Loading...
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...