3.5 Hund. $ $
Markings 3:0, - /O!::P -
-d3
Basic Bid
$ 32'i~W<< 00
1-11
N \PROJECfS\OS-03 200S Oup Seal Prograrn\ProJed Manual\Manual\Complctc Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDITIVE A (AREA B - CAROLINE ST.)
Unit
Item Sec Estimated Price Extended
No. No. Description of Item Quantity Units (Fie;ures) Amount
A-I 1-07 Spill Prevention Control Plan 1 L.S. $/, .-- $ I, -
A-2 1-09 Mobilization 1 L.S. $ (, $ /, -
A-3 1-10 Traffic Control Labor 34 Hour $ 31,- $ /, IS-C;,-
A-4 1-10 Maintenance and Protection 1 L.S. $ $
of Traffic 3m - 3cO.. -
~ .
A-5 1-10 Traffic Control Supervisor 4 Hour $ 3'-1 $ /30, -
A-6 2-02 Removing Mlscellaneous 1 L.S. $ $
Traffic Items II I, .-
A-7 5-02 Asphalt Emulsion -t9- Ton $ -fJQ- $ /5; 3C:O. -
32-
A-8 5-02 Crushed Screenings 5/8" to 105 Ton $ 12, - $
1/4" WIt? -
A-9 5-02 Crushed Screenings 3/8" to 86 Ton $ $ -
#10 ,/2, ~(2,
A-I0 5-02 Fog Seal after B.S.T. 5 Ton $ 352 $ I{;~ -
A-ll 5-02 Fog Seal A.C. Patches 1 Ton $ $ 33J~ -
33Q
A-12 5-02 Preparation of Roadway FA 1 $1,070 $1,070
Surface
A-13 5-02 Brooming 13 Hour $ $ 13Lf1 -
Ia]
"/9.327- 0';;>
Additive A Bid $ ~ _, -
1.12
N IPROIECTS\OS-OJ zoos Oup Seal ProgramlProlc<t ManuaIIManuallCompl". Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDITIVE B (AREA B - GEORGIANA ST.)
Unit
,
Item See Estimated Price Extended
No. No. Description of Item Quantitv Units (Fi2ures) Amount
B-1 1-07 Spill Prevention Control Plan 1 L.S. $ /~ $ Ip-
B-2 1-09 Mobilization 1 L.S. $ Ip $ -
I.
B-3 1-10 Traffic Control Labor 35 Hour $ :31- $
j19Q-
B-4 1-10 Maintenance and Protection 1 L.S. $ $
of Traffic 3CQ 32:2 --
B-5 1-10 Traffic Control SupervIsor 4 Hour $ 3f $ /30, -
B-6 2-02 Removing Miscellaneous 1 L.S. $ $
Traffic Items I. I, -
B-7 5-02 Asphalt Emulsion -T9- Ton $'9"JO $ IVffQ-
-:31
B-8 5-02 Crushed Screenings 5/8" to 107 Ton $ - $ tj'IJt( -
V4" 72,
B-9 5-02 Crushed Screenings 3/8" to 89 Ton $ $
#10 ~2, 37%-
B-10 5-02 Fog Seal after B.s.T. 5 Ton $331 $ / fc5Q -
B-ll 5-02 Fog Seal A.C. Patches 1 Ton $Sb $ 33':::J
B-12 5-02 Preparation of Roadway FA 1 $1,090 $1,090
Surface
B-13 5-02 Brooming 13 Hour $ $
1a2 /302 -
Additive B Bid $ 2- 9, / (/. 00
1-13
N \PROJEctS\OS-03 2005 QlIp Seal Program\ProJec1. Manual\Manual\Compldc Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDITIVE C (AREA D - LAURIDSEN BLVD.)
Unit
Item Sec, Estimated Price Extended
No. No. Description of Item Quantity Units (Fif!ures) Amount
C-1 1-07 Spill Prevention Control Plan 1 L.S. $ /, $ /, -
C-2 1-09 MobIlization 1 L.S. $ $ / -
I,
C-3 1-10 Traffic Control Labor 59 Hour $ 3i $ zc00 -
,
C-4 1-10 Maintenance and Protection 1 L.S. $ $
of Traffic 5CO -aJ-
... ::;)"
C-5 1-10 Traffic Control Supervisor 7 Hour $ 31" $ 2-3~, -
C-6 2-02 Removing Miscellaneous 1 L.S. $ $
-
Traffic Items SeD, 5D,
C-7 5-02 Asphalt Emulsion -3"2" Ton $-</f() $ 25;t./'Io. .-
53
C-8 5-02 Crushed Screenings 5/8" to 180 Ton $ $
1,4" '-12, 7S~'-
C-9 5-02 Crushed Screenings 3/8" to 148 Ton $ $
#10 '12, 02/0, -
C-lO 5-02 Fog Seal after B.S.T. 8 Ton $ $.z.C . -
3~ fa
C-ll 5-02 Fog Seal A.C. Patches 2 Ton $330.. $ &<<J. -
C-12 5-02 Preparation of Roadway FA 1 $1,820 $1,820
Surface
C-13 5-02 Broommg 22 Hour $ $ .-
loa Z2CQ.
C-14 8-23 Temporary Pavement 1 Hund. $ $
-
Markmgs 302 3Cl2
Additive C Bid $ 5Q 022 ..DO
1-14
N \PROJECfS'DS-03 2005 Oup Seal Program\ProJett Manual\Manual\Complde Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.. ..
~
..'
Basic Bid Total $ 32~l2?Gc7
Additive A Total $ 2-9,327..
Additive B Total $ 2.9. / I ( .-
Additive C Total $ ~ 0 ~2..
Total Bid $132., CJ St), 00
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda No(s). , to this
Project Manual. The name of the bidder submitting this bid and its business phone number and
address, to which address all communications concerned with this bid and with the Contract shall
be sent, are listed below.
Bidder's firm name Doo (:fff.e., On ::sfru c..tc on
LI...L
Relltt!Cft wA qtQ:J::;
(State) . (ZIp)
Complete address
f90CJ I f gfiL A (/(L 6E
(Street address)
Telephone No. "25 - i""S5 -11$0
-~'
Signed by ~,/ -' ,J< (Cd? .b>~'7/ Co- -
Printed Name: ----ro~ Dcx::, 1-'-# f e...-
Title c- Eo
Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted.
(2) If the bidder is a corporation, this bid must be executed by its duly authorized officials.
1-15
N \PROJECTS\OS-03 200; Oup Seal Program\ProJccl Manual\Manual\Complete Manual DOC
I .UII
I I.
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
. jJ~.liI.J~" I I......... ___ - . . ...--. .. -. .
BID BOND FORM
Herewith find deposit in the form of a cashier's check. postal money order or Bid Bond in the amount
of $ which amount is not less than five (5%) peroent of the total bid.
SIGN HERE
:-
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, 0001 it t 1 e~'< as Principal and Ll be rtv Mu tua 1 ~b'~ as Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five -Percent of
the~Tota1 Amount Bid (~'<~'~C;~ of Tot;:ll AmO\JlJt~,<{)ollars,forthepaymentofwhichthePrincipaland
the Surety bind themselves, their heirs', executors, administrators. successors and assigns, jointly and
severally, by these presents. ~'~Cons t ruc t i on, LLC id~' nsurance Company
~~ ~nditlon of this obligation is such that if the Obligee shall make any award to the Principal for:
2005 Chip Seal Program
PROJECT 05-03
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter Into B
contract with the Obligee in accordance with the terms of said bid and award and shall.give bond for the
faithful pelformance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case
of failure so to do. pay and forfeit to the Obligee the penal amount of the deposit specified in the
advertisement for bids. then this obligation shall be null and void; otherwise it shall be and remain in full force
land ~ff~t and the Surety sh$1I forthwith pay and forfAit to the Obligee. as penalty and liquidated damages.
.,.the amount of this bond.
SIGNED, SEALED AND DATED THIS ~ day of Ma rch
_,~L-
Principal
,2005 .
L i bertv Mutllo 1 I nC;;llr;:lnrf> Comp~ny
Surety 'C ~
/.) r. -
/ ~. vt-
Kathie L. Wieger , Attorney-in-Fact
~~ 7
Surety, address.
Kathie L. Wiegers
(206) 613-2200
Surety Contact and Phone Number
M.,rc;h IISA Inc:.
Agent
1215 Fourth Ave., #2300
Sp-att1e. WA g8161
Agent Address
(206) 613-2200
Agent Contact and Phone Number
Dated:
Received return of deposit in the sum of $
1.16
N.\PSO~JGO$Oil> ioo' """__ ..--,..........11 PO<:
I
THIS POWER OF ATTORNEY IS NOT V ALlD UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
1651341
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON, MASSACHUSETTS
POWER OF ATTORNEY
I
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance
company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint
PATRICK D. DINEEN, HEIDI BOCKUS, THOMAS J. JOCHUMS, KATHIE L. WIEGERS, SUZANNE HOLDEN, THERESA A.
LAMB, KRISTA M. LEE, ALL OF THE CITY OF SEATTLE, STATE OF WASHINGTON '~"''''~''''''''''''''''''''''''''''''''''''''''''''''''
I
."""................................................................ .......... ................................................. ........................................ _'II............"........... II.................. .................... ............... .... ..........................................................................
I
, each individually If there be more than one 'named, Its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on Its
behalf as surety and as Its act and deed, anv and all undertakings, bonds, recognizances and other surety, obligations in the penal sum not exceeding
SEVENTY-FIVE MILLION AND OO/100*~**"************** DOLLARS ($ 75,000,000.00***** ) each, and the
execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the
Company as if they had been duly stgned by the president and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer'of the Company authorized for that purpose in Writing by the chairman or the president, and subject to such limitations as the
chairman or the preSident may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, ~
.' execute, seal, 'acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such ~:g
, attorneys-in-fact, subject to the limitations set forth In their respective powers of attorney, shall have full power to bind the Company by their ::
signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be
CI) as binging as if signed by the president and attested by the secretary. 'iii
"0 . ~
I ~ By the follOWing instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact. ~
... Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W, Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby ~
.: e authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and _ C
~ ~ deliver as surety any and all undertakings, bonds, recognizances and other surety obligations " - 0
.e' ~~
E ~ That the By-law and the AuthOrization ~et forth above are true copies thereof and are now In full force a~d effect.. ~f3
o~ Ee
:G ~ IN WITNESS WHEREOF, thiS Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of .2 c.
~ cu liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 16th day of December " - 0
CI) ~ 2004 < C')
ft" ....~
5~ 0..._
... LIBERTY MUTUAL INSURANCE COMPANY ...
of Cl)C
.~"'o ~ ~cu
E ff~:) ~~ a?~ ~ i
~ ~ COMMONWEALTH OF PENNSYLVANIA ss ~ ~~rnet W. Elliott, Assi~t secretary' :E 8
If Ul COUNTY OF MONTGOMERY -
:; ~~
mCl) ~CI)
- On thiS J..Q!L day of December , 2004 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged :ij ;
~.5 that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above
~ i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto With the authority and at the direction of said corporation. ~ ~ I
oe Cl)o-
"0 >- nto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania. on the day and year :5 ~
~g ~ E~
> G) Notarial Bes ~ N
I ... T~r"M,Pa$,ela,No""1f'",,"" ~ II -I- II/ .~ (")
Py,,'OO!hY"'P Mo"'gcmeoyCo.r,>y ~
~ ~ My Co~l'Il $S'O' EM> res flar 28. lOOl'5 By ~ ~
Ve",tn,. "en'-'jtJa"la Msoc ahon 01 'lotaN" Teresa Pastella, Notary PubliC (,) .....
OCO
......:.
CERTIFICATE
I
I, the undersigned, Assistant ecretary of liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing
IS a full, true and correct copy, IS In full force and effect on the date of this certificate; and I do further certify that the officer or offiCial who executed the
said power of attorney IS an Assistant Secretary speCially authOrized by the chairman or the preSident to appomt attorneys-in-fact as provided in Article
XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company.
I
ThiS certificate and the above power of attorney may be signed by facsimile or mechamcally reproduced signatures under and by authority of the
following vote of the board of directors of liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
VOTED that the faCSimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a
certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and bindmg upon the company
with the same force and effect as though manually affixed.
I
I
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, thiS
March , 2005 .
G;~
(:'G0f1
~
22nd
day of
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All-Purpose
Certificate of Acknowledgment
State of Washington
County of King
}
On
March 22, 2005
DATE
personally appeared
It]' personally known to me - OR
\\,'111 ltlllll 1111
'!.\,,\\ 0\ BOC 1111/",
~.')..<~\ ........... Jf/.~
~ 'I;.:v.. "ION '. v. ~
~ ...~\\~ /./'.....'rS' ~
~ .'~'" ~" ~
~:~ ~.. ~
~ f ~ "OTA"r c;. ': ~
::: - : E
~~. PU8l\t f E
~ fit, -, .' .::-
~ ~'..a..<:-.- rC\q,..,~~
~~J>t'..~{,.: 30 '2.\J::"~"~
~.i'~" ,.-,.,;.., ....,
''''", 0,:......... ~~ ~"
""",/ r WAS~ \\,\,....
1111t"" 11111\\\\
before me,
Heidi Bockus
NAME OF NOTARY PUBLIC
Kathie L. Wiegers
NAME(S) OF SIGNER(S)
o proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal.
l~' ~~
SIGNATURE OF NOTARY PUBLIC
Though the data below is not required by law, it may prove valuable to persons relying on the document and
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
o Individual(s)
o Corporate Officer:
o Title(s)
o Partner(s)
It]' Attorney-in-Fact
o Trustee(s)
o Subscribing Witness
o Guardian/Conservator
o Other:
DESCRIPTION OF ATTACHED DOCUMENT(S)
Type of Document
Bid Bond
Number of Pages
One (1)
Date of Document
March 22, 2005
Signer(s) Other Than Named Above
Doolittle Construction, LLC
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
Liberty Mutual Insurance Company
Document2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
P ART II
CONTRACT FORMS SUBMITTED FOllOWING AWARD
OF CONTRACT
N IPROJECTS\05-03 2Oll5 ChtP Seal ProgramIPro)ecl Manual\ManuaJlComplete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,.
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this ~y of April, 2005 by and
between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter
referred to as "the City", and Doolittle Construction, LLC, a Washington State Corporation,
hereinafter referred to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
2005 Chip Seal Program, Project 05-03
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 shall perform any alterations in or additions to the work provided under this Contract and every
part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in this Contract, except as may otherwise be provided in the
Project Manual.
2. Time for Performance and Liquidated Damages.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within ten (10)
calendar days after notice to proceed from the City, and said work shall be physically
11-1
N \PROJECTS\05-03 2005 Chip Seal Program\Award\Contract\Contract & Etc DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
completed within 15 working days after said notice to proceed, unless a different
time frame is expressly provided in writing by the City.
B. If said work is not completed within the time for physical completion, the Contractor
may be required at the City's sole discretion to pay to the City liquidated damages as
set forth in the Project Manual, for each and every day said work remains
uncompleted after the expiration of the specified time.
3. Compensation and Method ofPavment.
A. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, as incorporated in the Project Manual.
B. Payments for work provided hereunder shall be made following the performance of
such work, unless otherwise permitted by law and approved in writing by the City.
No payment shall be made for any work rendered by the Contractor except as
identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the
City's standard payment request form.
D. Payments for any alterations in or additions to the work provided under this Contract
shall be in accordance with the Request For Information (RFI) and/or Construction
Change Order (CCO) process as set forth in the Project Manual. Following approval
of the RFI and/or CCO, the Contractor shall submit the standard payment request
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
11-2
N \PROJECTS\05-03 2005 Chip Seal Program\Award\Contract\Contract & Etc DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the
State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public
Works Contracts, Clallam County, incorporated in this Contract have been established by the
Department of Labor & Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with
the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
A. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or lawsuits, including attorney fees, arising out of or in connection
with the performance of this Contract, except for injuries and damages caused by the
sole negligence of the City. It is further provided that no liability shall attach to the
City by reason of entering into this Contract, except as expressly provided herein.
B. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
7. Insurance.
The Contractor shall procure, and maintain for the duration of the Contract, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the 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,
11-3
N IPROJECTS\05-03 2005 Chip Seal ProgramlAward\Contracl\Conlracl & Etc DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
..
stop gap liability, independent contractors, products-completed operations,
personal injury and advertising injury, and liability assumed under an insured
Contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11- 85.
There shall be no endorsement or modification of the Commercial General
Liability insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under
the Contractor's Commercial General Liability insurance policy with respect
to the work performed for the City using ISO Additional Insured
endorsement CG 20 10 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.
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$l,OOO,OOO per accident.
11. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $2,000,000 general aggregate and a
$2,000,000 products-completed operations aggregate limit.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
1. The Contractor's insurance coverage shall be primary insurance with respect
to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
11. The Contractor's insurance shall not be cancelled or reduced as to coverage
by either party, except after forty-five (45) days prior written notice by
certified mail, return receipt requested, has been given to the City.
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
E. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the insurance requirements of the Contractor before commencement of the work.
11-4
N IPROJECTSl05-03 2005 Chip Seal ProgramlAwartl\Contract\Contract & Etc DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
--
F. Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for
subcontractors shall be subject to all of the same insurance requirements as stated herein for
the Contractor.
8. Compliance with Laws.
A. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
B. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance of the work.
C. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non-discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era
veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in
particular:
A. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above-stated minorities.
B. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the
above-stated minority status.
10. Assignment.
A. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City, nor shall the Contractor subcontract any part of the services to be performed
hereunder without first obtaining the consent of the City.
B. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
commencing after the date of the bid or other event establishing the price of this
Contract. In addition, the Contractor warrants and represents that each of its
suppliers and subcontractors shall assign any and all such claims for overcharges to
the City in accordance with the terms of this provision. The Contractor further
agrees to give the City immediate notice of the existence of any such claim.
11-5
N \PROJECTS\OS-03 2005 Chip Seal Program\Award\Contract\Contract & Etc.DOC
I"~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11. Contract Administration.
This Contract shall be administered by Tom Doolittle on behalf of the Contractor
and by James M. Mahlum, Proiect Manafler on behalf of the City. Any written notices
required by the terms ofthis Contract shall be served or mailed to the following addresses:
Contractor:
Doolittle Construction
1900 118th Ave. S.E.
Wevue, W A. 98005
12. Interpretation and Venue.
City:
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.
CONTRACTOR:
Doolittle Construction LLC
Name of Contractor
.-LJ //~.
By~/_~~h ....1om D~~HttR~
Title: CEO
N \PROJECTs\05-03 2005 ChIP Seal Program\Award\Contract\Contract & Etc DOC
CITY OF PORT ANGELES:
By:
U~':~
~7'c.cfl' Mayor
:;;;;Ved as to Form:
City Attorney
Attest:
bo~. ~)doA
City k 1
"
...\
11-6
I:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond # 905-037-787
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned, 0001 ittle Construction. LLC as Principal, and Libertv Mutual
I nsu rance Company a corporation, organized and existing under the
laws of the State ofW~~~~~~;tas a surety corporation, and qualified under the laws of the State
of Washington to become surety upon bonds of contractors with municipal corporations as surety,
are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of
$324,860.00,bt* for the payment of which sum on
demand we bind ourselves and our successors, heirs, administrators or personal representatives,
as the case may be. ;tMassachusetts
This obligation is entered into pursuant to the statutes of the State of Washington and the
ordinances of the City of Port Angeles.
Dated at Seat t 1 e
, Washington, this 19thdayof April
,2005.
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said
Doolittle Constructionr LLC the above bounded
Principal, a certain contract, the said contract being numbered 05-03, and providing for
2005 Chip Seal Prof/ram (which contract is referred to herein and is made a
part hereof as though attached hereto), and
WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and
undertake to perform the work therein provided for in the manner and within the time set forth; now,
therefore,
If the said Principal, 0001 it t 1 e Cons t ruct ion, LLC , shall faithfully
perform all of the provisions of said contract in the manner and within the time therein set forth, or
within such extensions of time as may be granted under said contract, and shall pay all laborers,
mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or
subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify
and hold the City of Port Angeles harmless from any damage or expense by reason of failure of
performance as specified in said contract or from defects appearing or developing in the material
or workmanship provided or performed under said contract within a period of one year after its
acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void;
but otherwise, it shall be and remain in full force and effect.
Signed this i9ll day of
,20M...
AD r i 1
Ll.be.J:.t~ t-1lltll",l I nsur;mc:p- Company
, ' , ~ Surety
~ 11:7'- ;o,Y(
BY'f -, . /f~
, Kat Ie' . \~iegers V-
Attorney-in-Fact
Title
175 Berkeley Street
Boston. MA 02117
Surety Address
Doolittle Construction. LLC
Principal
By~ -~
c.F=O
Title
Marsh USA Inc.
1215 Fourth Ave., #2300, Seattle, WA 98161
Agent Address
h17-357-9~00 x 47067
Surety Contact and Phone Number
Kathie Wiegers, 206-613-2200
Agent Contact and Phone Number
11-7
N IPROJECTS\Q5.03 2005 ChIp Seal ProgramlAwanllContradlContract & Etc.OOC
. .
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Bond No. 905-037-787
NOTICE FROM SURETY REQUIRED BY
TERRORISM RISK INSURANCE ACT OF 2002
In accordance with the Terrorism Risk Insurance Act of 2002 (referred to
hereinafter as the "Act"), this disclosure notice is provided for surety bonds on
which one or more of the following companies is the issuing surety: Liberty
Mutual Insurance Company; Liberty Mutual Fire Insurance Company; LM
Insurance Corporation; The First Liberty Insurance Corporation; Liberty
Insurance Corporation; Employers Insurance Company of Wausau (formerly
"Employers Insurance of Wausau, A Mutual Company"); Peerless Insurance
Company; and any other company that is a part of or added to the Liberty Mutual
Group for which surety business is underwritten by Liberty Bond Services
(referred to collectively hereinafter as the "Issuing Sureties").
NOTICE FORMS PART OF BOND
This notice forms part of surety bonds issued by anyone or more of the Issuing
Sureties.
DISCLOSURE OF PREMIUM
The premium attributable to any bond coverage for "acts of terrorism" as defined
in Section 102(1) of the Act is Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION
IN PAYMENT OF TERRORISM LOSSES
The United States will reimburse the Issuing Sureties for ninety percent (90%) of
any covered losses from terrorist acts certified under the Act exceeding the
applicable surety deductible.
LMIC-6539
2/03
I
1651358
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This,Power of Attorney limits th~ acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
I
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
I,
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual 'Insurance Company (the "Company"), a Massachusetts stock insurance
company, pursuant to and by authOrity of the By-law and Authonzatlon hereinafter set forth, does hereby name, constitute and appoint
PATRICK D. DINEEN, HEIDI BOCKUS, THOMAS J. JOCHUMS; KATHIE L. WIEGERS, SUZANNE HOLDEN, THERESA A.
LAMB, KRISTA M. LEE, ALL OF THE CITY OF SEATTLE, STATE OF WASHINGTON .~.......................................................
I
" ,
,,". ...."................................ ... ................... ................. .........................1I II...........""......"..""..""...."""""".." ~"" "....-."......".."""""..""".."""""""..""...."""
; each individually If there be more than one named, Its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surel)' and as its act and deed, anv and all undertakings, bonds, recogmzances and other surety obligations In the penal sum not exceeding
SEVENTY-FIVE MILLION AND 001100*&**********-,1'****** ' DOLLARS ($ 75.000,000.00***** ) each, and the
execution of such undertakings, bonds, recognizances'and other surety obligations, in pursuance of these presents, shall be as binding upon the'
Company as If they had been duly stgned by the president and attested by the secretary of the Company in their own proper persons
That this power is made and executed pursuant to and by authority of the following, By-law and Authorization'
I
, ARTICLE XIII - Execution of Contracts Section 5. Surety Bonds and Undertakings. ,
Any officer of the Company authonzed for Jhatpurpose In writing by the chalrman,or the president, and subject to such limitations as the:
chairman or tQe president may prescnbe, sl1all appoint such attorneys-In-fact, as may be necessary to act in behalf of the Company to make,
execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such
attorneys-In-fact, subject to the limitations set' forth In their respective powers of attorney, shall have full power to bind the Company by their
signature and execution of any such Instruments and to attach thereto the seal of the Company Whet) so executed such instruments shall,be
, as binding as If signed by the president arid attested by the secretary ,
:>.
C'll
"0
III
III
Gl
.E:
III
::J
.c
>-
s:
C'll
=5
~h-
>-00
GlW
EE
IN WITNESS WHEREOF, this Power of Attorney has been subscnbed by an authorized officer or offiCial of the Company and the corporate seal of ...0 Q,
Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 16th" day of December , ... 0
2004" <C C")
o~
..."0
GlS:
3:C'll
.f~
.!!!o
.co
::0;
Os:
>-Gl
:!::Gl
:2.!
-Gl
~.c
nto subscribed my, name and affixed my notanal seal at Plymouth Meeting, Pennsylvania, on the day and year ~ ~
E'9
.=~
-CIO
s:,
00
u.....
010
....~
, ,
By theJollowlng Instrument the chairman or the president has authonzed the officer or other offiCial named therein to appoint attorneys~in-fact.
, Pursuant to Article XIII, Section 5 'of the By-Laws, Garnet W. Elliott, ASSistant Secretary of Liberty Mutual Insurance Company, IS hereby
authonzed to appOint such attorneys-in-fact as may be necessary to act In behalf of the Company to ,make, execute, seal, acknowledge and
, deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.
COMMONWEALTH OF PENNSYLVANIA , ss
COUNTY OF MONTGOMERY
,LIBERTY MUTUAL INSURANCE COMPANY
.By~4 N- .ca'-5bf-
Garnet W. ElliOtt, ASSistant Secretary
On thiS ~ day of December , . 2004 , before me, a Notary Public, personally came Garnet W ElliOtt, to me known, and acknowledged
that he IS an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation, and that he executed the above
Power of Attorney and affixed the corporate seal of Liberty Mutua/Insurance Company thereto With the authonty and arthe direction of said corporation.
, , ,
" "
I, the undersigned, Assistan cretary of Liberty Mutual Insurance Compa~y, do hereby certify that the original power of attorney of which the foregOing
IS a full, true and correct copy, IS in full force'and effect on the date of this certificate; and j do'further certify that the officer or offiCial who executed the
said power of attorney IS an ASSistant Secretary speCially authonzed by the chairman or the president to appoint attorneys-In-fact as proVided In Articl.e
XIII, Section 5 of the By-laws of Llberty,Mutuallnsurance Company ."
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced 'slgnatures under and by authority of the
follOWing vote of the board of directors 'of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980.
" VOTED that the faCSimile or mechanically reproduced signature of any assistant secretary 9f the company,' wherever appearing upon a
certified copy of any power of attorney issued by the company In connection With surety bonds, shall be valid and binding upon the company
With the same fgrce and effect as though manually. affixed. !,.' "
CERTIFICATE
IN TESTIMONY WH
first above written
I
I
I
.~
BY'~
Teresa Pastella, Notary PubliC
1 <3th..
1
IN TESTIMONY WHEREOF, I have hereunto subscnbed my name and-affixed the corporate seal of the said company, this
April ,2001) .
I
. day of
~ '.. "
I"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All-Purpose
Certificate of Acknowledgment
State of Washington
County of King
}
On
April 19, 2005
DATE
personally appeared
0' personally known to me - OR
\\\\\\1111111////
\\\\ -rA III1
,~\\ ~\~.!.....{l1 111//
~ f;.... ~SION .../(::: ~
~ ..' _....~'\ ~./'/:.. ~ ~
~ : ~.. ~ .. ~
:= .:c.;; uOTAh ~\ :;
-.' l' fJr <10' -
:;:: - :::
~ cI'\ ~UBL\C .1 ff
~~"'o& !o... ~
~.,,~ ....9 01 2'0(J.... ~,2.
'l'~ '" ,.... ,.f' ~
'l (" 0;: ....... ...\v" ~
'/111111 \VA $\\\\\\\'"
11// J If 11111\ 1\\\
before me,
Krista M. Lee
NAME OF NOTARY PUBLIC
Kathie L. Wiegers
NAME{S) OF SIGNER{S)
o proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
Witness my hand and official seal.
1< - LU- iu-
~ SIGNATURE OF NOTARY PUBLIC
Though the data below is not required by law, it may prove valuable to persons relying on the document and
prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
o Individual(s)
o Corporate Officer:
o Title( s)
o Partner(s)
0' Attorney-in-Fact
o Trustee(s)
o Subscribing Witness
o Guardian/Conservator
o Other:
DESCRIPTION OF ATTACHED DOCUMENT(S)
Type of Document
Performance and Payment Bond
Number of Pages
Two (2)
Date of Document
April 19, 2005
Signer(s) Other Than Named Above
Doolittle Construction, LLC
SIGNER IS REPRESENTING:
NAME OF PERSON{S) OR ENTITY{IES)
Liberty Mutual Insurance Company
Document3
I
I. ~
Client#: 27472
DOOLlCON
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
I DATE (MM/DDIYYYY)
4/14/05
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
PRODUCER
USI Northwest of Washington
1001 Fourth Avenue, Suite 1800
Seattle, WA 98154
206 695.3100
I
I
Doolittle Construction Co.
1900 118th Avenue S.E.
Bellevue, WA 98005
INSURERS AFFORDING COVERAGE
INSURER A Continental Casualty Company
INSURER B American Casualty Company of Reading
INSURER C Transportation Insurance Company
INSURER D
INSURER E
NAIC#
20427
INSURED
I
COVERAGES
I
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LTR NSR TYPE OF INSURANCE POLICY NUMBER PJll-~~1:~iJ8~IE Pg~~J(~~~t~N LIMITS
A X ~NERAL LIABILITY TCP208243522 02/18/05 02/18/06 EACH OCCURRENCE $1 000000
~ OMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $50.000
f-- CLAIMS MADE [Xl OCCUR MED EXP (Anyone person) $5 000
~ WA Stop Gap PERSONAL & ADV INJURY $1 000000
f-- GENERAL AGGREGATE $2 000 000
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2 000 000
n POLlCY-fXj- jr8,= n LOC
B ~TOMOBILE LIABILITY BUA208243523 02/18/05 02/18106 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea aCCident) $1,000,000
f-- ALL OWNED AUTOS BODILY INJURY
$
SCHEDULED AUTOS (Per person)
f--
,.!.. HIRED AUTOS BODILY INJURY
$
,.!.. NON-OWNED AUTOS (Per aCCIdent)
f-- PROPERTY DAMAGE $
(Per aCCident)
RAGE LIABILITY AUTO ONLY - EAACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
C 0ESS/UMBRELLA LIABILITY CUP208243524 02/18/05 02/18/06 EACH OCCURRENCE $2 000 000
X OCCUR D CLAIMS MADE AGGREGATE $2 000 000
$
g DEDUCTIBLE $
X RETENTION $ 10.000 $
WORKERS COMPENSATION AND I WC STATU-, I IOJ~-
EMPLOYERS' LIABILITY E L EACH ACCIDENT $
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $
If yes, deSCribe under E L DISEASE - POLICY LIMIT $
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
RE: PROJECT#05-03 2005 CHIP SEAL PROGRAM
Certificate Holder is a Primary, Non-Contribtory Additional Insured as respects the
referenced project.
I
I
I
I
I
I
I
I
I
I
CERTIFICATE HOLDER
CANCELLATION
I
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Port Angeles DATE THEREOF, THE ISSUING INSURER WILL ~ltl(tl MAIL -AS...... DAYS WRITTEN
Public Works & Utilities;Attn Jim Mahlum PE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,O)l;MC~k
POBox 1150 ~1t"Jl"JCIlIDJlDUOJlXglUlXlC!l)NIIXX~)(ll:__KE8CDU~X
Port Angeles, WA 98362 XIlDIHJnOl\D/XXX
A,Z)RIZED REP:~E w.,d( ~
I
I
ACORD 25 (2001/08) 1 of 2
#S151960/M146668
6PWJU
@ ACORD CORPORATION 1988
I:
I
I
IMPORTANT
I
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
I
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
reqUire an endorsement A statement on this certificate does not confer rights to the certificate
holder In lieu of such endorsement(s)
I
DISCLAIMER
I
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the Issuing insurer(s), authorized representative or producer, and the certificate holder, nor does It
affirmatively or negatively amend, extend or alter the coverage afforded by the pOlicies listed thereon
I
I
I
I
I
I
I
I
I
I
I
I
ACORD 25-8 (2001/08) 2 of 2
#S151960/M146668
I:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
, .
C'NA
G-17957 -G
(Ed 01/01)
IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE
ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT.
SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES.
ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE
WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF
THE "PRODUCTS-COMPLETED OPERATIONS HAZARD". SEE PARAGRAPH B.3. OF THIS
ENDORSEMENT FOR THIS COVERAGE CHANGE.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED
ENDORSEMENT WITH LIMITED PRODUCTS-COMPLETED OPERATIONS
COVERAGE
COMMERCIAL GENERAL LIABILITY COVERAGE PART
This endorsement modifies insurance provided under the follOWing
SCHEDULE
Name of Person or Organization:
Designated Project:
(Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.)
A. WHO IS AN INSURED (Section II) IS amended to
include as an Insured any person or organization,
including any person or organization shown in the
schedule above, (called additional insured) whom
you are required to add as an additional Insured on
this policy under a written contract or written
agreement, but the written contract or written
agreement must be
1. Currently In effect or becoming effective during
the term of thIS policy, and
2. Executed prior to the "bodily inJury," "property
damage," or "personal and advertiSing InJury"
B. The insurance provided to the additional Insured IS
limited as follows
1. That person or organization IS an additional
Insured solely for liability due to your negligence
specifically resulting from "your work" for the
additional insured which IS the subject of the
written contract or written agreement No
coverage applies to liability resulting from the
sole negligence of the additional Insured
G-17957 -G
(Ed. 01/01)
2. The LImIts of Insurance applicable to the
additional insured are those specified In the
written contract or written agreement or in the
Declarations of thiS policy, whichever IS less.
These Limits of Insurance are inclUSive of, and
not In addition to, the Limits of Insurance shown
in the Declarations
3. The coverage provided to the additional Insured
by thiS endorsement and paragraph f. of the
definition of "Insured contract" under
DEFINITIONS (Section V) do not apply to
"bodily inJury" or "property damage" arising out
of the "products-completed operations hazard"
unless required by the written contract or
written agreement When coverage does apply
to "bodily inJury" or "property damage" arising
out of the "products-completed operations
hazard" such coverage will not apply beyond
a. The period of time required by the written
contract or written agreement, or
Page 1 of 2
I- "
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C'NA
b. 5 years from the completion of "your work"
on the project which is the subject of the
wntten contract or wntten agreement,
whichever IS less
4. The Insurance provided to the additional
Insured does not apply to "bodily Injury,"
"property damage," or "personal and advertiSing
Injury" anslng out of an architect's, engineer's,
or surveyor's rendenng of or failure to render
any profeSSional services Including
a. The preparing, approving, or failing to
prepare or approve maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications, and
b. Supervisory, or inspection activities
performed as part of any related
architectural or engineering actiVities
C. As respects the coverage provided under thiS
endorsement, SECTION IV - COMMERCIAL
GENERAL LIABILITY CONDITIONS are amended
as follows
1. The follOWing IS added to the Duties In The
Event of Occurrence, Offense, Claim or SUIt
Condition
e. An additional insured under thiS
endorsement will as soon as practicable
G-17957 -G
(Ed 01/01)
G-17957 -G
(Ed. 01/01)
(1) Give written notice of an occurrence or
an offense to us which may result in a
claim or "SUIt" under thiS Insurance,
(2) Tender the defense and indemnity of
any claim or "suit" to any other Insurer
which also has Insurance for a loss we
cover under thiS Coverage Part, and
(3) Agree to make available any other
Insurance which the additional Insured
has for a loss we cover under thiS
Coverage Part.
f. We have no duty to defend or indemnify an
additional Insured under thiS endorsement
until we receive wntten notice of a claim or
"suit" from the additional insured.
2. Paragraph 4.b. of the Other Insurance
Condition IS deleted and replaced With the
follOWing
4. Other Insurance
b. Excess Insurance
This Insurance IS excess over any other
Insurance naming the additional
insured as an Insured whether pnmary,
excess, contingent or on any other
baSIS unless a wntten contract or
wntten agreement specifically requires
that thiS Insurance be either pnmary or
pnmary and noncontnbutlng
Page 2 of 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART III
SPECIFICATIONS, SPECIAL PROVISIONS, AND
SUBMITTALS
III- 1
N IPROJECTSI05-03 2005 Chip Seal programlProJecl ManuallManuallComplele Manual DOC
INTRODUCTION/ORDER OF PRECEDENCE
See Section 1-04.2 of the Standard Specifications for the general order of precedence for
inconsistency in the parts of the Contract. In addition, the order of precedence in the case of
conflicting specifications, special provisions, submittal requirements, plans, drawings, or other
technical requirements of this Project Manual is as follows:
1. Special Provisions as set forth on pages 111- 1 through III - 20
2. Submittal requirements, as listed on pages 111-21 through III - 22
3. Project Plans, as set forth in Attachment--1L-.
4. Washington State Department of Transportation's 2004 Standard Specifications for
Road, Bridge, and Municipal Construction (English Units), referred to herein as the
Standard Specifications. This includes Section 1-99, APW A SUPPLEMENT.
5. Washington State Department of Transportation's Standard Plans, as referenced on
page III - 21
6. Attachments (exclusive of the above-mentioned) as listed in the Table of Contents of
the Project Manual.
STANDARD SPECIFICATIONS
This Contract incorporates the Washington State Department of Transportation's 2004
Standard Specifications for Road, Bridge, and Municipal Construction (English Units),
referred to herein as the Standard Specifications. Unless otherwise superseded as detailed
above, the Standard Specifications describe the general requirements, description, materials,
construction requirements, measurement and payment of work to be completed under this
Contract.
Section 1-99, APWA SUPPLEMENT, of the 2004 Standard Specifications for Road, Bridge,
and Municipal Construction, shall be included and made a part of the contract specifications.
SPECIAL PROVISIONS
The following Special Provisions supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract. The Sections referenced in these Special
Provisions refer to Sections of the Standard Specifications.
III- 2
N IPROJECTSI05-03 2005 Chip Seal programlProJecI ManuallManuallComplele Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
\1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
The work to be performed under this Contract consists of furnishing of materials, equipment,
tools, traffic control, public notification, street cleaning and other work or items incidental
thereto, and all work as required by the Contract in accordance with the Contract Documents,
all of which are made a part hereof.
This project shall consist of chip sealing nineteen (19) streets, approximately 3.4 miles of
asphalt concrete roads in the City of Port Angeles. This project also includes three (3)
additives with the approximate lengths identified separately.
Listed below are the proposed roadways to be chip sealed:
1. Second Street - (Lincoln Street to Oak Street)
2. Third Street - (Lincoln Street to Cherry Street)
3. Fourth Street - (Laurel Street to Cherry Street)
4. Sixth Street - (Lincoln Street to Cherry Street)
5. Seventh Street - (Lincoln Street to Cherry Street)
6. Laurel Street - (Second Street to Eighth Street)
7. Oak Street - (Second Street to Eighth Street)
8. Penn Street - (First Street to Front Street)
9. Alder Street - (First Street to Front Street)
10. Liberty Street - (First Street to Front Street)
11. Jones Street - (First Street to Front Street)
12. Chambers Street - (First Street to Front Street)
13. Washington Street - (First Street to Front Street)
14. Francis Street - (First Street to Front Street)
15. Eunice Street - (First Street to Front Street)
16.Albert Street - (First Street to Front Street)
17. Vine Street - (First Street to Front Street)
1II- 3
N IPROJECTSI05-03 2005 Chip Seal ProgramlProJect ManuallManuallComplele Manual DOC
18. Hill Street - (Marine Dr. to Fourth Street)
19. Fourth Street - (Hill Street to 2174 W. Fourth St.)
Additives
Additive A Caroline Street - (Race Street to East of Ennis Street)
(approximately 0.53 miles)
Additive B Georgiana Street - (Race Street to East of Ennis Street)
(approximately 0.53 miles)
Additive C Lauridsen Blvd. - (Race Street to East of Ennis Street)
(approximately 0.68 miles)
1-01.3 DEFINITIONS
The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for
this project.
The term "State" is redefined to mean the City of Port Angeles for this project.
The term "Commission" is redefined for this project to mean the City Council of the City of
Port Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works for the
City of Port Angeles.
The term "Department" is redefined to mean the City of Port Angeles Department of Public
Works & Utilities for this 'project.
The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City
Engineer for the City of Port Angeles.
The terms "Contract" and "Project Manual" are interchangeable.
1-02.2 PLANS AND SPECIFICATIONS
Section 1-02.2 of the Standard Specifications is deleted and replaced with the following:
Information as to where plans and specifications can be obtained or reviewed will be found in
the advertisement for the work placed in the Owner's official newspaper.
1-02.5 PROPOSAL FORMS
The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this
project.
1-02.9 DELIVERY OF PROPOSAL
Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now
read as follows:
Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S
CHECK LIST.
III- 4
N IPROJECTSI05-03 2005 Chip Seal ProgramlProJecI ManuaJlManuallComplele Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDITIVE BIDS
. The necessity of obtaining bids that will allow the maximum amount of construction within a
fixed budget requires the bid proposal to be composed of the following parts: Basic Bid and
Additives A, B, and C.
The BASIC BID includes all labor, materials, service, and incidentals necessary for the
completion of the project ash shown on the drawings and these specifications, except labor,
materials, and services included in the additive bids and those furnished by the City or others.
The ADDITIVE BIDS are a supplemental unit of work or group of bid items, identified
separately in the bid form, which may, at the discretion of the City, be awarded in addition to
the Basic Bid amount, should sufficient funding be available.
The determination of low bidder will be made on the basis of available funding; the low bid
being the lowest bid price on the basic proposal plus any combination of the additives, if any,
within the available funding.
1-03.4 PERFORMANCE AND PAYMENT BOND
In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute
a Performance and Payment Bond as provided in the Contract. The bond shall specify the
surety's name and address and shall include a power-of-attorney appointing the signatory of
the bond as the person authorized to execute it.
1-04.4 CHANGES IN WORK
Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the
following:
All revisions, clarifications, field requests and field authorizations for construction contracts
shall be documented using the "REQUEST FOR INFORMATION" form. A construction
contract change order may be initiated by the Contractor, City inspector, or
Architect/Engineer by using the RFI form, PW-404_02.
Definitions:
a. RFI: Request for Information (City of Port Angeles' Document PW 404_02)
b. CCO: Construction Change Order (City of Port Angeles' Document PW 404_04)
PLANS AND WORKING DRAWINGS
Unless otherwise required by the Submittal Requirements, Section 1-05.3 of the Standard
Specifications shall apply.
1-05.5 AS.BUIL T DRAWINGS
Section 1-05.5 is supplemented with the following:
As-built drawings are required to be maintained by the Contractor. The as-built drawings
shall be a record of the construction as installed and completed by the Contractor. They shall
include all the information shown on the contract set of drawings and a record of all
construction deviations, modifications or changes from those drawings which were
incorporated in the work; all additional work not appearing on the contract drawings; all
design submittals, including electrical schematics; and all changes which are made after final
inspection of the contract work.
IIl- 5
N IPROJECTSl05-03 2005 Chip Seal ProgramIPrOjecl ManuallManuallComplete Manual DOC
The Contractor shall mark up a set of full size plans using red ink to show the as-built
conditions. These as-built marked prints shall be kept current and available on the job site at
all times, and be made available to the City Engineer upon request. The changes from the
contract plans which are made in the work or additional information which might be
uncovered in the course of construction shall be accurately and neatly recorded as they occur
by means of details and notes. No construction work shall be concealed until it has been
inspected, approved, and recorded. The drawings shall show at least the following:
a. The location and description of any utilities or other installations known to exist
and or encountered within the construction area. The location of these utilities
shall include an accurate description, dimensions, and at least 2 ties to
permanent features for all utilities encountered.
b. The location and description of all facilities and appurtenances installed by the
Contractor. The location of facilities and appurtenances shall include accurate
dimensions and at least 2 ties to permanent features for all major components,
including gate valves.
The City of Port Angeles has the right to deny progress payments for completed work
if as-built records, as required by this section, are not available on the job site for the
work that has been completed by the date of the payment request.
Final as-builts shall be delivered to the City Engineer at the time of final inspection for review
and approval. As-built drawings must be approved by the City Engineer before final payment
will be made. See Submittal Requirements for additional information.
1-05.10 GUARANTEES
Section 1-05 is supplemented with the following:
The Contractor shall guarantee all materials and equipment furnished and work performed for
a period of one (1) year from the date of substantial completion. The Contractor shall warrant
and guarantee for a period of one (1) year from the date of substantial completion of the
system that the completed system is free from all defects due to faulty materials or
workmanship, and the Contractor shall promptly make such corrections as may be necessary
by reason of such defects including the repairs of any damage to other parts of the system
resulting from such defects. The City will give notice of observed defects with reasonable
promptness. In the event that the Contractor should fail to make such repairs, adjustments,
or other work that may be made necessary by such defects, the City may do so and charge
the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain
in full force and effect through the guarantee period.
Measurement and Payment
All costs associated with this item shall be incidental to the contract prices for the various bid
items.
STATE SALES TAX
The work on this Contract is to be performed upon lands whose ownership obligates the
Contractor to pay State sales tax. The provisions of Section 1-07.2(2) apply.
IIl- 6
N IPROJECTSI05-03 2005 Chip Seal ProgramlProJect ManualIManuallComplete Manual DOC
.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1-07.15(1) SPILL PREVENTION, CONTROL AND COUNTERMEASURES PLAN
All catch basins shall have a filter fabric installed, prior to work done in the roadway.
Payment for the I installation and removal shall be incidental to the bid item "Spill Prevention
Control Plan".
1-07.17 UTILITIES AND SIMILAR FACILITIES
Section 1-07.17 is supplemented by the following:
Locations and dimensions shown in the plans for E?xisting facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project.
The Contractor shall call the Utility Location Request Center (One Call Center), for field
location not less than two nor more than ten business days before the scheduled date for
commencement of excavation which may affect underground utility facilities, unless otherwise
agreed upon by the parties involved. A business day is defined as any day other than
Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the
One Call Center for this project is 1-800-424-5555.
The Contractor is alerted to the existence of Chapter 19.22 RCW, a law relating to
underground utilities. Any cost to the Contractor incurred as a result of this law shall be at
the Contractor's expense.
No excavation shall begin until all known facilities in the vicinity of the excavation area have
been located and marked.
PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE
Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with
Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual.
1-07.23 PUBLIC CONVENIENCE AND SAFETY
Section 1-07.23 is supplemented with the following:
The construction safety zone for this project is 10 feet from the outside edge of the traveled
way. During the actual hours of work, unless protected as described above, only materials
absolutely necessary to construction shall be within the safety zone and only construction
vehicles absolutely necessary to construction shall be allowed within the safety zone or
allowed to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted
to park within the safety zone at any time unless protected as described above.
Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each
work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling
public.
II1- 7
N:\PROJECTS\05-03 2005 Chip Seal ProgramIProject Manual\Manual\Complele Manual DOC
Deviation from the above requirements shall not occur unless the Contractor has requested
the deviation in writing and the Engineer has provided written approval.
In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the
following provisions shall apply:
1. There shall be no delay to medical, fire, police, or other emergency vehicles
with flashing lights or sirens. The Contractor shall alert all flaggers and
personnel of this requirement.
2. The Contractor shall notify the Engineer at least one work day in advance of the
need to restrict parking within the project limits. The Engineer will notify the
Police Department of the required restricted parking.
3. Prior to blocking driveways and business or parking accesses, the Contractor
MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE.
4. Every effort shall be made to limit restrictions to access of businesses to short
periods of time. The Contractor may be required to address business access
concerns on short notice. Modification(s) to the contract to compensate the
Contractor for changes due to access concerns shall only be made if such
change results in an impact on the delivery schedule of more than one day
and/or a significant change in labor or equipment requirements.
Measurement and Payment
The contract lump sum price for "Maintenance and Protection of Traffic" shall be full
compensation for all costs and expense necessary or incidental to furnishing all labor,
equipment, tools, and materials in connection with maintaining and protecting traffic, including
installing and removing Class B signs.
The Contractor shall remove and relocate the existing traffic signs as shown on the Plans or
directed by the Engineer. The voids left due to the removal of the signs shall be filled with
suitable material to the satisfaction of the Engineer. All existing signs damaged by the
Contractor during the removal operation shall be replaced at his own cost.
All costs for furnishing all labor, equipment, tools, and materials required to remove and
relocate existing traffic signs shall be included in the contract lump sum price for
"Maintenance and Protection of Traffic". All costs for sweeping, washing, or otherwise
cleaning roadways and sidewalks of construction debris, including dirt, dust, mud, etc., shall
be included in the contract lump sum price for "Maintenance and Protection of Traffic".
STORAGE AND DISPOSAL SITE
The City will not provide storage and waste disposal sites. The Contractor shall arrange for
the storage of material and disposal of waste or excess materials at no expense to the
Contracting Agency.
The Contractor shall acquire all permits and approvals required for the use of the storage and
disposal sites at a lawful location and all costs involved in securing the sites shall be
incidental to the bid prices for other work.
III- 8
N \PROJECTS\05-03 2005 ChIp Seal Program\Project Manual\Manual\Complele Manual.OOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall provide the Engineer the location of all storage and disposal sites to be
used and also provide copies of the permits and approvals for such storage and disposal
sites.
Disposal of excess material within a wetland area will not be allowed without a Section 404
permit issued by the U.S. Corps of Engineer and approved by the agency with jurisdiction
over the wetland.
PROGRESS SCHEDULE
Section 1-08.3 is supplemented with the following:
The Contractor shall prepare and submit to the Engineer a Critical Path Method (CPM)
schedule, in both electronic and hard copy format. The CPM shall include all aspects of the
contract, including procurement of materials, construction, testing, submittals, and inspection.
The Contractor shall submit, within 21 calender days of award of the contract, 3 sets of
complete CPM time-scaled logic diagram on 22" x 34" sheets with accompanying schedule
reports. The schedule diagrams shall show activity numbers, descriptions, early-start dates,
float, and all relationships. The diagrams shall also show the sequence, order, and
interdependence of activities in which the work is to be accomplished.
The CPM deliverables shall be incidental to the contract, and the City will provide no
additional payment for work related to developing and maintaining the CPM schedule as
required in this contract.
The City may withhold payment as a result of incomplete CPM updates, as well as assess
liquidated damages per Section 1-08.9 if the schedule shows that work will not be completed
in a timely manner to meet the performance period of the contract.
TIME FOR COMPLETION
Section 1-08.5 is supplemented with the following:
Time is of the essence in the performance of this Contract and in adhering to the time frames
specified herein. The Contractor shall commence work within ten (10) calendar days after
notice to proceed from the City, and said work shall be physically completed within ~
working days after said notice to proceed, unless a different time frame is expressly provided
in writing by the City.
If said work is not completed within the time for physical completion, the Contractor may be
required at the City's sole discretion to pay to the City liquidated damages as set forth in the
Project Manual, for each and every day said work remains uncompleted after the expiration
of the specified time.
PAYMENTS
Section 1-09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for Payment
form, an example of which is included in the Attachments in Part 4 of the Project Manual.
This form includes a lien waiver certification, and shall be notarized before submission.
lU - 9
N IPROJECTSI05-03 2005 Chip Seal ProgramlProject ManuallManuallComplete Manual DOC
Applications for payment not signed or notarized shall be considered incomplete and
ineligible for payment consideration.
TRAFFIC CONTROL MANAGEMENT
The third sentence of the first paragraph of Section 1-10.2(1} is revised to read:
The Contractor may designate the project superintendent as the TCS.
TRAFFIC CONTROL PLANS
The first sentence of Section 1-1 0.2(2} is to be replaced with the following:
The Contractor shall develop a traffic control plan necessary for their method of performing
the work, and submit it to the Engineer for approval before any work involving the plan
begins. No work shall occur that alters existing traffic control before approval of the plan.
The plan shall be in accordance with this section, the Standard Plans, and the Manual on
Uniform Traffic Control Devices (MUTCD). The following is a list of special traffic control
requirements that shall be incorporated into the traffic control plan:
1. If it is necessary to close a lane of traffic along Front Street, only one block shall be
closed at a time.
2. The use of existing parking lanes (i.e., indicate if parking lanes will be used as
pedestrian walkways, traffic lanes, closed to all pedestrian and traffic travel, or a
combination of uses).
3. Standard Plan K-2 shall be used for this project for the traffic control plan. The
minimum lane width shall be eleven (11) feet. The Contractor shall provide
alternate traffic control Plans for approval by the Engineer, as necessary to
accommodate any changes.
The last sentence of Section 1-10.2(2) is revised to read:
The Contractor's letter designating and adopting the specific traffic control plan(s} or any
proposed modified plan(s} shall be submitted to the Engineer for approval at least ten
calendar days in advance of the time the new plan will be implemented.
Costs associated with the development of the traffic control plan(s) shall be incidental to
contract prices.
CONSTRUCTION SIGNS
Section 1-10.3(3) is revised to read:
All signs required by the approved traffic control plan(s} as well as any other appropriate
signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall
provide the posts or supports and erect and maintain the signs in a clean, neat, and
presentable condition until the necessity for them has ceased. All nonapplicable signs shall
be removed or completely covered with metal, plywood, or an Engineer approved product
specifically manufactured for sign covering during periods when they are not needed. When
the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall
remove all signs, posts, and supports from the project and they shall remain the property of
the Contractor, except for the project sign.
III-10
N IPROJECTSI05-03 2005 Chip Seal ProgramlProJect ManualIManuallComplele Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense.
All signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All signs
shall be constructed of Type I or II reflective background sheeting unless otherwise noted in
the Plans.
Class B construction signs are those signs that are placed and removed daily, or are used for
short durations which may extend for one or more days. They are mounted on portable or
temporary mountings.
If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on
impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a
maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground.
Furnishing Class B signs will be in accordance with Section 1-10.3(3). Payment for setup
and take down of Class B signs will be paid for under the lump sum bid item "Maintenance
and Protection of Traffic", Section 1-07.23.
The condition of the signs shall be new or "Acceptable" as defined in the book, Quality
Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition
of a sign shall be final.
The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to
the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg,
VA 22407, telephone: (703) 898-5400, FAX: (703) 898-5510.
Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer
deems to be unacceptable while their use is required on the project, shall be replaced by the
Contractor without additional compensation.
QUALITY CONTROL
The Contractor shall provide the Engineer with all certified test results and manufacturer
certifications confirming that all the conditions listed under "Material Specifications" have
been met prior to beginning the work.
The Contractor is solely responsible for the finished work product. Any blemish, defects. Or
other irregularities shall be repair by the Contractor, at no cost to the City.
I11-11
N IPROJECTSI05-03 2005 Chip Seal ProgramlProJect ManuanManuallComplele Manual DOC
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
BITUMINOUS S~RFACE TREATMENT
Description
This work shall consist of constructing single or multiple course bituminous surface treatment
in accordance with these Specifications and in conformity with the lines and cross-section as
designated by the Engineer. During bituminous surface treatment paving operations,
temporary pavement marking shall be in stalled on the roadway that was paved that day.
Temporary pavement markings shall be as specified elsewhere in this provision.
Bituminous Surface Treatment Class A
This method of treatment requires two applications of asphalt emulsions and two applications
of aggregate as specified. All layers should be constructed the same day, or as approved by
the Engineer.
Bituminous Surface Treatment Class D
This method of treatment require the placing of one application of asphalt emulsions and one
application of aggregate as specified to an existing asphalt roadway pavement to seal and
rejuvenate the surface and to produce a uniform roadway pavement riding surface with good
non-skid characteristics.
Material
Materials shall meet the following specified requirements:
Asphaltic Emulsion
The asphalt emulsions employed for chip seals shall be rapid set- low temperature polymer
modified asphalt emulsion, "Albina Asphalt RS-L TP" or approved equal. The Engineer will
determine the acceptability of all proposed substitutes for the above described product. A
requirement for determination process is documentation, certified by a WSDOT approved
testing laboratory that the proposed substitute product meets the material specifications listed
in this document. The proposed substitute shall also demonstrate successful past
performance of at least one full yepr in applications similar to the contract application areas.
Specifications:
The asphalt shall be polymer modified prior to emulsification. The emulsion shall be smooth
and homogeneous and conform to the following requirements:
PROPERTY
Viscosity @ 122 degrees F, SSF
Storage Stability Test, 1 day
Demulsibility, 0.02 N CaCI2, 35 ml, %
Sieve Test, %
Breaking Index @ 77 degrees F
Residue by 400 degrees F, Distillation,
%
Oil Distillate by Volume of emulsion, %
MIN
50
MAX
300
1.0
60
0.10
80
65
3
III - 12
N IPROJECTSl05-03 2005 Chip Seal ProgramlproJec\ ManuallManuallComplete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
TESTS ON RESIDUE FROM DISTillATION
Penetration @ 77 degrees F 150 300
Elastic Recovery, 50 degrees F 45
20 cm elongation, standard mold,
5 minute relaxation, %
Forced Ratio 39.2 degrees F, 5 cm/min. 0.3
30cm elongation
Crushed ScreeninQ
The aggregate to be used for bituminous surface treatment shall conform to the requirements
below for quality and grading. All percentages are by weight.
The material shall meet the requirements for grading and quality when placed in the hauling
vehicles for delivery to the roadway.
Los Angeles Wear, 500 revolutions
Degradation Factor
30% MAX
40% MIN
Percent Passing, by weight
Sieve Size
5/8" square
%" square
3/8" square
%" square
#8
#10
#40
% fracture, by
weight, min.
5/8" -3/8" 3/8" - #10
97
70 100
30 99
4 55
1.5 1.5
1 1
90 90
Static striping test
Pass
Pass
The finished products shall be double washed, clean, uniform in quality, and free from
deleterious materials.
Compatibilitv of Emulsion and A~Ulreaate
The Contractor shall submit aggregate samples to the emulsion supplier to conduct an affinity
test to verify the compatibility of the emulsion and the cover stones.
CONSTRUCTION REQUIREMENTS
EQuipment
The equipment used by the Contractor shall include mixing, spreading, finishing and
compacting equipment, an asphalt distributor, and equipment for heating asphalt material,
and shall be subject to approval by the Engineer before its use on the work.
The Contractor shall not use solvents of any kind for cleaning tools and equipment in a
manner that would permit contact of the solvents with existing pavements or other improved
areas. All equipment, tools and machinery used in the performance of this work shall be
maintained in a satisfactory working order for successful completion of the work.
III - 13
N IPROJECTSI05-03 2005 ChIp Seal ProgramlPro}eCl ManuaJIManual\Complele Manual DOC
Asphalt Distributor
The distributor shall have a capacity of not less than 4,000 gallons, and shall be so
designed, equipped, maintained, and operated that asphalt material of an even heat shall be
uniformly applied at the required rate. It shall be equipped with a 10-foot spray bar with
extensions, an accurate gauge, 6 inch in diameter or larger, to indicate pressure in the spray
bar, an accurate tachometer to show pump speed in r.p.m., an accurate thermometer for
registering the temperature of the asphalt emulsion in the distributor, a calibrated dip stick to
enable gallons of asphalt binder per inch of depth to be read at any time, and a bitumeter that
has been calibrated to accurately measures the distance traveled and the speed in feet per
minute when spraying. The power for operating the pressure pump shall be supplied by a
power unit which will provide a uniform spray from each of the nozzles across the spray bar
and extensions.
Chip Spreader
Spreading equipment shall be self-propelled supported on at least four pneumatic tires, with
an approved computer controlled hydrostatic drive chip spreader with variable width spread
hopper (18 feet) for accurately metering and distributing the aggregate uniformly over the
roadway surface. Before use on any job, the chip spreader shall be calibrated for the
particular cover aggregate to be applied. The forward speed of the chip spreader during
calibration should approximate the speed required to remain close to the distributor.
Roller
Rollers shall be self-propelled pneumatic-tired type rollers, each weighing not less than 10
tons. A minimum of three rollers should be used. Two rollers should be kept close to the
chip spreader at all times so as to make the first pass of the roller over the cover aggregate
before the emulsion breaks, while the third roller does the back-rolling.
Power Broom
Brooms shall be motorized with a positive means of controlling vertical pressure.
HaulaQe Truck
Cover aggregate haulage trucks shall be equipped with a suitable hitch for connection to the
chip spreader. The truck should be designed to avoid contact between the truck body and
the chip spreader at all times and the truck body should be modified if necessary to empty
cleanly and completely into the hopper of a self-propelled chip spreader. Spillage of cover
aggregate onto the road surface when the truck is emptying into the hopper will not be
tolerated.
Other equipment necessary to perform the work as specified herein or as designated by the
Engineer, shall be subject to approval by the Engineer before its use on the work.
Additional units shall be placed on the work when, in the opinion of the Engineer, it is
considered necessary in the order to fulfill the requirements of these Specifications, or to
complete the work within the time specified.
Preparation of Roadwav Surface
All holes in the surface, edges, and edge breaks shall be patched. The holes and breaks
shall be thoroughly cleaned of all dirt and loose material. For shallow holes and breaks, a
small amount of asphalt shall be placed in the bottom of the hole, covered with aggregate
thoroughly tamped or rolled. For holes 1 inch or more in depth, a premixed material of
III - 14
N IPRO.lFr.T!';I05-03 2005 Chlo Seal ProoramIProlecl ManuallManuallComolele Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
aggregate mixed with asphalt as determined by the Engineer shall be used. Asphalt used for
patching shall be heated to the temperature range of 125 to 185 degrees Fahrenheit.
Before placing the premixed material in the hole, the bottom and edges of the hole shall be
swabbed with asphalt. The premixed material shall then be placed and thoroughly tamped or
rolled. A small amount of the fine screenings shall be spread on the top of the patch.
Larger depression areas shall be corrected by pre-leveling with premixed material or with
successive applications of bituminous surface treatment as directed by the Engineer to re-
establish a crown section.
All cracks and joints shall be cleaned with a stiff-bristled broom and compressed air.
After cleaning, all cracks less than 1/4 inch in width shall be filled with straight CSS-1
emulsified asphalt and topped with sand. All cracks and joints greater than 1/4 inch and less
than 3/4 inch in width shall be filled with either a sand slurry or rubberized asphalt.
Cracks larger than 3/4 inch in width shall be filled with a sand slurry. Application of the sand
slurry or rubberized asphalt shall be as follows:
Sand slurry
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent Portland cement, water (if required), and the remainder clean 1/4
inch-O paving sand. The mixture shall be poured into the cracks and joints until full. The
following day, any cracks or joints which are not completely filled shall be topped off with the
slurry. After sealing, the filler shall be broomed or squeegeed flush with the existing
pavement surface and allowed to cure prior to constructing the asphalt concrete overlay.
Rubberized Asphalt
The sealant material shall conform to AASHTO M 173 (ASTM D 1200) and have a COC
Flash Point (AASHTO T 48) of 400f minimum. AASHTO M 173 (ASTM D 1200) is modified
to delete the Bond Test requirement. AASHTO T 48 is modified to require careful agitation of
the rubberized asphalt sample during testing to prevent local overheating. Rubberized
asphalt shall be applied in accordance with the manufacturer's recommendations. These
recommendations shall be furnished to the Engineer by the Contractor prior to the start of
work and shall include recommended heating time and temperature, allowable storage time
and temperatures after initial heating, allowable re-heating criteria, and application
temperature range.
The cracks shall be blown dry using the hot-compress air-lance (HCA) before being filled with
rubberized asphalt.. The hot-compress air-lance shall provide clean, oil-free compressed air
at a volume of 100 cubic feet per minute at a pressure of 120 pound per square inch and at a
temperature of 2,000 degree Fahrenheit. Care shall be exercise to keep the lance moving at
a pace that will avoid burning the surrounding pavement. The crack sealant shall be placed
and finished within 5 minutes after heating with the HCA lance.
Filling shall be controlled to confine the material within the crack or joint. If, in the
opinion of the Engineer, the Contractor's method of filling results in an excessive
amount of sealant on the pavement surface, filling shall be stopped and the method
changed. Any overflow shall be cleaned from the pavement surface.
All costs for patching and crack sealing as described above shall be compensated by force
account.
I1I- 15
N'\PROJECTS\05-03 2005 ChIp Seal Program\ProJect Manual\Manual\Complete Manual DOC
Preparation for Seal Coat
The existing bituminous surface shall be swept with a power broom until it is free from dirt or
other extraneous matter. Hand push brooms shall be used to clean the omissions of power
broom. In addition to power and hand brooms, the use of other equipment may be necessary
to thoroughly clean the roadway prior to the application of asphalt. Berms created by the
removal of dirt or other foreign matter shall be evenly distributed over the roadway shoulder
or slope.
Temperature and Weather Restrain
Asphalt emulsion shall not be applied to wet material. Subjected to the determination of the
Engineer, asphalt emulsion shall not be applied during rainfall, sand or dust storm, or before
any imminent storms that might damage the construction. The Engineer will have the
discretion as to whether the surface and materials are dry enough to proceed with
construction.
The application of any asphalt to the roadway shall be restricted to the following conditions:
1. The roadway surface temperatures shall be at least 60 degrees F. and the air temperature
at least 60 degrees F. and rising, or
2. The air temperatures shall be at least 70 degrees F. when falling and the wind shall be
less than 10 mph. As estimated by the Engineer.
3. There shall be no rain in the weather forecast for a minimum period of 24 hours.
4. No asphalt shall be applied which cannot be covered one hour before darkness.
5. Construction of chip seal on any traveled way shall not be carried out before May 15 or
after August 15 except upon written order of the City Engineer.
ApplvinQ Asphaltic Emulsion
Asphalt emulsion spraying shall not begin before the following items have been checked:
a. alignment of the nozzles in the spray bar.
b. that all spray nozzles are of the same size, and are not nicked or damage.
c. that every spray nozzle is clean and free from clogging.
d. height of the spray bar above the road surface.
e. application temperature of the asphalt emulsion (as recommended by the asphalt
emulsion supplier).
The distributor shall not be permitted to start spraying until the chip spreader and loaded
trucks are in line and ready to apply the cover stone, and rollers are ready to roll the cover
stone immediately after it has been spread, and before the emulsion breaks. Before spraying
begins, a line shall be placed along one edge of the road as a guide.
Applying asphalt emulsion shall be discontinued sufficiently early in the day to permit the
termination of traffic control prior to darkness. Asphalt emulsion shall be applied to only one
designated traffic lane at a time and the entire width of the lane shall be covered in one
operation. A 4 inch wide of inside strip of uncovered asphalt emulsion shall be left when
constructing the first half, to provide center joint overlap when the second half of the chip seal
is placed. Asphalt emulsion shall not be applied a greater distance than can be immediately
covered by screenings, unless otherwise permitted by the Engineer.
To obtain smooth, well constructed transverse joints, the cut off of asphalt emulsion shall be
made on building paper or similar material spread over the surface. Building paper shall also
be placed over the treated surface for a sufficient length at the beginning of a spread to avoid
spraying existing pavement or previously placed screenings and so that the nozzles are
spreading properly when the uncovered surface is reached. The building paper shall then be
removed and disposed of in a manner satisfactory to the Engineer.
1II-16
N:IPROJECTSI05-03 2005 ChIp Seal ProgramIProject ManuallManuallComplele Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IHI
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The asphalt emulsion shall be applied at the rate of 0.5 Gal./S.Y. for 5/8" rock and 0.4
Gal./S.Y. for 3/8" rock. This application rate may vary due to the roadway condition. If the
newly sprayed asphalt emulsion is found to be too lean or rich at the specified rate, the
Contractor shall field adjust the application rate as directed by the Engineer or his designated
representative.
ChanQe in Grade of Asphalt Emulsion
At any time during the progress of work, the Engineer may order the use of other grades of
asphalt materials in substitution of the grades specified.
If the market price of the grade substituted is higher than the grade specified, the difference
will be added to the unit contract price for asphalt, or if lower, it will be deducted from the unit
contract price.
ApplvinQ Crushed Screening
Truck loads of cover aggregate shall be in position before any asphalt emulsion is applied.
After the asphalt has been sprayed evenly over the roadway surface, aggregates shall be
evenly applied immediately at the specified rate over the full width of a traffic lane by mean of
a chip spreader equipment in one operation.
The aggregates shall be spread in such a manner that a 4-inch strip of asphalt is left exposed
along the longitudinal joint to form a lap for the succeeding applications of asphalt. The joint
between adjacent applications of screenings shall coincide with the line between designated
traffic lanes.
Operating the chip spreader at speeds which cause the chips to roll over after striking the
bituminous covered surface will not be permitted. Thin or bare spots in the spread of
aggregates shall be corrected by hand spreading.
All aggregates stockpiles shall be watered down to provide aggregates that are uniformly
damp at the time of placement on the roadway.
The cover aggregate shall be applied at the following rate:
. Multiple chip seals the first layer shall be 25 to 30 pounds per square yard and 20 to
25 pound for the second layers.
. Single chip seal shall be 20 to 25 pound per square yard.
RollinQ
Two pneumatic rollers should be kept no more than a 100 feet away from the spreader at all
times, and should make two initial passes over the cover aggregate before the emulsion
breaks. A third roller should apply the several roller passes require for back rolling. Rolling
should proceed from the outer edge to the center, with each pass overlapping the previous
pass by one-half. The maximum rate of roller travel shall be limited to 5 mph.
Upon completion of back rolling, public traffic shall be controlled with pilot cars and routed
over the new seal coat for a period from two to four hours. The exact time shall be as
determined by the Engineer.
Traffic Control
The Contractor shall provide all material and labor needed to control traffic in accordance
with his approved traffic control plan. Traffic control system set up for construction shall be
considered as included in the unit contract prices paid for the various items of seal coat work.
III- 17
N-\PROJECTSI05-03 2005 Chip Seal Program\Pro)ect ManuallManual\Complete Manual.DOC
Brooming
The completed surface shall be allowed to cure overnight and shall be broomed off the
following morning before 10 a.m. If brooming causes aggregate to be turned or if the
Engineer determines that additional cure is needed, the Contractor shall broom the roadway
as directed by the Engineer.
If after completion of the initial brooming, the Engineer determined the need to remobilize for
additional brooming, the Contractor shall rebroom the areas designated by the Engineer.
Correction of Defect
Omission by the distributor or damage to the treated surface of any coat shall be immediately
covered by hand patching with asphalt in adequate quantities. All costs incurred by the
Contractor, in coating omission and patching, shall be included in the unit contract prices for
the materials used.
Defects such as raveling, lack of uniformity, or other imperfections caused by faulty
workmanship shall be corrected and new work shall not be started until such defects have
been remedied.
All improper workmanship and defective materials resulting from overheating, improper
handling or application, shall be removed from the roadway by the Contractor and be
repl'aced with approved materials and workmanship at no cost to the City.
Asphalt Fog Seal
A fog seal of Asphalt CSS-1 shall be evenly applied to the completed surface at the rate of
0.07 to 0.18 gallons per square yard. Immediately prior to application of the fog seal, the
road shall be broomed of any loose aggregate. Asphalt shall meet the requirements of
section 9-02.1 (6) of the Standard Specifications and shall be mixed with not more than 40%
water. Streets shall be fog sealed within ten (10) working days of completion, weather
permitting.
The unit price per ton for "Asphalt CSS-1 h" shall be full pay for furnishing and applying the
asphalt emulsion.
Measurement
Quantities of crushed Screenings to be measured by the ton.
Asphalt emulsion of the grade specified will be measured by the ton in accordance with
Section 1-09.1 of the Standard Specifications.
Asphalt for fog seal will be measure by the ton, before dilution, in accordance with Section 1-
09 of the Standard Specifications.
Traffic control labor will be by the hour for each hour a person is actually performing the work
descriped in Section 1-10.3(1).
Additional brooming will be measured by the hour.
Payment
Payment will be made in accordance with Section 1-04.1 of the Standard Specifications for
each of the following items that are included in the Proposal:
"Asphalt emulsion RS-L TP", per ton
"Crushed Screenings 5/8" to 1/4" ", per ton
"Crushed Screenings 3/8" to #10", per ton.
"Additional Brooming", per hour.
III-18
N IPROJECTSI05-03 2005 Chip Seal ProgramIProjecl ManuallManuallComplete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"Preparation of Roadway Surface", per force account.
"Fog Seal after 8.S.T.", per ton.
"Fog Seal A.C. F?atches", per force account.
The above prices and payments shall include full compensation for furnishing all labor,
materials, tools, equipment and incidentals, and for doing all the work involved in constructing
the bituminous surface treatment, complete in place. Any work which is essential to the
construction but for which no bid item is included in the Proposal shall be considered as
incidental to other bid items in the contract.
.HI - 1'9
N IPROJECTSIOS.o3 200S<:hlp Seal ProgramlProJecl Manual\ManuallComplete Manual.DOC
DIVISION 8
MISCELLANEOUS CONSTRUCTION
TEMPORARY PAVEMENT MARKINGS
The work shall consist of furnishing and installing temporary pavement markings. Temporary
pavement markings shall be provided when permanent pavement markings are eliminated
due to construction operations. Temporary pavement marking shall be maintained in
serviceable condition until permanent pavement marking are installed. Only Temporary
Center Stripe pavement marking installation are required on this contract. Temporary Center
Stripe is defined as follows:
Temporary Center Line
A broken line used to delineate adjacent lanes of traffic moving in opposite directions. The
broken or "skip" pattern shall be based on a 40-foot unit, consisting of temporary raised
pavement markers based on a 40-foot blank gap.
The material for temporary raised pavement markers shall be approved by the Engineer prior
to installation.
Measurement
Temporary Raised Pavement Marker will be measured by each marker installed.
Payment
"Temporary Raised Pavement Marker", per each. The unit contract per each shall be full pay
for furnishing and installing the markers.
The installation of permanent pavement markings shall be done by City forces.
III - 20
N'IPROJECTSI05-03 2005 Chip Seal ProgramlProJecl ManuallManual\Complete Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
STANDARD PLANS
The Washington State Department of Transportation's Standard Plans for Road, Bridge and
Municipal Construction, up to and including any official changes to these Plans issued
through September 1, 2004 are hereby made a part of this contract. Any conflicts between
the Standard Plans and other parts of this contract will be resolved as stated in the Order of
Precedence at the beginning of Part III.
SUBMITTAL REQUIREMENTS
The following is an index of the section contained under Submittal Requirements:
SR-01 Material Submittals
SR-02 Design Submittals
SR-03 Progress Schedule
SR-04 As-Built Drawings
SR-05 Other Post-Construction Submittals
SR-06 Itemized List Of Submittals
SR-01 MATERIAL SUBMITTALS
The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed in
SR-06, "Itemized List Of Submittals". All material submittals or resubmittals shall be
accompanied by SR-07, "Submittals Review Form". The location of the specification for each
of these items in the Standard Specifications or Special Provisions is indicated in SR-06. If
the item description for the material submittal is not the exact brand or model specified in the
Contract, then 3 copies of the manufacturer's descriptive literature, catalog cut-sheets, etc.,
must also be included with the submittal package.
The Contractor shall clearly indicate on all material submittals and copies, the submittal
review package number (starting with "1" for the first submittal review package), submittal
item number (from SR-06) and the exact item selected. In all cases, the Contractor shall
enter the exact brand and model on the "Submittal Review Form" for that particular item.
All material submittals shall be submitted within 28 days after award of the Contract. The
Contractor should allow 14 calender days from receipt by the City Engineer for review and
approval or rejection. For each material resubmittal required, the Contractor should allow an
additional 7 calender days from date of receipt by the City Engineer for review and approval
or rejection. Except as provided herein, all requirements of Section 1-05.3, "Plans and
Working Drawings", of the Standard Specifications shall apply.
NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION
OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS.
NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT
APPROVAL AS REQUIRED BY THIS SECTION.
III - 21
N IPROJECTSI05-03 2005 ChIp Seal ProgramlproJecl ManuallManuallComplete Manual DOC
SR-02 DESIGN SUBMITTALS
SR-02.1 Traffic Control Plans
See Section 1-10.2(2) of the Standard Specifications, as modified by the Special Provisions,
for submittal requirements for Traffic Control Plans.
SR~3 PROGRESS SCHEDULE
See Section 1-08.3, as modified in the Special Provisions, for the submittal requirements for
a Progress Schedule and regular updates.
SR-04 AS-BUILT DRAWINGS
Requirements for maintaining As-Builts for the work completed under this Contract are
specified in Section 1-05.5 of the Special Provisions above. Final As-Builts shall be
submitted to the City Engineer at or before the final inspection for review and approval. As-
built drawings must be approved by the City Engineer before final payment will be made.
SR-05 OTHER POST-CONSTRUCTION SUBMITTALS
The Contractor shall furnish the City Engineer with all other post-construction submittals
required by the specifications, whether or not listed on the submittal review form. All results
of tests the Contractor performs as required by the Contract for quality assurance such as
compaction tests, pressure tests, or bacteriological analyses shall be submitted to the Project
Engineer whether or not the test meets the performance standards as required by the
specifications.
SR-06 ITEMIZED LIST OF SUBMITTALS
Below is a summarized list of the submittals required under this contract.
Edit this list:
ITEM APPLICABLE
NO. DESCRIPTION SECTION
1 Material Submittals
Asphalt Emulsion 5-02
Crushed Screenings 5/8" to 'Xl" 5-02
Crushed Screenings 3/8" to #10 5-02
Fog Seal Emulsion 5-02
2 Design Submittals
Traffic Control Plan(s) 1-10
3 Progress Schedule 1-08.3
4 Final As-Builts 1-05.5
5 Post-Construction Submittals
Certification of Construction 6-11.9(8)
III - 22
N-IPROJECTSI05-03 2005 ChIp Seal ProgramlProJecl ManuallManuallComplele Manual DOC
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART IV
ATTACHMENTS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment A
Washington State Prevailing Wage Rates for Clallam County
I
I
SlaJ9 qfiV'(a~!llng!on
DEPARTMENT OF LABOR~D ll11DUSJRIES
" PreVallltl\1Wage SeC\Jo~,-"rliiep~~'(380) 9di-~u
f?O'BoX44540. orYinpla;,.wA~.98504-4540:
WashiQgto,n State Pre:vailing Wage RatesrOT .PublidtVorks Contracts:
The PREYAIL~G WAGES listed'lltlre Includ~ boU1;tl1'e'hOUrty W?ge IJlte<,~ trnr hOurly, rate ~ ftlljg:90 benfjfi~
On pub~!1,Wf:ll;~ ~cls,..wqrlc~r~' wage allf!,~en~fll..rat!S ~t ac;!d boolless;than this 1$1. A:bne!,
d&$1]'!pllOl),Ofovet:time ,~1d1Il;ltioljJ.99ujremen~S lSilf.oVideCI ~ tlJe, Bllnefrt 'Col;le:Key..
I
CLALlAM COUr'lTY
EffeCtive' 00:.'03-05.
, **.......********************'******'******'******'Idi*******...~*********~*****************~***~~~~****
I
passlfjeatiOO
ASBE~1;OSABA'fEMl;JIlT \(IIQRKERS
:JOl}RN;Y;L,&EL ' '
BOIL~ERS<
, . :nJRNE . LiN:
~RIC~~P.tlRElt~~S6~S
J.QORNEY'CEVEL
CABiijEr MAKhls'{IN:st!OPl'
JqURNEY,L@EL "
CA~ENThR'S
ACO,USTlCAL,wORKER
,B~lrr~E< 00C~~lJ,W1~F~e.,~ENTERS
CARPE~rER
C'RE099\~ '~mR"'+
DRYWAlL APPLICAtOR
flOOR, F,!tJlSI'lEI'!.
ROOR tAYER
.ROOR sANnER
MtlrWRi~HT ~b_MACHINE'ERECTORs
1?JI-'EOiUV'ERS, DRI\lING. 'pullING: MING COlkARSAND WEL:OJNG"
~WfIl81
'SHINGLER
$TATlONARY POWER SAW,OPE9ATOR
'Sf ATlQNARt Wooow6t<<<tWl$''!OQl,$\
CEM,ENUJ.ASONs. .
, JQUj1Ngy.,l,EVEL
DlVERS:& TENOERS~
DIVER
OI\l'ERJ'~[}I;R ,
DRECGl;:WORKERS' .
~1,STftNT ~~lttEER'
ASS/ST.ANT MATt;(OECKHAAO)
BOP.J:MElIl '
'~GINEl;;R:waOER
LEvERMAN.HYORAUllC
~iNJalANCE
MAtES' .
OILER:
DRYWAlL. 1AP,ERS
JOURNEYl.Bva
ELECTRlc\t,\N$ . INSIDE
.CABLE sPUCER.
~hE SPLiC~,{11JNNEL)
\:ERTIFIEO. WEl.J~ER
C};RJIF'IE,o'W,ELD€R (tllNNE~
\C6r\1SjRtJOTION STOCK PERSON
, J0JJRNb:Li~va
Jd(jRN~Y,lWID. '(TUNNEL}" .
ELECTRlqlAfiS -'PQWERL~E'~ONSTRU~TIO~
'CABLE St>t/CER
CERTIFIED LlNEWELUER.
GR{)UNDPERSO~ ,,-
HI;AO GROUNOPE~SQN
P~ge.1
PRbV)\ll,ING
~
''!32',G:1
.$44.91
/$39 JH'
$14,~7
~!(11'
, $38~95
.~.8 '95
.\$39:ti5
.$39.63
m.j)8
'$39j)~
$39:00
'$39':95
m:'15
~3~,9~
,$39:08
.$39~08
$39Jfs
$3,~-6'1
$80.62
$41 ;7~
,s3?:S2
$38:16
,m_52
$39.51
$41 "04
$3IU~
$39:52
$39:'6
$39.~44
$4liS1
,$5'3.3t
$4U:~
$S1.3h
$24.33
$46.00
$49 :51
$Sa.S4
$46:3'1
$33~6'4'
,$35.46
~S~~~1it Code' KIlY)
Over
TiftI~ '~oijday 'N~
~, ~ ~
1N :50
't8 '5~
1M ~
t
~ pO
1M '50
'tM sO
1M sa
'1M :50
1M '51}
.1M '~
1M 5P
1~ M>
1M '59
'4i.J 9,0
1M 511
1M ;5l}
N <qn,
'tII! :5D
'1M 50 8k
'1M p,O
-18 ~O 'SJ;.,
1B '50 :at
AS '5.9 -lll-,
~B 'so a.
'is 50 ~:
.1B :5Q 8L
1B ,so at.,
11?- 50 8l,
1~ :5~
10 $1-1
"Ie ,llH
,10 6l'i
~O ,6J!
to 6H
Hi ~H
10 'SH
41': '5/\
4* eA
4A 'SA
4A '5f'<
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G~L'-AM. COUNTY
EffeCtive ~
< *******~*****************~~******~***~***~****~********,****'A".~J.'iX.'I.."'"1A"""***,*****,,**,*~~~~,*
1See aEln&1il CO<;t& Key)
Ovec ",' ."
Time Holiday Note
~ Code Code
I
I
I
I
Classificatibn,
,l-fEAVY L111lE'EQUIPMENT OPERATOR
JAcKHAMMERqPERATOR
JOURN EY LEVEL llNEPERSON
ilN~ mUIF'MENrOPERATOR
'OOLESPAAY:ER' '
POWDEIWERSOj'S
EttCmONrC &:TEtECOMM UN1CATtON TECHNICl#;IS
~~9BNEYtF'YEL
EL:EVATOF CONSTRUCTORS
MltCHMlIC
MgCftliN ic IN C HAR'G E
FENCE EBEGTQ8$
'F8\lCE ERECTOR
FtNCEJABORER
FtAGeERS
,JO,URNEY L&EL
GLAtJ!!~$> ". '
,JOURNEY:U:\(EL
HE~T~,PROSr \N$ULAT08S AND ~EST9$ ~O~t;RS
MECHMlIC
HOD cARRIERS '& MASON TEN Dj:RS
. 'JQIJRNEYJ.EYEL '
iNtJ#D BOATMH"
'CAPTAJN" , .
cook
:OfCKHAND
'ENGINEERlOECKHMlD
~TE. LADNCH OPERATOR
INSl.\b;JI9NAf>PUCATO RS:
, ."JO\jRNEYLEVEL
tROIf,NORKERS
ie,URNEY LEVEL
LABORERS'
" "spJ,jA!.TRAK.ER
BAi.t.A~T REG\JLArqR Mp.,c1;!INl"
BATCH WEIGHMAN
BR!JSHCUTTER
BRUSH'HOG FEEDER
:eURNER$ ,
CARPENTER TENDER
;CASStON~dRl<ER
CE;MENTDUMPERfPAVING
CEMENt F(N~HER TENDER
,CffANGE",HOUSG tAAN ,OR DRY' SHACK~N
4HiF>PING GUN lOVER 30 LB$}
CHlPPII\fG GUN,(UNO];:R'SOLElS,
CHOKERSElTER
CHUCleTENDER,
CL~-UPLAaoREf1,
CONCRETE DUMPERrCHVTE OPEMTOR
'CONCRETE'FORM STRIPPER . ,
,9PNC,Rf1:E'SAW OPERATOR
'CRUSHER. Fl:fOER
CURING LABORER'
O~MOL1TlON, WRECKING aMOVING (lNCLUOING CHARRGb
PITCH DIGGER < . <, ",-" "
OlVER
DR1Lt OPERATOR:IHYDRAUUC. DIAMOND)
I
I
I
I
I
I
I
I
I
I
I
I
Page-.2
I
I
I
PREVAILING
WAGE
$4G.37
~-#
,$46.37
:$39.50
.$46:3~
$3M6
-$1-~ jl7
$52'.21
$51.41:
$13.80
:$1(llq
$2.t$
~9i9&
$41.93
,$33.09
$35:14
~$3P'.11
$2,9.09
$31,;fl~
,~.24
~20.5(t
,$~.12'
$33i09
$32.~f
$27.93
$32.61
.$32.61
$32.61
$3i.::a1
$33:'45
$33.09
'$32~~1
$32:61
~;OO'
$$2Jl"1
$32.61
$32.601'
$3Z,l!c1
$33.09,
$32:1)1
,$33,09
-$27 !.93
$32:'61
$3~61
$32:.6"t
-$33 45
$33:00
/fA
ilA
'4A
'4A
4A
4A
5A
:5A
SA
sA
15A
,5A
'1
4A
4A
,6.c:!
~Q
1
,1"
1N
~E
iF:
;$
'5~
.oE
'IN
50
sa
,58
5B
'58
5~
'11<
.1'"
1K
11<'
11<
18 SA
'1N 50
1N ~.D
iN 5'.0
if'! 50'
1N 'sri
1N '50
~ :50
1N '5D
iN qO'
iN -sb
1N .~g
'iN ,~
'1N 50
1N ,50
1N 50
iN '50
1N '50
iN 5D
iN 50
1N 50
1N -5,0
iN 50
IN 5,0
1N 50
iN 50
I
I
CLAlL~M COUNTY
, '~Eit~Ctlve'~' , "
***************~"""'***--#'I'***~~****~~**!<*****!<***-*********",*,~***~
, (See~&lit 13096 K~Y)
over,' ,,,, , '
PREVAltlNG Tillie Hbbilsi Not&
Classificatibn, WAGE '~Code Code
I
<ORa ~OPERATOR. AlRTAAC m.45 1N 50
'OUMP~ ~i;61 iN :$0
EPOxY TE'b"INIC~ $32.S1 11'1 ,(ip
'~9S),ON' CoNr~PJ-:WQRKER -$32"61' '1'~ sp
FPLLERlBUCKlER. CHAIN SAW ,m:oo iN 50
fl~ D1ITAJL.CL~UP!I,"!l ,ti)sllng. v~mlng. wjndoW~l!?nJng:l';jOT $25)J1~ 1tJ ,50
;OOQSlructlol1 ~ebtlt cleanuP) ~~i:~t ~D
'FlNE~RADERS ~N
'F1R12"WAft:H' , $27..93 iN 'S'Ii
'fpRM;SEITSR .$;32.1~:t iN sa
~iOIil :BASKET BulLOER $32:6t iN 'M
,GENERA4~O~ER . . ,~~~1 '1N '$0
,G~ECl;!'ECj(ER &1RAN~!T PERSON $33..09 1N '5&
't31<1NDERS $3f61 'iN 5D
~ROUTMACHlNgTENOER $32:61 iN '9,0
(jP','\RoAAn: E&te:'!'OR< ' $32<,6,1 tN 'so
+tAziRoo:u~n(llAsTEWORt<ER LEVEL A $33.llS iN :50
l:lAZARpOUS Wh>T~'WO~K'ER UNi3,. B ~J)9 '1M 50
'HAZAR DOcrS JNAStEWORKElU.8fEL,C $32:61 iN '5'0
'HIGH SGAl!ER milS 11'1 60
HOj}'CARRII:!RiM0Rt ARMAN m' , ,50
:09 iN
JACKHAMMER $33.9,9 1N '50
tlIsEF(BtAM OPE~lOR $33.1>9, iN '50
MANl'iOU; BUJLOBrMuDMAN $33,OQ iN '&0
MATE~1AL,YAlto~A1'! :$32,~' 1N 50'
MINER $33'As 1N .sO:
:NOZ:Z.LEMAN, CONCRETE PUMP', GREEN CUTTERWtlEN USING HIGH $33.09 1N '50
'PR'SSBURE AIR &;WATE:1WN CONCRETE &.ROCK, 'SANOB1.AST.
laUNITE. sHOTC'R€ff:: W~TER ijl.ASTER
PAVfM.f3'rr;BREAKER: $33~ 1N SD
PILOT CAR $27-93 iN J,{)
flIPEP0'tTENOER" $33:09 1N 53
f'IPF,J<~L1t;!ER (NoJ:.!tiSERT 'JYP1;1 ,$33.Plt 'IN 5a
PIPMYER,& CAUCKER $3&~ iN ,50
PIPaAYER &.cAULKER {LEAD} $33AS 1N '5g
PIPliWRAPF'liR '$33,~ 'iN ,~o
'P6,1\ENO{;R, $32:61 1N '5'8
POWDERMAN m:45 11'1 ~
PoWOERMAN .HELPER' $32,6-1 1N 50
POWERJACKS $33'~ iN 'so
'AAlLROAOlsPlf{E 'PULLER (POWER) $33 09 IN '56
~~:tIMBERMAN" , ' ,$33.~ tN 'sn
.R'~'~ $32:M 11',! '?p,
,RODUER ,$33'M 1N .so
'~AfFOUl EREGTO~ ,$3? '6' iN ~
SCALE PER.sO'fl $32.61 1~ ,;5'0
~JGJ~Al;M&l , " ~i6'1 't~ sO
'SLOPER (OVER 20'j .$33,.09 "'N 60
.slOPER SFlRA YMAN $32..6-1 '1N '50
SPR&.DER (CLARY POWER9R~IMllAR,TYPES) ~..09 1~ W
,SPRJ=e.OE~ (C,ONC~E)' . $33..09 iN '5"0
,Si'Al<~ flOPPER $32.61 1}J :50
'l>jO,GRPI~!;:R $3Z:6l 1N 5D
1e,r.,;iPE,R &.sJ~~ ELtcTRIC, AIR &:GAS $33.09 1N; ',5D
TPMPEfr{MULTIPLEa SELF PRQPELLf;O) $33,,09 '1N 60
TOOLROOM MAN {AT,JOB SITE) $32.6t 1N 56
'TQPPER-TAILER $32.61 'iN ~
TR.6fCK v.eQ~$ $32,61' 1N ,qn
P~g'&,~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ClJ.\LJ-AM COUNTY
E(f~Ctive'03-63-05
"****,*********-~~-~~*****#******-*~~,-**--........~~~*!,****,-<..
~See,Elenefit Code ~y)
Over: ''', "
fime Holiday 'N6le
~ ~ Code
I
I
I
I
Classification
I
'tRACK Ul'IER-(ROWERI
TRUCK:SPQTTER
TUGGER <>PEAATO~
V!~RATiW3 $CRE~t~g.~. OJ~ alOcTR!9}
VIBRATOR
VINYL. Sl:Jl,MER,
WeLnEB.
, wm,pqltllt \J\BQ'R'lm'
'L.ANDSC~E CONSTRUcrlON'
11\~lqAT'9N OF\~~J;RR~t,f,RA'~STIiLI.~S .
LPNOSC,ApE EQUJPt-4ENT ~RATORS Ofl:tRUCK'PRlYERS
'LANOSCAPING,QR.flI..'ANTm lP80lWtS" ." '
LATtiERS
, ." JqURNEYt.EVEL
PAINTERS
JOURN EY LEVEL
,fll}Ast)=~~R$ "
,JO},lfThlEY LEYE!-
PUJIy1BERS.& PIREHlTERS
'JOl!flNEY (~~L,
pOWEKEQUIPMENT ,Op,EBJ\'(ORS
-,ASSISTANT !;N(;lNbER$
,SAPKHOE"t;XCAV,P,..TOItSfjOY& t3YD;& Ul\IOE'~}" , ,
,gp.C1<H~E..~Ct,\YAJ~R. M~V~ (OV~ 3' yo ~ jJNQEff;6 YO)
BACKHOE. EXCAVATOR, SHOVe. '(6 YO'AND OVER WITH
BACKHOES, {75'HP,&UNOERj ,
BACKHOES. (OlltS rs,H!:?}
BARRIER MACHINE (ZIPPER)
BATCH Pt:mtOPEAATo'a. CONCRGtE
'BElT LOADERS CEl.;f9;"''TfNEI'TVPE)' ,
BqBG'AT ,tS1<1(} STEE:Rl
BROOp,AS
BUMP CUT1;ER
'CABLEwA'VS
CH1PRER"
,COMPRESSORS
:coNcRETE FINISH MACHINE "LASER SCREED
CONCRETE, PUMPS
'CONe,REr"!;: fUMP~T!\tiC~~\illT'^1IT1:HiO~ ~;tf'ACH~EI'{T
'CqNVl:iYORS , , " "
,CRANtS. THR1l1Ud:fllS. WITH,^TTACHMENTS
'CRANES. '20 - 4doNS. WITH AvrAtkMEN'TS" ,
C~E~. 4~;rl?t)lS'-,$RTo!'lS.l!NnER 15() FrPF BQ~,(I!'ICLUOiNG
JIB WITt! A'tACHtvlSifrS) , ' , , ,
6fW)i~.1~I9~S." W9,T9N~ OR1S0 FT o~,~QM{lNyL\JD~G J,lB,
WITH ATTACnMENT&l
C~Eq, 200'T6~s;z.o '300TOJJ.~ o~< 259fT' OF"a9~11NCLuq\NG,JIa
WITHATTbC,HM,",~,,,,Y
ClW,lES.A;FRAME. 10T.oNAND UNDER
CRANES:A-FRAME.QVER:io'TON '
>CRANES. OVER'aoo 1;qN$, OR'30~Oj::.eOOM iN~UDIf'lG }JB WITH
,A'TTAGHMOOS
C'RANES..OVERH~O. BR!O'GE fYPEJ 2b. 44,TONS):
,C'f3AN!;~ O\lERH~ti. ~IOO~Tyf>E'MS.- 9~TONS1<
cAANES: ,OVER}l~O:'BRtDGe:TyPE.'t'tOOIONS &OVER)
CAANES:.tOWER(}RANE UPTO 11'S'IN HEIGHT. BASE,TO BOOM
,CRANE?: JPWE6 CflAN~PVEH.j'W IN,HE1GltJ J~ASE';TO BOOM'
CRUSHERS
I
I
I
I
I
I
I
I
I
I
I
P~e4
I
I
I
PREVA1tING
~
$33.09
$3~S1
m.:09
, ~rlJ~
'-11".:>.09
$32.'.'81
~~$t
,,$33:09
$11.42
$7:B1
$;.~3
$39.63
$3(t1~
,$?5>Jl3
~1)11'
$37.26
$39;1JS
'$40.34
$40,:00
~'~
$39-.98
,$39.im
$39M
,$39~
$$1;26
$37:26
$39:88
Sim:34
$39.88'
~7'-26
$37:.26
$3a.49
$3!lcB8
$39:49'
,~_49
$39,8&
$4u.34
$4'9:86
$41'1Q
$37,26
$:39:49
$41.92
~.~B
$4():84
, $40~86
-$4(fjl6
$41.40
$39.B~
iN
'IN
iN
'iN
'IN
i}J
iN
'iN
"'-
,{
1
,5{)
:so
~p
00
W
'50
:~,
00
1M
2B
'50
;01:;
'1<3, ~
1T' 5b ,a.
'IT 5'0 'eL
'11 00 ~,
1'1' 50 a.
1T fiO ilL,
H '5'0 'ilL,
'iT 50 ~,
11 50 l,l.
'IT' 56 'll.
,11 50 a.
11 SO a
'IT ,5P, eL
1'T 00 'oc,
1T '50 el
'1t 5D :eL,
'1T 5.0. a.
iT ,sa 8L
n '5'0 ilL
1T' M ~,
tT ,50 a.
'1T '50 8L
1T 50 at..
1T ;51) at..
11 ?o ill
1T 50 eL
'1T 00 ~
'IT Ji,O ~
'1T W -~,
iT '50 a.-
tT ;50 a.
1T ,50 'ilL,
1T '50 a.
1'f ,pD '8l
I
I
C~l'-AM GQUNTY
Eff~dive^'~
*_***********_***_******___******"********,,***-,,*****-,,**-******_,,,*,~~"li'.."
v j ,...,..>,..., ^ ,~,' ~" ,~~ h'/~'
{$ee ~neJil C<<le ~Yl
f~vli ' ,'.
'PREVAILING TJrTle Holiday' 'NOte
Class,ficatibrt WAGE Code Code COdIil
'DECK '8'JGINEERfDECl<'WINCHES,(POWER}
OERRlGK'BVlLD1NG
,tlQt:ER$. ~,9 '& Ut>lDER
,OR1LL OILERS "AUGER TYPE. TRud(OR,CRM!EM(jUNt
OR1LtlNG'MACH1N& . , , . "" .
ELEVArOflAND Me-NLIFT. PERMANENT AND SltAFT-TYPJ::
E9UjPt;lB!fT'S~Rv!CE ~MtNa:R,10ICEfij:
FNISHtNG MACt11NElBIOWEtiLGAMACO AND SIMILAR EOt)IP
'FbRK'L1,FtS.13~0 I,.BS AND OVER).
'FO~UFTS. (tiNDER 3000tBS)
GRADE ENGINEER
'GRAD Ec'HECKER AND,5T AkEMAN
GUARD~iLHJt-JCH
HOIST!? 0 Lj('SIl:):~ (ELEV.AtoR:},I\f\iQ MWLltrSj, ~!R TiJ~ERS
HOR1ZOt-J,T AlJ[HRECTIONAL ORILL--LOCAT08
HORIZOI'!tALi,'DlRECTloNALoRILL OPE,RATdR.
:tiV'o'RALU:TsI800M tRucKs' (10 tON'fa,UNDER}
i(!YPf3A!.lFf~BOOM TRuq~s (:O~ER .10 TON); ,
,l;OADEJ~S"oyEfUtEAD{~ Yp UC'TO aynr
.LOADE~.,OVERHEAD (~~O a OVER) . '
lOADERS. OVERj,!EAD (UNDER 6'),Of,~ FEED
LOCOMC>T!VEs,'Ai.L " . , ,,'
MECHANICS. ALL
-MIXERS, :AsPHALT Pv.NT
MQTOR'PATROL GRADER (FINISHING}
~QTOR pAtROL G'AAPER'(NON.F~ISHING)
'MUcKl~G MACHII'!E. 'MO~€,. TUNN'Ii:L ORJI,(~O{ORStuEln ^ ','
PII. D1STRJBUTORS', BlOWERDISTR1BU'UONANo MOl~H SEED IlliG
'OPERAtOR > > " .., ^ ,," .. ^ >
,PAVEMOO BREAKER
PILELlRlVER,(O'rHER- THAN'CRANE MOUNT)
PLANT ,OILER (ASPHALT. CRUSHER}
POSTHOLE; OIl3GEF{. MEct1ANICfli..'
POWER-R.ANT " "
PUMPS:WATER
:GlUAD,9.,jj:{0.AND HD41
REMOTE CONTROl OPERATOR ON RUBBERTlRED EARTH MOVING
,l;Q,UIP , > ,"" , '
RIGG~RANO BElLMAN
Ror:LAGON '
ROLLER. OTHERTHAN PLi'NT ROAD'MIX
;RO,LLfRS"PtANrr:;11XOR MUL TIL[ff :M?ltERtAL~
ROTO,ilAlll...ROTO-GRlNOER ' > > "
SAV)/S. CONCI1ETE
,SCRAPERS:- SELF:PROPEtLED. HARO'tNuiND riUMR"ARTICULATING>
PFF-RoAD EQUIPMENT ( UNDER 4S YO) >
S9RAPj;,~S - SElFPffOf7ELLEr(HAR,O:tfill,END DUMP:. ARTICUlATING
OFF-ROAD EQUIPMENT (4S,YDANO OVERl
SCfW'ERS. 'CONCRETE AAlO'CAij:RyAtl. ,"
:SCREED lVIAN
SHOTCRETE'GUNITE
'SLIPFO'flMPAVERS
'sP'READ'ER', TO?SIOE'OPEAATOR" SLAW KNOX
SUBGRAQE TRIMMER,
TOWERSUCKET ELEVATORS
rRACToRs.iT? HI? &. UNO,ER)'
TRACTORSJOVER 1~:HP)
TRANSFSRMATERIAL SElWtC'€.MAGH1NE
pqge 5
$39' 88
, $40.;34
$39':49
$39',49,
,$3a,S8
$37,26
$39[49"
$39~8S"
$39:?t9,
$31'.2,6
$39' 49
,$3l.26
, $39>>88
-$3~.49
,$39.49
$3!i:sa
$37-,26,
$39.49
'$40:34
$40.86
$39, 8~
$39.as
$40.34
$39;88
,$39089
$39',49
$4(};3'4;
,$37.26'
$37:26
,$39.SS,
W49,
$37 :26
$37.2&
$j7.,~~
,$40'.34
$4!l,j,t
$37,26
$40'.34
$3J;~6-
$39.49
$39.88
$39',49:
$39'.88
$40.3'4
$39.49
$39:88
$372S
$4it:34
$39.88
$39' 88
$39:49
$39.49
$398S'
$39.88
I
1T 50 f:l.
1T ~ 8L
'tT 50 a
>iT *,0 ~!
iT' sn l1t-
IT .S!> 8L
11' :40 8l,
'iT' Q,Q a.
iT so .If.
'IT, '50 a.
.iT 50 8L
'If '50 8L
iT ~fJ ilL
'iT' M :fl!-
iT 50 ~,
1T ~D a
'IT 'S0 .at
'11: 5D a
1t 'w 'ti
iT' ~D eL,
11 :50 a
11- 5n fL.
1T 5lJ a,
1t' ,pD .Ii.
1T ,~g a"
'1T .so ~,
'iT 50 ~
1'[ s~ a.
iT 9.0 '8L,
iT 50 8L
1.T ,s,[) 8L
H :40 8l
11 $0 a.
11' 50 8L
ft' -50 If.
tT '60 8L
11 :51) a.
1T 'SO a
1:r 50 a.
1i' 50 'a-
iT, '59 'a"
iT ,00 ;a.
tT '5D 8L
iT, SO '8L
iT sp, a
11 QO a
11 'so ~,
1T ~D a.
IT fill a.
iT ,60 8L
it '50 ei..
1t. -50 ~:
11 :5\l ll.
110 '50 81.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CLALLAM COUNTY
Eiredlve:,~' ,
******* AAA '*.**'!'*****t*****t**_'!'*****'!'************t****~****:*:!<---'"**,,,****!'-**'!'*'<1>!*JIrl<*~~
($ee~neJit Gode KeY)
Over, ", H"
PREVAILING rll11e Holiday 'Note
elasslficatiOn WAGE Cocl;l Code Code
:rRANS~RTFRS\ ALL TRACK OR TRUCK T't'PE< $40.34 lT 50 a.
TREtiCHtNG MACHINES $39...19 41 $ at.
'(RU~K CRANE OlLE:RJ~BIVER t;I1NPE~ 19))'TON) ~~A9 \T' ~O :at.
Tfl.U~~:CRA~~1:;,qILERlDI<I\(ER:{100 T9W~_ OVER} '$39:88 '1t fiO 'llt.,
1 RUCK MOUNT PORTABLE CONVEYER ,$39,.8$, tT 50 'a.
,WHEI;L:rAACTQRS,J:A~L TYPE. $37.26 '1.1 ,~\) at.
YO vO:PAY DoZER $39:88 4'1 :~ at.
pOlflEJ;fUfJlO CCEARil-NPE T~EE' TRIMMERS
, JbU'RN'P( LEVELlN' CrfARGIt ' $33:0'6 ,IIA 'SA
SPEAr PERSON- $:31.34 4A -~A
TREE~QU1l?MENf'O:R~ TOR $3176 4;A 'SA
TREE'Tl\iMME!'l " " , . $29 43 4b -SA
T"REET.R1WtR GR6UI\fQPE~SON '$21.94 46 ,SA
REFRIG,~ION &' AllrCONprIJONfNG':MECHI>-NICS,
'MECHANIO $2l:6~
ROOf-EaS' /
~QUlWE'(LEVR $35.53 ~'R SA
U~G~ IRRrTI'BLEBIT:1JMtNOUS MATERlALS $38,53 '1R t):{
SHEET IOIET AL WORKERS'
JOURNEYLEVEL (FIELD 'OR SHOP) $46 7.4 U '6L
,soFt FLOOR LAYERS
JOURNEY LEVEL m'~ '1B ,5"'-
SOLAR~C~OlS FOR WIN'DOWS
JOURNEY,LEVEL :$10 3~' ''IB 60
SPRiNl~lttB F[rTER!3 (FlREPR01ECTtON) $~9..S7
Jo,uRNEY:LEVEL ' '1
SURVbYO!iS' ' t
CHAIN PJ;:RSON $9,'$
IN5,T.RUME!'JT RERSON $11.4n l'
PARTY CHIEF $13.40 1
'TEt,l:PJi9NE,L1NE,CQIIlSTRUCTION . OU~IDE
'CASLI~ sPLICER $28~1 2a SA
'Hot~'bIGGERlGROUNO PERSON $15~2 2S :511.
INSrAL(ER (R~p.4.fREa) :$21.16 ?~ SA
JOURNEY,L"EVEL TItLEI'tHbNE LlNEPERSON '$26.~4 2B sA
,SPECIPl.. APP,ARATUS lNST ALLER I $28111 28 ,51'!,
SPECIPl.. .APPARA Tu's. INS! Pl..LER II $27-74 2B SA
TFlIiPHOJ<j.E E.CllJ~t<lENT J;)BE~rOR (l-jfAV"{t $28~t 2~ sA
T'ELEPHONE EQUIPMENT OPERATOR (lIGHT} $26.3:4 '~ 'SA
TELEVISION GROU~1I1f?ERSOI"( ", d' ,$15:.1'2 28 SA
TaEVISION UNEPERSONIINSTALLER $2{l:-\l5 2B '5A
T9:.~ISI~ SYSTE~lTECt'iJ'lrClAI'! $23.82 '28 's).
TaEVJSIONTECHNJCtAN $21.'15 2B sA
TREE TRIMMER' $26}~4 2e M
TERRAZzO WORKERS & TfLESETTERS
JOURNEY.L"EVEL ,$3700 ,1+1 '5A
'TJLE.'!-,ARBLE & TERRI'ZZO FlNISHER~
FINISHEK, ' $30Al6 1H 5A
TRAFFIC coNi'ROL STRIPERS
,}OU'RNfY'LEV'8.. ' ,$3UlO 11< 'SA
TRUCK DRIVERS
~P~T M1X,f10 1S YAf3PS) $36.89 'iT sO 'at.
,ASP,HAi,.T MI)((OVER~e YAfW~t $37".47 It !i,D 8L
DUMP TRUCK $20 :23 1
DUMfl TRUCK'&,TRAILER $2();.23 1
OTHER TRUCJ<$ , $3r~47 it '~q ll.
TRANSIT MiXER $23:73 1
WE~~ QRtl~ERS ~ IRRJGATlON;'PUMPJNStAllER:8 $11 ,60
tRRIGft,TiON'PUMP INSTALLER 1>
PafJe.6,
I
I
CLJ~.q..P.Nl ~,0UNTY
tffectMrU3-03-OS
**"'*:******~~~******~******~*t****~~***~***,_"'**'!'**--~~'I'*<***;*'li*:I<****f(~*
{See Benelil Croe Key)
over: ,<" '
PREVAILING fill1e HOliday' NOl&
,Classification WAGE 'Code Code Code
01LERc
!ii'E~ 'd~!t-iER
P~e,7
,~9,~
$:11.60
I
1,
1:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT COI)E KEY - EFFEtTIVE03-t)3-OS
,*!!*~""~",,,~,.~'";"'!'"""."i."'...~l'';'~''''''~l'.~'''''''.''''''''''.''.'";''~'''''l'!)O'O~;;'~..,.;...'!*....."JO!*~~,...~.~..,.~.
OVERTlMFtCODES:
OVERTIMECALCUI;ATIONS A.1~E BkSED ON THE HOURL YRA TE,J\WUALL Y;Pi\1D:TOTRE"WOlU{ER. ON'Pl.1BLIC
WORKSPROJECrS. THE !touRLY RATE MUST BENOT,tESS TIUN'I'lm PREVArLING'RAn OF WXGE'MINOS TIlE
ROURLY<RATE'OFTHECQST'OF FRINGEBEl'lEFITSAGrUALLY':fROVIDED F9R THKWO~,
AlX HOURS w:q~ iNwcCl!Ss Of EIG,~'(S): HO~,p~ n;:.,y 9R PO'R:ry, ('4Q)'1iQu;RS PER 'WF.E:i'_~B1U>~ At'ONE
AND,bNB-HALF TlMIls'nm~oURL'lRME OF WAGE
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
!'
A.
B.
A!,L:HOURS"WolOOID "ON'SATURDA'YS, SUNDAYS AND HOLIDAYS SHALt: ALSO BE PAID'AT ONIL!NJ),ONE-HALP
~ :fu;ES9UIU;Y ~1;ROF WAG,B.
AtL 4'IQt.1RS: WO~~ o~ ~ATQRD;..JS SAAqi Bt! P AIt> A,1"<?NE }\NQ; o$w.LF. ~~. nm'noWL r .Mti~OF
WAGE )1.,1, HOURS'WolOOID ON'SUtIDA.YS AlID 'HOLlDA YS ,SltALL.BE l' AID' A'1' D01JBLE,lrmkHOtJRl, n~ATE oJl
WAGE,
ALL<H~WORf;ED:0N. siJNDAYssmLlJIlE:~Aw ATDo:tmL'E,~HQUIU.Y'~TlWF'W~91>;
Tmi"FiR~,]UGH! (&)'HO~:O~)ATUR;ti~YS o~ A P1~ . BIGHT ,lIOUR/WOllK Wmnt~' ~fmsT <lifGHT. m
HOURS 'o/9~ ,oNAFIFIft c;:N,.END~DA Y;~~UDIN9 S~AY.l1'M FOUR. <'qlNHQ~ S:CSWULE. ~L,BB
PAID ATONE AND~NB.HALF UMES,nm,HQtJRI;Y RAcTB OFWAGB, ~R01.JRS WORiU!D'IN BXCESS,OF Blom (8)
~otJ'?f~m( DAY b~,SA'fi:mD~Y;'AL~ ~ouM wORXEjHNBx~S~FBIG~J8J.H0pR8'Mi\PlP1V:~AR
~EWAY'Of A FODR,~ WHOlJlLSCHBDtJ4~; ALL HOt,J'RS W9RK?D IN~cess .of ~ (\(})~H9~~:pER f!AY
MONDAYMQUGHFRmA Y;;\lID ALL~HOURS WORKED ON,SUNIlAYS,.wJ) :g6tIDAYS'SH/\.ILJlB;PAID'P,.:TDQlJBl;E
~Hq.t.rnLY,RiA'i,1l PFWA,GF."
ALL)IQ~''Wq~EI5 ,IN~~; OF' lQPER Dft y, ~L~E :PArD.,chT'D(j~tE;~ RQuRl:;X AATE' 9F wi/jm., roe
~st,EI.~T (8)llp~:ON'SA"1'tl1<DAY s~i;131! PAm.t\T'Q~,AND O~-HA,LF''QME.S THE ,g9~y}-p..TE'm:
W~Qr!. ALv,H9UR?^ WORlqID,;IN EX~S 9F, .EIq!gh (8) ~o_URS .oN Sf>.TURIiP;Y.,'AND AtJ,,,1{OURS,wqIug>D O~'
SUNDII.Y8,ANJ)H.oLIDA YS SItALL'BB'PA1I'Mt DOUBLE '!1l:EllOUIU. Y'aATE'OFWAGE.
THE FIR,SUI~T !~)HO~,ON, SA~DAY'SHALL ~El'AlD ~T:9~ ~9~%iALF'TIMBS'I'BEHq~Y ~~ O~
WAGE. ALt HOURS WORKE,!) W EXCESs OF ,EIGHT (8,) liOURS ON.SATOBDAY; A$ ALI,.,aOURS ,'W01U<.ED ON
S~AJ? Al:!IYJ!.ol;IDA-YS;{EXCEl'T J,ABq~ DA'Y}SHl\L1/J~lrPAJD A"DQt[BM~ 'l'fIG l;.og:&;Y !lfI.TB OF WAGE. ALL
H01lRSy.rO~D O~:pAB~R, DAirSIW-LBBl~A1D:Ar TH!3EB TIMES, ~.E:OU~IiY;:RATE OF WA~:
'I'Hi> mST TEN'{JO) HOURS WO~ ON S~'rf!BDAYS ,AND nIB, FIRST TliNt10) H(j:tJRs WOR~D ,Ol-LA FJ:F'.ql
CAW!'lDAR WEEKDAY'1N A.FOUR _ TliN,HOpP. Sc:aEDULE.~L BB,PAm AT, O~ AND .oNE-HALF TIMES nIB
HotJ!tl;Y,MTJi! 'OF WAGE: ALl; ,lrotr.RS WORKED nHXCSSS 6F tEN (io) HOURS PJ:!R DAY MOND~ y"t~O~J;l
SATURDAY'.~' AIkH.oUR:rWORXED ONSQNDAYS AND,.HOLlDAYS SHALL,BE PA1D::AT DOlJB~E THB E.oURLY
RATli oP;WAOJi.
ALL HOURS WORKED ON sATtJRIiAYS (EXCEPT 'NwdwP DA,YS IF WORK IS 1:OS!, DUE TollictEMENtWBA'rHBR
OONDITIONS.oR EqUIPMBNTcBRBAKDOwm SRALLBEPAID AT .oNE AND ONE-HALF TIMES THE HOURLY RATBOF
WAGB, ALL HclURS'w6Rlrnb .oN SUNDAYSfAlID H.oLIDAYS'sHALL 'Bn pAID AT D01JBtE'1'Iffi,YoUIU:Y i<ATE OF
WAGE.
ALL"HaURS WORKED.oN SATURDAY sltALL BE PAID AT O$:AND .oNS-HALF THRHOURI;Y RATE .oF WAGE
WORK'P'EllFOMD aN BUNDA YS SHALL B'E.1>JUD AT DOuBLE 'nilrH01lRLY RATE'OF wAGE. 'wORK pERFoRMED
ON'A,HOLIDAY$l!t\LLBl'} l"AID .oNE AND ONB-HALFTIMaSTHIllR"H.oURLY RATE FOR ACTt!"1\.L lWURS WORKED
PLUS BIGHT (~)'H.OURS OF sTi<AIGn'r TIME,FOI{:J'HB HOLiDA:Y~' '
THE.1!IRST 1!lGHT (S)'HOURs ON SA1"URDAY SHALL BE PAm AT ONE AND .orm'HAt.F TIMES THE HOURL YRATE'OF
WAe,E. ,ALL HOURS VlOISKED IN,EXCBSS OF mGm (8) HOURS Pl\f ~A1URDA:Y, AND ALL ;HOURS W~ .oN
SUNDAy'S AND HOLIDAYS S!W.J; :SUA!D- ATnOtJBLE THB'HOTJRL'Y'RATE:OP WAGE..
AL!- HOtJllS:-VORKBD,ON SATlJIlJ)}. 'YS AND SUNDAYS ,sHALL BE 1>AID Ar,ONE AND ONE-ltfILF m.ms 'TIt!> :H:OVJ;U:Y
Rf.TBORWAGE. ALLHOURS W.o:RKJ!D ONHq1;IDAYS SHl\.Lwm.PA!D A.'r DOUBbE THBIlOURLX:MTB OF'JIIA,GE
ALL HotJRS WORlmD ON'SA'l'URDAYS, SUNJ)AYS AND HOLIDAYS (Bf{<::BPt mA.:NKSGMNGDAY,AND CHlUSTMAS
DAY'iSIW.L'BE'fAIDNt'ONE AND ONE:HAL~"TIMES TiurHoiJRI;Y RA~'OFW;"r::;JiAiL,HOUR? WdJOOID aN
'l'aAf;IKSQIVIl'tGDAY AND,,~~MAS DAYS!tAL"L B~p'~ AT;D~y! TRB,HOtJ1U)Y ~TE'OJ;'W AGE.
ALL HaURS WQ~D .ol:t S~'!"mmA'YS (EXCItPT MAKiuP"D~1S:IF W~:RK ~S L9S,T om;., Tp lNq.:EMENT WBA~
CONDITIONS) sHAL'L BJ:!,PAlD AT 'ONE AND'QNE-HALF ~S THEHQU!U, Y'RAW'OF WAGE. ALtr,H.oURSWORK!ID
QN.suND^YS'ANDHp~mJ\ YS,SHAIiL B~J>AID Nf QOUB~ TInWO~ Y,RA.TE,OFWAG~
ALL HO~ W.oP.UD 'Otl S1\,h1Rl;>AYS (l!xCBPT MAK'~ I?A1S1 S~L;BB'PArD AT p~ #lb pNE-H,~ tIMEs
THE HOUELY'RATli .oF'WAGE. AL1.H.oURS WorornD ONSUND'AYS AND HOLIDAYS Sl!t\LL BE,PAID AT>DOUBLE
THE HddRI}LRATE"oFw,t\GB.
c,
D,
fl,
F.
G,
H.
1.
1.
l{.
L
M.
~.
1:
2.
I
BENEFIT CODE:KEY,..EF,FEC1l1VE 03-03-05'
-1-
I
ALUHOURS WORKED ON SATURDAYS (EXCBPlI'MAXBUP DAl'S1AND SUNDA'YS SHAlL BRPA1D:A.1>ONE AND oNE;.
HAJ<F TIMESJ'HE HOUJU, Y MTE OF WAGg. 1\LL.HO~S ~ER;ON HOL,JDAYS SJ;W,~ BJ3,'l~ "-"I-;I?QUBLB ~
HOuro;~'rn OF WAGE'
Ju.1\iH0Ull.S WORKED,ON,sATIJRDAYS"$HALL'BIl PAID ArT'ONE AND ONEJIAI,1<'1!MES"11mliOtlRLY'RA'rE OIl
W~GB; ;.;u,,)IobRs w6RKEi;) 9J.'<,$UNPAYS.ANP H9I.Jfr!A,Y$;(BxCEP'P~~$;Df.,:18 ~ BE pAiD A:1.
DOUBl;g'J'HE }l:OURLY RATE 'OF WAGE. ALL HOURS WORKED tiN CERIS'l'MAS;DA Y<SHAL'L 9B 'BAltMT TWO' AND
oNE:H;!LF 1'IMES 'rH!iJ!O~~~M'f.$ PFW~.GJt..
A(;tj!,Ot$S WO~'ONStJiIDA.yS.~MLro~:~Lflp~AID AT TWO.~ 'IR1'tH.QQJ,U,"~1:E ~P'WAGE.
AiJ./~QwS W(:)lUmi?p~ s~f,1'~.,~~'P,T.~:UKD~ys> ~ Bli:.1'@ ~J'9NE' ~ O~:il:ALP ~
THE HO~Y RATE.OF WAGE. Att1I0URS Wb1U';:I!D'~ ~~OOP1l1>SATURDA:Y TO .6~OO>>l<M6NDkY'AND oN
H.o;t,.1pA,'YS ~~lH AID A,TP.oU:$J2"'H~~Y~'PE"QFW ~GE.
4L ij9~<woRKBi? ON ShWA~:i~L;)~n ~An?, A;T o.$hw ONE~RAkj:!rJMES .'~ot.nu-jy.~11>'.O~
WAGE. ALL.:gOURS WORKED ON SUNDAYS Al\lD'}l:OLIDA'Y$ (EXCBPUABOU)A Y)~l1/BB!~AlI) AT.TWO TIMES
TI-tft.~Q~i;' RAT~ OF'vlAqE jq.LJrpy?s, "'!1~D 9.~r~OR.p^Y $jA4 B~.l~.^'f'~ ;tI~, ~
HOURL'Y.RATB OF WAGE.
ALL 'HO~ WORKED ONSNI'l.JRDAYS'~ SUNbAyg (E?(aBPTIMAKB-UP DA YS) ~<BE :E'Aro,1.1f ,ONE Am:ONS-
~'nM$1:HE<H01JRiY RA,m 6y"w~~E, ~;~OPR? WqWD,o~'HWD~Yi~)}E)~:^^T Two: ~
nm'HOURIiXRATBOP'WAGE..
ALL H;O,~"WO~,~ EX9f>$5 qF;EI(JHT'($)1!~~ ,PER DAy,,pRFORTY (40) HOURS PER'WBEl':-.sBAtJ.>~n,PAlD'l\T-ONE
~9~1~J;F,J'~S THE.Hq~Y~~ Qf'WAQE,
A. ~ 1)IRS1,~ (6) HOuRs Ol1T'SA~~n~'L}Et'AIJ;> Ai ONE' ifiD 6f-m~HAL?~~'~~pt;tRL:r.,M~. ~
WAGE, ALLROURS W€iRKED IN'EXCESSOF,SPq6)HOURS 9NSATURD~Y-1iND ?J,LRO\JRS,WOlmmU:iNSl;lNDAYS
AW,HOt;IDAYS SH~Ll?EP~~'1' r\V9~S 1iJ;BHO~;(MTE OFw'tPF,;
B; ~VHOl$S;'NORKBIYPl1~6UD'JI.:i~~ ~E:fAD;t~T,ONB.AND O~"l{ALF TIMES ,~fW,t~iFY,MTE -oP W~dE;
C, lJ:,tH:otm~ o/OlUOn) oN ~^,YS'SIW;!/BE p~ A10~M!D O~-1W;F'1}:MSS rHE lto:.'QRLY'~'lj:Q~W,^~
A,LfiH.OURS WORKED ON HO.LtJ:jAYS'SHAL'L BBl'AID-AT'TWO:nMI!ScTHE gO'URL y,nTE'OF'wAUE:' - , -
P:
\<:.
I
~.
I
!,
I
p,
I
W.
I
I
I
D. ALL g:q;tTRS .V;{9~D o~.?~~A YS.ANJ),?UNDAYS's.HA:4.I.iBE l"AlD AT 0NE~ O~-HAL?"~, :nrn H9~Y
RATE "QF WAGE' THE -FIRST'mGHT {al HOURS 'WORKED ON HOLIDAYS SHA'LL' BE,!,AW At STRNGRT. nMI! 'IN
ADtittIONiTq tHE,HOLID/,I.J' PA:'( AfI;Ji9JJRS w..9~'W iP,{yBSS PFEIGKl' -eej l!0UlW l))l,HQl..t6,A YS ~L ~E
PAm AT~ AND ONE-RALF,TIJt1ES1'!m,Hom~:,RATf!P,F 'f(AGE.
E. ALL HOtJRSWdRKEt~N\SATl.JRQAYS O~'lIO~A"lS,tExCEl'.T LABOR'pAY)~lfALLBB:iAID."f..T:ON!; AND o~-
BAJi.;JWES _~ ~OURLY. :Rl\TE l)lt 'o/,J::.GF.. ,4L ljOURS W9~ QN St1NPAY~ PR O!'FL~O~ pAY ,SHALl,. ~
PAlDA'fTW.ovTIMBS;THE HOURLYRATE,OF WAGE,.
I
I
F.
TfJ:E'msT EIGHT (8) HOURS WORX:ED oN ItOLIDkYS S!tALL Bl! PAIDA! THE STRA.1GH'tHbURLY-RAm O1lWAGE
IN APD~'TION T,Q 'fliP HOpDA'Y PAY. l'JiL vH.o~S 'WORKED W EXCES~ OE E~GHT (8)HOUj.l.S O;tfHOLlDA YS SHA1lL
BUAIDATDOUBLE 1lJ:B,HOURL 1'&A:m;oFW'AGE:
ALL HO'ORS WORKED ON .suNDAY SHALL B'B ,PA1D\A:r ,TWO TIMEs TIm HOt.rRt;y RA tg,;()F WAGB, ALL HOURs
WQRKBP"QN l'AIP HOfJDAYSv~.BE'P~ AT<r:wO.AND ONE-HALF ~ rm;lIO~T:RATE OF WAGE
ING:LtJDINGlIOLIDA Y;P A'Y'
I
G.
H.
ALL.HOURS'WORKED:ON'sUNDAY SHAu. BB,pAID AT TWO TIMES.THE 'HOURLY RATE,'0F WAGE; ALL HOURs
WO~D Ol1THOLIDA:YS,SH;\j:,r.BE~ AT O:N,EAND O'NE-J!ALF ~ TIWiIOUJU,Y RA~:OEWA.-qE
~L,llQURS'WORKBt? ON ~A:1f01U'~"lS'l\lID 1tO,LtbAtSf~9B~'!' ~9R DA'i)SHI\LL);lI'(p~ A-T.ONB,AND ~
HALF TlMES"THE HOURLY RATI!' QF WAGE, .ALL HOURS WO:tUtI!D ,ON'SUNDAYS 'AND 'O~ LlffiOR:DAY SHALt. BE
pAll)'j\TJWP ~ nm'Ho~Y:1~A;m.oF'WA9E.
ALL How WORKED OI'i SuNDAYS s1JA1lt; BE)> J\1D kr "tWO m:MES niB .H0URLiY,RA'!Ei)F WAGE ALlutO,uRS
WORM!? ,QN' PAiD HOuDAts;s~ ~ l'NP AT TWO' AND'ONE-HALF n:MES:TfJ:E.HQ~Y~RA'1'EC()F WA'l.'JE,
lNCLUDINUTHBlIOI:;IDAYPA,Y. ALLEOURS WORKBD ON UNPAID HOLIDA YS SHALLsEl'AIP }i!tTWO TIM1!S THE
H01JRLy"M'rnOFWAd~:' " - , - v' ",' "
ALL- HOURS ?,ORKED'ONBOLIDA YS SFfA!,L BEl'AID'ATTWO TIMEs '!HE HOURL "'RA'TB 'O'F,WAGEINJmDITION'TO
~,W~:Gl,l:!AnA y,
ALDHOURS WORX:lID ON SATuRbA Ys. sUNtlA:YS A:NIHIOLIDAYS'SHALL BE l'AfD AT DOWLE TIm'HOuRL Y RAm
QF.WAGE. ' ,v. , ,,,,"'" - <> ." ' " ", , . v, ,.
I
L
I
I,
I
K.
I
M.
I
I
I
I
I
1:'
o.
I
4,
I
I
S, A.
B'
C,
D
E.
G.
H.
1.
N
O.
P.
Q
R
S
1',
V
W
X
Y.
Z
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODEKEY ..EFFECTlVE93-0J"OS
-3.
A
ALl: HOURS ViO'RKED ON :SUNDA VS AND HOLIDA:YS:S!fA1I; .BB P AI!>.A T ONE AND ONE.HA.I;F TIMi!S:;nm RGURL Y
1lA ~ 9:F W^~,
ALL HQURS WORKP,l): I}fEXCBSS QP EIGHT (3) l!9llRSl'BR DAY O~ RORTy- (40J HO~ P~:WE:?K SlfAL~ BE )'AlJ)
A1DOUBLETEB.\HOURLYM.TE OPWAGB. ALJ..1l0URS''WORKBJ) ON SATURDA~S,.SUNDAYS'AND FIOLIDA.:tS
SHALL Ell PAm At DOJ)BLBJ'ijE'HOtlRLY ,~Tlt QF:WA9E,
HOLIDAYXmbES,
~6ttD1!.S:~~W y:gAR~ DA Y..~9:~D~y.}I'IDffi5mpJJ;NqWAJ,LABOR DA,1, ~g~DXj,~Y
AFTBR'!.tiJ\.NN)GMN'G'DA\)ANn .CHRISTMAS DAY t1).
HOUDAYS' : NEW YEAR:'S,DAY; ~OR1AL.DAYr lNDEPe;IDENCB DAYiLABOR DAy.'~SGrvmGDA:YtRRlDAY
AFTE~.~Gt)VINGj)AY. mapA Y)3BFOB$,~TMA~ ~ CH\,USTM!>S pf.",Y (8),
>>OLlp~rS: :J.IfEvt ~~S' D;.1f,. p~t1,$' Jt^!! ~MQ~ D~Y~ ~:BPm..n:i~~ !Z~X" L~OftJ?~X,
THANKSGMNG DAY? WERUDAYAF!BR,TIlANKSO'f\ln{G,DAY:AND CHRISTMAS.D^-Y (~J'
lfO~AYS'. N?W. YEAR'S'DAY. ME~O~ R~VtlNDE~BND~o;l)AY, ~!\BOR DAY; THANK'S.Gl:VlNGJ'AY; TaB
FRIDAY ~:gA~AY AFTER THANKS~J;>AY,~CHlUS'I'MA.S DAY (8). '
HOLIDAYS, 'NBW: ~~'S DAy,.pJ<ESlDBim' DAY, :MEM0roAL 'DAY, INDEPBNDmbB bl'Y. lJAB3JR:,DkY;
fRESIDBNTIAULEOlON bAY, ~<1DA Y,''rHE.mDA Y A1trER 'I'HANKSOMN"O- PA Y;'AND CHRISTl'4As
D~Y(9,~ ,< .
lIOLlpkYS; 'NEW"1'S~S p,(-:y, :MEMORt~ PA-1, rnp:E~!>W>JfNCB: '(:jAY, +AB'O~ D,f.y,"~~!1,D~Y, ~
LASTWORKDAY,BEPORE.CHIUSTMAS DAY,,AND,C!iRlSTMASDAY (7).
HOlJ1)AYS. NEW,YEAR''s DAY, ME:MOBIAL'DAV,lNDEPEWENCB DAY, THANKSGIVING DAy. 'THB D~yfAFTER
~GMNotJAt:l.,~cmus~:(~):
H,91lDAYS' NB'o/^1'JilAR'g PAY, ~O~ 1,54Y ;1,Nblll'.E~B~ DAY, LA?OR P'AYi ~GW:ING DAY,,~
CHIUS'rMAS-DAY (6).
HOLII;lAYS, NBW ~S DAY, PRESIDENTS' pA Y,ME!>4q~p:AY, lNDEPEND:?Nc;B,DAY,L.!\B01~:DA-Y,~'
DAY~:rHAm.SGryrN~ DA Y.THB I:RIDA:y~,~SGIVIm'D~ YiAND ~S'IMfS Pt>Y'(Il)."
PAID HOLIDA.-YS, }lEW ::YEAR'S DAY; W~E!NGTON'S 1l11tTHDAY, 1NDEPENDENCE TfJAY.t IiABGR bAy;
'!HANKSGIVIN'GtiAy"AtIDCHRISTMASDA.Y{6)" .' .",,,
HOr,lDA~: ,NEW 'YEAR'S DAy.Mm1QRJA!.D.,.~.lND;;PENDENC?DAY, LABOR pA-Y.;rH~GlVll~~9 DA Y,FIUD,/\Y
AND SATURDAYAFTER THANKSGlVING'DAY! '1'HBDAY.llBFOR'E CHRlSTMAS, AND CHRtSTMAs'DA Y,(9).
PAID'lIOLIDAYS'. NEW YEAR'S DAY; MBMOlUA.L DA.Y,'IND'Bpl<NJ)ItNCB DAY, tABOR'DAY,1'HAWC.SGIVlNG riAY,
AND,eHRIS:rMASDlI, ),,(6).
PAID HOLlDAy-S: NEW YEAR'S DA Y,.MEMORIAL,DkY ,.lJ:lDEPBNDENCE DkY, LA:BOR~DAy, THANKS~ DAY,
DAY A!'Tl'i.R.mANKSOMNG.DAY, ONE.1WJFDAY'BEFORBcmUsTMAS DA Y"AND CHRISTMAs.DAY, (1:11l),
PAID HOLIDJ\YS, NBW'YEAR'S DAY, PRESIDENTS'DAY" MEMORIAL DAY; INDEFENDENCB,:DAy.,LABOR,DA'Y,
'l'HANKS,G!VJNGDA y, AND, caRTS'f.W.S DAY (1), ..
pAID HOLIDi'lY's' SEv,El'I (7) P~JIHlOLIDA'YS,.,
l?,AID HQ,LID,A. y$: ~'(6);PAID. HOLIDAYS.
pi\lPHOLIDAYS; NINE(9JPAID,HOUDAYS,
HOL'mAY;S' A.FTBR 520WJURS' .;NEW"JEAR'S,:DAY, ~SGfVll:{G DAYAND,'CHRISTMAS DAY, ~ 2080
HOURs _ N1'lW yFAR'S DAY, WASmNGl'ON'S SIRTIIQAy>;MmJO.1<lAL DAY, tND~ENnENCB DA.Y" tABO'R',DAY,
'l'HANKWMN'GDAY; 0H1UShJAS~Al' A.w f;.:PLONflNd HO:yIDA:y'(8).
HOLIDAYS. ~W"Ylj:AR;S DAY, ~ORI,AL,IfAY" lNDEPENDEN~ DAY, LAB0~ DAy'~ P~~lpEN:'Ilj.:L ~N
DA:Y,THANKSGMNGDA:Y; THBPRIDAYFOU,OWlNG THANKSGMNGbAY,AND CHRISTMAS DAy f8~.
lIOLIDAYS: NEW YEAR'S 'DAY, 'MBMOrot.L PAt, lNDllPENDENCB DK'f. LABOR DAY~. YETERA!\lS "DKY',
~SGMNGD1\Y; :'I'fmFRlDf'.Y f$1'BR,THf.NKSGtvrnG'P/f(. AND CHRISTMAS D!\Y (8.)" .
6" A.
),h
O.
D.
H.
r
.,
t.
q:
S.
T,.
U.
V.
W"
X;
8.
I
BENEF:If CODEKEY1-'EFFEC!I'IVE 93-030,05
-4-
I
PAID HOLIDAYS 'NEW YEAR'S DAY;'PRESIDENTS"DAY, MEMORfAb DAY;INDEPENDBNCE DA'Y, lJ\BOR DAY,
~SGMNGDAY.THE~A~'~:IH~SPM~mnAT..~.CHl1,I&TMAS.DAY.(l1), '
PAID. HOLIDAYS NEW Y~:S.wn>. DAX. ~ i'(EAR'UJA y; ~Mo.RlM-,DA7f",INDty'ENDljlP DA'Y:..LAl3~ pAY,
THANKSGIVINGDAY, tHlrFRIDAY~R.nrANKSGtvING'DA'Y, GHRISTMAs1OW'SDAYl AND GHRISTMAS,DAY (9).
HOWAJf~: ;NEW'"YEA:R'S' DA~~.:PRESll?E1frS' DAY, ,~.oR'JAI:,.'DA'Y, 'lNJ)EPENDENGS DAY. LJ\B01l. ,DAY,
'I1!.WKSGMN'GDAY) THE'D~li~AFl'ER 'liIANK.S9MN.(lDAX. 'l'HE LASrWQltt,D.b.:~:'B~ ~~DAY.AND
aIRlSTMAsDA Y (9).
PI\.ID' F<?LtQAYS,: ,NEW YEAf,,'S pA;Y; pR,ESIDBN'l'$'"pAY. ~O~ 'DAY,)NPEPmID~CE~AY. WbR DA'k;
~~gNn{G DAY; 'J:,HF;Ji'lUD.~.}f;A:FfER ~~G pAY, ~:I'M,\SP/>.Y. :rH!'D~Y :a;aFQ~,9~!J1HE;J{M
AI!TBR CHRISTMASDA Y (9)..
HgI,lDA:Yf!: .r:mw YEAR'S:DAY, ~:rlfl' .Ltrr.HER,~G~':l)frY,. ~~.:nAW~~ENDENCB DAY;:LABOR
J?)A;Y;~$9IVING.D~J;~}ll@AY~ mANK~PD~t,'~~Il~D~t {S).,
P~ HOLIi?~!$' NEW xE~'S ~t.~:~~OAADk!Y; !N6~E~~~PJ}y?~q~:Dk*(J ~SGl\$g
DkY, FRIDAx:J\FI'ER: lHANKSGI'(,1l'lGDAY..AND.CHR1SIMASDAY,(1).
. .
I
I
I
I
A
HOI:.IDAYSr~!JEW YEAR'S'p~Yj~p~pAr, ~~m,<C!P!~\,1-A!lO~1?A 1. ~.sGIVI}:tO'.DA:X,
'1'HI!:~A~"~FTER ~~J?KI:nm J.:1!1'>f"WQ~G.pp,.r~~~ c;:HRISn.fA$ DAY.,~
cmustMAs:DAY,.(S)
l'AID.HOEroAYS; NEW YH/IR'S,DA:Y;;MEMQRIAL 'fJA Y; INDBPENDENCE DAY. LABOR DA y~ !nIANK.SGIVlNG
Df"Y;':rHEJ)A~AFi:ER ~~GDA''2''~,'~.s~pDAY. JJNpAWjJ:6~Y~ fRBSll?ENTS'DAY.
P ~)IdLIi:J~YS, NEW YE~'s:i)~Y;:~ORlAi:))~y..INDEPE~~~'1)A:Y:, Wq~D~ y.J'~SGrvffiG
DA~, :mlHOODAY AFTER.:'l,1fANK'SGMNdJ)AY:;CHRlS;rMASEVEDAY~'Al::1DCHRISTMASj}AY (~), .
P AIl);HOliIDAYS: NEW ~'S. DAy",1'RESIDENrW D,A Y..ME.MORIAJ:,.DAY,'lNPPJ>ENDEl.'ICE.DA.Y. LABOR
D!\y,J'H~SG:ryINGl)A Y. 'l'HR'FlUD:A Yi'J'TBR ~myINQ D~Y;'THE/L,..sT'~O~GDAY BBPORB
CHRI.sTMAS'DA y. AN!),CHRlSTMASDAY: <?j.
HOlIDAYS.. NEW ~S DA"}',J;tA.')':BEFQRE NEW YIlAR's DA Y"MEMO!UAL DAY'.<INDEPENDENCIfDAY~
LABOR'DJ\.cY. 'THANKSGIVlNQ. D"AY. THE n,IDAY AFTER ~~.GlVING 'DAy. nm nAy' BWOllE
CHRISTMAs'DAY.CHRISTMAS'DAY~(9} .' , .' , " ' . '
fAI!7~O~" ys. NEW~~P~X;..MEM9~qt\y..lNpEPBNI?EN,CED~y,1A130R DAY. ~SG~
DAY, DAY'MITER ffiANKSGIV!NG.DAY. ClmISTMAS'EVEDAY;CHRlSTMA..S'DAY/EMPLO'YEE'SBIR1lIDAY,
l\ND:ONEDiY,opnmEMPLQW!;~PHOlCE:OOL" " ' ' . . .,', , .
l'~ HOL!PI}YS: NEW YEAR'S);{AY:0D~ Y !3~RE,NEW YI!~:~J?AY~~P~ID~'I1A:Y,~O~~~.
INDEPENDENCE DAY, tABOR DAY,. THANKSGIVING,DA~;DA Y AI!TB.R 'THANKSGlV!N('}':DAY; ~
DAY.D:A:Y"BEF,ORE CHRIS~'D~Y.,(lO).
1'AIl? ROLIDAYS: NEJI ~:S;1?~Y...DA,Y; Bm:0R!'! ~ ~ ~ ~'S DAY. PRBSlDENTS "QAY,
MEMOR!A:L 'DAY, INDEPENDENCE.DA Y,'LABOR, DAY, ntANKSGIVINGDAY. DA'lAFt2R 1'HANKSGMNG
DA,y.qnusTMAS,;DA.Y.DAY1mFORJ> OR,AF?:ER ~nMSl)'Ay,;EMPLO~'S'BIRnroA:Y,{U),
NOTE CODES
THE;ST~YAATE OFPAYFOF,-QIYERS;SHAI+ W Ol'ilE.HALF ~ THE PlVER.SRAT:E,OFP'A.'Y IN AI?!I;llTION'to.
TIIRHOURI:;Y:,WAGB ANIhlRINGE:BENEFfTs:"THE FOLLOWiNGDEP'1'H'.P~.AFPL.Y'TOnEPTHS'aRFIFTYFEET
OR.MOEI!' .
, OYER 50"TO,}OO',.',sr.oO~FOO'l'FOREA'CHFOOJ,OVE('50FEB'n
ov,tiiR '}90', '1;0 }~5' .$2,~~'f>~~FpO'iFPR ~qi;FQ0<10~ i.9St~T
OVER 175' TO. iso' ..is.50JlBRFOO'tPOREAGI>FOOT bVRR-l7Si'BBT,
~250' _ D~;~Y,'WlMli'l'HEJR. OJmpmcB.P'Rq~EP .lTi$'NOLESS 'FRAN M ~i.rsT:IID
FOR 250.FEE't
~ STANPBY'RATE'Of P ,~:Y,F0R'D:rvERs-$HALLJ~E'ONE~F.TIMES ~ DIVBRS MTB..OP,PA Y )N ~DrnONlfO
~HOURI.Y' WI,<GE'AN1H'R1N9E ~.t:l!'FUS,;qm:I;0}:.LOV(1Ng.DEP'IH~~S M'PI/l ,TqJ?EPTH~ OEfillITYFEET
ORMORE , , . _" ' '" -'
OVER 50' TO lOC' . .$t.oo.PE~ FOOT FOR EACRFOOt o~ 'SO'FEEf
OVER,}OO"TCH50', $i50-PE1i;Fb6TVOR1lACHFo01:0VE~;,HYSFWT
OVl3R 150' TO 200,.'$2.o0i'nRFOOTJ!OREAC&FOOTOVlm lS0PEET
OVER 2O<i'."DDlBRS'MAy,NA!k'rnErROW.PRIClC' ..'. ',"
I
I
I
I
I
I
I
I
c,
I
I
I
I
I
I
I
8e D.
I L;
M.
I N.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BENEFIT CODE1O!:'Y..'EFFECTIVE 03-03-0S'
.5-
wORKERS WORKING wrrn SUPPLIED AIR ONRAZMAl PRDJECTS RECErVF/AN ..IDDInONAL'~l.OO PER HOUR
WORKERS.ON,HAZMAT PROmers RBCBIVE ADDITIONAL HOURLY PREMIUMS Ag:1l0LLOWS'. LE.YEL ,A-'$O.1S,
I,BVELlt' $0,50,. AJ:IDUlVBL C:c$O.25,.
W9JdERS'O:l;l' HAZMA.'I:.!iRO.scrS REC:ll.tVl'fAbI?i~bNALHOURJ',y p~.~:FOt;.oWS; LlMl.L~'f;;~'~l sf;()(),
LEVELs~O& D~ SO'.50.
WrournRS ,ON RAZMAT ~ROJEGrS RECEnlB.AD:t>I'tIONAL HOURLY' PREMIUMS AS .FD!VJW'if . uva Ai "L()(),
Ll\~B: SO}5..LBVELC, $0,50, AND~Dl~O.~.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment B
Request for Information and Construction Change Order Forms
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME:
PROJECT/CONTRACT NUMBER:
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
DOwner
o Contractor
DATE REPLY REQUESTED:
CRITICAL TO SCHEDULE: 0 YES 0 NO
ORIGINATOR SIGNATURE:
DATE:
COMMENTS:
RFI Number:
I
I
CONTRACT CHANGE ORDER (CCO) NO.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Project Name
Date
Contractor
Project No.
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order:
1. Describe work here
2. Additional work, etc....
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [
Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing
contract items and/or adds and/or deletes bid items as follows:
Item Descripbon
No.
RFI#
Qty.
Unit
$ Cost Per Unit $ 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:YV DAYS' ZZ DAYS: XX+ZZ-YV DAYS: YV+ZZ
* Amount with applicable sales tax included
All work, materials and measurements to be In accordance With the provisions of the onginal 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 bme with respect to the work described herein, including
delays to the overall project.
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment C
Contractor's Application for Payment Form
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
PROJECT NAME, PROJECT NO. XX-XX
Page 1 of 2
TO: City of Port Angeles DATE:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
FROM: PAYMENT REQUEST NO.
PERIOD From: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Original Contract Amount [Excluding Sales Tax] $
2 Approved Change Order No(s). [Excluding Sales Tax] $
3 Adjusted Contract Amount (1 +2) $
4 Value of Work Completed to Date [per attached breakdown] $
5 Material Stored on Site [per attached breakdown] $
6 Subtotal (4+5) $
7 8.3% Sales Tax [at 8.3% of subtotal], As Applicable $
8 Less Amount Retained [at 5% of subtotal] $
9 Subtotal (6+7-8) $
10 Total Previously Paid [Deduction] $
11 AMOUNT DUE THIS REQUEST (9-10) $
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives
and releases, up through the date hereof, any and all claims for costs or item extensions
arising out of or relating to extra or changed work or delays or acceleration not specifically
identified and reserved in the amounts identified below or previously acknowledged in
writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value
of accomplishment under the terms of the contract (and all authorized changes) between
the Applicant and the City of Port Angeles, relating to the above referenced project, and
that the remaining contract balance is sufficient to cover all costs of completing the work in
accordance with the contract documents.
Continued on Page 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
I also certify that all lower-tier payments, less applicable retention, have been made by the
Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower-
tier subcontractors/suppliers, and (2) for all materials, equipment and labor used or in connection
with the performance of this contract. I further certify that I have complied with all federal, state
and local tax laWs, including Social Security laws and Unemployment Compensation laws and
Workmen's Compensation laws, insofar as applicable to the performance of this work, and have
paid all such taxes, premiums and/or assessments arising out of the performance of the work.
I further certify that, to the best of my knowledge, information and belief, all work for which previous
payment(s) have been received shall be free and clear of liens, claims, security interests and
encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or
entities making a claim by reason of having provided labor, materials and equipment relating to the
work.
Within seven (7) days of receipt of the payment requested herein, all payments, less applicable
retention, will be made through the period covered by this pay request to all my lower-tier
subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out
of the performance of all said lower-tire work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
,20_,
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Attachment D
Project Plan
:g~~
'~!.!~~
8t~II.~
10~1182-+-- 10;;'1;181
1ic1~3 p..C~;:~
1'979501, 2109051:
I~'~~
ir'BN
QICl.'~
2005 Proposed street projects
_ Area A: Chlpseal double
c==:::) Area B, Chlpseal double
c=::::) Area C: Chipseal double
_Area D, Chlpseal double
c=::::) Area E: Chlpseal double
I
I
I
I. ..;
(f)
::xt.
co
II 0
....;
C/)
~
....
I 0)
~
0 F-ront.St.
/ I
II
.~t.
1
I
I
10= 1129
~~Q
I
I
I
I
10= 1214
IP.GI=1161
1975801
I
I
Note costs include fog sealing
I
I
I
'0='1;1~lIio= 1113
P"'C!~1:7 p.t:;IZ81
225340( 1900001
~ ~'u;
~ II ~
8t~~
~~~'
T."~N
QICl.'~
10= 12'13
P.C1~1'0:
2109001
....;
(f)
a:;
....
:J
CO
....J
Rail road Ave.
10'O~27'
1p.81,,-iJl
1881001
10='1:180
'p.~~
1838901
10= 1212
1p...€iZ<>1
'1838901
U)
c:
(5
u
c:
::J
2ttd.Sl
3(d:St.
4'fh-St.
5th.St.
6th-St.
'ltl:rSf
....;
CJ)
....;
,C/)/
<I>
c:
5:
~
(f)
0)
(/)
CO
~
o
>.,
'0
o
.0
CO
0)
0:.
",A
......l?a'-
~',il~
,8~2;~
....;
(f)
t
0)
.0
<i:
U)\
0):
:~,
'C:
':J
W
"'~-
...,'" <Il
l,() !I{eD
1i~~ *
Q--- .....,
<ZI--7th-St.
.'S
'-J,
:+-i<
,(f)}
(/)
'(3
c:
CO
....
U.
....;
(f)
c:
o'
0,'
c:
~
(/)
CO
S
U)
(/)
....
0)
.0
E
CO
~
o
U)
(/)
0)
c:
o
J
\~
0)
.0
::J
..;
(f),
0)
u
CO
c:::
I
10= 1498
)fcl~1;11 _
1250101
10= 1499
)~cl~i3J
1247401
10= 1494
rRCI~6J
12595s1
10= 1505
'I{C1t'6J
1259601
10= 1506
I RCI:g:-O)
12487s1
IQ.= 1508
PrGI~1
1248601
10= 1509
'P.CiJJ;1;
1259701
10= 1510
:~I~~
1260701
("")f~-
;tifl~
Q;~d~
~rat)
~W
Qt~
~~,~
~~fil~
IIr0~N
ota! ..--1
t'~ '-,
Sf;
8
q'
~
8
,...;
(/)
\~
son-{i.\Ie-\Ol
/ ,~ \t;.
10= 132 I 10='133
P...CISii.6--l!aiTrias'en1 E.<;IFe8'
1551201 28290sf
\ '0"
~
o
~
co
.:s:.
~
@O/(>., ,
~6/~ ~
t.
C~rO/~
/II). ,
~St.
10= 1501
'P."'Clm
4509s1
10= 1511
fP.C1;J,'i~41
623201
Q61
'Or,...
,y/~1).
~ St.-
_ F-rdnt.St.-
. O\~\~
00 "t
en ~ ~ N'
~ 1 st-St:-
... -....\: -" -
...;
(/),
'-<;'
\....
,0),
~~
~>
~
~.
'1.>-
\~.
~
~
'?
'2..
\1l
8th_St. (p
("
10= 134 '10=
P.CI~"8---*p.Cii
3674101 875001.
I...""'In.....-N.IDI<Il
H-.:<..,..JLN,...a"~DM'lI1
~
330
I I
F...