Loading...
HomeMy WebLinkAbout4.417 Original Contract I I I I I I I I I I I I I I I I I I I <!.<//? ORIGINAL #1 PROJECT MANUAL for ROOF DRAIN DISCONNECTION PILOT PROJECT PROJECT NO. 99-21 CITY OF PORT ANGELES WASHINGTON NOVEMBER 2002 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact Stephen Sperr, Utility Engineer, at 360-417-4821 . I I I I I ,I PROJECT MANUAL for ROOF DRAIN DISCONNECTION PILOT PROJECT PROJECT NO. 99-21 I I I I I I I I I I I I CITY OF PORT ANGELES WASHINGTON NOVEMBER 2002 G~ENN A. CUTLER, P .E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Reviewed by: D~~ -- I EXPlRE~~Iri! ;;~ _ --- -----1 I I I I I I I I I, I I I I I I I I I I I TABLE OF CONTENTS ROOF DRAIN DISCONNECTION PILOT PROJECT PROJECT NO. 99-21 PART I BIDDING REQUIREMENTS: Page No(s). Vicinity Map..............................................................................................................:............ .................. I-I Advertisements for Bids.. ................. .... ...... ... ................. ..... .....:.... ...... ..... ............ .... .......... .................. .1-2-3 Information for Bidders......................................................................................................................... 1-4-5 Bidder's Checklist..................................................................................................................... ................ 1-6 Non-Collusion Affidavit ...... ..... ....... ............ .............. ...... ................. ........ ... ........... ......... ...... ............... ......1-7 Bidder's Construction Experience........................................................................................................ .1-8-9 LIstlng ot Proposed Subcontractors. ......... .... ................... ............................. ........ .................................. I-I 0 . Bid Form..............................................:............................................................................................ .1-11-13 Bid Bond Form....................................................................................................................................... 1-14 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Public Works Contract... .... .... ... ..... ......... ... ... ....... .... ....... ................... ... ........ ... ..... ............ ....... .............. ...II-l Performance and Payment Bond........ ........... .... ...... ......... .................. ....... ............................................... II-8 , ' Escrow Agreement for Retained Percentage. .................. ............................. ..... ............ ....... .................. .II-9 I ,Certificate of Insurqnce............... .................. .................. ......... .'...... ............ ......... ......... [provided by bidder] PART III SPECIFICATIONS AND SPECIAL PROVISIONS Special Provisions ............. ................................... ............................... ....... ............ ........ ..... ................... III-I Detailed Specifications .... ..... ...... ......... .... ............... ...... ... ... ......'........ .... .... ..... ........ ....... ... ..... ...... ....... .... III-9 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. Sample Acord-25 Certificate of Liability Insurance Form E. List of Project Properties F. Project Plans and Detail Drawings I I I I I ,I ,I I I I I I I ,I I I I I I PART,I ' BIDDING REQUIREMENTS City of Port Angeles Disconnection Pilot Project Vicinity Map i\ l \, '~ -ti ex: , t'Cl j 'Iii .1. Q) Port !Angeles Harbor C:c~hjg' ,St ~e/~ -=]~. ur.:J . <\t' (el' ^ ~::1:'~ , "', '", "VI' Q) .~tJ> " ""'" ';r-'~ . ~ Q) "-' "'" ,," /".~, ---'q'l -1;1 ',' ..,::;>1 A ~)' < .."...., 1X1~1"'" '1i ! { -,it.'," I y......' VI --'_ ~''!l;~' '-i- 8.1f.1111; 3ft '< i!:tD r1 I . . i !~ ' ! tt wJ~ ~ ._ "..,ltJ> .... _y- t...- ... ex: ~:::s r J ~ I ~ ~'1-- r~ "" I dU." ~v ! B'(o~ /' ...,....-"'~,,<<.x '11kit~{toc~ii'Ori 'r__ " -^ ^< / ..\~> ::;,,, ' N + )---- ) /- -._~- o 1,5003,000 6,000 Feet Brown and Caldwell - November 2002 ,I I I I 'I ,',I I I I' I I I I I I I I I ADVERTISEMENT FOR BIDS ROOF DRAIN DISCONNECTION PILOT PROJECT PROJECT 99-21 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 2:00 pm, Monday, December 23,2002, and not later, and will then and there be opened and publicly read at that time in the Public Works & Utilities Conference Room for the construction of the improvements. The project will consist of disconnecting all roof drains from th'e sewer lead-ins at the twenty (20) site addresses provided in the Specifications and Special Provisions. The roof drains will be '. , streets, routed to discharge to paved alleys, or routed to discharge to a splash pad. The roof drain connections to the sewer will be capped. The City Engineer's ~stimate for this project is $55,000 to $80,000. The time of completion (performance period) for this Project is forty (40) working days. Bidders must be on the City's 2002 Small Works Roster to bid on this project. Detailed plans and specifications (Project Manual) may be obtained from the office of the City Engineer, City of Port Angeles, upon request. Informa,tional copies of maps, plans and specifications are on file for inspection in the office ofthe 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 cashier's check, postal money order, or a surety bond to the City of Port Angeles in the amount of five percent (5%) of the total amount of the bid. If a surety bond is used, said bond shall be issuea 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 and/or 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. p \20742\005\Contract-Spec 1-2 I I I I I I I I I, I I I I I I I I I I I The bid will be awarded to the lowest responsible bidder. The City of Port Angeles reserves the right to accept bids ~d award the Contract to responsible bidders which are in the best interest oftne 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 received and further advertise for bids. When awarded the Contract, the successful bidder shall promptly execute the Contract and shall furnish a bond of faithful performance ofthe Contract in the full amount of the Contract price. 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. Glenn A. Cutler, P.E. Dilt:dUl u[Public Wurks & Utilities Advertised using the Small Works Roster " p \20742\005\Contract-Spec 1-3 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 Part I in the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be en su ml e. n y one copy 0 e 1 orm IS requIre . 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 ofthe bid, and no bid will be considered unless accompanied by such bid deposit. I I, I I I I I I I I I I I , ' 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 I postponemet:lt therepf. Any bid received after the time and date specified shall not be consideryd. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and executi<?n 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 Contract award will be made 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 rej ect any bid, ifthe evidence submitted by, of investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations ofthe 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). P \20742\005\ Contract-Spec 1-4 I I I I 'I ,I 'I I I >,' I I I I I I I I I I 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 ofthe Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and 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 effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days ofthe execution ofthe 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. Ifthe notice to pI0l;ta;;J ha~ Hul bt::t::H i~~ut::J 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 I regulations of all authorities having jurisdiction over construction ofthe project shall apply to the Contract throughout. , p \20742\005\Contract-Spec 1-5 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%) ofthe total amount ofthe bid? 3. Have the bid forms been properly signed? . . 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. Has the non-collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you listed all Subcontractors that you will use for the project? , 9. Have you filled out the bidder's construction experience form? I I 'fhefollowingforms are to be executed after the contract is awarded: , ., I 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 signatory. C. Insurance certificate( s). p \20742\005\Contract-Spec 1-6 I I I I' I I I I, ! I" I I I I I I I I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON) COUNTY OF cJ(j~ ) ) 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 directl or indirect! induced or solicited any bidder on the above wor~ 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 , I , cpllusion t<;:> I secure to himlher self an advantage over any other bidder or bidders. , I ,d; JPc TiVCt. idder/Contractor " " I' Subscrib~d and sworn to before me this:90 daYOf'~ r P A~, , 20. ~ L- .,_...,.,.. , ... (, . ,,' t)'t. ISO'Aj' .' ~ \ :..... -'. , .... ~ " ~~-A .... ,;. ~ . Qt- " ~.....,. :)/1 \ '~", / '" l) 'J tf' . ..- ; : It' __. ~ : ~ .. otary Public in and for the ~ 1_')' ':.., ~".J. 0 H ~.: v, .: S fW h' ,. - to .. .. . tate 0 as 1 gton. /;, Ofn'.,...... ...- Residing at ~ ,J' ,,' ~~ . ..... ""',11""'"'' My Comm. Exp.: p \20742\005\Contract-Spec 1-7 I , I I I !I :1 ,I I ,I ," I' I I I I I I I I I BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: Horizon Excavating, Inc. Registration No. HORI ZEI051M4 2. Permanent main office address: P.O. Box 3248 Port Angeles, WA. 98362 3. 'When organized: 2 - 19 8 8 4. W here Incorporated: .., - 1995 , I , I 5. How many years have you been engaged in the contracting business under your present firm name? 7 6. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), cdntact name and phone number. ,: none 7. * General character of work performed by your company: Excava ting 8. * Have you ever failed to complete any work awarded to you? no If so, where and why? 9. * Have you I ever defaulted on a contract? no 10. * 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. City of Pt.Angeles 9-2002 Jim Mahlum 417-4800 11. * List YOl.;lr major equipment available for this contract: see attached p \20742\005\Contract-Spec 1-8 I I' I I' I I,'" I I I, I I' I I I I I I I I I 12. * Experienc,e of bidder in construction similar to this,proj~ct in work and importance:, I have 24 years in excavating and 15 years bidding. I , recently completed the Rayioner Trail project for the city. 13. Will'you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? yes * 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: 12-20-02 ~ fi<..~ Bidder's Signature , Print Name: Kurt Bruch Title: President " , p \20742\005\Contract-Spec 1-9 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 USEQ". ' , NA.ME, ADDRESS ANP,CONTRACTOR'S, ," ;, ' ,", > " , ,'>> , ,,",:- " ; , DESCRIPTION,OF WORK REGISTRATION':'NlJMBER " , I li,' " , , ~ ~ ,,' . . . , ' H ~ '0<" '" , . . , Peninsula Cutting cutting , Concrete Concrete P.O. Box 1136 . I ,I Sequim, WA. 98382 . , , PENINCCQ55BP , , I , ' , , I , I ' , , , .1 , , , , ," I I' " , , , , I I I , I , I I I I I I Jd/A l:jj/- 6~1-" SIG A TURE and TITLE Sec/Trea. p \20742\005\Contract,Spec 1-10 I I 'I I I ,I I ,I ,I II' I I I I I I I I I BID FORM , " Honorable Mayor and City CouncIl Port Angeles City Hall 321 East FIfth Street Port Angeles, W A 98362 BIDDER: Horizon Excavating, Inc. REGISTRATION NO. HORIZEI05'lM4 DATE: 12-20-02 The undersigned, heremafter called the bIdder, declares that the only person(s) mterested m thisbid are those named herem; 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 prpj~Gt. ' The bidder further declares that it has carefully exammed the plan, specifications, and contract documents, heremafter referred to as the Project Manual, for the construction of the proposed project " improvement(s); that It :\las 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, mcluding the fact that the descnption of and the quantities of work and matenals, the types of equipment, the condItIons of and the work mvolved as included herem, are bnef and are intended only to indicate the general nature of the work and to IdentIfy the said quantitIes wIth the correspondmg requirements of the Project Manual; and that thIS bid IS made in accordan~e wIth the provisions and the terms' of the Contract mcluded m the, Project Manual. ' The bidder further agrees that it has exercised ItS own Judgment regarding the interpretation of surface mformation and has utilIzed all data which It believes IS pertinent from the CIty Engmeer, 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 descnbed 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: CBIC Bill Gellor of Gellor Insurance Agent Surety P.o. Box 9271 Seattle, WA. Surety Address 98109- 0271 214 E. 1st Port Angeles,WA 98362 Agent Address (206) 622-7053 Surety Contact and Phone Number (360) 452-2388 Agent Contact and Phone Number p \20742\005\Contract-Spec 1-11 I BID FORM I , Unit r nce Amount Detatled Estlmated I quantities for ITEMS WITH UNIT PRICE BID I ' , Item Cents Dollars ' Cents spec1fication Dollars no comparing b1ds (untt pnces to be wntten m words) I paragraph only I 1 3.06 C.1 Lump Sum Protection, Restoration, and Cleanup frur I tin.Earrl zero 4<XXJ ,00 2 3.06 C.2 Lump Sum Maintenance and Protection of Traffic ere , Spec. Provo tin.Earrl , I I 1-07.23 eig-rt:y zero , 1080 00 3 3 06 C 3 Lump Sum Mobilization and Demobthzation , f ifty s:M:I I h.Jrrlrerl I !'; ixtv, furr zero ' 5764 00 4 3.06 C.4 Lump Sum Traffic Control Labor s:M:Il , h.Jrrlrerl 7Prn 720 00 "i ,.or.; r."i 1 r.;RO T .F '_'fir], A RS Pinp ",,(1 F,tt1"o-~ - ~ ~ I t:h:rEe furty 5712 00 , I 6 I 3.06, C 6 103 EA Roof Downspout Connections I , thirty tw:> tvH1ty 3316 60 / I 7 3 06 C 7 68EA Splash Pads eign:€EIl 1,1 five 1275 00 8 3.06 C.8 4CY 3-mch Dram Rock ere I I tin.Earrl I f'; -ft-" <:::; 7Prn 4224 00 I " 9 , 3 06 C 9 , 1,680 LF Excavation (12-mch wtde) I rrire eigrt:y five 16,548. 00 I 10 3.06 C 10 53 CY Backfill/ Compaction sixty , ere fifty 3259 50 I 11 306 C 11 7LF Curb Saw Cut/Grout P1pe into Curb a Ie h.Jrrlrerl fifty nin ~ zero liD 00 12 306 C.12 4EA Wall Penetration IT ~ h.Jrrlrerl I s:M:Il zero 508 00 13 306 C.13 ' 27 LF Auger/Bore Under Concrete S1dewalk fifty <:::ix -mrtv 1522 .80 14 306 C 14 Lump Sum Trench Excavation and Safety five '7<=>Yr'l q)() m I BId Subtotal $ 49,542.90 I Sales Tax $ 4,062.52 Total Bid $ 53,605.42 I I I I p \20742\OO5\Contract-Spec 1-12 I I I I 'I 'I , 'I I I ADDENDA ACKNOWLEDGEMENT The bidder hereby acknowledges that It has received Addenda Nos. 0 to this Project Manual. The name of the bidder submitting this bid and its busin'ess phone 'number and address, to whlch address all commurucations concerned with, this bid and with the Contract shall be sent, are listed below. Bidder's firm name Horizon Excavating, Inc. Complete address P.O. Box 3248 Port Angeles, WA. 98362 (street address) (state) (ZIp) Telephone No. (360) 452-9976 SIgned by ~/J~ TIde President Printed name Kurt Bruch ,I I' , I I I I I I I I I Notes: (1) If the bidder is a partnership, so state, givrng firm name under whlch business is I transacted. (2) If the pidder, is a corporation, this bid, must be e~ecuted by its duly authorized offiCIals. p \20742\005\Contract-Spec 1-13 I I ' I , I "" I ' I I I : , ! I" I I I I I I I I I I I PART II CONTRACT FORMS SUBMITTED , FOLLOWING AWARD OF CONTRACT I I 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 .oj ~ day f by and between the City of Port Angeles, a non-charter code city of t hereinafter referred to as "the City", and Horizon Excavating. Inc. Corporation , hereinafter referred to as "the Contractor". d(JO!> shington, ashington 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: Roof Drain Disconnection Pilot Project, Project 99-21 in accordance with and as described in this Contract and the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and 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 PW-407_02 [rev 11/18/02] IT - 1 I I I I I I I I I I I I I I I I I I I (10) calendar days after notice to proceed from the City, and said work shall be physically completed within forty (40) 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 of Payment. 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 PW-407_02 [rev 11/18/02] 11-2 I I I I I I I I I I I I I I I I I I I entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the 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 of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance PW-407_02 [rev 11/18/02] II - 3 I I I I I I I I I I I I I I I I I I I 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, offset 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, 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 11 85 or a substitute endorsement 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$I,OOO,OOO per accident. PW-407_02 [rev 11118/02] II - 4 I I I I I I I I I I I I I I I I I I I 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 be endorsed to state that coverage shall not be cancelled 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. 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 PW-407_02 [rev 11/18/02] II - 5 I I I I I I I I I I I I I I I I I I I 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 Proj ect 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. Contract Administration. PW-407_02[rev 11/18/02] II-6 I I I I I I I I I I I I I I I I I I I This Contract shall be administered by ~Y.I 8 vu..rJ.&_on behalf of the Contractor . and by Stephen Sperr, Utility Engineer on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: City: Horizon Excavating, Inc. P.O. Box 3248 Port Angeles, W A 98362 City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. 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: CITY OF PORT ANGELES: Horizon Excavating, Inc. Name of Contractor ~A.L By: ~- --- Mayor Title: f{'-f-S' I'rh.~ Approved as to Form: &IJ~ City At~ey Attest: &g~ v.p;ol .... \~ 1- -- PW-407_02 [rev 11/18/02] II - 7 . ' I I I I I I I I I I I I I I I I I I I NOTICE OF AWARD January 13, 2003 TO: Horizon Excavating, Inc. P.O. Box 3248 Port Angeles, W A 98362 PROJECT Description: Roof Drain Disconnection Pilot Project, Project 99-21 The City Council, at Its January 7,2003 meeting, considered the bid submitted by you for the above descnbed work in response to a Small Works Roster solicitation You are hereby notified that your bid has been accepted for Items in the amount of $53,605.42, including tax. You are required, as stated In the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificate of insurance within ten (10) calendar days from the date of this notIce to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights ansing out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other nghts as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this ~ day of January ,2003. CITY OF PORT ANGELES By StefVhe~-8f@f{' Title u+~tJi{ f'j l~eer ACCEPTANCE OF NOTICE Receipt of the above Notice of Award IS hereby acknowledged this~day of ~f.(Ul'l\;-y ---/9SIG~ - ,2003. Print Name ku\/T BvlA..G~ Title jPV"-e4' .ol-it.d- Please return signed original to the City of Port Angeles Public Works & Utilities Department, attn: Stephen Sperr cc: City Clerk 1-' I I I I I I I I I I I I I,. ' I :_1 I I I I _ Jan 20 03 04:25p 360 452 3364 p.3 Horizon Exc Inc PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # LC0239 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned. Horizon Excavating, Inc. as PrincipaJ, and Contractors Bonding & Insurance Company a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum 0($*53,605.42* for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives. as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at Port Angeles 2003. , Washington, this 21stdayof January 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 Horizon Excavating, Inc. the above bounded PrinClpal, a certain contract, the said contract being numbered 99-21 ,and providing for Roof Drain Removal (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, Horizon Excavating, Inc. , 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 shaH pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcon1ractors 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 fun force and effect. Signed this 21 s t day of January ,20 03. ,. Contractors Bonding & Ins. Company Surety ',- :~;. fJd ~J/~ v 'Pa~ Ledbetter 'Att~~ney-In-Fact ',. . Title P.O. Box 9271, Seattle, WA 98109-0271 Surety Address Mark Noma, (206) 622-7053 Surety Contact and Phone Number Horizon Excavating. Inc. BY~~~~ J Title 214 E 1st. Street, Port Angeles, WA Agent Address William Gellor (360) 452-2388 Agent Contact and Phone Number I. I I I I I I I I I I I I I I I I I I . '.<" .'.' ........ '. ..... L1~rrE.[)~ER~WR~n ...~.. ...:'. . ..... '..... ...: . . .~ :'::.. .;; .QoNmi~mR$BDH'OiNsAN~'IHSli~.ch>>tttfiA:'{f$ ~sp.on$Blf'1)Ni.j.Fba1H~.&ottI).OescA,~itDANci:UproJH~. - .:: . ; ..,.:. ,:.....AMOoo SEr'FORnf iHTHf$:lIM1Tl!'D'POWER.-Of.ATroNlflt ANl ~AA$UAt-WlLtvolIm"IS"POWeA' OF A.11.OAKEr.~IFYOU HAVE" .:...... .' .......: .....AnYQ"uhS1'lQNlU~UTQ"!:tWAmmYEIlIF.Ynus.P()wm.OF'.;liTtt)ftNEl'O'A:tloolfmA'al~nJ$~Atlo-JNSU):i-$.QE ,t. .~.. ..,.. : ~: '.:.:~ :: : .:....;: .:~. : i : .::~. ..:. :~.; -<~.. .~. :.';.' .:;,'.j.;, .'.'Z:.~:;::< ~~.N..t~~.~:~~:~r:1~}~~~:~ ".'.;,. .;: ': '. ~:;..".:\':'c~;.::., ..... :.'..~:;..;. :/.( :; '. ,'. .::.: / : :::: , ':-:'. ~ar~tiri-l~.5:;;ri b~'~L 4.2::. .:..,'i'.: . :A~n- :'"J:Ai''5:5'<:':,::~N~;'iA8J'-:-; .:::~.<::.tori~?io1.t,O:2':r9 \:: :':,:. :..: ":. , ..' " . . ., , ..' :1'~., . " ., ., '."" '//'" ""' <)'^' .Ifo'~ ' ,', , '," ,-.:: .Lirmt~~eni.A~~ fipil'G$:' ..;' c. '1..20-:0: .".; ",,,,,". ;.;:"" '.'PatQ'JI;pPf'O"ed'..: '-':".[ . if. )'. '~',,-":v..s.' ;. ., :. '. ' , .:' ". '..: :.., ,::~.r~~~~~:r~:',{ ':_"~""~':;: .~-:':":. :~<'~'~atute}::':':' ,': ':':;~'::':~:::" .'~: '::":~~>:~:::'~'.:':;'; ,.;~..'..~~~~~<;;:.;.~:o'.';:~:.,~: :~:::',::;'/:.': :::":~.:; :"":" ;:. :.>: u.tiam;o!Pl:fttfPj,lIi 110] 1. ZUtr:n~e:Av.AT,'HH}.' .,..HHJ....' .. " . '. .,. '. .': '..". i. ':., ::~,:' :.. ,... ./,<.: ,';...,. ""." .." ::..:....,:.. ':,'; .~.;..:.:~.::.....N~"~H;)~i:~.. :...ti~'1.~:OE".:"~(jR!?~~~G~'~l ~ "~';':: ':'. ~y '::.:':' ~: ..:::?: ':,:~' ':::j~..::::. :.:. :.'~. ~:. >.:.,;~,: .~.< !:~Y.:. :./: .:': :'.: : :::'.: ~~;:!,~;:,,:..:. :::: .. . :'''~iiK~Ob<-):. . ,eOf.l.iRACT, WO .'!'. ~"9;,2~""',,',,IRQ,Or. ntJtI~. R~Mt);\tAL.' . .< . ..'.. ...... .,..'." . ," . " ...., . . '. ;'~~~;'W:~> >'" ,.: .... :<}~.',' :,,,f:r.'y:i:;':':;;.;;;">;: .t.:: '.,;, tN:Wm'B8'iTfiElEPREllEl'tl81tSi:~~AN)NliJRAri:E'<i:f8fN.a~Ctt~~im:131il~guriilr1l1elaNsd'fieSlaliifWmii1!JC1f.~dhaMrigiil;'pdntlpll lflOllin SlDIE,lfllg Counl);W1mln!1llll.1ttB brtIJEIIflprEllBll!llrnoka,OlJI9iluIemdoppcinl PA T L E DBE TTE R 0 F POR TAN GEL E S , W A IIB1IUeand IaritlJI AUcrn~ WI1fI full p<MV 3ldeulhClllyherelly cmfll'red i1l1snane, p/IlceaIId stClld, to execlJtf\ ~ge aid deliver tlle bond(S) 3ldler ahll' dOC1Jments Inddental thareto dascrlball abo'le;and to blndthe Company theretly as rullyand to the S!IlIa Blttentas If each sud! bood, or otllll' documents Inddentalllterelo was s1lJ1ed tIy the PrBBldBnt, SlBIad ..th the OOl'paa:B SlBI of 1IIe Cern pliny and duly aU9lllad by ItB Sacftllaryj hereby rattlying and confirm ing all that the lIIidattornllJ"in.fatt may do in the prernisau.llaid appcintm ent 18 made under and by aulherlty d the fcllowlng reso/ulloos adopted" the Board d Dlrectll's 0/ CONTRACTORS SOfIXNG AND INSURANCE COIllPANV on September 10, :2001. REflOlYEO lMllhe Chief Eucutlllll OIftClll'. Presldenl. <Iller Flnmdal Olllcer, Becnllary lll' any Vice PrBsIdanl oI1ha Coll1lllnv Isa.ll horbBd 10 appolnl Anomey&ln,Fadfor anel on behalf oItha Company wllh the powar andaurhorl}! 10 llIgn m 1ltJtla/t dlllA CJlIl1:oIlnv Iho,,", 9U18l)I boods or undllr1alOtga d slJ/'lllymlp 'lIIIlldll1lSl from rlmuotlll'l8 be appl1lWld by rhe Chief ElIlIl.:urlve Ollll>>T, Pl&llIdem, OhIe1 Anaru:lal omClll'. SIlCllltary or an, Vice PI8s/dent d the Carnpany, p1'lll1lded, holHlMlr, thai no AIlcmey.In-Facl strall be all:hor\Jed Ie eX8CUlll and delhler any bond or undertaking thai dIaIl obllgale the Company for any ponlllll aUhe penal 111m rhereat In eKOeli8 of$'lll.OlJil.DOO, aid pRIVldecl, turther, lhll no Anomey-ln,Fam strall n_ 1I1e lIllhlllll'J Ul '- a IIld or prClJlosal bonelfor any proJecntll!le, r me COI111'8111le awardI!cI, any bood Druncle~"tl9wouldbelllqnll1ldwllh apenal91m tlelCllllSS aI$15.00O,ooa.An Anomey-In-Fact may also beauthll'llIIdbJ PClMIral Anomey tD_CUIe any consent II' Dlherdacument Ine/dallalls r.ald bond or undertakln(l, pro-.lded c.WlI1 do...nrent dtl>c. nDl abllgalll tile Colllp:my In ""cell<. dthe 1m/I Gel flIrth 02b1llll>. In no lM!I'I1 GIl.;U 'lilY AlIomsy.IIl-F.:lol 11_ any aulhorny 10 "'9n ..y do...ment or 1lI1lel'lll\l& bind the C\II1pallJ In any wuy In conlll~IOII 'ilnh II dlIIrn on llllUrety banI! or 1ll00000klnll, REflO lYEO FIAtTHER that eacll Power of Attorney must 8!l farth lhe IlJI&crfic description Gf 1he Sillily bond or undertaking to wlucb i1l1ppll88, lhe IBme 01 the pmclps, the nll1le 01 the obi gee, 1he pl!llsleum, tile blllld Ollmber (8xc:epl ilr Ii bid bond wfleAllheRlle no numbelJ. lhe idanlfymg number a1ll1e AtIorner-1n-FEICI,andthe idenllfying number of \he FIIMr a1AnCI/IBY, The A\llll'l'IeJ'-in-Fa~ llhall not be aUlhorilBd to Ilbllgee Oaml&lY for lhe ...reIy bond Dr undertaking IlpIlCIIied In tile Power It Attorney (inckldlng any conl'll!l1ts ar olher dOl1lmenltllncimnta to IIle lllrety bond II' unlilrlDllng) for mOil! lhan lhe penalllUrn epedfied ID the Power of An lll'ney, F1[ OOLVro rURTIICR Ihllt ~e Olllllt [lIMullve OII\t.er, Prt:N&ft!. cu~mMlld.'ll Olll ctr, Oalll'fNlry .'lrlln, VItA "~I\Id&nt efl"e OoIllJllln, IMluthbrlllM laslllabll"" II ~1lII11: ~IMlIIIJlI\&t6 !1A.tlle P.wH.HI Attorney;:wtellD modify IlIat dae from I.me 10 time ,", tho CI:i..1 EJleoolrve Offioor, PIe'''EIlI, Chio! FIIl,",ool elli..... s,oretIry or "",ViDe Plt!GKlenl of Ihe Oampany de",",; mDe...,'Y In hll.ber ooIe d"''''ctlan; the appliamle expil8lillll date t D be clearfy 8!l farth in any l'IIrillen Power ~ Attorney. RESOU'ED RJRTtER Ihal all prevlllUS lI!GIlullClls ~ lhe Soan! It DRdcmaulhalmgltle Chief Elrl!culve omoer, Plel!ldeo\ Olklf Financial omoer, &~ lI'anyVlce Predclent 0I1he COIl1D'Jloappclnl A\larnersln- Fad frlr8ld CIl bIhlllfoflheClollply _n m tullfOll:llmdlll\q and lID I'a FowIr afAUII'DIf!:lllllld 00 1hls Ilsa1uliCll isatachld loa bond (tlrerallplt,a lid blll'ld),md a Poor Gf AItoIlWJl be9ld on anatillr BOIIrd aI DllIIC!orsl85lllullan Isallachlld tDlI1CIher bond (Itr l!IIll!IIpIe, a pelfGmmaiJ and payn'llllt bandJ.11 dlall natall'eclllle validly afenherPowllr 01 AIIlI'DIf Dr Band. RESOLVED FURTHER thal1his Lmrted Power of Atlorney c:ontall1ing this and the foregoln!;J remlulionuand lhe lJgnatures of lhe flreslden!, s,arelllJ, and Hillary Public, and Ihe c:orparate an d Notary &eals appea~ng hel1lon, <l'e generated, stared anellransrnllllld eleclronlcaly, and Iheref'ore appear In printed rlll'm onlJ alllle me/plllllt's lax madllne,Thls faX prtlted Limited Power at AlIome, document and 1he liI!J11l1uresand seals appe;:I'lng hell!Dn thell!lare all!, and BIIall be li!emed o~gtlals In al 1eq:Jl>C1s. RESOLVED R1RTHER thatlhe Company aclmowledgellthe ",~lmblllly Gf Ihe Elactroolc !lgnEllU18sln GlalJalll'ld NSlons Comll'l8roe Ad lothlll Umlted RIwer or AIIomey lI'Idthllllhe 9!J1a1ures tithe PrellldBnl, SIlCllllilryand NOIaI) Publcatd1heclll'pDrateandNDlary sealsappeamg on any UmltedPower at A\lorney cantalnlnglhlsandthllfomgolng I1lsdullonsaswellaslhe L1rAl&el PowIIr cr Attorney nser and Its tlal1sm1mlan may be, or rnlI be '" Iaclilmlle or o1l1lrmeans ofeleotlllnlc Ill' elecll1HrII!ChanltB transmmlon or reprorildlon; and any ooch UmllAld PCMI!r of AlIOmey msl be li!emed lI'I o~gRrlIn all req:Jl>d I!. INWllJIESSI/ItiEREDF,CONlIlACfORSaOIONGAN[>lISUIlANCECOIIRINYID._d1lloe.p_to.....SnodIll'SIl".mA.G_andl"'",poll""811ltobohortCOa_ 4 / 12/1999 By: ~:-5-~~ Staler! .. "PreGident OONTRAOTORS BONDING AND INSURANOE OOMPANY STATE OF WASHINGTON - COUNTY OF KING -""..... '''''' _---:.,\\G "ND 141 \11, .:.:/tov ....-.. a;,;':I.~ ff <8'...~~f'O'R'f>~ ." :: i .. G. , I' " ~~, ~ti: S' 'k'~L\ ':g~ ~..c:"A...Ifi :3i:-) ~~':.-"" ~<' :?! ~ ~.. - .......::eo: i ". -"" .... 1!)7~ ..- '" .... J I, 4-4 '..",~ 1:)'-/'::- I, It" S HI f1f G. \_--: l<,.....~"'...................- ~ .: :.. 4/12/1999 . On , personally appeared STEVEN A. GAINES te me known to be represen tetfVes ot the corpOfatlon that ellSCI.ltei:l tile J'Of~QI'ng Lfm lied Power 0/ Attorner and acknowledged said Llm necl Power of Attorney to be thelroo and voluntary act anI! deed a said corporation,ler the uses and purposes therem menticned,and on oath statedll'lat th~areauthorlzed 10 exeanethesald Limited ~ 01 AttcmEJ INWllNE88WHEREOf, Ilrave lIer6l/nto s91 mJ Iland mdalflllall my official sealll1eday and ye;r lirstallatewnlten_ ~";~~ \%::~~\ \~~ ;J <l!...,,~~_, .f ."''''-....... .r "~,.."...-........;".:-- ttteStateo1'Washlngton, reslclnlJ at seattle '-..) The undersign ed, acllng undll' authority 0/ th e Baln:l 0/ Directors 0/ COflTRACfORS BONDIIG AtI) INSURANCE COrR.NY. hereby aertlftes, as or In lieu d Certificate a the SeaEtlry 0/ COHTRACfORS BONDING AND INSURANCE COr.fIANY, tlrat the above and foregoing Isa ruII,I1u8 and correct copy d tile Ortglnal ~lI' d AttOfner Issued by llIIld Compmy, and cloes hereby funher clI'llfJ lI1at the said Power 01' AtlOffley Is stili In IOfee and effect, GIVEN under my hand,at Sea t tIe t W A ?tT-T7- t1}L this 2 1 JAN 2003 dayct Roberl M, OSle. 8ecllllary A1(037001) I "- CERTIFICA TE OF LIABILITY INSURANCE ,'ACORD DATE (MM/DDNY) TM 01/22/2003 PRODUCER (3 60) 4 5 2 - 2 3 88 FAX (360)452-1448 '" IVIA I J 1:"' vr ,.. _ ""'~ j IV"" ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Gellor Insurance, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 214 East 1st ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 2045 INSURERS AFFORDING COVERAGE Port Angeles, WA 98362 INSURED Hori zon Excavati ng, Inc. INSURER A Mutual of Enumclaw P.O. Box 3248 INSURER B Port Angeles, WA 98362-0342 INSURER C INSURER 0 I INSURER E I I 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 MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS l'ri'R' TYPE OF INSURANCE POLICY NUMBER roAT'E'(MM/DDNY) DATE (MM/DDNY) LIMITS GENERAL LIABILITY PK81425 07/10/2002 07/10/2003 EACH OCCURRENCE $ 1,000,000 r-- X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $ 100,000 r-- =:J CLAIMS MADE o OCCUR MED EXP (Anyone person) $ 10,000 r-- A PERSONAL & ADV INJURY $ 1,000,000 r-- GENERAL AGGREGATE $ 2,000,000 r-- GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2,000,000 I n PRO- nLOC POLICY JECT AUTOMOBILE LIABILITY P30024009 07/10/2002 07/10/2003 COMBINED SINGLE LIMIT - (Ea acc,dent) $ X ANY AUTO 1,000,000 - ALL OWNED AUTOS BODILY INJURY - (Per person) $ SCHEDULED AUTOS A - X HIRED AUTOS BODILY INJURY - (Per aCCident) $ X NON-OWNED AUTOS - - PROPERTY DAMAGE $ (Per aCCident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ R ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS LIABILITY EACH OCCURRENCE $ tJ OCCUR D CLAIMS MADE AGGREGATE $ $ R DEDUCTIBLE $ RETENTION $ $ ~~K~~l~OOM~~~XXX PK81425 07/10/2002 07/10/2003 I TOR~ Lirvll'Ts I IUER- EMPLOYERS' LIABILITY E L EACH ACCIDENT $ 1,000,000 A E L DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS ity of Port Angeles is added as additional insured as respects their interest in the operations erformed by the named insured. e: Project - #99-21 Roof Drain Removal CERTIFICA TE HOLDER I I ADDITIONAL INSURED, INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~fB1l~ MAIL City of Port Angeles -3...0..- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Public Works & Utilities Dept. M~M-li!M<~MNn~k4(lIG~~lll~~~~~X n PO Box U50 lll~ MX~ll):lXnl~~~"'~~N~~XXXXxXX Port Angeles, WA 98362-0217 AUTHORIZEDWf.~llVE ()It ~j)A 91 Will iam M Gel ~ \ ';I A\..V",U - 1111111 I I I I I I I I I I I I I I I I IMPORTANT I I If the certificate holder IS an ADDITIONAL INSURED, the pollcy(ies) must be endorsed A statement on this certificate does not confer nghts 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 nghts 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 Al;UKU 25-~ (7/97) I ESCROW AGREEMENT for RETAINED PERCENTAGE ROOF DRAIN DISCONNECTION PILOT PROJECT, PROJECT 99-21 I I TO HOrizon Excavating, Inc POBox 3248 Port Angeles, WA 98362 I THIS ESCROW AGREEMENT IS for the Investment of the retained percentage of the above contract, in accordance with chapter 60 28 of the Revised Code of Washington It IS limited to FDIC Insured Washington State Chartered Banks who are covered by the State of Washington Public Deposit Protection Act I I The undersigned, , (as "Contractor"), has directed the CITY OF PORT ANGELES (as "City"), to deliver to you ItS warrants which shall be payable to you and/or the contractor The warrants are to be held and disposed of by you In accordance With the follOWing Instruction I INSTRUCTIONS I Upon delivery the warrants shall be endorsed by you and forwarded to the City for collection You shall use the mOnies to purchase Investments selected by the Contractor and approved by the City You may follow the last written direction received by you from the Contractor, for each purchase, provided the direction otherwise conforms With this agreement Acceptable Investments are: A Bills, certificates, notes or bonds of the United States, B Other obligations of the United Stat~s or ItS agencies, C Obligations of any corporation wholly owned by the Government of the United States; D Indebtedness of the Federal National Mortgage Association; E Time deposits In commercial banks, F. Other Investments, except stocks, selected by the Contractor, subject to express prior written consent of the City. 2. The Investments shall be In a form which allows you alone to reconvert them Into money If you are reqUired to do so by the City. 3 The investments must mature on or prior to the date set for the completion of the contract, Including extension there of or thirty (30) days follOWing the final acceptance of the work 4. When interest on the investments accrues and IS paid, you shall collect the interest and forward It to the Contractor unless otherwise directed by the Contractor 5 You are not authOrized to deliver to the Contractor all or any part of the Investments held by you pursuant to thiS agreement (or any mOnies derived from the sale of such Investments, or the negotiation of the City's warrants) except In accordance With the written instructions from the City. Compliance With such Instrucllons shall relieve you of any further liability related thereto. 6. In the event the City orders you, In Writing, to reconvert the Investments and return all monies, you shall do so Within thirty (30) days of receipt of the order 7. The Contractor agrees to compensate you for your services in accordance with your current published schedule of applicable escrow fees Payment of all fees shall be the sole responsibility of the Contractor and shall not be deducted from any monies placed with you pursuant to this agreement until and unless the City directs the release to the Contractor of the investments and monies held hereunder, whereupon you shall be entitled to reimburse yourself from such monies for the entire amount of your fee I I I I I I I I I I I 11-7 Escrow No.: City of Port Angeles Contract No. Completion Date: t.f? ;').1oC/tJ/ f~53- 99-21 3-27-03 You shall be entitled to reasonable compensation for extraordinary services from the Contractor and reimbursement from the Contractor for all costs and expenses, including attorney fees In the event you are made a party to any litigation With respect to the monies held by you hereunder, the conditions of thiS Escrow are not promptly fulfilled, you are required to render any service not proVided for In these Instrucllons, or there IS any assignment of the Interest of thiS Escrow or any modifications hereof. 8 ThiS agreement shall not be binding until signed by both parties and accepted by you 9 ThiS document contains the entire agreement between you, the Contractor, and the CIty, With respect to thiS Escrow, and you are not a party to, nor bound by any Instrument or agreement other than thiS. You shall not be required to take nollce of any default or any other matter, nor be bound by nor required to give notice or demand, nor required to take any action whatever except as herein expressly provided You shall not be liable for any loss or damage not caused by your own negligence or Willful misconduct CONTRACTOR Federal Tax I ':.~. 91-1688432 By ~/'3.--.L Title President Address'P.O. Box 3248 DATE: Port Angeles, 1-21-03 WA. 98362 CITY OF PORT ANGELES S~ 1.Jf:~ f~J {""-LeY- By Title DATE: THE ABOVE ESCROW AGREEMENT RECEIVED AND ACCEPTED on the _ day of 20_. BANK ~)} . By -K~'!6~~. y!~~ Title II,L:.-~ ~--2_ _ Address. / t 33' .E / ~ ..1../ ~r/ /treks U1~ CZ13?~ DISTRIBUTION: City Clerk Financial Institution Contractor File Copy I' I I I 'I ,I 'I I I I I I I I I I I I I I , I PART III ' SPECIFICATIONS, SPECIAL PROVISIONS, I AND ,SUBMITTAL REQUIREMENTS , , I I I I I I I; ! I, I I I I I I I I I I I 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 ill - 1 through ill - 8 . 2. Detailed Specifications for Roof Drain Disconnection work on pages ill -'9 through the end of Part ill. 3. Submittal Requirements, as listed on page ill - 8 . 4. Project Plans, as set forth in Attachment l. 5. Washington State Department of Transportation's 2002 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. 6. ,Washington State Department of Transportation's Standard Plans, as referenced on page ill-7. 7. 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 2002 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 compl~ted under this Contract. Section 1-99, APW A SUPPLEMENT, of the 2002 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. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this proj ect. The term "State" is redefined to mean the City of Port Angeles for this project. p \20742\005\Contract-Spec III-l ,I I I I 'I ,I 'J I ,I " I' I I I I I I I I I The term "Commission" is redefined for this projyct to mean the City Council ofthe 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 repl~ced with the following: Information as to whe]je 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, the INFORMATION FOR BIDDERS, and the BIDDER'S CHECKLIST. I 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. DESCRIPTION OF WORK Section 1-04.3 of the Standard Specification is supplemented by the following: See Advertisement for bid opening instructions. p \20742\005\Contract-Spec 1II-2 I I I I I I I I I, I I I I I I I I I I I 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 ArchitectJEngineer 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) PROTECTION, RESTORATION, AND CLEAN-UP Section 1-04.11, Final Cleanup, and Section 1-07.16, Protection and Restoration of Property, of the Standard Specifications shall be supplemented with the following: The work done under this item consists of restoring, cleaning, and repairing private property impacted by the work, and restoration of other existing features of the landscape which are deemed necessary by the Engl'neer. The Contractor shall follow its trenching operation as soon as possible with its restoration work. I 1;he Contractor will not be permitted to leave any particular area umestored for more than two weeks eXgept in the'~ase where he may be doing repair work on a line which has failed to meet test specifications. Such restoration shall follow immediately. The lump sum bid item for this work, "Protection, Restoration and Cleanup", shall be full compensation for all labor, materials, tools, and equipment necessary to complete this item as specified or as directed by the Engineer. 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-BUILT 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. p \20742\005\Contract-Spec 1II-3 I I I I I I I I I, I I I I I I I I I I I The Contractor shall, mark up a set of full size plans using red ink to show the as-built conditiops. 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 encpuntered 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 Conlractor. The localion of facililies and appurtenances shall include accurate , dimensions and at least 2 ties to/permanent features for all major components, I 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 I review and approval. As-built drawings must be approved by the City Engineer before final payrpent will b'e 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. p \20742\005\Contract-Spec IlIA I' I I I 'I ,I STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1-07.2(2) apply. 1-07.6 PERMITS AND LICENSES All permits will be provided to the c<:mtractor at the City's expense. 1-07.17 UTILITIES AND SIMILAR FACILITIES Section 1-07.17 is supplemented by the following: I I I 1 1 1 I I I I I I 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 ofthe work for this project. , ' The Contractor shall be responsible for coordinating and scheduling necessary utility relocation with all site work.' 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. The following addresses and telephone numbers of utility companies known or suspected of having underground facilities within the project limits are supplied for the Contractor's convemence: 1. Qwest Communications (telecommunications) 635 Oakridge Drive Port Angeles, W A 98362 Telephone: 452-2184 P \20742\005\ Contract-Spec III-S I I I I" I I I' I '.' I I II I I I I I I I I I I I 2. City of Port 1}ngeles - Department of Public Works & Utilities (water, sewer, stormwater, power) 321 East Fifth Street Port Angeles, W A 98362 Telephone: 417-4807 (Underground utility location assistance) 3. Northland Cable Television (cable TV) 725 East First Street Port Angeles, W A 98362 Telephone; 452-8466 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with St;;diuns 6 and 7 ufthe 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: , Adjacent roadways, driveways, and sidewalks shall be cleaned of construction debris at the end of ea~h work day, or sooner if there is an unanticipated adverse impact on the I safety of the traveling public. , " I 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. All c~sts 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". HOURS OF WORK See Section 1-08.0 of the APW A Supplement (Section 1-99) to the Standard Specifications for hours of work allowed under this contract. 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 p \20742\OOS\Contract-Spec III -6 I I I 'I I 'I :1 I ,I I I I I I I I I I I I I inspection. The Contractor shall submit to the Engineer updates to the CPM schedule every two weeks. At the same time, the Contractor shall also provide a written narrative report describing current status and identifying potential delays. This report shall, at a minimum, state whether the contract is on schedule, note any milestones that will not be met, and comment on the project's current critical path as it relates to previously submitted critical path. I The schedule requirements 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. I TIME FOR COMPLETION Section 1-08.5 is supplemented with the following: Time is ofthe essence in the performance ofthis 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 completl~d within the time for physical ~ompletion, 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 uneompleted 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 as Attachment C to this contract. This form includes a lien waiv~r certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment. For additional specifications for the roof drain disconnection work, see the Detailed Specifications starting on page III - 9. 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, 2002 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. p \20742\005\Contract-Spec III-7 I I I I I I I I I, I I I I I I I I I I I SUBMITTAL ,REQUIREMENTS As-Builts for each site shall be submitted before payment will be authorized for that site. See Section 1-05.5 above for more information. p \20742\OO5\Contract-Spec III-8 I' I I I 1 ',I I I I I I I I I I I I I I DETAILED SPECIFICATIONS PART 1 - GENERAL 1.01 DESCRIPTION A. INTRODUCTION The City of Port Angeles, in an effort to determine the extent of rainwater drainage connections to the municipal sanitary sewage collection system, conducted a smoke test within a ' small portion of its service area. The wastewater flows from this 80-acre subarea had been measured to provide baseline information for the stormwater removal project. This target' subarea, illustrated in the Project Area Map included in Attachment F,.is bounded approximately y rcas venue on e no lewcres venue on t e sout ; an aure treet on t e west. The east side has a stepped boundary, ranging from just west of Maple Street in the south to slightly east of Vine Street in the north. This drainage basin is tributary to the most frequently discharging and highest volume of the City's combined sewer overflows (CSOs). The sanitary sewer in the subbasin was tested during the summer of 2001 to identify connections of stormwater drains to sanitary sewers. The stormwater drainage facilities were typically roof, yard, and driveway drains. The scope of work for thIS project will entail roof drain disconnection only. The smoke tests yielded a number of properties and corresponding drains that ,w~re directly connected to the sanitary sewer system. Subsequent investigation of the connections resulted in a list of stormwater sources from twenty (20) properties that will be disconneCted from the sanitary sewage system. The resulting pilot project will direct all target stormwater drainage to paved streets or alleys. It will then flow to existing catch basins and enter the municipal stormwater drainage system. Follow-up flow monitoring and system modeling will be employed to determine if this drain disconnection and re-routing is a cost-effective solution to the cross-connection problem and provides significant inflow reduction. B. SCOPE: This section specifies the requirements for disconnection of selected rainwater roof drains from the sanitary sewer system and their re-routing to the stormwater drainage system. C. REQUIREMENTS: The Contractor shall provide all labor, equipment, materials, and supervision to eliminate the discharge of stormwater from selected sources to the municipal sanitary sewer system and re- direct them to the municipal stormwater drainage system. This task will generally be accomplished by a employing a combination of buried piping and overland flow. The Contractor shall minimize the disturbance of existing features. In the event that such disturbance is unavoidable, the Contractor shall restore such features as specified. p \20742\005\Comract-Spec III-9 I I I I I 'I I 'I I ,I I' , I I I I I I I I I 1.02 SEQUENCE OF WORK A. GENERAL APPROACH The Contractor shall use the list of project properties, included as Attachment E, to help plan the work to be performed. Final method of disconnection shall be as directed by the Engineer. The City's information is thought to be the best available, although the City does not warrant its' accuracy. The Contractor shall use all information, in conjunction with visual inspections of the affected properties from public rights-of-way, to develop an ordered list of the work to be undertaken. 'It is suggested that work generally proceed from the simpler and easier sites to the more complex and more difficult ones. In this manner, experience gained from early properties can be applied to best effect at the latter sites. B. T AKE-OFFS AND OWNER NOTIFICATION The Contractor shall preplan the work to be performed to minimize disruptions and delays at the jobsites. Such preplanning shall include making detailed assessments of' all material, equipment, and labor requirements for at least three properties in advance. Assessments shall be performed in the presence of the Engineer, who must approve all measurements and projected pipe locations in writing before work commences. This process should normally enable the Contractor to be completely prepared and self-sufficient when beginning work at any site: If, during earlier reviews of the affected properties and the work to be performed, the Contractor discovers the need for any unusual material( s) or equipment, arrangements shall be made' t~ avoid subsequent delays. As ai<ls to the performance of this, ta'sk, Attachment E (List of Project Properties) and Attachment F (Project Area Map and Templates) are included in this Contract. Note that Attachment E includes a column indicating the total number of downspouts associated with each property. The City of Port Angeles has notified all owners of the impending work and has received permission for access to their properties. During the course of this project, the Contractor shall inform the Engineer of the anticipated schedule on a weekly basis. The Engineer will then inform the property owners so identified by the Contractor as the likely recipients of drain disconnections for that week. C. COMPLETION After final cleanup at every property, the Contractor shall obtain the approval of the Engineer to mobilize to the next work site. This approval does not relieve the Contractor of full compliance with the requirements of the Specifications and Special Provisions, nor does it imply satisfactory performance of the completed work or acceptance by the City. 1.03 TIME LIMIT The Contractor shall start work on a date to be specified in a written order from the City and shall complete all work covered by this Contract to the point of final acceptance by the City. Work shall be completed within forty (40) consecutive working days from and including the date to start work. p \20742\OOS\Contract-Spec III -1 0 I I I I I I I I I, I I I I I I I I I I I 1.04 WORK APPROACH AND CONSTRUCTION PROGRESS The Contractor may begin work in the manner most. advantageous to the Contractor, unless as described elsewhere in this Contract. Once work has begun on the project and at each site, it must . proceed continuously until all of the work described in this Contract has been completed.' However, with prior authorization of the City, the Contractor may temporarily suspend work due to adverse weather conditions or other conditions beyond its control. The duration of any such work suspension shall be as indicated by the City. 1.05 SAFETY AND HEALTH PLAN The Contractor shall submit a safety and health plan to comply with Safety and Health Regulations for Construction, promulgated by the Secretary of Labor under Section 107 of the Contract Work Hours and Safety Standards Act, as set forth in Title 29, C.F.R. Copies of these H;;gulalium; may bt: ublaint:d frum Labor Building, 14th and Constitution Avenue N.W., Washington, DC 20013. The Contractor shall also comply with the provisions of the Federal Occupational Safety and Health Act, as amended. 1.06 PERMITS The Contractor shall at all times comply with applicable permits, ordinances, laws, and I ~egulations. The City will provide all permits to the Contractor in accordance with the Standard Specifications. . If, after the bid submittal date, the City obtains any permits which require changes to the work hereunder and thereby cause an increase or decrease in the Contractor's cost of, or the time required for, the performance of the work under this Contract, the Contractor shall submit information sufficient for the Engineer to determine the extent of the effects on the Contractor's cost and/or schedule. The Engineer will provide a copy of any such permits or easements to the Contractor. The Contractor shall comply with all applicable terms and conditions contained in such permits. 1.07 PHOTOGRAPHS A. PRECONSTRUCTION PHOTOGRAPHS The Contractor shall provide preconstruction photographs at each site prior to commencement of work on that site. Preconstruction photographs shall show the entire pipe alignment. The Engineer can also request that photographs be taken at particular locations. B. CONSTRUCTION PHOTOGRAPHS The Contractor shall provide construction photographs showing the progress of the work. The photographs shall be taken of the complete alignment of the new piping after installation but p \20742\005\Contract-Spec III-ll I I 'I I 'I 'I , 'J I ,I I' I I I I I I I I I I before being covered. The Engineer can also ~equest that photographs be taken at particular locations. C. REQUIREMENTS FOR PHOTOGRAPHS All photographs shall be taken on color negative film. Two 4-inch by 6-inch prints of each exposure, together with the negative, shall be delivered to the Engineer within 10 days following each set of exposures. On the back of each print, a caption shall provide the film roll identification and negative number, date of exposur~, and address ofthe scene pictured. 1.08 CONTRACTOR'S UTILITIES The Contractor shall provide the following utilities: 1. Tht: CuulraduI :shall pIUvide a purlab1e generator to power all necessary equipment for construction at each site. Use of homeowners' electrical power is not permitted. 2. The Contractor shall provide cellular phone service for his own use at each construction site. 3. The Contractor shall provide toilet facilities for his work force at a site designated by the City.' The facilities shall comply with applicable laws, ordinances, and regulations pertaining to the public health and sanitation of dwellings and camps. I 4. The Contractor may consider providing bottled water for drinking water at the site of the work. The Contractor may make arrangements with the City for a temporary construction water supply. The Contractor shall provide all necessary water and special connections to the water supply. Use of homeowners' water supply is not permitted. 1.09 ENVIRONMENTAL CONTROLS The Contractor shall keep each work site clean and free from rubbish and debris. Materials and equipment shall be removed from the site when they are no longer necessary. Upon completion of the work at each site and before final acceptance, the work site shall be cleared of equipment, unused materials, and rubbish to present a clean and neat appearance. Materials and equipment shall be removed from each work site at the end of the working day. The Contractor shall keep all pavements clear of mud and other debris, and shall clean them with water, if necessary, at the direction oftne Engineer. The Contractor shall also take appropriate dust control measures so as to keep the dispersion of dust to an absolute minimum, not only during workday operations, but also evenings and weekends. In addition, the Contractor shall conduct operations so as to cause the least amount of nuisance to residents in the vicinity of the work and shall comply with applicable City noise ordinances, including Section 9.24.030 and Chapter 15.16 of the Port Angeles Municipal Code. p \20742\005\Contract-Spec III -12 I I I I I I I I I, / I I I I I I I I I I Contractor shalllimi,t any noise to hours between 7:00 a.m. and 6:00 p.m. on working days" as defm,ed in the Standard Specifications. 1.10 SHIPMENT, PROTECTION, AND STORAGE Equipment, products, and materials shall be shipped, handled, stored, and installed in ways that will prevent damage to the items. Damaged items will not be permitted as part of the work except in cases of minor damage that have been satisfactorily repaired and are acceptable to the Engineer. 1.11 COMPLETED PROJECT All labor and/or materials, not enumerated in these Specifications, but necessary for the proper completion of the work, shall be included under the appropriate bid item. , The end result of the completion of all bid items shall be finished and accepted work at all twenty sites., 1.12 VEGETATION PROTECTION The Contractor shall make every effort to protect trees and other plants located on the ,work site. Ifnecessary, the Contractor shall erect prior to commencement of work and remove at comp1etion of work temporary tree protection for all trees and other plants on the site. No , stockpiling or storage of construction materials, debris, or excavated materials shall be allowed ~ithin the limits of the temporary fence. The Contractor shall restrict foot traffic to prevent , excessive compaction of soil over root systems. The Contractor shall protect root systems from flooding, erosion, excessive wetting, or standing water resulting from construction operations. The Contractor shall protect all existing plant material to remain against unnecessary cutting, breaking or skinning of roots and branches, skinning and bruising of bark. If necessary, the Contractor shall cut out branches and roots with sharp pruning instruments but shall not break or chop them. The Contractor shall thoroughly and evenly water protected areas as directed by the Engineer and shall maintain root protection throughout the term of the Contract. If landscape vegetation is irreparably damaged, it shall be replaced with plants of comparable quality and size. 1.13 SITE PREPARATION The Contractor shall determine the actual condition of each site and determine the extent of work, materials, and equipment required at that site. The Contractor shall perform site inspections at those sites to be completed at least one week in advance to anticipate future work. Site preparation shall not damage structures, landscaping, or vegetation adjacent to the site. The Contractor shall repair or replace any damaged property. p \20742\005\Contract-Spec 1II-13 I I 'I I 'I 'I , 'I I ',I I' I I I I I I I I I Material that is removed and is not to be incorporated in the work shall be disposed of off the site at a location designated by the City, at no cost to the City. The City has the right to salvage any items scheduled for removal. 1.14 EARTHWORK A. GENERAL This section specifies earthw~rk that consists of excavation, filling, grading, and disposal of ' excess material. Unless otherwise specified, surplus excavated material, shall be disposed of off site in ' accordance with applicable ordinances and environmental requirements. When hauling is done over highways or city streets, the loads shall be trimmed and the vehicle shelf areas shall be cleaned after each loading. The loads shall be watered and covered after tri~ing to eliminate dust. ' Finished surfaces shall be smooth, compacted, and free from irregularities. Finished surface grades shall be the existing. The Contractor shall maintain earth~ork surfaces true and smooth and protected from erosion: Where erosion occurs, the Contractor shall provide fill or shall excavate' as necessary to return earthwork surfaces to match the adjacent existing grades. , , The bottom of a pip~ trench shall be carried to' allow positive drainage to the curb or other discharge location with proper allowance for pipe thickness and for bedding as specified. Where positive drainage to the curb or alley does not exist, and surface flow is the designated solution under Paragraph 3.01, the Contractor shall remove the sod and regrade the surface to provide positive drainage to the selected curb or alley via surface flow. The Contractor shall install a splash pad at the downspout discharge location and install drain rock to the point of positive drainage in the yard. B. PIPELINE BACKFILL: 1. BEDDING: The Contractor shall not proceed with backfill placement in excavated areas until the Engineer has inspected and approved the sub grade. Backfill shall consist of excavated trench material, unless otherwise directed by the Engineer. Large rocks or cobbles (diameters greater than 2 inches) and organic material shall be disposed of off site. Bedding material shall be placed in the bottom of the trench, solid, leveled to provide positive drainage, and compacted. After the pipe has been laid to alignffient and grade, unless otherwise specified, additional bedding material shall be placed in layers the full width of the trench and compacted up to the specified level. Bedding shall be placed simultaneously on both sides of the pipe, keeping the level of backfill the same on each side. The material shall be carefully placed and compacted around the pipe to ensure that the pipe barrel is completely supported and that no voids or uncompacted areas are left beneath the pipe. The Contractor shall use particular care in placing material on the underside of the pipe to prevent lateral movement during backfilling. p \20742\005\Contract-Spec III -14 I I I I I I I I I, I I I I I I I I I. I I 2. ,BACKFILL: After pipe has been properly bedded, the Contractor sl,1all place and compact initial backfill as directed by the Engineer. Backfill material, placement and , compaction above the pipe zone shall be as specified. Backfill above the pipe zone shall not commence until pipe zone backfill has been inspected and accepted by the Engineer. I The Contractor shall maximize the use of excavated fine-grained materials (e.g., sand, silty sand, sandy silt) as backfill. If additional material is required, gravel backfill in accordance with Section 9-03 of the Standard Specifications shall be used for all trenches in cultivated land and for other unimproved areas. After the trench has been backfilled, the stored topsoil shall be replaced at a uniform depth i~ its original area compacted to its original condition. . PART 2 -MATERIALS 2.01 PL^...STIC PIPE AND FITTINGS , The ,Contractor shall use 3-inch Schedule 40 Acrylonitrile-Butadiene-Styrene (ABS) pipe ahd fittings for new installations. Pipe material and fittings shall conform to ASTM 'standard F628. Unless otherwise specified, connections shall be solvent welded in conformance with ASTM F402. Solvent-cemented joints shall be made in strict compliance with the manufacturer's/supplier's instructions and recommended procedures. Pipe cutting and jointing shall confolm to the requirements of ANSI B31.1. Cleanout caps shall be the expandable screw-type. , 2.02 . , CONCRETE WORK , This section covers the work necessary to construct new or restore existing concrete curbs and walks. Existing concrete curbs shall be sawcut to a neat line prior to installation of new concrete. If any sidewalk has been damaged during the course of work, the Contractor shall remove the sidewalk to nearest joints and replace in-kind. A. CONCRETE MIX: Concrete shall conform to ASTM C39 and ASTM C387. Concrete for curbing shall be Quikcrete Fast Setting Concrete # 1004-05 or approved equal. Concrete shall be installed and cured per manufacturer's recommendations. 2.03 SPLASH PAD The Contractor shall use a 24" x 12" x 2 W' precast channeled concrete splash pad. Splash pads of longer lengths shall be presented and approved by the Engineer prior to installation. 2.04 SEALANT p \20742\005\Contract.Spec III -15 I I I I I I I I I, I I I I I I I I I I I Sealant shal~ be a non-sag polyurethane sealant. Backer rod shall be open qell polyethylene of polyurethane foam. Rod shall be cylindrical. Backer tape shall be polyethylene or polyurethane with adhesive on one side. 2.05 PRODUCT DATA The following shall be provided for information only as part ofthe work under this Contract. Its acceptability will be determined under normal inspection procedures. 1. Manufacturer's certificates of compliance with the standard ASTM F628 specification for ABS Schedule 40 plastic drain, waste, and v€1nt pipe with a cellular core. PART 3 - RXRCTTTTON 3.01 I GENERAL REQUIREMENTS This project entails the rerouting of roof drainage from selected residential properties to a specified surface which drains to the municipal stormwater system. The rerouting will entail either hardpiping to the appropriate street or alley, discharging, to a simple splash pad or to a , splash pad with 'a drainage extension to the yard, or hardpiping through a retaining wall. In cases other than direct discharge to a street or alley, the drainage shall be conveyed by work perfomled I under this Contract to a point where overland flow will take the water directly to a street or alley. The required drainage conveyance facilities to be installed' at each property are specified in Attachment E. The method of disconnection and discharge shall be as directed by the Engineer. All disruption of the landscape in performance of this work shall be kept to a minimum. Routes of the new piping shall be determined both to permit a continuously downward sloping pipe grade and also to minimize lasting damage to the property. All underground utilities shall be avoided in aligning the new drainage piping. In cases where there is a question as to the best routing, the decision of the Engineer shall prevail. Where possible, the work shall be scheduled to complete all activities at any property by the end of the day. Failing this, all efforts shall be made to complete the re-routing of any disconnected drain, including all associated finish work. If any broken sidewalk, driveway, or roadway surfaces, exposed excavations, or displaced sod exists when work concludes for the day, the Contractor must conspicuously mark and cover such items before departing the site. All walking and driving surfaces disturbed by construction activities must be returned to usable condition before the Contractor departs the site, either by permanent repair or by temporary covers held securely in place. All displaced sod must be thoroughly watered. Such disturbed features shall be returned to normal as soon as practicable. 3.02 EXCA V A TED MATERIAL All excavated material, if not reused on the property from which it was taken, shall be removed from the site before the related project work will be accepted. It shall be disposed of at the Contractor's option and expense. At no time shall excavated material be stockpiled on a non- p \20742\005\Contract-Spec III -16 I I I I 'I I I I I I I' I I I I I I I I I I project property not owned or permitted for such use. Excess material shall be disposed of by the Contractor at the City of Port Angeles Landfill or other approved site at no additional cost to the City. Landfill dumping fees will be waived by the City if written permission is requested from the Project Engineer. ' 3.03 COMPACTION OF BACKFILL If any excavation is done, all loosely placed backfill shall be mechanically compacted before the restoration of any removed sod. Backfill shall be compacted in a maximum of two (2) foot lifts. ' 3.04 CURB BASE PREPARATION If the curb is not to be constructed on, pavement or other hardscape surface, the base shall hI; bruught tv II;Y UiIl;tl ~Iatll; by l;Vllll'adivn u~in~ ~l'I il.lkiin~ antl, rullin~ VI llll;l;hal.lil;al tallll'in~. As depressions occur, suitable fill material shall be added and recompacted until the surface is at the proper grade. After the sub grade for curbs is compacted and at the proper grade, 2 inches or more of base course shall be placed. The base course shall be sprinkled with water and compacted by rolling or other method. The top of the compacted base course shall be at the proper level to receive the concrete.' , ' Curbs shall be constfuc,ted to match existing line and grade.' As soon as the concrete has set sufficiently to support its own weight, all exposed surfaces shall be finished. The formed face shall be finished by rubbing with a burlap sack or similar device that will produce a uniformly textured surface, free of defects. All defective concrete shall be removed and replaced at the Contractor's sole expense. Finished curb shall present a uniform appearance for both grade and alignment. Any section of curb showing abrupt changes in alignment or grade, or which is more than 1/4-inch away from matching existing shall be removed and new curb shall be construced in its place at the Contractor's sole expense. The surface shall be broomed with a fine-hair broom at right angles to the length of the curb and tooled at all edges, joints, and markings. Existing curb surface finishes shall be matched. The curb shall be protected from damage for a period of 3 days. 3.05 SUMMARY OF WORK A. GENERAL: The work under this item shall consist of the disconnection from the municipal sanitary sewer system of identified storm water drains at the specified properties, the re-routing of this drainage to the nearest convenient paved public road or alley served by the municipal stormwater drainage system or to a splash pad located in the yard, the plugging of the pipe connected to the sewer, and the restoration of all disturbance caused by the work. p \20742\005\Contract-Spec III -1 7 I I I I I I I I I, / I I I I I I I I I I , , Stormwater disconnection from the sanitary sewer system piping shall be made below grad~. Access to the sanitary sewer system at the point of disconnection shall be securely sealed with a removable cap or plug. Each downspout shall be connected to new drainage piping. Piping cleanouts, where required, shall be installed near each, downspout connection. Details of these construction items are included as Attachment F. ' B. DISCHARGE TO STREET, ALLEY, OR THROUGH SITE RETAINING WALLS: , All new buried drainage piping shall be laid so as to slope continuously tpwards to the ultimate discharge point at the street or paved alley. No line sags or flat piping segments shall be allowed. Pipes shall be bedded in approved material in accQrdance with paragraph 1.14 B.1 of the Detailed Specifications. Unless specifically approved by the Engineer, no permanent pumping of the drainage shall be permitted. I I I All piping and fittings shall conform to the requirements of paragraph 2.01 of the Detailed Specifications. No substitutions are allowed without the express written' consent of the Engineer. Trenching width shall be minimized whenever possible. In grass-covered areas, a ,mechanical sod-cutter shall be used to remove the grass surface and attached roots. All materials excavated dUring the course of trenching operations shall be placed on impermeable material I lqcated on the subject property adjacent to the trench. The excavated material shall not be placed directly op. ally gro~nd or structures. If necessary, excavated material shall be protected from heavy rains or high winds that would otherwise significantly increase its moisture content or scatter the removed 'material. Crossings of sidewalks and similar structures shall be made through subsurface boring or augering whenever possible. Care shall be taken to minimize the exertion of any uplift forces or the generation of voids during or after the crossing operations. Any damage to structures resulting from such procedures shall be repaired in accordance with paragraph 1.13 of the Detailed Specifications. To the extent feasible, pipe runs shall minimize changes in alignment. The objective is to provide the most direct route from the drainage collection point to the discharge point, while collecting any reasonable intermediate drainage contributions along the way. Reduction of alignment changes in number and magnitude will reduce the potential for line blockages resulting from debris in the drainage flows. Such design considerations will also facilitate the cleaning of lines, should such blockages occur. Sod strips removed prior to trenching operations shall be handled carefully to minimize loss of soil from the root structures and to retain strip integrity. The sod strips shall be returned to their original locations after backfilling and compaction operations have concluded. The sod shall be tamped down firmly and wetted thoroughly before the Contractor departs the site. p \20742\005\Contract-Spec III -18 I' I ,I I I ',I 'I I ,I ,I' I I I I I I I I I Any other vegetation disturbed during the course of the work shall be restored to its original location and condition, as specified in paragraph 1.12 of the Detailed Specifications. C. DISCHARGE TO SPLASH PADS: New drainage piping shall be extended to a distance of 2 feet from the vertical downspout, directed away from the house. A splash pad shall be installed at the downspout discharge. New drainage piping shall match the existing downspout material. Where positive drainage from the splash pad to the storm system via surface flow does not exist, the ground surface shall 'be regraded. The sod shall be removed for a width of 12 inches, the soil shall be compacted, and drain rock shall cover the area where sod was removed , to provide positive drainage from the splash pad to the curb or alley designated by the Engineer. 3.06 MEASUREMENT AND PAYMENT A. SUMMARY Payment for work performed by the Contractor under this Contract shall be made at t:p.e approved Contract price for each of the principal items as listed in the bid and described in the Project Manual. Such payment shall compensate the Contractor for all costs in connection with materials stored on site and materials and labor incorporated into the work in accordance with the drawings and other Contract documents. Measurements will be determined by the Engineer. All incidental and appurtenant work essential to the completion of the project in a workmanlike manner, including cleanup and disposal of waste or surplus material, shall be accomplished 'by the Contractor without additional cost to the City. ' ' B. MEASUREMENT: 1. Measurements of the completed work will be made in place, with no allowance for waste. 2. Measurements of distances will be made in a horizontal plane, unle~s otherwise stated. C. PAYMENT DETERMINATION: Payment shall be made for the actual quantities constructed or installed; said quantities being measured as specified hereinafter. Payment will be made for installed work only. Payment will not be made for stored. uninstalled materials. Work items not specifically identified in the bid, but shown and specified, shall be considered incidental items. No additional payment will be made for incidental items. 1. PROTECTION, RESTORATION, AND CLEAN-UP shall be paid for at the Contract lump sum price. Work shall include compensation for the protection, restoration, and clean-up of existing and new structures, landscape, hardscape, utilities, and streets. Payment shall be based upon the percentage of the total Contract work completed. p \20742\005\Contract-Spec III -19 I I I I I I I' I I, j I I I I I I I I I I 2. the ~ontract lump Special Provisions. , MAINTENANCE AND PROTECTION OF TRAFFIC shall be paid foJ," at sum price in accordance with Section 1-07.23 in the Specifications and , 3. MOBILIZATION AND DEMOBILIZATION shall be paid for at the Contract lump sum price and shall include full compensation for the cost of mobilizing and demobilizing Contractor's construction equipment and personnel. It shall include compensation for all clean-up of the properties and streets, of the temporary facilities required to complete the project, and, all other incidental and appurtenant work to complete the item as specified in Section 1-09 in the Specifications and Special Provisions. ' 4. TRAFFIC CONTROL LABOR shall be paid for at the Contract lump sum price and shall include all labor required in accordance with Section I-lOin the Standard Specifications. 5. 3-INCH ABS PIPE & FITTINGS shall be based on the unit price bid and , the actual installed lineal footage of pipe. This item shall include all costs in c~nnection with furnishing and installing all pipe and fittings, cleanouts, and all incidental and appurtenant work to complete the item as specified and indicated on Attachment F. 6. ROOF DOWNSPOUT CONNECTIONS shall be based on the unit price , bid ~d the <;1ctual number of roof downspout connections installed. This item shall include all costs in connection with excavation at the connection, removal of necessary sewer piping and I ~oof downspout, capping of the existing sewer pipe, disposal of surface and waste material at approved I locations; installing all vertical downspout pipe and fittings, connections to existing lines, and all incidental and appurtenant work to complete the item as specified and indicated on Attachment F. 7. SPLASH PADS shall be based in the unit bid price and actual number of precast concrete splash pads installed. This item shall include all costs for incidental and appurtenant work to complete the item as specified and indicated on Attachment F. 8. 3" DRAIN ROCK shall be based on the unit bid price and actual cubic yardage of 3" (maximum) drain rock installed. This item shall include all costs associated with furnishing and installing the rock, excavating areas to provide positive drainage away from the house, storing, stockpiling and disposal of excavated material, and all incidental and appurtenant work to complete the item as specified and indicated on Attachment F. 9. EXCAVATION (12-INCH WIDE) shall be based on the unit price bid and the actual lineal footage of the excavated alignment. Excavation for the new alignment shall be 12 inches wide and shall be at a depth to allow positive drainage from the roof connections to the discharge location. This item shall include all costs in connection with open trenching, discovery and protection of subsurface obstructions, stockpiling and storage of excavated material, and all incidental and appurtenant equipment and work to complete the item as specified. 10. BACKFILL/COMPACTION shall be based on the unit price bid and the actual cubic yardage of material backfilled and compacted. The Contractor shall reuse all p \20742\005\Contract-Spec 1II-20 I' I I I I 'I :1 I ,I I I I I I I I I I I I I I suitable material excavated under Bid Item 9. :This item shall include all costs in connection with trench backfill compaction, sub grade preparation and' grading, and all incidental and appurtenant equipment and work to complete the item as specified. 11. CURB SAW CUT IGROUT PIPE INTO CURB shall be based on the unit price bid and the actual number of curb penetrations installed. ' Work shall include saw cutting, disposal of waste material at approved locations, concrete materials, installation of the pipe, and all other items and appurtenant work in accordance with the specifications and as indicated on Attachment F. 12. WALL PENETRATION shall be based on the unit price bid and the actual, number of site or retaining wall penetrations installed. W,ork shall include coring, grout,' sealants, backing rods or tape, and all other items and appurtenant work in accordance with the ' specifications and as indicated on Attachment F. , I , 13. AUGER/BORE UNDER CONCRETE SIDEWALK shall be based on the unit price bid and the actual installed lineal footage of augeringlboring performed beneath sidewalk crossings. This item shall include all costs in cOnrlection with the boring, backfill, stabilization, disposal of surface and waste material at approved locations, and all incidental and appurtenant work required to install buried piping beneath the sidewalk and to complete the item as specified. 14. ' TRENCH EXCAVATION AND SAFETY shall be paid for at the contract lump sum price and shall'prpvide trench safety systems meeting the requirements of RCW 39.04.180 and 49.17, in accordance with WAC 296-155-650, complete, in place. " **END OF SECTION** p \20742\005\Contract-Spec III-21 I I ' I " , , " I' " , , , I, ' I , I ' I '.-. I II ! . PART IV ATTACHMENTS I,' " " , , , I I I I I I I, I I ,1 I 'I I ':1 ,I I I ,I ,1'1 :'1 ' 'I I I I I I I I I ATTACHMENT A' , . I , , " , ' , , , WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY I I CLALLAM County - Effective: 8/31/02 I' I. I" " I.' I.., I I ". f . . Classification I, ASBESTOS ABATEMENT WORKERS__~ I'JOURNEY LEVEL . " I..' ~OIL.E,RMAKERS 'JOURNEY LEVEL I I BRICK AND MARBLE ,~ASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) I JOURNEY LEVEL CARPENTERS ACOUS~ICAL WORKER I BRIDGE, DOCK AND WARF CARPENTERS CARPENTER I CREOSOTED MATERIAL DRYWALL APPLICATOR I FLOOR FINISHER FLOOR LAYER FLOOR SANDER I MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING I. SAWFILER SHINGLER I STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS I http://www.lni.wa.gov/prevailingwage/jwages/20022/co05.htm State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-'4540 , Page 1 of 10 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits. On public works proJects, workers' wage and benefit rates must add to not less than thiS total A bnef descnptlon of overtime calculation requirements .IS provided by clicking , on the benefit code. CLALLAM County Effectiv~ 8/31/02 . Benefit Code Key , Prevailing Overtime Holiday Note Wage Code Code Code $30.86 1M I $38.71 1B $36.87 1M $14.67 1 $36.16 1M $36.00 1M $36.00 1M $36.10 1M $36.79 1M $36.13 1M $36.13 1M $36.13 1M $37.00 1M $36.20 1M $36.13 1M $36.13 1M $36.13 1M $36.13 1M 50 5N 5A 50 50 50 50 50 50 50 50 50 50 50 50 50 50 11/14/02 I' CLALLAM County - Effective: 8/31/02 Page 2 of 10 CEMENT MASONS I I JOURNEY LEVEL ' $25.01 1 DIVERS & TENDERS DIVER $77.02 1M 5D 8A 'I DIVER TENDER $38.73 1M 5D DREDGE WORKERS I ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 16 5D 8L BOATMEN $37.22 1B 5D 8L !I ENGINEER WELDER $37.27 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B ' 5D 8L 'I MAINTENANCE $36.78 1B 5D 8L; , MATES $37.22 1B 5D ' '8L I OILER $36.88 1B 5D' ' 8L ,I ,-- , DRYWALL TAPERS ' I , JOURNEY LEVEL $36.64 14 @ I ELECTRICAL FIXTURE MAINTENANCE WORKERS' JOURNEY LEVEL $9.37 1 ELECTRICIANS - INSIDE ,I CABLE SPLICER $47.28 10 6H' ,'I CABLE SPLICER (TUNNEL) $64.98 1D 6H , I I' CERTIFIED WELDER I $45.56 1D 6H CERTIFIED WELDER (TUNNEL) $62.47 1D 6H I CONSTRUCTION STOCK PERSON $24.15 1D 6H I JOURNEY LEVEL $43.83 1D 6H, JOURNEY LEVEL (TUNNEL) $59.92 1D 6H I' ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C, I , ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER I $44.01 4A 5A I CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A I HEAD GROUNDPERSON $31 .13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31 . 13 4A 5A I JOURNEY LEVEL L1NEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A I POLE SPRAYER $40.40 4A 5A POWDERPERSON $31 .13 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS I JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS I http://www.lni.wa.gov/prevailingwage/jwages/20022/ coOS .htm 11/14/02 CLALLAM County - Effective: 8/31/02 I ,CONSTRUCTOR MECHANIC I 'MECHANIC IN CHARqE PROBA 110NARY CONSTRUCTOR I FABRICATED PRECAST CONCRETE PRODUCTS 'ALL CLASSIFICATIONS I' ' FENCE ERECTORS , FENCE ERECTOR , ,FENCE LABORER I," fLAGGERS JOURNEYLEVEL ' I GLAZIERS , JOllRNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS I MECHA~IC HEATING ,EQUIPMENT MECHANICS " MECHANIC " ' I I HOD CARRIERS & MASON TENDERS , i :JOURNEY LEVEL I, INDUSTRIAL ENGI~E AND MACHINE MECHANICS I "MECHANIC " I,' INDUSTRIAL POWER VACUUM CLEANER ':JOURNEY LEVEL I , INLAND BOATMEN I ASSISTANT ENGINEER $30.70 1 K 50 CHIEF ENGINEER $31.57 1 K 50 I COOK $26.58 1 K 50 'DECK ENGINEER, ABLE SEAMAN, OILER $26.58 1 K 50 DECKHAND $26.17 1K 50 I FIRST MATE $30.80 1K 50 MASTER $33.74 1K 50 I MATE, LAUNCH OPERATOR $28.83 1 K 50 MESSMAN $21.96 1K 50 ORDINARY SEAMAN $23.28 1K 50 I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $6.90 1 1 TV TRUCK OPERATOR $10.53 1 INSULA TION APPLICATORS I JOURNEY LEVEL IRONWORKERS 1 http://www.lni.wa.gov/prevailingwage/jwages/20022/co05.htm $32.24 $43.50 $48.01 $16.72 $13.50 $13.80 $11.60 $26.18 $36.71 $37.93 $18.45 , ~ $31.34 $15.65 $9.07 $20.50 4A 4A 4A 4A 1 1 1 1M 2E 1F 1J 1M 1 1 1 Page 3 of 10 6Q 6Q QQ 6Q 50 5G 5E 5A 50 11/14/02 I CLALLAM County - Effective: 8/31/02 I I, I' I' ' I I I , JOURNEY LEVEL LABORERS 'ASPHALT RAKER BALLAST REGULATOR MACHINE 'BATCH WEIGHMAN CARPENTER TENDER ,'CASSION WORKER CEMENT DUMPER/PAVING 'CEMENT FINISHER TENDER ,CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHUCK TENDER CLEAN-UP LABORER CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR , CRUSHER FEEDER ' , I CURING LABORER I DEMOLITION, WRECKING & MOVING (INCLUDING " . CHARRED MATERIALS) II DITCH DIGGER I / 'OI,VER, I I ," DR'LL OPERATOR (HYDRAULIC, DIAMONO) ,bRIl..;L OPERATOR, AIRTRAC 'DUMPMAN I FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT construction debris cleanup) ,FINE GRADERS FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN I I I I I I I, I I http://www.lni.wa.gov/prevailingwage/jwages/20022/coOS.htm $37.17 1B ,,' $31.34 1M $30.86 1M $26.18 1M $30.86 1 M $31.70 1M $31.34 1M $30.86 1 M $31.34 1M $30.86 1M $30.86 1M $30.86 1M $30.86 1M $31.34 1M $26.18 1M, $30.86 1M '$30.86 1M $30.86 1 M $31.70 1M $31.34 1M $31.70 1M $30.86 1 M $31.34 1 M $23.86 1M $30.86 1M $30.86 1 M $30.86 1M $30.86 1 M $30.86 1 M $31.34 1M $30.86 1 M $30.86 1 M $31.70 1M $31.34 1M $30.86 1 M $31.70 1M $31.34 1M $31.34 1M $31.34 1M $31.70 1M $31.34 1M , Page 4 of 10 5A @ 50 5D -I 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 50 11/14/02 I' CLALLAM County - Effective: 8/31/02 Page 5 of 10 USING HIGH PRESSURE AIR & WATER ON CONCRETE & 1 I ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $31.34 1M 50 'I PILOT CAR $26.18 1M 50 PIPE RELlNER (NOT INSERT TYPE) $31.34 1M 50 , PIPELA YER & CAULKER $31.34 1M 50 I PIPELAYER & CAULKER (LEAD) $31.70 1M 50 PIPEWRAPPER $31.34 1M 50 'I POT TENDER $30.86 1M 50 POWDERMAN $31.70 1M 50 'I POWDERMAN HELPER $30.86 1M 50 POWERJACKS $31.34 1M 50 , RAILROAD SPIKE PULLER (POWER) $31.34 1M 50 ,I R[-TIM[3[RMAN $31.70 , 1M GO RIPRAP MAN $30.86 1M 50 $30.86 1 I SIGNALMAN 1M 50 SLOPER SPRA YMAN $30.86 1M 50" SPREADER (CLARY POWER OR SIMILAR TYPES) $31.34 1M 50 ,I SPREADER (CONCRETE) $31.34 1M 50 STAKE HOPPER $30.86 1M 50 I' , STOCKPILER $30.86 1M 50 I' TAMPER & SIMILAR ELECTRIG, AIR & GAS ' $31.34 1M 50 TAMPER (MULTIPLE & SELF PROPELLED) $31.34 1M 50 I TOOLROOM MAN (AT JOB SITE) $30.86 1M 50 TOPPER-TAILER $30.86 1M 50 1 TRACK LABORER $30.86 1M 50 TRACK LINER (POWER) $31.34 1M 50 TUGGER OPERATOR $31.34 1M 50 I VIBRATING SCREED'(AIR, GAS, OR ELECTRIC) $30.86 1M 50 I -I VIBRATOR $31.34 1M 50 1 WELDER $30.86 1M 50 WELL-POINT LABORER $31.34 1M 50 LABORERS - UNDERGROUND SEWER & WATER I GENERAL LABORER $30.86 1M 50 PIPE LAYER $31.34 1M 50 I LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK $7.81 1 I DRIVERS LANDSCAPING OR PLANTING LABORERS $7.93 1 I LATHERS JOURNEY LEVEL $36.79 1M 50 MACHINISTS (HYDROELECTRIC SITE WORK) I http://www.lni.wa.gov/prevailingwage/jwages/20022/co05.htm 11/14/02 I CLALLAM County - Effective: 8/31/02 . Page 6 of 10 , . MACHINIST $16.84 1 I METAL FABRICATION (IN SHOP) , FITTERIWELDER $15.16 1 LABORER $11.13 1 I I . MACHINE OPERATOR $10.66 1 , 'PAINTER $11.41 1 I PAINTERS , JOURNEY LEVEL $28.63 2B 5A . pLASTEHERS I' ',JOURNEY LEVEL $37.48 1R 5A PLAYGROUND & PA'RK EQUIPMENT INSTALLERS 1 JOURNEY LEVEL $7.93 1 . PLUMBERS & PIPEFITTERS JOURNEY LEVEL $46.06 1G 5A I . POWER EPUIPMENT OPERA TORS ASSISTANT ENGINEERS $35.14 1T. 50 8L , I " BACKHOE"EX'cAVATOR, SHOVEL (3YD & UNDER) $37.60 1T 50 8L / BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 ' $38.04 1T 50 8L , ,YO) . 1/ .. BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH, $38.54 1T 50 8L "ATTACHMENTS) , I' , . ' BACKHOES, (75 HP & UNDER) $37.24 1T 50 8L I" , ,:SACKH,OES, (OVER 76 HP) $37.60 1T 50 8L ,BARRIER MACHINE (ZIPPER) $37.60 1T 50 8L I BATCH PLANT OPERA TOR, CONCRETE $37.60 1T 50 8L BELT LOADERS (ELEVATING TYPE) $37.24 1T 50 8L 1 BOBCAT $35.14 1T 50 8L , BROOMS $35.14 1T 50 8L BUMP CUTTER $37.60 1T 50 8L 1 CABLEWA YS $38.04 1T 50 8L CHIPPER $37.60 1T 50 8L I COMPRESSORS $35.14 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $35.14 1T 50 8L CONCRETE PUMPS $37.24 1T 50 8L 1 CONCRETE PUMP-TRUCK MOUNT WITH BOOM $37.60 1T 50 8L ATTACHMENT CONVEYORS $37.24 1T 50 8L I CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $37.60 1T 50 8L I. CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM $38.04 1T 50 8L (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM $38.54 1T 50 8L I (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM $39.04 1T 50 8L I http://www.lni.wa.gov/prevailingwage/jwagesI20022/co05 .htm 11/14/02 I' CLALLAM County - Effective: 8/31/02 Page 7 of 10 (INCLUDING JIB WITH ATTACHMENTS) , I CRANES, A-FRAME, 10 TON AND UNDER $35.14 1T 50 8L CRANES, A-FRAME, OVER 10 TON $37.24 1T 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING $39.54 1T 50 8L I JIB WITH ATTACHMENTS , CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $37.60 1T 50 8L ,- I CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $38.04 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $38.54 1T 50' 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE $38.54 1T 50 8L il TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO $39.04 1T , 50 8L BOOM I CRUSHERS $37.60 1T 50 8L' I DECK ENGINEER/DECKWINCHES (POWER) $37.60 1T 50 , 8L ,I DFRRICK, RlJII nlNG $3804 1T ' 5D 8L, I , , , DOZERS, 0-9 & UNDER $37.24 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $37.24 1T 50 8L I DRILLING MACHINE $37.60 1T ' 50, 8L ELEVATOR AND MANLlFT, P'ERMANENT AND SHAFT- $35.14 1T 50 8t.: ',I TYPE , 1t EQUIPMENT SERVICE ENGINEER (OILER) $37.24 50' 8L FINISHING MACHIt-rJE/BIDWELL GAMACO AND SIMILAR $37.60 1T 50 8L I' ' , , EQUIP " $37.24 FORK LIFTS, (3000 LBS AND OVER) 1T 50 8L I FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 50 8L GRADE ENGINEER $37.24 1T 50, 8L GRADECHECKER AND STAKEMAN $35.14 1T 50 8L I HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR $37.24 1T 50 8L TUGGERS HORIZONTAUDIRECTIONAL DRILL LOCATOR $37.24 1T 50 8L I I HORIZONTAUDIRECTIONAL DRILL OPERATOR $37.60 1T 50 I 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $35.14 1T 50 8L I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $37.24 1T 50 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 50 8L LOADERS, OVERHEAD (8 YO & OVER) $38.54 1T 50 8L I LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $37.60 1T 50 8L LOCOMOTIVES, ALL $37.60 1T 50 8L I MECHANICS, ALL (WELDERS) $37.60 1T 50 8L MIXERS, ASPHAL T PLANT $37.60 1T 50 8L I MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $38.04 1T 50 8L I SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH $35.14 1T 50 8L SEEDING OPERATOR I http://www.1ni.wa.gov/prevailingwage/jwages/20022/ coOS .htm 11 /14/02 I CLALLAM County - Effective: 8/31/02 ' Page 8 of 10 , PAVEMENT BREAKER $35.14 1T 50 8L I PILEDRIVER (OTHER THAN CRANE MOUNT) $37.60 1T 50 8L , PLANT OILER (ASPH~L T CRUSHER) $37.24 1T ~ 8L POSTHQLE DIGGER, MECHANICAL $35.14 1T 50 8L I, 'POWER PLANT $35.14 1T @ 8L , " PUMPS, WATER $35.14 1T '50 8L I 'QUAD 9, 0-10, AND HD-41 $38.04 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $38.04 1T 50 8L , EARTH MOVING EQUIP I, ' RIGGER AND BELLMAN '$35.14 1T 50' 8L ROLLAGON $38.04 1T 50 8L I ROLLER, OTHER TH~N PLANT ROAD MIX ' $35.14 1T 50 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $37.24 1T 50 8L , , ROTO-MILL, ROTO-GRINDER $37.60 1T 50 8L I' SAWS, CONCRETE $37.24 1T 50 8L I I SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, $37.60 1T 50 8L I ARTiCULATING OFF-ROAD EQUIPMENT (UNDER 45 YO) , ,I SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, , $38.04 1T 50 8L I ARTI'tULATING OFF-ROAD EQUIPMENT (45 YO AND , I, ' OVER) SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 50 8L I ," , I SCREED'MAN I $37.60 1T 50 8L I" ,SHOTCRETE GUNITE $35.14 1T 50 ' 8L I I. II ,I I I ',' $38.04 SLlPFORM J;>AVERS ' , 1T 50 8L I SPREADER, TOPSIDE OPERATOR - SLAW KNOX $37.60 1T 50 8L SUSGRADE TRIMMER $37.60 1T 50 8L TRACTORS, (75 HP & UNDER) $37.24 1T 50 8L I TRACTORS, (OVER 75 HP) $37.60 1T 50 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 50 8L I ' TRANSRORTERS" ALL TRACK OR TRUCK TYPE $38.04 1T 50 8L TRENCHING MACHINES $37.24 1T 50 8L TRUCK CRANE OILER/DRIVER (UNDER 100 TON) $37.24 1T 50 8L I TRUCK CRANE OILER/DRIVER (100 TON & OVER) $37.60 1T 50 8L WHEEL TRACTORS,FARMALL TYPE $35.14 1T 50 8L I YO YO PAY DOZER $37.60 1T 50 8L POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 I POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A I, SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERA TOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A I TREE TRIMMER GROUNDPERSON $19.48 4A 5A REFRIGERA TION & AIR CONDITIONING MECHANICS I http://www.1ni.wa.gov/prevailingwage/jwages/20022/ coOS .htm 11/14/02 ,I' CLALLAM County - Effective: 8/31/02 Page 9 of 10 MECHANIC $27.68 1 f I RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $36.87 1M 5A RESIDENTIAL CARPENTERS I JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS I JOURNEY LEVEL $18.00 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 !I RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.78 1 :1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 1 ' " f RESIDENTIAL INSULATION APPLICATORS, ,I JOURNEY LEVEL $9.86 ' 1 RESIDENTIAL LABORERS I JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 ,I RESIDENTIAL PLUMBERS & PIPEFITTERS , ," JOURNEY LEVEL $16.97 1 , f I' RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS , " , JOURNEY LEVEL $43.46 1G 5A I RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $26.23 14 5A. RESIDENTIAL SOFT FLOOR LAYERS I JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) I JOURNEY LEVEL $34.70 1R 51 - , ROOFERS JOURNEY LEVEL I $33.78 1R 5A I USING IRRITABLE BITUMINOUS MATERIALS $36.78 1R 5A SHEET METAL WORKERS I JOURNEY LEVEL (FIELD OR SHOP) , $42.35 14 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) , JOURNEY LEVEL $19.29 1 I SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 1 I SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 1B 5A SOLAR CONTROLS FOR WINDOWS I JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) I http://www.lni.wa.gov/prevailingwage/jwages/20022/ coOS .htm 11/14/02 ,I' CLALLAM County - Effective: 8/31/02 Page 10 of 10 JOURNEY LEVEL $26.41 1 I STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS ,I CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11 .40 1 I PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CA8LE SPLICER $25.42 28 5A II HOLE DIGGER/GROUND PERSON, $13.51 28 5A INSTALLER (REPAIRER) $24.31 28 ' 5A :1 JOURNEY LEVEL TELEPHONE L1NEPERSON $23.53 28 5A SPECIAL APPARATUS INSTALLER I $25.42 28 5A ' " SPECIAL APPARATUS INSTALLER II $24.87 28 5A ,I TELEPHONE EQUIPMEN I UPI=KA I UK (HEAVY) $25.42 ' 28 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 28 ~ I TELEVISION GROUND PERSON $12.73 28 5A TELEVISION L1NEPER~ON/INSTALLER $17.47 28 5A TELEVISION SYSTEM TECHNICIAN $21 . 1 0 28 5A ',I TELEVISION TECHNICIAN $18.82 28 5A <,' TREE TRIMMER $23.53 28 5A I I' TERRAZZO WORKERS'& TIL,E SETTERS JOURNEY LEVEL $34.23 1H '5A TILE, MARBLE & TERRAZZO FINISHERS I FINISHER $28.06 1H 5A TRAFFIC CONTROL STRIPERS I JOURNEY LEVEL $28.97 1K 5A -JRUCK DRIVERS --- ASPHAL T MIX ( TO 16 YARDS) $34.89 1T 50, 8L I , ASPHALT MIX (OVER 16 YARDS) $35.47 1T 50' 8L DUMP TRUCK $20.23 1 I DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $35.47 1T 50 8L TRANSIT MIXER $23.73 1 I WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 I OILER $9.45 1 WELL DRI LLER $11.60 1 I I I http://www.lni.wa.gov/prevailingwage/jwages/20022/ co05 .htm 11/14/02 CLALLAM County - Effective: 8/31/02 Page 1 of9 I I I I I I I I 1/ I' I I I I I I I I I State of Washington DEPARTMENT OF LABOR AND INDUS17RIES Prevallmg Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 I Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total. A brief deSCription of overtime calculation requirements is provided by c1ickmg on the benefit code. NOTE. Any apprentice not regIstered with the Washington State Apprenticeship and 'Tramlng Council must be paid prevailing Journey level wages. To verify' apprentice registration, call (360) 902-5324. C I::Al:t:AM COU nty Apprentices Effective 8/31/02 Benefit Code Key " Prevailing Overtime Holiday Note J , Stage of Progression & Hour Range Wage Code Code Code ASBESTOS ABATEMENT WORKERS ENVIRONMENTAL CONTROL PAINTERS 1: 0 - 1000 Hours - 50.00% $16.11 1M 5D 2: 1001 - 2000 Hours - 60.00% $18.58 1M 5D 3: 2001 - 3000 Hours - 75.00% $24.08 1M 50 4: 3001 - 4000 Hours - 90.00% $28.15 1M 50 LABORERS 1: 0 - 1000 Hours - 60.00% $20.98 1M 50 2: 1001 - 2000 Hours - 70.00% $23.45 1M 50 3: 2001 - 3000 Hours - 80.00% $25.92 1M 50 4: 3001 - 4000 Hours - 90.00% $28.39 1M 50 BOILERMAKERS 1: 0 - 1000 Hours - 70.00% $30.83 1B 5N 2: 1001 - 2000 Hours - 75.00% $32.14 1B 5N 3: 2001 - 3000 Hours - 80.00% $33.46 1B 5N 4: 3001 - 4000 Hours - 85.00% $34.77 1B 5N 5: 4001 - 5000 Hours - 90.00% $36.08 1B 5N 6: 5001 - 6000 Hours - 95.00% $37.40 1B 5N BRICK AND MARBLE MASONS 1: 0 - 750 Hours - 50.00% $20.96 1M 5A http://www.lni.wa.gov/prevailingwage/Appwages/20022/ coOS .htm 11/14/02 ,I' CLALLAM County - Effective: 8/31/02 Page 2 of9 3: 2251 - 3000 Hours - 60.00% $23.87 1M 5A , I 4: 3001 - 3750 Hours '- 70.00% $26.78 1M 5A 5: 3751 - 4500 Hours - 80.00% $29.69 1M 5A 6: 4501 - 5250 Hours - 90.00% $32.61 1M 5A 'I 7: 5251 - 6000 Hours - 95.00% $34.06 1M 5A , CARPENTERS I ACOUSTICAL WORKER 1: 0 - 1000 Hours - 50.00% $18.24 1M 50 2: 1001 - 2000 Hours - 60.00% $24.92 1M 50 !I 3: 2001 - 3000 Hours - 68.00% $27.16 1M 50 4: 3001 - 4000 Hours - 76.00% $29.41 1M 50 "I 5: 4001 - 5000 Hours - 84.00% $31.66 1M 50 6: 5001 - 6000 Hours -' 92.00% $3~.91 1M 50 ,I BRIDGE, DOCK AND WARF CARPENTERS' 1: 1st Period - 60.00% $20:95 1M 50 2: 2nd Period - 65.00% $26.22 1M 50 I I 3: 3rd Period - 70.00% $27.62 1M 50 4: 4th Period - 75.00% $29.01 1M 50 ,I 5: 5th Period - 80.00% , $30.41 1M 50 6: 6th Period - 85.00% $31.81 1M 50 , I' 7: 7th Period - 90.00% $33.21, 1M 50 , , , 8: 8th Period - 95.00% $34.60 1M 50 I CARPENTER 1: 1 st Period - 60.00% $20.95 1M 50 I 2: 2nd Period - 65.00% $26.22 1M 50 3: 3rd Period - 70.00% $27.62 1M 50 I 4: 4th Period - 75.00% $29.01 1M 50 5: 5th Period - 80.00% $30.41 1M 50 I I 6: 6th Period - 85.00% ' $31.81 1M 50 7: 7th Period - 90.00% $33.21 1M 50 8: 8th Period - 95.00% $34.60 1M 50 I DRYWAll APPLICATOR DRYWALL. METAL STUD. AND CEILING APPLlCA TORS I 1: 0 - 700 Hours - 50.00% $18.55 1M 50 2: 701 - 1400 Hours - 60.00% $25.29 1M 50 I 3: 1401 - 2100 Hours - 68.00% $27.59 1M 50 4: 2101 - 2800 Hours - 76.00% $29.89 1M 50 5: 2801 - 3500 Hours - 84.00% $32.19 1M 50 I 6: 3501 - 4200 Hours - 92.00% $34.49 1M 50 MillWRIGHT AND MACHINE ERECTORS I http://www.1ni.wa.gov/prevailingwage/Appwages/20022/coO 5 .htrn 11 /14/02 I CLALLAM County - Effective: 8/31/02 Page 3 of9 '1: 1 st Period - 60.00% $21.55 1M 50 I I 2: 2nd Period - 65.00% $26.87 , 1M 50 , 3: 3rd Period - 70.00% $28.32 1M 50 I, 4: 4th Period - 75.00% $29.76 1M 50 , 5: 5th Period - 80.00% $31.21 1M 50 ' I ' 6': 6th Period - 85.00% $32.66 1M 50 , 7; 7th Period - 90.00% $34.11 1M 50 I" a: 8th Pei'iod - 95.00% $35.55 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING , ' 1: 1st Period - 60.00% ' $2'1.07 1M 50 I 2: 2n~ Period - 65,.00% , $26.35 1M 50 3: 3rd Period - 70.00% I $27.76 1M 50 I' 4: 4th Periqd - 75.00% $29.16 1M 50 5: 5th Period - 80.00.% $30.57 ' 1M 50 I ",6: 6th Period ~ 8'5.00% $31.98 , 1M 50 /7: 7th Period - 90.00% $33.39 1M 50 , I I, 8: 8th Period - 95.00% $34.79 1M 50 I CEMENT,MASONS I" 1: 0' 'i 1000 Hours - 50.00% $12.51 1 " ,I I I , 2: 1 00'1~:~2000 Hours - 60.00% _ $'15.01 1 - r- -~~~"--- ~- . ---~~-- ~~~ I 3: 2001 - 3000 Hours - 70.00% $17.51 , 1 I 4: 3001 - 4000 Hours - 80.00% $20.01 1 5: 4001 - 5000 Hours - 90.00% $22.51 1 I 6: 5001 - 6000 Hours - 95.00% $23.76 1 DRYWALL TAPERS I 1: 0 - 100q Hours - 50.00% $23.55 Jl 58 2: 1001 -2000 Hours - 55.00% $24.86 1J 58 3: 2001 - 3000 Hours - 65.00% $27.48 Jl 58 I 4: 3001 - 4000 Hours - 75.00% $30.10 Jl 58 , 5: 4001 - 5000 Hours - 85.00% $32.71 1J 58 I 6: 5001 - 6000 Hours - 90.00% $34.02 Jl 58 ELECTRICIANS - INSIDE 1: 0 - 1000 Hours - 40.00% $17.52 10 6H I 2: 1001 - 2000 Hours - 50.00% $20.97 10 6H 3: 2001 - 3500 Hours - 55.00% $25.78 10 6H I, 4: 3501 - 5000 Hours - 65.00% $29.79 10 6H 5: 5001 - 6500 Hours - 75.00% $33.80 10 6H 6: 6501 - 8000 Hours - 85.00% $37.81 10 6H I ELECTRICIANS - POWERLlNE CONSTRUCTION JOURNEY LEVEL L1NEPERSON I http://www.lni.wa.gov/prevailingwage/Appwages/20022/ co05.htm 11/14/02 I CLALLAM County - Effective: 8/31/02 Page 4 of9 , 1: 0 - 1000 Hours - 60.00% $26.62 4A 5A , I 2: 1001 - 2000 Hours'- 65.00% $28.12 4A 5A 3: 2001 - 3000 Hours - 71.00% $29.93 4A 5A 4: 3001 - 4000 Hours - 81.00% $32.93 4A 5A I 5: 4001 - 5000 Hours - 85.00% $34.14 4A 5A 6: 5001 - 6000 Hours - 89.00% $35.33 4A 5A, I 7: 6001 - 7000 Hours - 93.00% $36~54 4A 5A POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $34.35 4A 5A !I 2: 1001 - 2000 Hours - 89.80% $35.58 4A 5A 3: 2001 - 3000 Hours - 92.80% $36.48 . 4A 5A ,I ELECTRONIC & TELECOMMUNICATION TECHNICIANS I I 1: 0 - 1000 Hours - 55.00% $6.90 1 ,I 2: 1001 - 2000 Hours - 60.00% $7.24 1 3: 2001 - 3000 Hours - 65.00% $7.85 1 4: 3001 - 4000 Hours - 70.00% $8.45 1 I 5: 4001 - 5000 Hours - 75.00% $9.05 1 6: 5001 - 6000 Hours - 80l00% ' $9.66 1 ,I 7: 6001 - 7000 Hours - 85.00% $10.26 1 , , 8: 7001 - 8000 Hours - 95.00% ' $11.47 1 ,.1 FLAGGERS , I' 1: 0 - 1000 Hours - 60.00% $20.98 1M 50, I 2: 1001 - 2000 Hours - 70.00% $23.45 1M 50 I 3: 2001 - 3000 Hours - 80.00% $25.92 1M 50 4: 3001 - 4000 Hours - 90.00% $26.18 1M 50 GLAZIERS I 1: 0 - 1000 Hours - 45.00% $19.09 2E 5G 2: 1001 - 2000 Hours - 50.00% $20.70 2E 5G I 3: 2001 - 3000 Hours - 55.00% $22.30 2E 5G 4: 3001 - 4000 Hours - 60.00% $23.90 2E 5G I 5: 4001 - 5000 Hours - 65.00% $25.50 2E 5G I 6: 5001 - 6000 Hours - 70.00% $27.10 2E 5G 7: 6001 - 7000 Hours - 80.00% $30.30 2E 5G I 8: 7001 - 8000 Hours - 90.00% $33.51 2E 5G HEA T & FROST INSULA TORS AND ASBESTOS WORKERS I MECHANIC 1: 0 - 1000 Hours - 50.00% $22.40 1F 5E 2: 1001 - 2000 Hours - 55.00% $23.95 1E 5E I 3: 2001 - 4000 Hours - 65.00% $27.06 1F 5E 4: 4001 - 6000 Hours - 75.00% $30.16 1E 5E I 5: 6001 - 8000 Hours - 85.00% $33.27 1E 5E HOD CARRIERS & MASON TENDERS I http://www.lni.wa.gov/prevailingwage/ Appwages/20022/co05 .htm 11/14/02 I CLALLAM County - Effective: 8/31/02 Page 5 of9 1: 0 - 1000 Hours - 60.00% $20.98 1M 50 , I 2: 1001 - 2000 Hours - 70.00% $23.45 1M 50 3: 2001 - 3000 Hours - 80.00% $25.92 1M 50 , " 4: 3001 - 4000 Hours - 90.00% $28.39 1M 50 I ' , INSULA TION APPLICATORS '1: 0 - 1000 Hours,- 50.00% $10.25 1 , $12.30 I " 2: 1001 - 2000 Hours - 60.00% 1 , 3: 2001 - 3000 Hours - 75.00% $15.38 1 , 4: 3001 - 4000 Hours - 90.00% $18.45 1 I' , IRONWORKERS 1: 0 - 1000 Hours - 65'.00% $21 .13 18 5A , I 2: 1001 - 2000 Hours - 70.00% $22.42 18 5A '3: 2001 -3000 Hours - 75.00% $30.72 18 5A I 4: 3001 - 4000 Hours - 80.00% $32.01 18 5A 5: 4001- 5000 Hours '- 90.00% $34.59 16 5A 6: 5001 - 6000 Hours - 90.00% $34.59 18 5A , , ' I ',7: 6001 - 7000 Hours - 95.00% $35.88 18 5A /8: 7001 - 8000 Hours - 95.00% $35.88 18 5A , , LABORERS I.' 1: 0 -1000 Hours - 60.00% $20.98 1M 50 ( ,"~ I I ' , 2: 1001 - 2000 Hours - 70.00% $23.45 ' 1M 50 I 3: 2001 - 3000 Hours - 80.00% $25.92 1M 50 1,1 I I' " I , $28.39 4: 3001 .: 4000 Hours - 90.00% 1M 50 , , I LABORERS - UNDI;RGROUND SE~ER & WATER' " 1: 0 -1000 Hours - 60.00% $20.98 1M 50 2: 1001 - 2000 Hours - 70.00% $23.45 1M 50 I ~: 2001,- 3000 Hours - 80.00% $25.92 1M 50 -4: 3001 - 4000 Hours - 90.00% $28.39 1M 50 I LATHERS 1: b -1000 Hours - 50.00% $18.55 1M 50 2: 1001 - 2000 Hours - 60.00% $25.29 1M 50 I 3: 2001 - 3000 Hours - 68.00% $27.59 1M 50 4: 3001 - 4000 Hours - 76.00% $29.89 1M 50 I 5: 4001 - 5000 Hours - 84.00% $32.19 1M 50 6: 5001 - 6000 Hours - 92.00% $34.49 1M 50 I PAINTERS 1: 0 - 750 Hours - 55.00% $14.76 28 5A 2: 751 - 1500 Hours - 65.00% $15.87 28 5A I, 3: 1501 - 2250 Hours - 75.00% $17.72 28 5A 4: 2251 - 3000 Hours - 80.00% $19.41 28 5A I 5: 3001 - 3750 Hours - 85.00% $20.39 28 5A 6: 3751 - 4500 Hours - 95.00% $22.38 28 5A PLASTERERS I http://www.lni.wa.gov/prevailingwage/ Appwages/20022/co05 .htm 11/14/02 I CLALLAM County - Effective: 8/31/02 Page 6 of9 2: 501 - 1000 Hours - 45.00% $18.30 1R 5A , I 3: 1001 - 1500 Hours - 45.00% $23.60 1R 5A 4: 1501 - 2000 Hours - 50.00% $24.87 1R 5A 5: 2001 - 4500 Hours - 55.00% $26.13 1R 5A I ' , 6: 2501 - 3000 Hours - 60.00% $27.39 1R 5A , i: 3001 - 3500 HO,urs - 65.00% $28.65 1R 5A , $29.91 I ',' 8: 3501 - 4000 Hours - 70.00% 1R 5A '9: 4001 - 4500 Hours - 75.00% $31 . 17 1R 5A , 1b: 450{- 5000 Hours - 80.00% $32.43 1R 5A I " 11: 5001 - 5500 Piours - 85.00% $3,3.70 1R 5A 12: 5501 - 6000 Hours.: 90.00% $34.96 1R 5A I 13: 6001 - 6500 Hours ~ 95.00% $36.22 1R 5A , ,14: 6501 :- 7000 Hours - 95.00% $36.22 1R 5A I PLUMBERS & PIPEFITTERS '1: 0 - 2000,Hours - 50~00% $24.15 1G 5A 2: 2001 - 4000 Hours - 62.50% $33.41 ' 1G 5A I I ',3: 4001 - 6000 Hours - 70.00% $35.94 1G 5A /4: 6001 - 8000 Hours - 75.00% $37.64 1G 5A , ' 5: 8001 - 10000 Hours - 85.00% $41.69 1G 5A I, POWER EQUIPM.ENT OPERATORS / "ALL EQUIPMENT I'" 1,:,0'.1. 500 Hours - 55.00% $~4.26 1T 50 ' 8L 2': 501"- 1000 I;-Iours - 60.00% $25.70 1T 50 8L I 3: 1001 - 2000 Hours - 65.00% -- - --- - ~ $~7.15 1T 50 8L 4: 2001 - 3000 Hours - 70.00% $28.59 1T 50 8L 5: 3001 - 4000 Hours - 75.00% $30.03 1T 50 8L I 6: 4001 :- 5000 Hours - 80.00% $31 .4 7 1T 50 8L , 7: 5001 - 6000 Hours - 90.00% $34.36 1T 50 8L I POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERA TORS) 1: 0 - 500 Hours - 55.00% $24.26 I 2: 501 - 1000 Hours - 60.00% $25.70 3: 1001 - 2000 Hours - 65.00% $27.15 I 4: 2001 - 3000 Hours - 70.00% $28.59 5: 3001 - 4000 Hours - 75.00% $30.03 6: 4001 - 5000 Hours - 80.00% $31 .4 7 I 7: 5001 - 6000 Hours - 90.00% $34.36 POWER LINE CLEARANCE TREE TRIMMERS I TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $18.41 4A 5A I 2: 1001 - 2000 Hours - 75.00% $20.51 4A 5A 3: 2001 - 3000 Hours - 80.00% $21.56 4A 5A 4: 3001 - 4000 Hours - 90.00% $23.68 4A 5A I http://www.lni.wa.gov/prevailingwage/ Appwages/20022/co05 .htm 11/14/02 ,I CLALLAM County - Effective: 8/31/02 Page 7 of9 . , REFRIGERATION & AIR CONDITIONING MECHANICS I MECHANIC 1: 0 - 2000 Hours - 42.50% $11.76 1 2: 2001 - 4000 Hours - 50.00% $13.84 1 I 3: 4001 - 6000 Hours - 60.00% $16.61 1 4: 6001 - 8000 Hours - 70.00% $19.38 1 I 5: 8001 - 10000 Hours - 85.00% $23.'53 1 RESIDENTIAL CARPENTERS 'I 1: 15t Period - 60.00% $10.71 1 2: 2nd Period - 65.00% $11.60 1 'I 3: 3rd Period - 70.00% $12.50 1 4: 4th Period - 75.00% ' $13:39 1 I 5: 5th Period - 80.00% I $14.28 1 6: 6th Period - 85.00% ' I $15.17 1 7: ih Period - 90.00% $16;07 1 I 8: 8th Period - 95.00% $16.96 1 , , RESIDENTIAL ELECTRICIANS ,I 1: 0 - 900 Hours - 50.00% $1'3.89 1 , " 2: 901 - 1800 Hours - 55.00% $15.28 1 I $2Q.84 1 I' 3: 1801 - 2700 Hours - 75.00% , 4: 2701 - 4000 Hours - 85.00% " $23.61 1 RESIDENTIAL PLUMBERS & PIPEFITTERS I 1: 0 - 1000 Hours - 55.00% $9.33 1 2: 1001 - 2000 Hours - 65.00% $11.03 1 I 3: 2001 - 4000 Hours - 75.00% $12.73 1 4: 4001 - 6000 Hours - 85.00% $14.42 1 I RESIDENTIAL SHEET METAL WORKERS , JOURNEY LEVEL (FIELD OR SHOP) 1: 1 - 1000 Hours - 50.00% $13.39 14 5A I 2: 1001 - 2000 Hours - 60.00% $15.42 1J 5A 3: 2001 - 3000 Hours - 65.00% $18.42 14 5A I 4: 3001 - 4000 Hours - 70.00% $19.44 1J 5A 5: 4001 - 5000 Hours - 80.00% $21 .48 1J 5A 6: 5001 - 6000 Hours - 85.00% $22.49 1J 5A I ROOFERS 1: 0 - 820 Hours - 60.00% $21.33 1R 5A I 2: 821 - 1630 Hours - 67.00% $23.11 1R' 5A 3: 1631 - 2450 Hours - 74.00% $24.88 1R 5A 4: 2451 - 3270 Hours - 81.00% $28.96 1R 5A I 5: 3271 - 4080 Hours - 88.00% $30.74 1R 5A 6: 4081 - 4899 Hours - 95.00% $32.51 1R 5A I http;//www.lni.wa.gov/prevailingwage/Appwages/20022/ co05 .htm 11/14/02 CLALLAM County - Effective: 8/31/02 I SHEET METAL WORKERS I. JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 2000 Hours - 45.00% . , 2: 2001 - 3000 Hours - 50.00% 13: 3001 - 4000 Hours - 55.00% . ' 4: 4001 - 5000 Hours - 60.00% 1 " 5.: 5001 - 6000 "'ours - 65.00% , 6: 6001 - 7000 Hours - 70.00% , , , 7: 7001 - 8000 Hours - 75.00% 1 " 8: 8001 - 9000 Hburs - 80.00% . 9: 9001 - 10000 Hours':' 85.00% I SOFT FLOOR LAYERS , 1: 0 ~ 750 Hours -' 45.00% 2: 751 - 1500 Hours - 50.00% 3: 1501 ~ 2250 Hours ~ 60.00% 4: 2251 .,. 3000 Mours - 70.00% I . '5: 3001 - 3750 Hours - 80.00% /6: 3751 - 4500 Hours - 90.00% 1 ' I SPRINKLER FITTERS (FIRE PROTECTION) I GRADE 1 (INDENTURED AFTER APRIL 1. 2000) I . " ., 1: 0 - 1000' Hours - 45.00% I" ~l 1 OO,~ -, ~OOO H9urs - qO.OO% 3: 2001 - 3000 Hours - 55.00% I 4: 3001 - 4000 Hours - 60.00% GRADE 1 (INDENTURED BEFORE APRIL 1. 2000) 1: 0 -1000 Hours - 40.00% I ~: 1001 - 2000 Hours - 45.00% 3: 2001 - 3000 Hours - 50.00% I --4: 3001 - 4000-Hours - 55.00% -- - -- GRADE 2 (INDENTURED AFTER APRIL 1. 2000) 1: 0 - 1000 Hours - 65.00% I . 2: 1001 - 2000 Hours - 70.00% 3: 2001 - 3000 Hours - 75.00% I 4: 3001 - 4000 Hours - 80.00% 5: 4001 - 5000 Hours - 85.00% 6: 5001 - 6000 Hours - 90.00% I GRADE 2 (INDENTURED BEFORE APRIL 1. 2000) 1: 0 -1000 Hours - 60.00% 1 2: 1001 - 2000 Hours - 65.00% , 3: 2001 - 3000 Hours - 70.00% I 4: 3001 - 4000 Hours - 75.00% 5: 4001 - 5000 Hours - 80.00% 6: 5001 - 6000 Hours - 85.00% I http://www.lni.wa.gov/prevailingwage/Appwages/20022/coOS.htm Page 8 of9 $17.59 14 6L I $24.59 14 6L $26.29 14 6L $27.99 1J 6L. $29.70 1J 6L $31.40 14 6L $33.11 14 6L $34.81 14 6L $36.53 14 6L $16.07 18 5A 17.39 18 5A $20.02 18 5A $22.66 18 5A $25.30 . 18 5A $27.94 18 5A $11.88 1 $13.21 1 ~14.53 1 $15.85 1 $10.56 1 $11.88 1 $13.21 1 - $14.53 -1 $17.17 1 $18.49 1 $19.81 1 $21 . 13 1 $22.45 1 $23.77 1 $15.85 1 $17.17 1 $18.49 1 $19.81 1 $21 .13 1 $22.45 1 11 /14/02 ,I' CLALLAM County - Effective: 8/31/02 Page 90f9 TERRAZZO WORKERS & TILE SETTERS , , I 1: 0 - 1000 Hours - 5d.00% $19.31 1H 5A 2: 1001 - 2500 Hours - 55.00% $20.63 lli 5A 3: 2501 - 3500 Hours - 60.00% $21.96 1H 5A 'I 4: 3501 - 4500 Hours - 70.00% $24.62 1H 5A 5: 4501 - 5500 Hours - 80.00% $27.27 1H 5A, ,I 6: 5501 - 6250 Hours - 90.00% $29.'93 1H 5A 7: 6251 - 7000 Hours - 95.00% $31.25 1H 5A 'ii TilE, MARBLE & TERRAZZO FINISHERS FINISHER 1: 0 - 1000 Hours - 50.00% $18.71 1H 5A I 2: 1001 - 2500 Hours - 55.00% $19.97 1H 5A , , " 3: 2501 - 3500 Hours - 60.00% $21.23 1H 5A I 4: 3501 - 4500 Hours - 70.00% $23.76 1H 5A ' TRAFFIC CONTROL STRIPERS ' I , 1: 0 - 500 Hours - 60.00% $12.71' 1K 5A I 2: 501 - 1000 Hours - 60.00% $16.56 1K 5A 3: 1001 - 2333 Hours - 60.'00% ' $18.96 1K 5A ,'I 4: 2334 - 4666 Hours - 73.00% ' $22.21 1K 5A 5: 4667 - 7000 Hours - 88.00% I $25.97 1K 5A ," TRUCK DRIVERS I , " , :1 ' ALL TRUCKS 1: 0 - 700 Hours - 70.00% $14.16 1 'I 2: 701 - 1400 Hours - 80.00% $16.18 1 3: 1401 - 2100 Hours - 90.00% $18.21 1 I I I I ,I I I I http://www.lni.wa.gov/prevailingwage/Appwages/20022/ coOS .htm 11/14/02 BENEFIT CODE KEY , Page 1 0[6 1 1 I, B'ENEFIT CODE KEY EFFECTIVE 08-31-0'2 OVERTIME CODES 1 ,,' Overtime Calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the , ,hourly rate of the cost of fringe benefits actually provided for the worker. 1 ", 1'. ALL HOURS' WORKED IN EXCESS OF EIGHT (8) HOUR'S PER DAY OR F~RTY (40) ~OURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 1 '~. All hqurs worked on Saturdays, Sundays and holidays Sh~1I be paid at one an'd one-half times the hourly rate of wage. B. 'All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked ,on Sundays and holidays shall be paid at double the hourly rate of wage. ' I p., All hours worked on Sundays shall be paid at double the hourly rate of wage. , ' 1 D.uthe first eight (8) hours worked on- Saturdays of a five - eight hour work week and the first eight ;' (8) ~ours worked on a fifth calendar day, excluding Sunday, in a four - ten hour schedule, shall be paid at one 'and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours I,,' p~r day on Saturday; all hours worked in excess of eight (8) hOfJrs in a fifth calendar weekday 0f a four - ten .hour schedule;' all hours worked in excess of ten (10), hours per day Monday through Friday, , and all hours worked on Sundays and holidays shall be paid ~t double the hourly rate of wage. 1 1 I I I 1 I, K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 1 1 F. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays (except Labor Day) shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours and Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L. All hours worked on Saturdays, Sundays and holidays (except Thanksgiving Day and Christmas Day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on http://www.1ni.wa.gov/prevailingwage/BenCodes/20022/BenefitCodes.htm 11 /14/02 BENEFIT CODE KEY Page 2 of6 I I I ,I I !I :1 I I ',I I" I 'I' I I I I I I I I I Thanksgiving Day and Christmas Day shall be paid at double the hourly rate of wage. , M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather, conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate 'of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-hCillf times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one and one-half times the hourly rate of wage. I All hours worked on holidays shall be paid at double the hourly rate of wage. a. All hours worked 'on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Su'ndays and holidays (except Christmas Day) shall be paid at double the hourly rate of wage. All hours worked on Christmas Day shall be ,paid at two and one-half times the hour,ly rate of wage. ' I , R. All hours worked on Sundays ,and holidays shall be paid at two times the hourly rate of wage. S. All hours worked on Sundays between the hours of 12:00AM Sunday and 6:00AM Monday and, on holidays shall be paid at double the hourly rate of wage. ' I ' I , , I T. All hours worked on Saturdays, except makeup days, shall be paid at one and one':'half times the hourly rate of wage. All hours worked after 6:00PM Saturday to 6:00AM Monday and on holidays shall be paid at double the hourly rate of wage.' , U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. The first six (6) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of six (6) hours on Saturday and all hours worked on Sundays and holidays shall be paid at two'times the hourly rate of wage. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. D. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. The first eight (8) hours worked on holidays shall be paid at straight time in addition to http://www.lni.wa.gov/prevailingwage/BenCodes/20022/BenefitCodes.htm 11/14/02 BENEFIT CODE KEY Page 3 of 6 ,I' , I 'I I 'I ,'I I the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at one and one-half times the hourly rate of wage. I E. All hours worked on Saturdays or holidays (except Labor Day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on' Sundays or on Labor Day shall be paid at 'two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at ,the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Supday shall ,be paid at two times the hourly rate of wage. All hours worked' on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay.' H. All hours worked'on Sunday shall be paid at two times the,hourly rate of wage. All hours w,orked on holidays shall be paid at, one and one-half times the hou~ly rate of wage. ' I ,I :1' I I I I I I I I I J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage, including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the hourly rate of wage. I , M. All hours worked on 'Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. I ' o. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. 4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rat~ of wage. All hours worked on Saturdays, Sundays, and holidays shall be paid at double the hourly rate of wage. 5. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). http://www.lni.wa.gov/prevailingwage/BenCodes/20022/BenefitCodes.htm 11/14/02 BENEFIT CODE KEY Page 4 of6 I I I I' I I I I 1/ I I I I I I I I, I I .E. Holidays: New Year's Qay, Presidents' Day, Memorial Day, Independence Day, Labor Da'y, Presidential Election Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, last work day before Christmas Day, and Christmas Day (7). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (6). I~ Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). ' N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). I O. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day, Thanksglvlpg Day, and Chnstmas Day (6),. a. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor D.ay, Thanksgiving I , 'Day, and Christmas Day (6). I , I R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the day after T~anksgiving Day, one-half day before Christmas Day, and Christmas Day (7 1/2). , I "S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, ~hank,sgiving Day, and 9hristmas Day (7). ' , I I I T. Paid holiday: seve~, (7) paid holidays. V. Paid Holidays: six (6) paid holidays. W. Paid Holidays: nine (9) paid holidays. X. Holid~ys: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. After 2080 hours - New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and a floating holiday (8). Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential Election , Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day (8). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 6. HOLIDAY CODES A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, http://www.lni.wa.gov/prevailingwage/BenCodes/20022/BenefitCodes.htm 11/14/02 BENEFIT CODE KEY Page 5 of6 ,I' I 'I I tl ',I Thanksgiving Day, Friday after Thanksgiving Day, the last work day before Chnstmas Day, and Christmas Day (9). ' D. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Da'Y, Christmas Day, the day before or after ' Christmas Day (9). H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). ' L. Holidays: New Year's Day, Memorial Day, Independence, Day, Labor Day, Thanksgiving Day, the' j Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (8). , , , , , Q. Paid Holidays: New Year's Da , Memorial Da ,Inde endence Da , Labor Da , Thanks ivin Day, the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday: Presidents' Day. S. Paid Holidays: New Year's Day, Memorial DeW, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving' Day, Christmas Eve Day, and Christmas Day (8). I ',I I' I I' I I I I I I I T. -Paid Holidays: New Year's Day, Presidents'- Day, Memqria,l Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9).' , U. Holidays: New Year's Day, 'Day before New Year's Day, M~morial Day, Day beforE;~ .' Independence Day, Independence Day, Labor Day, Thank~giving Day, the Friday after Thanksgiving Day, the day before Christmas Day, Christmas Day (10). ' V. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, Christmas Day, Employee's Birthday, and one day of the Employee's choice (10). W. Paid Holidays: Nevy Year's Day, Day before New Year's Day, Presidents' Day, Memorial.Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before Christmas Day 00). X. Paid Holidays: New Year's Day, day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before or after Christmas Day, Employee's Birthday (11). 8. NOTE CODES' A. The standby rate of pay for divers shall be one-half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 175' - $2.25 per foot for each foot over 100 feet, over 175' to 250' - $5.50 per foot for each foot over 175 feet, over 250'- divers may name their own price, provided it is no less than the scale listed for 250 feet. http://www.lni.wa.gov/prevailingwage/BenCodes/20022/BenefitCodes.htm 11 /14/02 Page 6 of6 , C. The standby rate of pay for divers shall be one-half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or llJore: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot over 150 feet, over 200' - divers may name their own price. , , 'E. All classifications, including all apprentices, reporting to an employer's designated job headquarters and working a minimum of four (4) hours in anyone (1) day shall receive a wage supplement of twenty-four dollars ($24.00) in addition to the prevailing hourly rate of wage and fringe b,enefits. ' 'I ' ' ' L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, , Level B: $0.50, and Level C: $0.25. ' ,N. W9rkers on, hazmat projects receive additional hourly premiums as follows - Level A: $1.00: Level B: $0.75, Level C: $0.50, and Level D: $0.25. I I' Prevailing Wage Home I Er~.Y9.iling_W_9.g~__R.llt~~ 11 /14/02 .1' 1 I '1 I II :1 I ,I I '.1 1" I I' I I I I I I I I I . , , , ATTACHMENT B , I , I , I I I . REQUEST FOR INFORMATION (RFI) . . AND -- - - --~-- --- I I CONSTRUCTION CHANGE ORDER (CCO) I , I~ ' FORMS I I I I, ORIGINATOR: " I', ITEM: , REFERENCE DRAWING OR SPECIFICATION: , 'DESCRIPTION OF CLARIFICATION/REQUEST: I I I' I REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: Roof Drain Disconnection Pilot Proiect , , PROJECT/CONTRACT NUMBER: 99-21 o Contractor 0 Inspector I, I DATE REPLY REQUE~TED: I ," " ' I CRITICAL TO SCHEDULE: 0 YES 0 NO I" I I I I I I I I I ORIGINATOR SIGNATURE: " I DATE: COMMENTS: RFI NO. PW-407.04 [rev 09/18/02] I CONTRACT CHANGE ORDER (CCO) NO. ~ I I I Project Name Roof Drain Disconnection Pilot Proiect Date: Contractor Project No. 99-21 I DESCRIPTION OF WORK Y~u are ordered to perform the following described work upon receipt of an approved copy of this Change Order: I 1. 2. Describe work here I ' Additional work, etc.... I, I Such work will be compensated by: check one or more of the following 'as applicable items. Force Account. Ne otiated Price: The de cri r t , deletes bid items as follows: I ] Increase or [ ] Decrease in bid Item I Description, No. RFI# Qty. Unit *$ Cost Per Unit *$ Cost I I, I I *Net $ Cost 1 Ong. Rev. 2' Orig. ,. " Rev. I " ORIGINAL "CURRENT " EST. NET CHANGE TOTAL CHANGE ORDERS, "EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER I I DAYS: XX DAYS:YY DAYS: zz DAYS: XX+ZZ.YY DAYS: YY+ZZ I I * Sales Tax "at included I 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 time with respect to the work descnbed herein, including delays to the overall project. I I ' , t I I APPROVED BY: , SIGNATURE: DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: N/A I I I I PW-407.04 [rev. 09/18/02] I' I I I 'I 'I I I I ,'I I' I I I I I I I I I ATTACHMENT C' , I I ' , , , , CONTRACTOR'S APPLICATION FOR PAYMENT FORM I I I I I I , ~pORTAIv. S'o'<'"""7';'';':;lJj1~~ CONTRACTOR'S APPLICATION FOR PAYMENT CJ ~I/l ROOF DRAIN DISCONNECTION PROJECT, PROJECT 99-21 -.1,'- '" I Page 1 of 2 ' <&..-:= ~ ?-t> ~v TO: City of Port Angeles DATE: ~ AttJ Public Works & Utilities Department P.O. Box 1150 Port Angeles, W A 98362 FROM: Contractor name & Address PAYMENT REQUEST NO. PERIOD From: to [e':ld of period]: STATEMENT OF CONTRACT ACCOUNT I " I II I I" I I I I I I I, I I nglna Contract Amount [Excluding Sales Tax] 2 Approved Change Order No(s). $ 3 I Adjusted Contract Amount (1 +2) $ 4 Value of Work Completed to Date- [per attached breakdown] $ , 5. I Material Stored on Site [per attached breakdown] $ , I 6' I Subtotal (4+5) $ 7 8:2% Sales Tax'[at 8.2% of subtotal] $ 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 PW-407 04 [rev. 09/18/02] I I I I I 'I :1 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 subcontrac;torsl 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 rea~on of having provided labor, materials and equipment relating to the work. , " , ' Within seven 7 da s of recei t of the a ment re uested herein all a ments less a licable 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 put of the performance of all said lower-tire work. " I I I ,', I I' I I I I I I I I I 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 PW-40704 [rev. 09/18/02] I I I' I,' :-. , , I,' " I ", I I I I',' " / ," ATTACHMENT D " , ' , I SAMPLE ACORD-25 CERTIFICATE OF LIABILITY INSURANCE FORM , ' , I,' " 1 I, 1 ,I , ' I' " I I I I I I I I I I' A CORl2-rM I CERTIFICATE OF LIABILITY INSU~NCE I DATE (MM/DDIYY) PRODUCER T~lli C~RTIP:ICAT~ I~ IliliL'~g Ali ^, rAA-TT~R OP: I~JP:OR~1^TlmJ mJb.Y Insurance Agent ,",~Ig CmJP:~RS ~JO RIC~TS upmJ T~~ C~RTIP:ICATfi FlOWIiR. THlli CIiRTI P:ICAT~ gOIiS ~JOT AM~~Jg, ~XT~~lg OR .I'b.TfiR Tj.I~ Address CO\l~R^C~ AP:P:ORgfig QY TFl~ POb.ICllili Qlib.O'" City, State, ZIp Code Telephone & Fax No. (Includmg Area Code) INSURERS AFFORDING COVERAGE N~IC# INSURED INSURER A: ABC Insurance Company Contractor Name INSURER B: XYZ Insurance Company Address INSURER C: , City, State, ZIp Code INSURER 0: Telephone No. (Includmg Area Code) INSURER E: COVERAGES I :1 I !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 I I CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS , POLICY EFFECTIVE ' , INSR ADD'L POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE IMMlDDIYYI DATE (MMlDDIYY) LIMITS A GENERAL LIABILITY , . .,...... I - , , , ',. , X II'OMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) S 100,000 I CLAIMS MADE [K] OCCUR MED EXP (Anyone person) S 5,000 PERSONAL & ADV INJURY S 1,000,000 , I - X Per Prolect Al!lITel!ate GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER- PRODUCTS - Comp/Op Agg S 2,000,000 I' (rXJ PRO- nLOC' POLICY JECT I B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 - lEa aCCident) ~ ANY AUTO BODIL Y INJUR~ ALL OWNED AUTOS SAM,PLE (Per person) $ ,'I - , SCHEDULED AUTOS, BODILY INJURY I - $ ~ HIRED AUTOS I (Per aCCident) , ~ NON-OWNED AUTOS PROPERTY DAMAGE $ (Per aCCident) - I GARAGE LIABILITY AUTO ONLY - Ea ACCident $ - ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ - I EXCESS/UMBRELLA L1ABIL TY EACH OCCURRENCE $ ~ OCCUR D CLAIMS MADE AGGREGATE $ $ I R DEDUCTIBLE , $ RETENTION $ WORKER'S COMPENSATION AND I we STATU- 40T~ A EMPLOYERS' LIABILITY TORY LIMITS X ER I - WA Stop Gap ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? EL DISEASE - EA S 1,000,000 If yes, desenbe under EMPLOYEE I SPECIAL PROVISIONS BELOW EL DISEASE - POLICY S 1,000,000 LIMIT OTHER I DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS CIty of Port Angeles IS added 'as general lIabIlIty additional msured (SEE A TT ACHED ENDORSEMENT). Insert Project Name and Number here I CERTIFICATE HOLDER CANCELLATION CIty of Port Angeles SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED, OR REDUCED PublIc Works & UtIlItIes Dept AS TO COVERAGE, BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING P,O Box] ]50 COMPANY WILL 1;;~lg[,/'''OR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE I Port Ange]es, W A 98362 HOLDER NAMED TO THE LEFT, BY CERTIFIED MAIL 8"T f^ll"RI; TO r1^ll s"e,^, "OTIC I;; ~""^ll 1I1PO~[ rIg 08UC^TIQN 914 U'81L1TY O. ^NY KINg blP9" .1011; C0I1P^N)(, IT~ ^C[~JT~ QP. RI;;PRI;~I;NT^TI)'[~ AUTHORIZED REPRESENTATIVE ACORD 25-S (7-97) @ ACORD CORPORATION 1988 I ,I' I I I I 'I 'I I ,I I I ,'I I' I I I I I I I I I , , , , ATTACHMENT E' LIST OF PROJECT PROPERTIES , ' I , ' , I ,I I I I' ATTACHMENT E LIST OF PROJECT PROPERTIES I , No. of Drain Drain to Curb (C) Splash Pad, Drain to I I I Site Address Connections or Alley (A) Yan., or Other , 111 East Whidby Avenue 6 X I 113 East Vashon Avenue 4 X 114 East Whidby Avenue 2 C 1116 East Apple Lane '7 X , 1 I 120 East, Lopez Avenue 6 X I I' 124 East Apple Lane 3 C I I : I, 132 East Park Avenue 4 C , I 136 East Park Avenue 6 X I " , I ,I I I 208 East Lopez A ~enue 5 , X , I 212 East Wlndby A yenue 7 X 2316 South Chase Street 5 A I 2503 South Lincoln Street 6 X , 2603 South Lincoln Street 4 C I , 325 East Vashon Avenue 6 X I 330 East Vashon Avenue 5 X 335 East Whidby Avenue 4 A I 336 East Whidby Avenue 6 X 416 East Whidby Avenue 5 X I 417 East Whidby Avenue 7 X 427 East Lopez Avenue 5 A I I I OlympIC DIscovery Marathon (Cont'd) WORK SESSION: LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS: FINANCE: CONSENT AGENDA: CITY COUNCIL MEETING January 7, 2003 Following Dr. Little's presentatIon, Parks & RecreatIon DIrector Connelly advIsed the CouncIl that the Parks Board would be heanng the same presentatIon m the near future He spoke m support ofthe marathon, notmg It would be a good OppOrtunIty to use the OlympIC DIscovery Trail for Its mtended purpose. [Clerk's Note. CouncIlmember Erickson departed the Council Chambers at 6:35 p.m] After further dISCUSSIOn, wIth Dr. Little answermg questIOns posed by the CouncIl, Councilmember Rogers moved to endorse the North Olympic Marathon. The motion was seconded by Councilman Williams and carried unanimously. None. CouncIlman WillIams asked that the matter of Homeland Secunty be added as Agenda Item I.3 Mayor WIggins sought Council mput concernmg the agenda for the CouncIl retreat to be held January 25. He preVIOusly prOVIded the CouncIl wIth a lIst of possIble tOpICS for diSCUSSIOn, and he asked that the CouncIl be prepared to set the agenda at the next regular meetmg. Paul Lamoureux, 602 Whidby, expressed appreCiatIOn to the CounCIl and staff for theIr hard work thIS past year. He wIshed all a happy and healthy New Year In addItIon, Mr. Lamoureux offered commentanes concernmg the PRIDE SIgn m the vlcmlty of Jefferson Elementary. Notmg the dISrepair of the SIgn, he questIoned the need to have a SIgn with such a negatIve message, and he suggested that the CIty remove the SIgn and perhaps replace It WIth one contammg a more positive message. Mr Lamoureux then dIrected comments to City projects that have expenenced cost overruns. In VIew of the current economy, he urged the CIty to seek a better method of staymg close to the final bId amounts on projects. None. CouncIlmember Rogers referenced the memorandumhavmg to do wIth the agreement wIth the U.S. Department of Agnculture, notmg the cost keeps escalatmg on an annual basIs. PublIc Works & UtIlIties DIrector Cutler prOVIded the history ofthe agreement, dlscussmg the extraordinary measures bemg taken to control the fowl and wIldlIfe m the ViCinIty of the Landfill and the AIrport. ThIS contract wIll be m place to the closure ofthe Landfill in 2006, and Director Cutler concluded that the costs are escalatmg due to employee salanes and benefits [Clerk's Note: Councilmember Enckson returned to the CouncIl Chambers at 6:45 pm.] Councilman Braun questIOned the expense of $306.80 for a heater hose, DIrector Cutler offered to obtain the mfonnatIOn and proVIde It to CounCIlman Braun at a later date. CouncIlmember Rogers questIOned the Roof Dram DIsconnectIOn PIlot Project, which Director Cutler explamed is an ongomg project to detennme how much can be taken out of the samtary system and funneled mto the stonnwater system The dramage of stonnwater into the samtary system has a dIrect Impact on the Combmed Sewer Overflow and the harbor, plus It Impacts the amount flowmg through the Treatment Plant and the ultImate longeVIty of the Treatment Plant. ThIS pIlot project wIll proVIde data m tenns of a cost benefit analYSIS so that a determinatIOn can be made as to whether the project should move forward When asked if the matter went before the Utility AdVISOry CommIttee, Director Cutler mdlcated thIS was a budgeted item, and It was not referred to the UAC. After further limited dISCUSSIon, Councilman Braun moved to accept the Consent Agenda, to include: 1) CIty CouncIl Meetmg Mmutes of December 17, 2002, 2.) Check RegIster - December 27,2002 - $1,224,02769; 3.) Electromc Payments- - 3 -