HomeMy WebLinkAbout4.600 Original Contract
v
<I. 1.000
PROJECT MANUAL
for
Lincoln Street and 18th Street Pavement Repairs
Project 08-02
CITY OF PORT ANGELES
WASHINGTON
October 1, 2008
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
STEVE SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
Reviewed by:
S=-~~)
Deputy Director
Jawed ~
~~ ~ ~k:i (
ity Attorney I ttq ~
For information regarding this proJect, contact:
James M. Mahlum, Project Engineer, City of Port Angeles, Phone 360-417-4701
Project 07-07 Section I [Revised 9-26-2008]
c
ORIGINAL
#1
t
~l
PROJECT MANUAL
Lincoln Street and 18th Street Pavement Repairs
Project 08-02
SCOPE OF WORK
The Project consists of the repair of approximately 120 feet of roadway on Lincoln Street
between Front Street and Railroad Ave., Front and Oak Streets Intersection, and First and
Laurel Streets Intersection by grinding, placement of HMA 3/8" pre-level and placement of 2"
of HMA 1/2" asphalt overlay. This project includes an additive for roadway repair on 18th
Street. The project shall include traffic control, construction signing, and placement of
permanent traffic pavement stripping.
All work to complete the project including the furnishing of all material, labor and equipment to
remove and replace all material shall be included in the bid price to do the work.
This contract incorporates the Washington State Department of Transportation's 2008 Standard
Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the
Standard Specifications.
See pages 15-80, and the Drawings (sheets 1-3), for additional requirements to be met under this
project.
ADDITIONAL REQUIREMENTS
1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the Director of
Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port
Angeles, Washington 98362. Questions may be directed to Jim Mahlum, at 360-417-4701.
2. The most recently issued Washington State Prevailing Wage Rates for Clallam County, a copy
of which is attached to this Project Manual, shall apply to this Contract.
3. The bid may be awarded to the lowest responsible bidder from the group of Small Works
Roster contractors asked to bid on this work. If the bid is awarded, the attached Contract will
then be signed, requiring the Contractor to meet the requirements in the Contract as well as
the entire Project Manual. No bidder will be permitted to withdraw its bid between the closing
time for receipt of bids and the execution of a Contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
4. Bids shall be submitted no later than 4:00pm, Friday, October 10,2008..
5. This Contract is for an amount more than $35,000, therefore, a bid bond, performance and
payment bond, and 5% retainage will be required for this work. The City shall have the right of
recovery against the Contractor for any payments made on the Contractor's behalf.
6. The performance period for this work is 15 working days. Contractor is to mobilize and start
work within 10 working days of Notice To Proceed.
N \PROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St RepaJrs\ProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOC
Page 1 of 80
Subcontractor List
Prepared In complzance wzth RCW 3930 060 as amended
To Be Submitted with the Bid Proposal
PrOject Name Lmcoln Street and 18th Street Pavement Reoairs (Prolect No 08-02)
Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning,
plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in
your bid being non-responsive and therefore void.
Subcontractor(s) that are proposed to perform the work ofheatmg, ventIlatIOn and aIr condltIonmg, plumbmg, as
descnbed m Chapter 18.106 RCW, and electrIcal as descnbed m Chapter 19.28 RCW must be hsted below. The work to
be performed IS to be lIsted below the subcontractor(s) name.
If no subcontractor IS hsted below, the bIdder acknowledges that It does not mtend to use any subcontractor to perform
those Items of work.
Subcontractor Name
Work to be Performed
-'tPL1~ A-L~
stfZ.fp/~J
.J.rJ~ ~
Subcontractor Name
Work to be Performed
Z;f1:jI"'JA~J
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
Subcontractor Name
Work to be Performed
RCW 39.30.060
Bids on pubhc works -- Identification, substitution of subcontractors.
(1) Every InVitation to bid on a pnme contract that IS expected to cost one million dollars or more for the construction, alteration, or repair of any public
bUilding or publiC work of the state or a state agency or mUnicipality as defined under RCW 39.04.010 or an Institution of higher education as defined
under RCW 28B.10.016 shall require each prime contract bidder to submit as part of the bid, or Within one hour after the published bid submittal time,
the names of the subcontractors With whom the bidder, If awarded the contract, will subcontract for performance of the work of: HVAC (heating,
ventilation, and air conditiOning); plumbing as deSCribed In chapter 18.106 RCW; and electncal as deSCribed In chapter 19.28 RCW, or to name Itself for
the work. The pnme contract bidder shall not list more than one subcontractor for each category of work Identified, unless subcontractors vary With bid
alternates, In which case the pnme contract bidder must Indicate which subcontractor will be used for which alternate. Failure of the pnme contract
bidder to submit as part of the bid the names of such subcontractors or to name Itself to perform such work or the naming of two or more
subcontractors to perform the same work shall render the pnme contract bidder's bid nonresponsive and, therefore, VOid.
N IPROJECT5\08-02 Lmcoln 5t & 18th Repalrs\Lmcoln St RepalrslProject Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOC
Page 2 of 80
BID FORM
Lincoln Street and 18th Street Pavement Repairs
Project 08-02
"I The bidder he~~b~ bids the fOllowin; a~ounts for all work (includin;';bor, -l
equipment, time and materials) required to install all work and related I
I appurtenanc~~_as ~~ui~ed i~ the Scope of Work. __~____
Item Spec Description Qty Unit Unit Amount
Price
BASE BID
1 1-07 Spill Prevention Control Plan 1 LS .;J. Po, (l () ;:z 00, 00
2 1-09 Mobilization 1 LS 1.NrJ.fJO OOZAtJ()" O~
3 1-10 Project Temporary Traffic Control 1 LS /O.()OO /0, OtJtJ# d~
4 5-03 Portland Cement and Asphalt 1170 SY
Concrete Pavement Grinding and 15,00 /1,550.00
Planning
5 5-04 HMA C/ 3/8" PG 64-22 100 Ton Iplo.. d) lei ()OO. ()(j)
6 5-04 HMA C/1/2" PG 64-22 150 Ton I; :;v)., 00 jci5{)(J, 00
7 5-04 Anti-stripping Additive Invoice .
8 7-05 Adjust Manhole 3 Each 500. co I~ 5'004 00
9 7-12 Adjust Water Valve 1 Each :goO. (;0 .300. 00
10 8-09 Raised Pavement Marker Type I 0.16 Hund i 5'00. eo ,;!qo. "0
11 8-09 Raised Pavement Marker Type II 0.04 Hund i.6"<<1. CO L' q() l'){!}
12 8-13 Adjust Monument Case 1 Each SOO. DC 300" 00
13 8-22 Plastic Stop Line 45 LF 12.. cO 5~O~OO
14 8-22 Plastic Crosswalk Line 640 SF ,04 ()O /b.~O{j, 00
15 8-22 Plastic Traffic Arrow Type 1 1 Each BSb.,(.C> , 8 'So. 00
16 8-22 Plastic Traffic Arrow Type 3R 1 Each 8So~ 850~OC
ADDITIVE A
A-1 1-09 Mobilization 1 LS I. (Tf;o.~ 1. 000 f {)6
A-2 1-10 Project Temporary Traffic Control 1 LS /, 50". (,b I. S; 00.0<::::,
A-3 5-03 Portland Cement and Asphalt 1385 SY
Concrete Pavement Grinding and 15.00 :2.0)715. (JO
Planning
A-4 5-04 H MA CI 1/2" PG 64-22 330 Ton 1::;5. of) Iql%O,oc)
A-5 5-04 Anti-stripping Additive Invoice -/
N \PROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St. RepaJrs\ProJect Manual\Lmcoln St & 18th St Repalrs Small Works Project Manual DOC
Page 3 of 80
Basic Bid Amount $ '7~ 37(), tJO
Additive A $ &. ~ ~Js, O(!)
Total Bid Amount $ /~~.S9.s;OO
The bidder hereby acknowledges that it has received Addenda No(s).
(Enter "N/A" if none were issued} to this Project Manual.
JJ)1l
The Bidder represents that it is not disqualified from Bidding.
The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below.
Bidder's firm name I-.o.Kt=~/O&: _~~Jbf~~U:S IAL!--
Complete address 11,3 I&//-spe ;r~JIA..S~~1 ltv,kuA4'f;t>oe:n't.-1;J.8
(Street address)
ptY1f .41Jl?t ~ N4 7J3'2...
(City) (State) (Zip)
Registration No. ~~J1'-l:sb UBI No. "'01 IDb ~41
Industrial Ins. Acct. No. :lDO I;} J-'
State Excise Tax No. Jo 0 I lDIn ~~ 1
Employment Security No. 41'5 ct J;) -003
Signed by
~().. 'l5d.'-l'?{)~
G~ . ~-\2~~/'
/J1CVJ1o...3e~
Gr-Ool?je- ?eq/:;oJj
Telephone No.
Title
Printed Name:
N \PROJECTSI08-02 Lmcoln St & 18th RepalrslLmco1n 5t Repalrs\ProJect ManuallLmcoln 5t & 18th St Repairs Small Works Project Manual DOC
Page 4 of 80
~
BID BOND FORM
Herewith find deposit in the form ofa cashier's check, postal money order or Bid Bond in the amount of$
which amount is not less than five (5%) percent of the total bid.
SIGN HERE
[0
BID BOND
e a KNOW ALL MEN BY THESE PRESENTS;
.1S I
Travelers Casualty and Surety
That we, Lakeside Industnes, Inc 'as Principal and Company of America as Surety, are held and firmly bound unto the
tnlt CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5 %) of the total amount bid
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and
TIll assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
Lincoln Street and 18th Street Pavement Repairs
Project 08-02
'0
~o
,~
b
according to the tenus of the bid made by the Principal, and the Principal shall dilly make and enter into a contract with the Obligee in
accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties
nd approved by the Obligee; or if the Principal shall, in case offailure so to do, pay and forfeit to the Obligee the penal amount of the
deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force
and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond.
~~ SIGNED, SEALED AND DATED THIS10thday of October ,2008.
La~e5ide ,~t~ri 5, In~.:_
r..;.._~ ~~~L
Principal '-
Travelers Casualty and Surety
Co~any of America
Surety
~fS~~
Susan B. Larson, AttorneY-ln-Fact
1501 4th Ave.~ #1650, Seattle, WA 98101
Surety address
Parker, Smith & Feek, Inc.
Agent
2233 112th Ave NE
Bellevue, WA 98004
Agent Address
Erik Rolfness, 206-326-4245
Surety Contact and Phone Number
Susan B. Larson, 425-709-3625
Agent Contact and Phone Number
Dated;
;ur Received return of deposit in the sum of $
nd
N:\PROJECTS\08-02 Lincoln St & 18th Repairs\Lincoln St. Repairs\Project Mnnual\Lincoln St & 18th S1. Repairs Small Works Project ManunLDOC
Page 5 of 80
171
~
TRAVELERSJ
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
I
I
~
I
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
I
!
I
1
Attorney-In Fact No.
220070
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 2 4 2 6 8 4 5
KNOW ALL MEN BY THESE PRESENTS That Seaboard Smety Company IS a corporatIOn duly orgamzed under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company. St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporatIOns duly orgamzed under the laws
of the State of Mmnesota, that Farmmgton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporal1ons duly orgamzed under the laws of the State of Connecl1cut, that Umted States Fldehty and Guaranty Company IS a corporatIOn duly orgamzed under the
laws of the State of Maryland, that Fldehty and Guaranty Insurance Company IS a corporatIOn duly organized under the laws of the State of Iowa, and that Fldehty and
Guaranty Insurance Underwnters, Inc IS a corporatIOn duly orgamzed under the laws of the State of Wlsconsm (herem colleCl1vely called the "Compames"), and that
the Compames do hereby make, constItute and appomt
f
Carl Newman, Peter H Hammett, Deanna M Meyer, Karen P. Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, and Stephen J
Wachter, and Lillian Tse
I
I
I
I
I
I
of the City of BeIlevue , State of Washington , their true and lawful Attomey(s)-m-Faet,
each 10 their separate capacIty If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogmzances, condlt1onal undertakmgs and
other wntmgs obhgatory 10 the nature thereof on behalf of the Compames 10 their J;>usJness orguaranteemg the fidehty of persons, guaranteemg the performance of
contracts and executmg or guaranteemg bonds and undertakmgs reqUIred or p~rmllted'm any ~c}lOns or prqceedmgs allowed by law
\:-~iS.\'-.' - , ;: "~& t.."
"- ~ , ~1+- ~t~t
IN WITN~~HEREOF, the ComP,Rffi~have caused thiS mst~l11i~tito'be, s~gned aiId ihel~corp'Qrate seals to be hereto affixed, thiS
d f .''''~.' '.d ~ . "'.
ay 0 , "\ '\. __",,-.g~ ~ ?
I
]:',
I
.,
Farmington Casualty Comp~ny Ok ~ \
Fidelity and Guaranty'In~uranc~ CoritiJaIly,..~"
Fidelity and Guaranty Insur~ce Underwiiiers, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
I
I
I
f
State of Connecl1cut
City of Harlford ss
9th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guarant)' Company
.....-..........
~.~,:-t INStl-9".......
'v~ 1-,,',
i It c.o~PORAl'~ 1'1 \
::r -..- Oi
\~.. SE;:IJL 2'
,",00'... -4b
~S' . 't>~
-
By
9th June 2008
On thiS the day of , before me personally appeared George W Thompson, who acknowledged himself
to be the Semor Vice PreSident of Farmmgton Ca~ualty Company, Fldehty and Guaranty Insurance Company, Fldehty and Guaranty Insurance Underwnters, Ine ,
Seaboard Surety Company, St Paul Fife and Manne Insurance Company, St Paul GuardIan Insurance Company, St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Traveler, Ca,ualty and Surety Company of Amenca, and Umted States Fldehty and Guaranty Company, and that he, as such, be 109
authonzed so to do, executed the fmegomg mstrument fm the purpose, therem contamed by 'Ignmg on behalf of the corporal1ons by himself as a duly authonzed officer
I
In Witness Whereof, I heleunto set my hand and offic131 seal
My Comml~slOn expires the 30th day of June, 201 I
I
58440-5-07 Pnnted In USA
'\f\w c. j~
'" Mane C Tetreaul1, Notary Pubhc
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
-,
Thl'-1 PO\Vel of AU()lney l"l gI,lI1reLlUl1uC'] .lIlt.! by me <luthOlIt)- t)1 the lollo\\l1lg 1 c<..,oi UT I 011'-, ddoplcli h) the nO,lId.... oi upec[o!'- ul r.ulllJllgtPI) C.,,,u,dty LOIllPdllY. rll!Lllly
,1Ild GU,H ,1Ilt\ In'llr,lIlle C(1I11P,1l11 Flde"t\ ,lI1d GU,ll ,lIltl' !mlll.lllce llndel \,'] Ite" lI'c S"dbo,H d Sll' cty C"111p,1ny St P.llll FIl e .lIld Mal me In,uldllce Clll11p,IIlY
St P,lul GU,II dl,lIl IIl'11I diKe COl11p,lIl) St Pdul Ml'ICllI I ImULlIlce COIl1P,lIlI TI ,II eler, CIW,lIt) ,lIld SIII el) Comp,my TI,l\ ele" C d'U,llt) ,lIld ')met) COl11p,my ot
-\JlleJlC,1 ,llld Ullltcd St,lte' Fldelm ,IIlU GuaI,llltl COJllpdll\ \I hlCh le,olutloll' ,lIe 11011' m full ftllee ,llld effect le"dlllg ,I' follow,
RESOLvED th,tl the Ch,llllll,ln the Ple"dent .Ill) Vice ChdllJll,ln ,111\ E:<.ecutJ\e Vice P,e'ldellt .Ill) Sellltll Vice Ple"dent ,lilY V,ce Ple'le!ent. ,lilY Secolld Vice
P, e"uent the Tle,l,UI el ,lilY -\"I'tdnt TI ed'UlCI the Ctll poule ')ecI et,lI I 01 ,lIl) -\ "1,t,llll Seu et,ll) Jll,l) ,tppomt -\[lOI ne) '-In-F.lct ,lIle! -\genh to ,lct IOJ ane! Oil behalf
01 the CllJllP,lIll ,lnd Jll,l) gJ\e 'Hch ,lppOllltee 'lleh ,1llthOJltl ,I' hi, 01 hel cettlfic,Jte of ,llltholltl m,l\ ple'eJlbe to 'lgn \lnh the COJllP,IIlY' Il.JJlle ,lIld ,eal \lnh the
COmpdn) "",II bond, leloglllL.lnle' lllntldll' o[ llldellllllt) dlld Oth"l l\JllIllg' oblig,Il''') III the Il,ltule of .1 boncl lecoglllZ,lnce. 01 conclltlon,lllllldeJt,I"lllg ,m" ,lilY
of l.,aId l,tfic.el" (1J the Boal d of D11 eL tOl.... .If ,lily tlJ1le ma\ 1 e'110\ e ,.my '-,l!ch lppC'lntee Jnclle\ pke the pl.\\ el gn ell hlt11 OJ hel, a'1cf It I;"
FURTHER RESOL"ED that the Ch.lIrm.m tbe P,,,,,dellt ,111) Vice C11,l1''11,'n ,111) E,ecLlllle VIce Ple'ldcllt JIll' Sem(ll 'vIce Ple'ldeIlt 01 ,In) Vice Ple'lclent may
ueleg.Lte ,III 01 ,illY P,llt 01 Ibe IOlegolllg ,1utholJ[) to one 01 more Olr'Ce" 01 emplm ee, ot tb" C01llp.Ln) plOlllled tbat e,leb ,ucb deIeg,ltlon " 11l \\'Illlng ,1IlU a copy
theleof" tlleclln the olEce of the Seclet,lJ) ,1Ild It I'
FURTHER RESOL' ED th,1t ,lilY bond leloglJlLdllle COlltl,ll t 01 llldc1ll111ty 01 \I lltlng obllg,ltol\' In the ndtule of ,I bond lelognlzallce 01 conultlol1.llundeltd"lng
,bdll be 1,liId and bllldlng upon thc C01llpan) \\'henld) "gned b) the Ple'lden[ aJ1\ Vice Cb,lIl1llan ,lIl) E,ecutJ\e VICe Ple"dent ,lilY SelllOl Vice Ple"dent 01 ,Ill) V,ce
Ple"dent ,lIl) Second VILe Ple"de11t tbe Tlea,ulel ,(11) -\'''\1,lIlt Tlea,ulel tbe COIpoldte ')ecle[,u\ 01 ,lilY -\""td11t SeCletary ,lIld duly .1tte\led ,1Ild ,e,ded IIllh the
C01llp,lIl) , ,e,d b) a SeClet,llY 01 A"l,t,lIlt ')eclet,ll) 01 (b) duly e\eluted Iunuel 'edl II lequlJedJ by one 01 1llOle -\ttoIlJeY,-lll-F.lLt ,Illd Agellt' PUI'U,Ill[ to the po"el
ple'cllbed 11l hi, OJ her cellltlc,lle 01 thelJ u:ltlllcate, 01 ,1lIIholll\ 01 by one 01 mOle Comp.lIl) o1flce" PU"Ud11t to ,I wntten dekgdllon of ,1lIthOllty ,lIld It "
FURTHER RESOL' ED th,1t the 'lgn,mlJe 01 e,lch 01 the [ol!o\\'lllg oltlle" Plc",lent ,1Il\ E,eculIle Vice P,e"dent ,111) Sel1l01 VILe Ple",lent ,lilY Vice Plcwlent
dn) A"I\1,lIlt VICe Ple"de11t dn) '>ellet,lJ) ,Ill) A""tant '>ecld,ll) ,Illd the ,c,1I oflhe C01llp,lIl) 1lld) be ,lf1I,CU hy I.lc"mile to ,111) pOIYel 01 dttolncy 01 [0,111) celtlllC,lte
leldling thC1CtO dppolnt11lg Re'luent \'ice Ple"dent, Re'ldent ",,,,,LUll ')etlel.Llle, 01 Atlljll1e\'-1ll-F.lel fOl pUlpo,e, only 01 e:<.euJtlllg and ,ltle'lIng bOlld, ,Illd
lllldclta"lIlg' ,Illd othel \lilting' obiIg,Jtor) 11ltbe natUle Ihclco[ ,Illd ,Ill) ,ulh pOlICI 01 ,lltOlne) 01 celt1l1c.lte he,u11lg ,ulh I,IL'"1111e "gn,mlle 01 j,IL'lmile ,eal ,h,dl be
lalld ,lIld bll1d11lg upon the COJllp.lIlY ,Illd dill ,uch pm"el '" c:<.eluted and lellltlcd by ,ulh 1.LL'll1lile "gn.mlle ,lIld Lll"mIle ,c,1I ,bdl! be Idbd ,lIld b11ld11lg on the
C01llp,lll\ In the IUlLlle with Ic'pect to any bonu 01 une!e"tdlldlng to \\'hILh It ".lttachee!
L KOIl M Job,lIl,on, the une!cI"gned A"I'Lull SeClet",) 01 Fanll1ngton c.I'U,llty Compan) Fllkllt) ,lIld Gu,u,lIlty In,uI,lIlce Company. Fldebty and Gu,u,lIlty In,ula11ce
Undel Wille" 1m '>e,lbo,u d SIU ety C01llp,lIl) St P,wl File ,lIle! \1,lllne IIl,ul.lnLe C01llp.Lny St P,wl Gu,ulb,lIl In,uldnce Comp,lIlY St P.Lul Mellul y In,uI.lllce
Comp,IllY, T',llelc" Cl'lldlt) ,Illd SUletl' COlllp.lll) Tldlele" C"ll,dty ,Illd SIIIety Comp.Lny of Amellca dnd Unlteu St,ltC' Fldebl)' .lnd GU.lJ,lllty C01llpany do beleb)
cendy tbat the ,Ibme ,lIld jOlegOlng 1'.1 tlue ,lIld cOllect cop) 01 [bc POI"CI of A.ttolne) e:<.ecuted hy ',1Il1 C01llp"nle' wbllb I' III lull 100ce .Lnd etleet ,Illd b,I' not been
lelo"ed
IN TESTIJ\IO~Y WHEREOF I h.LIC beleunto ,et ml b,lIld ,lIlU ,11fI:<.cd tbe ,eal, of "ud C01llp.Lllle' tlm
JO~Of
KOIl M JOb,llN
..--.
......~\~\o\ 1NS.vi\
f~'Cc~ro~"".,~"'..". \
!~: - '~i
\..: S"AL ,,:
\?~ c ~(:;);
\,~.:'s .. pf<l.~.-"
,;...,....._~
.....-.....,
"l---;:,q..-1. \NSUt;l.q~.
tiC,; c,O~t'OR4}"( "l"-l
.~ n
\.:;&. SEAL -4//
~S'. t-~./
'...~
~*:;:~~~~"
hY"\\
11 ~ { HNlrFOf'll. \ ~J
~.\ WIN ) 'i1
s.-'''--W;",.t.
< . ,
.....
To lellf)' tbe dlltbentlclly of tbl' POliti 01 A.[lolney. e.1I1 I-SOO--l21-\SSO 01 lOJll.lCt u, at wwwtI,lIelel,boJld com Ple",e lefel to the -'.ttOlney-IJl-F"CI numbeI tbe
"bmc-ndmee! IJldJ\ldu,ll, ,,"d the del,ul, oj tbe bone! to \lhleh the powel ".tltdlhed
I
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
.11
PART II
,
CONTRACT FORMS SUBMITTED FOLLOWING AWARD
OF CONTRACT
N IPROJECTS\08-02 Lmcoln St & 18th RepalTs\Lmcoln St RepalTslProJect Manual\Lmcoln St & 18th St RepalTs SmaJl Works Project Manual DOCPage 6 of 80
PUBLIC WORKS
CONTRACT
This Contract is made and entered into in duplicate this .3 I!! day of O~-h, b.o.""-
20~, by and between the City of Port Angeles, a non-charter code city of the State of
Washington, hereinafter referred to as "the City", and L A~E>'O. ~D~~~jO , a
~ }tArs~o..,)~ rot..:) Corporation, hereinafter referred to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth,
requiring specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the
necessary capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained
herein, the parties hereto agree as follows:
1. Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Lincoln Street and 18th Street Pavement Repairs
Project 08-02
in accordance with and as described in this Contract and the Project Manual, which include the
attached plans and scope of work, 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 10 working
days of Notice to Proceed, and said work shall be physically completed within 15
working days after commencing work, 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 of
$500 for each and every day said work remains uncompleted after the expiration of
the specified time.
3. Compensation and Method ofPavrnent.
a. The City shall pay the Contractor for work performed under this Contract as detailed
in the bid, at the completion of work and submission of a detailed invoice.
b. Payments for any alterations in or additions to the work provided under this Contract
shall be on a negotiated time and materials basis.
I
I
4. Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No
agent, employee, servant, or representative of the Contractor shall be deemed to be an employee,
agent, servant, or representative of the City, and the employees of the Contractor are not entitled to
any of the benefits the City provides for its employees. The Contractor shall be solely and entirely
responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance, workers
compensation insurance, social security, and income tax withholding.
5. Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the
Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and
Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and
shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the
State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public
Works Contracts, Clallam County, incorporated in this Contract have been established by the
Department of Labor & Industries and are included as an Attachment to this Contract. The
Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with
the prevailing wage and documentation requirements as set forth herein.
6. Indemnification and Hold Harmless.
a. The Contractor shall defend, indemnify, and hold harmless the City, its officers,
officials, employees, and volunteers against and from any and all claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection with
the performance of this Contract, except for injuries and damages caused by the sole
negligence of the City.
b. Should a court of competent jurisdiction determine that this Contract is subject to
RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this Contract.
N IPROJECTSI08-02 Lmcoln SI & 18th Repalrsl14 Award & NTPIContracl, Performance & Escrow DOC
Page 2 of9
7. Insurance.
The Contractor shall procure and maintain for the duration of the Contract, insurance against
claims for injuries to persons or damage to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a
material breach of contract upon which the City may, after giving five working days notice to the
Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or
renew such insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the City on demand, or at the sole discretion of the City, off set against
funds due the Contractor from the City.
a. Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and
leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual
liability coverage.
11. Commercial General Liability insurance shall be written on ISO occurrence
form CG 00 01 and shall cover liability arising from premises, operations,
stop gap liability, independent contractors, products-completed operations,
personal injury and advertising injury, and liability assumed under an insured
contract. The Commercial General Liability insurance shall be endorsed to
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 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
111. Workers' Compensation coverage as required by the Industrial Insurance
laws of the State of Washington.
IV. Builders Risk insurance covering interests of the City, the Contractor,
Subcontractors, and Sub-contractors in the work. Builders Risk insurance
shall be on a all-risk policy form and shall insure against the perils of fire and
extended coverage and physical loss or damage including flood and
earthquake, theft, vandalism, malicious mischief, collapse, temporary
buildings and debris removal. This Builders Risk insurance covering the
work will have a deductible of $5,000 for each occurrence, which will be the
responsibility of the Contractor. Higher deductibles for floor and earthquake
perils may be accepted by the City upon written request by the Contractor
and written acceptance by the City. Any increased deductibles accepted by
the City will remain the responsibility of the Contractor. The Builders Risk
N IPROJECTSI08-02 L1~co1n SI & 18th Repalrsl14 Award & NTPIContrac~ Performance & Escrow DOC
Page 3 of9
insurance shall be maintained until final acceptance of the work by the City.
b. Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
I. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of$1,000,000 per accident.
11. Commercial General Liability insurance shall be written with limits no less
than $1,000,000 each occurrence, $1,000,000 general aggregate and a
$1,000,000 products-completed operations aggregate limit.
111. Builders Risk insurance shall be written in the amount of the completed value
of the project with no coinsurance provisions.
c. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
I. The Contractor's insurance coverage shall be primary insurance as respect to
the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
11. The Contractor's insurance shall not be cancelled or reduced as to coverage
by either party, except after forty-five (45) days prior written notice by
certified mail, return receipt requested, has been given to the City.
d. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A:VII.
e. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the Automobile Liability and Commercial General Liability insurance of the
Contractor before commencement of the work. Before any exposure to loss may occur, the
Contractor shall file with the City a copy of the Builders Risk insurance policy that includes
all applicable conditions, exclusions, definitions, terms and endorsements related to this
project.
f. Contractor's Insurance For Other Losses
The Contractor shall assume full responsibility for all loss or damage from any cause
whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or
motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or
N IPROJECTSI08-02 Lmcoln St & 18th Repalrsl14 Award & NTPIContract, Performance & Escrow DOC
Page 4 of9
contractors as well as to any temporary structures, scaffolding and protective fences.
g. Waiver of Subrogation
The Contractor and the City waive all rights against each other, any of their Subcontractors,
Subcontractors, agents and employees, each of the other, for damages caused by fire or other
perils to the extent covered by Builders Risk insurance or other property insurance obtain
pursuant to the Insurance Requirements Section of this Contract or other property insurance
applicable to the work. The policies shall provide such waivers by endorsement or
otherwise.
8. Compliance with Laws.
a. The Contractor shall comply with all applicable federal, state, and local laws,
including regulations for licensing, certification, and operation of facilities and
programs, and accreditation and licensing of individuals, and any other standards or
criteria as set forth in the Project Manual.
b. The Contractor shall pay any applicable business and permit fees and taxes which
may be required for the performance ofthe work.
c. The Contractor shall comply with all legal and permitting requirements as set forth in
the Project Manual.
9. Non-discrimination.
The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era
veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in
particular:
a. The parties will maintain open hiring and employment practices and will welcome
applications for employment in all positions from qualified individuals who are
members of the above-stated minorities.
b. The parties will comply strictly with all requirements of applicable federal, state or
local laws or regulations issued pursuant thereto, relating to the establishment of
nondiscriminatory requirements in hiring and employment practices and assuring the
service of all patrons and customers without discrimination with respect to the
above-stated minority status.
10. Assignment.
a. The Contractor shall not assign this Contract or any interest herein, nor any money
due to or to become due hereunder, without first obtaining the written consent of the
City, nor shall the Contractor subcontract any part of the services to be performed
hereunder without first obtaining the consent of the City.
b. The Contractor hereby assigns to the City any and all claims for overcharges
resulting from antitrust violations as to goods and materials purchased in connection
with this Contract, except as to overcharges resulting from antitrust violations
N IPROJECTSI08-02 Lmcoln St & 18th Repall"S114 A ward & NTPIContract, Perfonnance & Escrow DOC
Page 5 of9
. .
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.
This Contract shall be administered by Gmi66 .p~ ':f on behalf of the
Contractor and by Jim Mahlum, Civil Emdneer on behalf of the City. A"ny written notices
required by the terms ofthis Contract shall be served or mailed to the following addresses:
Contractor:
~~ ::M~s.Jiu.y:J;;.Jc..
.pO bO)C. 7~
-PoCLt ,thJqeJe~, ~f1- qg6~d-
City:
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:
LfLlA.9~~jil.~ -;::;UC.
Name of Contractor
BY:~~o/
Title: /1A~
By:
}-..t.l L f!),t. -/
City Manager
",proJed as to FO~
wy~ ____
City Attorney
Attest:
6Q.,f~ J4t0A ~I
City k
_L_ ___~_~_____
N IPROJECTSI08-02 Lmcoln St & 18th Repalrsl14 Award & NTPIContracl, Performance & Escrow DOC
Page 6 of9
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond # 105161914
KNOW ALL MEN BY THESE PRESENTS:
That we the undersigned Lakeside Industries, Inc .as Pnncipal and Travelers Casualty and
surety' Company of America a corporation, organized and'existmg under the laws of the State
of~~tl;.\K, as a surety corporation, and qualIfied under the laws of the State ofWashmgton to become
C&&ryD.p~1ffbonds of contractors w1th mU11lcipal corporahons as surety, are Jointly and severally held and
firmly bound to the City of Port Angeles m the penal sum of * $ 14 3 , 895 . 00
for the payment of WhICh sum on demand we bmd ourselves and our successors,
helTs, admlUlstrators or personal representatives, as the case may be.
*One Hundred Forty Three Thousand Eight Hundred Ninety Five and nO/l00ths
This obligatIon IS entered into pursuant to the statutes of the State of Washington and the ordmances of the
City of Port Angeles.
Dated at Bellevue
, Washington, th1s 29tl{Iay of October
,2008.
The cond1tIons of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said Lakeside Industries, Inc.
the above bounded Pnncipal, a certam
contract, the saId contract bemg numbered 08-02, and providing for Lincoln Street and 18th Street
Pavement Reoairs (which contract IS referred to herein and is made a part hereof as though attached
hereto), and
WHEREAS, the said PrinCIpal has accepted, or 1S about to accept, the said contract, and undertake to
perform the work therem provided for in the manner and wlthm the time set forth; now, therefore,
If the saId PrinCIpal, Lakeside Industries, Inc. ,shall faJthfully perform all
ofthe provIsions of said contract m the manner and within the time therem set forth, or wIthm such
extensions oftlme as may be granted under SaId contract, and shall pay all laborers, mechamcs,
subcontractors and matenalmen, and all persons who shall supply SaId Pnnc1pal or subcontractors WIth
provislOns and supphes for the carrymg 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 deve10pmg in the matenal or workmanship provided or performed
under SaId contract within a penod of one year after its acceptance thereof by the City of Port Angeles, then
and m that event, this obligation shall be VOId; but otherwIse, it shall be and remain in full force and effect.
Signed thIS 29tltiayof October
Travelers Casualty and
Surety CompaQY of America
suretYk
B~san B.on~~ttrYZ-
Attorney-in-Fact
TItle
1501 4th Ave., #1650
Seattle. WA 98101
Surety Address
Erik Rolfness/206-326-4245
,2008.
Lakeside Industries, Inc.
::n~ ~~oner
Title c'I:...:?~ rr,. ialO,f{;riH-
2233 112th Ave NE flUCJJ~ ~J~'
Bellevue, WA 98004
Agent Address
Susy Larson / 425-709-3625
Agent Contact and Phone Number
Surety Contact and Phone Number
N WROJECTS'08-02 Lmcoln SI & I Hlh Repal1"'i\14 Award & NTP,Connncl. Perfonllance & Escrow DOC
Page 7 of9
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
. . ~
TRAVELERSJ
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
220070
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 2 5 6 318 8
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporatIOn duly orgaOlzed under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurdnce Company are corporatIOns duly orgaOlzed under the laws
of the State of Mmnesota, that Farmmgton Casualty Company, Travelers Cdsualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporatiOns duly orgaOlzed under the laws of the State of Connecticut, that UOlted States Fidelity and Guaranty Company IS a corporation duly orgaOlzed under the
laws of the State of Maryland, that Fidelity and Guaranty Insurance Company IS a corporatiOn duly orgaOlzed under the laws of the State of Iowa, and that Fidelity and
Guaranty Insurance Underwnters, Inc IS a corporatiOn duly orgaOlzed under the laws of the State of Wlsconsm (herem collectively called the "CompaOles"), and that
the CompaOles do hereby make, constitute and appomt
Carl Newman, Peter H Hammett, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, and Stephen J.
Wachter, and Lillian Tse
of the City of Bellevue , State of Washington , their true and lawful Attomey(s)-m-Fact,
each m their separate capacity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogOlzances, conditional undertakmgs and
other wntmgs obligatory m the nature thereof on behalf of the CompaOles m thelcbusmess of.guaranteemg the fidelity of persons, guaranteemg the performance of
contracts and executmg or guaranteemg bonds and undertakmgs reqUired or pemil~e1f>m any'a'dbons or.pTQceedmgs allowed by law
",,::.,\~y-' '\\il, \'lJ'" ,,~,').y
~~S~~~\\~ ~~V
~11 ~ '\i~.Y ~~ ~~" 1(J5J
IN WITNESS WHEREOF, the COmplllJJ\:.s have caused this mstrume'$lto be Slgnea.and thel!$>or'porate seals to be hereto affixed, this
August ~uu8 ~00(0.,\ \\ "\,~ .~ ~~~
day of , . \\ \\Y ~\"Y J{::' ~ ~
~0~' ~ ~ :iil~
Farmington Casualty C9~~lp1y ~~ 0 10l V
Fidelity and Guaranty\Insurapce 6;ompan:l:' 0 ~
. . ' '^' t~~ '> \\')
FidelIty and Guaranty Insura..nce UnderwrIters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
o
~
State of Connecticut
City of Hartford ss
14th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
,o-~
/..'vq.-l. \NS(J>9.q~",'\,
It c.O~PO~4"(' ~\
!3 _y;o_ g'
\"..' SEAL ~
V. -4'b
~$' to .,..+
'-
By
14th August 2008
On this the day of , before me personally appeared George W Thompson, who acknowledged himself
to be the SeOlor Vice President of Farmmgton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc ,
Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and UOlted States Fidelity and Guaranty Company, and that he, as such, bemg
authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by slgOlng on behalf of the corporatIOns by himself as a duly authonzed officer
In Witness Whereof, I hereunto set my hand and official seal
My CommissiOn expires the 30th day of June, 2011
58440-5-07 Printed In USA
'f(\w c. j~
'- Mane C Tetreault, Nolary PublIc
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney IS granted under and by the authonty of the followmg resolutIOns adopted by the Boards of Difectors of Fanmngton Casualty COIll'l.!!1ny, FldPolity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc, Seaboard Surety Company, St Paul Fife and Manne Insurance Company,
St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
Amenca, and Umted States Fidelity and Guaranty Company, which resolutIOns are now m full force and effect, readmg as follows
RESOLVED, that the Chamnan, the President, any Vice Chamnan, any Executive Vice President, any Semor Vice President, any Vice President, any Second Vice
Presldent, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary may appomt Attorneys-m-Fact and Agents to act for and on behalf
of the Company and may give such appomtee such authonty as hlS or her certificate of authonty may prescnbe to sign with the Company's name and seal with the
Company's seal bonds, recogmzances, contracts of mdemmty, and other wntmgs obligatory m the nature of a bond, recogmzance, or conditional undertakmg, and any
of said officers or the Board of Directors at any time may remove any such appomtee and revoke the power given him or her, and It IS
FURTHER RESOLVED, that the Chamnan, the President, any Vice Chairman, any Executive Vice President, any Semor Vice PreSident or any Vice PreSident may
delegate all or any part of the foregomg authonty to one or more officers or employees of thiS Company, proVided that each such delegatIOn IS m wntmg and a copy
thereof IS filed m the office of the Secretary, and It IS
FURTHER RESOLVED, that any bond, recogmzance, contract of mdemmty, or wntmg obligatory m the nature of a bond, recogmzance, or conditional undertakmg
shall be valid and bmdmg upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Semor Vice President or any Vice
President, any Second Vice President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed With the
Company's seal by a Secretary or ASSistant Secretary, or (b) duly executed (under seal, If reqUired) by one or more Attorneys-m-Fact and Agents pursuant to the power
prescnbed m hiS or her certificate or their certificates of authonty or by one or more Company officers pursuant to a wntten delegation of authonty, and It IS
FURTHER RESOLVED, that the signature of each of the followmg officers President, any Executive Vice President, any Semor Vice President, any Vice President,
any ASSistant Vice President, any Secretary, any ASSistant Secretary, and the seal of the Company may be affixed by facsl1llile to any power of attorney or to any certificate
relatmg thereto appomtmg ReSident Vice PreSidents, ReSident ASSistant Secretanes or Attorneys-m-Fact for purposes only of executmg and atteSting bonds and
undertakmgs and other wntmgs obligatory m the nature thereof, and any such power of attorney or certificate beanng such faCSimile signature or facslll11le seal shall be
valid and bmdmg upon the Company and any such power so executed and certified by such faCSimile signature and faCSimile seal shall be valid and bmdmg on the
Company m the future With respect to any bond or understandmg to which It IS attached
I, Kon M Johanson, the underSigned, ASSistant Secretary, of Farmmgton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwnters, Inc, Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance
"..",\,,p ~-I>
Company, Travelers Casualty and Surety Company, Travelers Casualty and SurelY., G;ompany~pf,Amenca(and Umted States Fidelity and Guaranty Company do hereby
".."...,......... ....""'''' h \ \, ..~, q
certify that the above and foregomg IS a true and correct copy of the Pow,:r\?:\ ~tt6rn~y~~~ecuted ,by\s~~g Compames, which IS m full force and effect and has not been
k d ~ '1 ; "'... '- \'-'" ~, " tr
revo e \ \\c', "'"'\ "1.)'> ,~'>"
v~::::-~''';)< '" .t ~$,':.~;:::'l ) }
~ It \) ...~
"'" e<;} '.''.;...J of,'\ t9 A
p ~~......, \)> 4{ \\ ';r -I'<\!
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the,seals of Said Compames thiS
(,,\~ \~~ \::. -'" ""._,:~ ,':~). ~} <<0 \~:,. ',)
....,~,<-,'-\,.-' > '!>
,,1\ W;..'-
"",<,\\ "''J.,.,j''
,('\'. \,
1,> cl"
\\.
2-0)~ of
(f)c;f;o ~
20eg
, -
Kon M Johans
o
~
.~~~
h~ ..q..,..,,\
IS c.Of\POR4l'('_t"\
~.J...,.si':JtI- L ji
0" +-6,'b
..{Sl .'.,.'"
To venfy the authenticity of thiS Power of Attorney, call 1-800-421-3880 or contact us at wwwtravelersbond com Please refer to the Attorney-In-Fact number, the
above-named mdlVlduals and the details of the bond to which the power IS attached
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
048168
RETAINAGE BOND
Bond No. 105161916
KNOW ALL MEN BY THESE PRESENTS, that LAKESIDE INDUSTRIES, INC.
as Principal authorized to do business in the State of Washington and
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
as Surety, a corporation organized and existing under the laws of the State of CONNECTICUT
and authonzed to transact business in the State of Washington as Surety, are jointly and severally held
and bound unto CITY OF PORT ANGELES as Obligee in the penal sum of
SEVEN THOUSAND ONE HUNDRED NINETY FOUR AND 75/100THS
Dollars ($ 7,194.75 ), which IS
5% of the Principal's bid.
WHEREAS, on the 29TH day of October ,2008 the said
Pnncipal, herein, executed a contract with the Obligee, for Lincoln Street and 18th Street Pavement
Repairs, Project No. 08-02
WHEREAS, said contract and RCW 60.28 require the Obligee to withhold from the Principal the sum
of 5% from monies earned on estimates dunng the progress of the construction, hereinafter referred to as
earned retained funds.
AND NOW WHEREAS, Principal has requested that the Obligee not retain any earned retained funds
as allowed under RCW 60.28.
NOW, THEREFORE, the condition of thiS obligation is such that the Principal and Surety are held and
bound unto the beneficiaries of the trust fund created by RCW 60.28 In the penal sum of 5% of the final
contract cost which shall Include any increases due to change orders, Increases In quantities of work or
the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be
retained, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise, It shall
remain in full force and effect. This bond and any proceeds therefrom shall be made subject to all claims and
liens and in the same manner and pnority as set forth for retained percentages in RCW 60.28.
PROVIDED HOWEVER, that:
1. The liability of the Surety under this bond shall not exceed 5% of the total amount earned by the
Principal If no monies are retained by the Obligee on estimates dunng the progress of construction.
2. Any SUIt under thiS bond must be instituted within the time period provided by applicable law.
day of October
,20~
WITNESS our hands this 29th
Travelers Casualty and Surety Company of
Amenca
LAKESIDE INDUSTRIES, INC.
Surety.
~ . ~(\Q)() .b ~C\/VQ~'v1'2- By:
Attorney-in-Fact, Susan B. Lars6n
Parker, Smith & Feek, Inc.
2233 11ih Ave NE, Bellevue, WA 98004
Name and Address of Local Agent
de{~~
Chief !Financ'{iz/ Officer
Principal
POWER OF ATTORNEY
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
. . ~
TRAVELERSJ
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
Attorney-In Fact No.
220070
r
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Certificate No. 0 0 2 5 6 319 0
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company IS a corporatIOn duly orgamzed under the laws of the State of New York, that St Paul
Fire and Manne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporatlOm, duly orgamzed under the laws
of the State of Mmnesota, that Fanmngton Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of Amenca are
corporatIOns duly orgamzed under the laws of the State of Connecticut, that Umted States FIdelIty and Guaranty Company IS a corporatIOn duly orgamzed under the
laws of the State of Maryland, that FidelIty and Guaranty Insurance Company IS a corporatIOn duly orgamzed under the laws of the State of Iowa, and that FidelIty and
Guaranty Insurance Underwnters, Inc IS a corporation duly orgamzed under the laws of the State of WisconsIn (hereIn collectively called the "Compames"), and that
the Compames do hereby make, constitute and appomt
Carl Newman, Peter H Hammett, Deanna M Meyer, Karen P Dever, Jill A Boyle, Stuart A O'Farrell, Susan B Larson, Scott Fisher, and Stephen J
Wachter, and LIllIan Tse
of the City of Bellevue , State of Washlllgton , their true and lawful Attorney(s)-m-Fact,
each m then separate capacity If more than one IS named above, to sign, execute, seal and acknowledge any and all bonds, recogmzances, conditIOnal undertakmgs and
other wntmgs oblIgatory In the nature thereof on behalf of the Compames m their ,busmess oJ.guaranteeIng the fidelIty of persons, guaranteemg the performance of
contracts and executmg or guaranteeIng bonds and undertakmgs reqUired or peFmit~eif>m any'a'Clions or-proceedIngs allowed by law
"f: '\ \\\~ ~-:.. "'1"'-1' \~,1 '" I, '\~, \~ f;
.:.::p '-;~~ 'l>- ~'~~\~:.-.. \~",,\~I-'jr t:'
,\'I:--""'''ir],. '" \ ~A Ji' '" >'),""
S;.y,.t)..- ....~ ,,~\ ~,. } ,,,~)
r 1,d~ \1 ~~ -4 ,,, ,,~~ ,~~ ;,{~i;
'I>, "\~7( ~ ,\\""0;';"4 .. ",\~~,"IJp-
IN WITNESS WHEREOF, the Compames have caused thiS mstrumtnt,toDe Slgned:and theit'corJJOrate seals to be hereto affixed, thiS
f August 2008 ~'<'V~\.~- .,'fA \, "i\~':\"
day 0 , 11. ~::..p. .;;, '\ <.. <...~j,J-, \'l;".Ji- '\ <\\ 'j.,. ,d~~I}
"'""\ ~,,'2.~:.. ~'$. \ ",;- \<t; 'y;!;"'::t",
. ,.tt,::t",y;'~ "'1t A ""')~-/ ~"'\';.\J;.~)' ~
Farmmgton Casualty Company ,~.>\"\ l ';'ijl~ ",/
j4", \\' f/,,,(' \.;\,,,, p~\\"';:>-
Fidelity and Guaranty'Ins'firAAc~. E;oitipa~y.l.,J~.,Y"
Fidelity and Guaranty 'Insuni~ctUnderw~t~rs, Inc.
Seaboard Surety Company
St. Paul Fire and Marine Insurance Company
State of Connecticut
City of Hartford ss
14th
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
,,;r;-;;~,
Iv~ 41-~\
!~ co~POR41't' ~\
;:l" -.- Oi
i J of
'~"" SE;yAL ~,
.. ..b
"$ .,..+
.-'
Lf~
fl(HArrodJ)'~"
~~NJ.lI
~-,,~
By
14th August 2008
On thiS the day of , before me personally appeared George W Thompson, who acknowledged hImself
to be the Semor Vice PreSident of Farmmgton Casualty Company, FidelIty and Guaranty Insurance Company, FidelIty and Guaranty Insurance Underwnters, Inc ,
Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers
Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and UUlted States FidelIty and Guaranty Company, and that he, as such, bemg
authonzed so to do, executed the foregomg mstrument for the purposes therem contamed by slgmng on behalf of the corporatIOns by himself as a duly authonzed officer
In Witness Whereof, I hereunto set my hand and offiCial seal
My Commission expires the 30th day of June, 2011.
58440-5-07 Pnnted In USA
'\f\w c. j~
'- Mane C Tetreault, Notary Public
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney IS granted under and by the authonty of the followmg resolutions adopted by the Boards of Directors of Farmmgton Casualty Co~.pany, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc, Seaboard Surety Company, St Paul Fire and Manne Insurance Company,
St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
Amenca, and Umted States Fidelity and Guaranty Company, which resolutIOns are now m full force and effect, readmg as follows
RESOLVED, that the Chmrman, the PreSident, any Vice Chmrman, any Execuqve Vice PreSident, any Semor Vice PreSident, any Vice PreSident, any Second Vice
PreSident, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary may appomt Attorneys-m-Fact and Agents to act for and on behalf
of the Company and may give such appomtee such authonty as hiS or her certificate of authonty may prescnbe to sign With the Company's nmne and seal with the
Company's seal bonds, recogmzances, contracts of mdemmty, and other wntmgs obligatory m the nature of a bond, recogmzance, or conditional undertakmg, and any
of smd officers or the Board of Directors at any time may remove any such appomtee and revoke the power given him or her, and It IS
FURTHER RESOLVED, that the Chmrman, the PreSident, any Vice Chmrman, any Executive Vice PreSident, any Semor Vice PreSident or any Vice PreSident may
delegate all or any part of the foregomg authonty to one or more officers or employees of thiS Company, proVided that each such delegatIOn IS m wntmg and a copy
thereof IS filed m the office of the Secretary, and It IS
FURTHER RESOLVED, that any bond, recogmzance, contract of mdenmlty, or wntmg obligatory m the nature of a bond, recogmzance, or conditional undertakmg
shall be valid and bmdmg upon the Company when (a) Signed by the PreSident, any Vice Chmrman, any Executive Vice PreSident, any Semor Vice PreSident or any Vice
PreSident, any Second Vice PreSident, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed With the
Company's seal by a Secretary or ASSistant Secretary, or (b) duly executed (under seal, If reqUired) by one or more Attorneys-m-Fact and Agents pursuant to the power
prescnbed m hiS or her certificate or their certificates of authonty or by one or more Company officers pursuant to a wntten delegatIOn of authonty, and It IS
FURTHER RESOLVED, that the signature of each of the followmg officers PreSident, any Executive Vice PreSident, any Semor Vice PreSident, any Vice PreSident,
any ASSistant Vice PreSident, any Secretary, any ASSistant Secretary, and the seal of the Company may be affixed by faCSimile to any power of attorney or to any certificate
relatmg thereto appomtmg ReSident Vice PreSidents, ReSident ASSistant Secretanes or Attorneys-m-Fact for purposes only of executmg and attestmg bonds and
undertakmgs and other wntmgs obligatory m the nature thereof, and any such power of attorney or certificate beanng such faCSimile signature or faCSimile seal shall be
valid and bmdmg upon the Company and any such power so executed and certified by such faCSimile signature and faCSimile seal shall be valid and bmdmg on the
Company m the future with respect to any bond or understandmg to which It IS attached
I, Kon M Johanson, the underSigned, ASSistant Secretary, of Fanrungton Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Manne Insuran~ C2mpan~~ St Paul Guardian Insurance Company, St Paul Mercury Insurance
Company, Travelers Casualty and Surety Company, Travelers Casualty and Surl1!y ~ompany,ot(Amenc~"and Umted States Fidelity and Guaranty Company do hereby
" \- ~.\ .:::"../ ,,\\ }\. --<,t "\ '.1
certify that the above and foregomg IS a true and correct copy of the Power_of'l\ttorney,executed by,said,Companles, which IS m full force and effect and has not been
..~ \:...~\)... -<\\~~::::,. ~ '\ ),,,,,
revoked R,,\~~>' -. ~ ~j '. r~:>'v
~'\,:; r\>' \-<:~4
'-,':';'4 '05)~j' C 2Jq~Y\A d ~
~ (~\:> ~ \\~ t "'\':; ,,'".:J..!4. t')\ iObn '>- D 7
IN TESTIMONY WHEREOF, I have hereunto set my hand and ~ed the seals ofsmd,Comjiames thiS day of lY '(/ l ,20
",'" \((~ "" <I"'\;v.. v f(\"'" \\y..'
"( \ \,.\- ~~ \:;:,.Ji ' \>. "
'" ""~~~\."
t\ \\ v'"
",,~ "')'
'\'\\ \)
\'''' /'
'(v
Kon M Johans
~
~~
o
~
t!1r~"'l~
(a~~
'~<ANC~)
11III1'~I\\\'r..'~
To venfy the authentiCity of thiS Power of Attorney, call 1-800-421-3880 or contact us at wwwtravelersbondcom Please refer to the Attorney-In-Fact number, the
above-named mdlVlduals and the detmls of the bond to which the power IS attached
WARNING' THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY)
10/29/08
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Parker Smith & Feek, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Bellevue Office HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
2233112th Avenue NE
Bellevue, WA 98004 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A Zurich American Insurance Co.
Lakeside Industries, Inc. INSURER B
P.O. Box 7016 INSURER C
Issaquah, WA 98027 INSURER D
INSURER E
Client#: 1457
LAKEINDU
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR DD' POLICY NUMBER PJ'1-~~~~~r~gtW\E P~~fJ I~Xpft~~N
LTR NSRi TYPE OF INSURANCE LIMITS
A X GENERAL LIABILITY CP03992630-04 06/01/08 06/01/09 EACH OCCURRENCE $1 000000
f-- DAMAGE TO RENTED
X COMMERCIAL GENERAL LIABILITY $300 000
I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $10000
X BI/PD Ded:100000 PERSONAL & ADV INJURY $1 000000
GENERAL AGGREGATE $2.000,000
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $2 000,000
II POLICY !Xl ~~8T Tx LOC
A ~TOMOBILE LIABILITY CP03992630-04 06/01/08 06/01/09 COMBINED SINGLE LIMIT
~ ANY AUTO (Ea aCCident) $1,000,000
ALL OWNED AUTOS BODILY INJURY
f-- $
SCHEDULED AUTOS (Per person)
f--
~ HIRED AUTOS BODILY INJURY
$
X NON-OWNED AUTOS (Per aCCident)
c---
PROPERTY DAMAGE $
(Per aCCident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $
~ ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $
~ OCCUR D CLAIMS MADE AGGREGATE $
$
~ DEDUCTIBLE $
RETENTION $ $
A WORKERS COMPENSATION AND CP03992630-04 06/01108 06/01/09 I WC STATU-.I X 10J~-
EMPLOYERS' LIABILITY Emp. Liability Only $1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT
OFFICER/MEMBER EXCLUDED? WA Stop Gap E L DISEASE - EA EMPLOYEE $1,000,000
If yes, deSCribe under E L DISEASE - POLICY LIMIT $1,000,000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS/ LOCATIONS/VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
Job No. 048168. Lincoln Street and 18th Street Pavement Repairs. City of
Port Angeles is included as Additional Insured and coverage is primary and
non contributory per Endorsement U-GL-1175-B CW, Edition Date 03/07
attached. Waiver of subrogation applies to General Liability per
Endorsement U-GL 925-B CW, Edition date 12/01 attached.
CERTIFICATE HOLDER
CANCELLATION
CITY OF PORT ANGELES
PUBLIC WORKS AND UTILITIES
321 East Fifth Street
Port Angeles, WA 98362
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL --45- DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES
AUTHORIZED REPRESENTATIVE
-1i~ ')Ltl.
ACORD 25 (2001/08) 1 of 2
#M83645
KMM01
@ ACORD CORPORATION 1988
IMPORTANT
If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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)
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the ISSUing Insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD 25-5 (2001/08)
2 of2
#M83645
Additional Insured - Automatic - Owners, Lessees Or
Contractors
@
ZURICH
Policy No
CPO 3992630-04
Exp Date of Pol
06/01/2009
Hf Date of End
Agency No
Addl Prem
Included
Return Prem
06/01/2008
N/A
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured:
Address (including ZIP Code):
This endorsement modifies insurance provIded under the:
Commercial General Liability Coverage Part
A. Section II - Who Is An Insured IS amended to Include as an Insured any person or orgamzatIOn who you are re-
qUIred to add as an additIOnal Insured on thIS polIcy under a wntten contract or wntten agreement
B. The Insurance provIded to the addItIonal Insured person or orgamzatIOn applIes only to "bodIly InJury", "property
damage" or "personal and advertIsIng Injury" covered under SECTION I - Coverage A - Bodily Injury And
Property Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only
wIth respect to lIabIlIty for "bodIly InJury", "property damage" or "personal and advertIsIng Injury" caused, In whole
or In part, by:
1. Your acts or ormSSIOns; or
2. The acts or ormSSIOns of those actIng on your behalf; and resultIng dIrectly from.
a. Your ongoIng operatIOns performed for the addItIonal Insured, WhICh IS the subject of the wntten contract
or wrItten agreement; or
b. "Your work" completed as Included In the "products-completed operatIOns hazard", performed for the ad-
dItIonal Insured, whIch IS the subject of the wntten contract or wrItten agreement.
C. However, regardless of the provIsIOns of paragraphs A. and B above:
1. We wIll not extend any Insurance coverage to any addItIonal Insured person or orgamzatIOn'
a. That IS not provIded to you In thIS polIcy; or
b. That IS any broader coverage than you are reqUIred to provIde to the addItIonal Insured person or orgamza-
tIOn In the wntten contract or wntten agreement; and
2. We wIll not provIde LIrmts of Insurance to any addItIonal Insured person or orgamzation that exceed the lower
of
a. The LIrmts of Insurance provIded to you In thIS polIcy; or
b. The LIrmts of Insurance you are reqUIred to provIde In the wntten contract or wntten agreement.
Includes cOPYrIghted materIal of Insurance Services Office, Inc , with Its permission
U-GL-1175-B CW (3/2007)
Page I of2
D. The msurance provided to the additional msured person or orgamzatlOn does not apply to'
"Bodlly mJury", "property damage" or "personal and advertIsmg mJury" ansmg out of the rendenng or failure to
render any professlOnal architectural, engmeenng or surveymg services mcludmg: :
I
I
1. The prepanng, approvmg or fallmg to prepare or approve maps, shop drawmgs, opmlOns, reports, survelYs, field
orders, change orders or drawmgs and speclficatlOns; and I
2. SupervIsory, mspectlOn, archItectural or engmeermg actiVIties
E. The addItlOnal msured must see to It that:
1. Weare notified as soon as practicable of an "occurrence" or offense that may result m a claIm;
2. We receIve wntten notice of a claIm or "SUIt" as soon as practicable; and
3. A request for defense and mdenullty of the claIm or "SUIt" w1l1 promptly be brought agamst any polIcy Issued
by another msurer under whIch the additlOnal msured may be an msured m any capaCIty. This provISIon does
not apply to msurance on whIch the addItional msured IS a Named Insured, If the wntten contract or wntten
agreement reqUIres that thiS coverage be primary and non-contrIbutory. I
F. For tl1e coverage prOVided by thIS endorsement.
1. The followmg paragraph IS added to Paragraph 4.a. of the Other Insurance CondItlOn of Section IV - Com-
mercial General Liability Conditions:
This msurance IS pnmary msurance as respects our coverage to the addltlOnal msured person or orgamzatlOn,
where the wntten contract or wntten agreement reqUIres that thiS msurance be pnmary and non-contnbutory
In that event, we w1l1 not seek contnbutlOn from any other msurance polIcy aVaIlable to the additional msured
on which the additional msured person or orgamzatIon IS a Named Insured.
2. The followmg paragraph IS added to Paragraph 4.b. of the Other Insurance Condition of Section IV - Com-
mercial General Liability Conditions:
ThIS msurance IS excess over
Any of the other msurance, whether pnmary, excess, contmgent or on any other baSIS, avallable to an additional
msured, m which the additional msured on our pohcy IS also covered as an additional msured by attachment of
an endorsement to another polIcy providmg coverage for the same "occurrence", claIm or "SUIt". This provlslOn
does not apply to any pohcy m which the additional msured IS a Named Insured on such other pohcy and where
our pohcy IS reqUIred by wntten contract or wntten agreement to prOVide coverage to the additional msured on
a primary and non-contnbutory baSIS.
G. ThiS endorsement does not apply to an additional msured which has been added to thIS pohcy by an endorsement
showmg the additional msured m a Schedule of additional msureds, and WhICh endorsement applIes speCIfically to
that Identified addItlOnal msured.
Any provlslOns m thiS Coverage Part not changed by tl1e terms and condItions of thiS endorsement contmue to apply as
written.
Includes COPYrIghted materIal of Insurance Services Office, Inc , With Its permission
U-GL-1175 B CW (3/2007)
Page 20f2
Waiver or Transfer Of Rights or Recovery Against Others To Us
Polky No. Erf. Date of PuL Exp. Date or PoL Erf. Date of End. Agency Nil. Add). Prem. Return Prem.
This endorsement is issued by the company named in the Declarations. It changes the policy on the effective date listed above
at the hour stated in the Declarations.
TillS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Named Insured:
Address (including ZIP code):
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Truckers Coverage Form
Garage Coverage Form
Motor Carrier Coverage Form
SCHEDULE
Name of Person or Organization:
ALL PERSONS AND/OR ORGA}TIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT
OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS,
THAT WAIVER OF SUBROGATAION BE PROVIDED UNDER THIS POLICY.
We waive any right of recovery we may have against the designated person or organization shown in the schedule because of
payments we make for injury or damage caused by an "accident" or "loss" resulting from the ownership, maintenance, or use of a
covered "auto" for which a Waiver of Subrogation is required in conjunction with work performed by you for the designated
person or organization. The waiver applies only to the designated person or organization shown in the schedule.
Countersigned:
Date:
Authorized Representative
U-CA-320-B CW (4/94)
Page 1 of 1
AGENT COPY
PART III
SPECIAL PROVISIONS
N IPROJECTSI08-02 Lmcoln St & 18th RepmrslLmcoln St RepalrslProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 15 of 80
INTRODUCTION TO THE SPECIAL PROVISIONS
The work on this project shall be accomplished in accordance with the Standard SpecificatIons
for Road, Bridge and MunicIpal Construction, 2008 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by the Amendments to the Standard Specifications and these
Special Provisions, all of which are made a part of the Contract Documents, shall govern all of
the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project-specific fill-Ins; and project-specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion
of the Standard Specifications is meant to pertain only to that particular portion of the section,
and in no way should it be interpreted that the balance of the section does not apply.
The Special Provisions are labeled as follows:
"(May 18,2007 APWA GSP)"- APWA General Special Provision
"(August 7, 2006 GSP)" - WSDOT General Special Provision
"(******)" - Contracting Agency General Special Provision
Also incorporated into the Contract Documents by reference are:
· Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
· Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
· City of Port Angeles' Urban Services Standards and Guidelines, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
1-01.3
Definitions
(******)
This Section is supplemented with the following:
The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for
this project.
The term "State" is redefined to mean the City of Port Angeles for this project.
The term "Commission" is redefined for this project to mean the City Council of the City of
Port Angeles.
The term "Secretary" is redefined for this project to mean the Director of Public Works for
the City of Port Angeles.
N IPROJECTS\08-02 Lmcoln St & 18th Repatrs\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 16 of 80
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.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location".
The venue of all causes of action arising from the advertIsement, award, execution, and
performance of the contract shall be In the Supenor Court of the County where the
Contracting Agency's headquarters are located.
Additive
A supplemental unit of work or group of bid Items, identified separately in the proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the
proposal, from which the Contracting Agency may make a choice between different methods
or matenal of construction for performing the same work.
Contract Documents
See definition for "Contract".
Contract Time
The period of time established by the terms and conditions of the contract within whIch the
work must be physically completed.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible
and responsive bidder for the work.
Contract Execution Date
The date the Contracting Agency officially binds the agency to the contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use and
benefit of the facilities, both from the operational and safety standpoint, and only minor
incidental work, replacement of temporary substitute facilities, or correction or repair remains
for the physical completion of the total contract.
N IPROJECTS\08-02 Lmcoln St & 18th Repam\Lmcoln St RepalTsIProject Manua1\Lmcoln St & 18th St Repairs Small Works Project Manual DOCPage 17 of 80
Physical Completion Date
The day all of the work is physically completed on the project. All documentation required by
the contract and required by law does not necessarily need to be furnished by the
Contractor by this date.
Completion Date
The day all the work specified in the contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required by
the contract and required by law must be furnished by the Contractor before establishment
of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the work as complete.
Notice of Award
The written notice from the Contracting Agency to the successful bidder signifying the
Contracting Agency's acceptance of the bid.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the work and establishing the date on which the
contract time begins.
Traffic
Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
N IPROJECTSI08-02 LlIlcoln St & 18th RepalrslLlIlcoln St RepalrslPrOject ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 18 of 80
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995)
This contract provides for the improvement of the repair of approximately 120 feet of
roadway on Lincoln Street between Front Street and Railroad Ave., Front and Oak
Streets Intersection, and First and Laurel Streets Intersection by grinding, placement of
HMA 3/8" pre-level and placement of 2" of HMA 1/2" asphalt overlay. The project shall
include traffic control, construction signing, and placement of permanent traffic
pavement stripping and other work, all in accordance with the attached Contract Plans,
these Contract Provisions, and the Standard Specifications.
1-02 BID PROCEDURES AND CONDITIONS
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(October 1, 2005 APWA GSP)
Bidders shall be qualified by experience, financing, equipment, and organization to do the
work called for in the Contract Documents. The Contracting Agency reserves the right to
take whatever action It deems necessary to ascertain the ability of the bidder to perform the
work satisfactorily.
1-02.2 Plans and Specifications
(******)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed will be found in the
Call for Bids (Advertisement for Bids) for the work
After award of the contract, plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor
Red uced plans (11" x 17")
and Contract Provisions
Large plans (e.g., 22" x
34") and Contract
Provisions
No. of Sets Basis of Distribution
4 Furnished automatically
upon award.
1 Furnished automatically
upon award.
N IPROJECTSI08-02 LlIlcoln St & 18th RepalrslLmcoln St RepalTsIProJect ManuallLmcoln St & 18th St RepaIrS Small Works Project Manual DOCPage 19 of 80
Additional plans and Contract Provisions may be purchased by the Contractor by payment
of the cost stated in the Call for Bids.
1-02.5 Proposal Forms
(October 1,2005 APWA GSP)
Delete this section and replace it with the following:
At the request of a bidder, the Contracting Agency will provide a proposal form for any
project on which the bidder is eligible to bid.
The proposal form will identify the project and its location and describe the work. It will also
list estimated quantities, Units of measurement, the Items of work, and the materials to be
furnished at the unit bid pnces. The bidder shall complete spaces on the proposal form that
call for, but are not limited to, unit prices; extensions; summations, the total bid amount;
signatures, date; and, where applicable, retail sales taxes and acknowledgment of addenda;
the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE
commitment, if applicable; a State of Washington Contractor's Registration Number; and a
Business License Number, if applicable. Bids shall be completed by typing or shall be
printed In ink by hand, preferably in black ink. The required certifications are included as part
of the proposal form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates and
additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all
alternates and additives set forth In the proposal forms unless otherwise specified.
Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the
signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in
any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner. A
copy of the partnership agreement shall be submitted with the Bid Form If any D/M/WBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a member
of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid
Form if any D/W/MBE requirements are to be satisfied through such an agreement.
(*****)
Preparation Of Proposal
Section 1-02.6 is supplemented with the following
Additive Bids
The necessity of obtaining bids that will allow the maximum amount of construction with In
a fixed budget requires the bid proposal to be composed of the following parts: Basic bid
and AddItive A.
N \PROJECTS\08-02 Lmcoln St & 18th RepalTs\Lmcoln St Repalrs\ProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 20 of 80
The BASIC BID includes all labor, materials, service, and incidentals necessary for the
completion of the project as shown on the drawings and these specifications, except
matenals, construction equipment, and labor included in the additive bids and those
furnished by the City or others. The base bid includes all items that do not change as to
quantity, dimension, or type of construction, regardless of which additive is bid.
The ADDITIVE BID is a supplemental unit of work or group of bid items, identified
separately in the bid form, which may, at the discretion of the City, be awarded in addition
to the BasIc Bid amount, should sufficient funding be available. The Additive Bid portion of
the bid proposal contains all items which change as to quantity, dimension, or construction
method. The quantities listed in the Additive Bid are estimates only, used to determine unit
bid prices The actual amount installed shall depend upon the amount of funds available
within the budget.
Additive A
Additive A IS based on pavement repair of portions of 18th Street. This work consists of
grinding of pavement for and placement of hot mix asphalt.
The bid items for Additive A are as listed in the bid proposal.
BID PROCEDURES AND CONDITIONS
(August 2,2004)
The fifth and sixth paragraphs of Section 1-02.6 are deleted.
1-02.7 Bid Deposit
(October 1,2005 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. Contracting Agency-assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage which
represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The signature of
the person authorized to submit the bid should agree with the signature on the bond, and
the title of the person must accompany the said signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included In the
Contract Provisions.
N \PROJECTS\08-02 Lmcoln St & 18th RepalTs\Lmcoln St Repalrs\ProJect Manual\Lmcoln St & 18th St RepalTs Small Works Project Manual DOCPage 21 of 80
1-02.9
Delivery of Proposal
(******)
Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now
read as follows:
Each proposal shall be submitted in accordance with the instructions outlined in the
ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S
CHECK LIST.
1-02.13 Irregular Proposals
(October 1, 2005 APWA GSP)
Revise item 1 to read:
1. A proposal will be considered Irregular and will be rejected if:
a. The bidder is not prequalified when so required;
b. The authorized proposal form furnished by the Contracting Agency is not used or is altered;
c. The completed proposal form contains any unauthorized additions, -deletions, alternate
bids, or conditions;
d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the
contract;
e. A price per unit cannot be determined from the bid proposal;
f. The proposal form is not properly executed;
g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required
in Section 1 02.6.
h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's
Business Enterprise Certification, if applicable, as required In Section 1-02.6; or
i. The bid proposal does not constitute a definite and unqualified offer to meet the material
terms of the bid invitation.
1-02.14 Disqualification of Bidders
(September 12,2007 APWA GSP)
Revise this section to read:
1. A bidder will be deemed not responsible and the proposal reiected If the bidder does not
meet the responsibility criteria in RCW 39.04.
2. A bidder may be deemed not responsible and the proposal rejected if.
a. More than one proposal is submitted for the same project from a bidder under the
same or different names;
b. Evidence of collusion exists with any other bidder or potential bidder. Participants
in collusion will be restricted from submitting further bids;
c. The bidder, in the opinion of the Contractinq Aqency, is not qualified for the work
or to the full extent of the bid, or to the extent that the bid exceeds the authorized
prequalification amount as may have been determined by a prequaliflcatlon of the
bidder;
N IPROJECTSI08-02 Lmcoln St & 18th RepalrslLmcoln 5t RepalrslPro]ect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 22 of 80
d. An unsatisfactory performance record exists based on past or current
Contracting Agency work or for work done for others, as iudqed from the standpoint
of conduct of the work; workmanship; proqress; affirmative action; equal employment
opportunity practices; or Disadvantaqed Business Enterprise, Minority Business
Enterprise, or Women's Business Enterprise utilization;
e. There is uncompleted work (Contracting Agency or otherwise) which might
hinder or prevent the prompt completion of the work bid upon;
f. The bidder failed to settle bills for labor or matenals on past or current contracts;
g. The bidder has failed to complete a written public contract or has been convicted
of a crime arising from a prevIous public contract;
h. The bidder is unable, financially or otherwise, to perform the work; or
I. There are any other reasons deemed proper by the Contracting Agency.
1-02.15 Pre Award Information
(October 1, 2005 APWA GSP)
Revise thiS section to read:
Before awarding any contract, the Contracting Agency may require one or more of these
items or actions of the apparent lowest responsible bidder'
1. A complete statement of the origin, composition, and manufacture of any or all
materials to be used,
2. Samples of these materials for quality and fitness tests,
3. A progress schedule (in a form the Contracting Agency requires) showing the
order of and time required for the various phases of the work,
4. A breakdown of costs assigned to any bid item,
5. Attendance at a conference with the Engineer or representatives of the Engineer,
6. Obtain, and furnish a COpy of, a business license to do business in the city or
county where the work is located.
7. A copy of State of Washinqton Contractor's Reqistration, or
8. Any other information or action taken that IS deemed necessary to ensure that
the bidder is the lowest responsible bidder.
1-03.3 Execution of Contract
(October 1, 2005 APWA GSP)
Revise this section to read:
Copies of the Contract Provisions, includinq the unsiqned Form of Contract, will be available
for siqnature by the successful bidder on the first business day followinq award. The number
of copies to be executed by the Contractor will be determined by the Contractinq Aqency.
Within 1Q calendar days after the award date, the successful bidder shall return the signed
Contracting Agency-prepared contract, an insurance certification as required by Section 1-
07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of
the contract by the Contracting Agency, the successful bidder shall provide any pre-award
information the Contracting Agency may require under Section 1-02.15.
N IPROJECTSI08-02 Lmcoln St & 18th RepmrslLmcoln St RepalrslProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 23 of 80
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency-
furnished sites. The Contractor shall bear all nsks for any work begun outside such areas
and for any matenals ordered before the contract IS executed by the Contracting Agency.
If the bidder expenences circumstances beyond their control that prevents return of the
contract documents within 1Q calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 1Q additional calendar days for return of
the documents, provided the Contracting Agency deems the circumstances warrant It.
1-03.4 Contract Bond
(October 1,2005 APWA GSP)
Revise the first paragraph to read:
The successful bidder shall provide an executed contract bond for the full contract amount.
This contract bond shall:
1. Be on a Contracting Agency-furnished form;
2. Be signed by an approved surety (or sureties) that:
a. Is registered with the Washington State Insurance Commissioner, and
b. Appears on the current Authonzed Insurance List in the State of
Washington published by the Office of the Insurance Commissioner,
3. Be conditioned upon the faithful performance of the contract by the Contractor
within the prescribed time;
4. Guarantee that the surety shall indemnify, defend, and protect the Contracting
Agency against any claim of direct or indirect loss resulting from the failure:
a. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors of
the Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, materialperson, or any other person who provides supplies or
provisions for carrying out the work;
5. Be accompanied by a power of attorney for the Surety's officer empowered to
siQn the bond; and
6. Be siQned by an officer of the Contractor empowered to siQn official statements
(sole proprietor or partner). If the Contractor is a corporation, the bond must be
siQned by the president or vice-president, unless accompanied by written proof of
the authority of the individual slQninQ the bond to bind the corporation (i.e.,
corporate resolution, power of attorney or a letter to such effect by the president
or vice-president).
1-04.2 Coordination of Contract Documents, Plans, Special Provisions,
Specifications, and Addenda
(******)
Revise the second paragraph to read:
N IPROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St Repalrs\ProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 24 of 80
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2,2 over 3, 3 over 4, and so forth):
1. Addenda,
2. Proposal Form,
3. SpecIal Provisions,
4. Contract Plans,
5. Current edition of the City of Port Angeles' Urban Services and Standards Guidelines
6. Amendments to the Standard Specifications,
7. WSDOT Standard SpecificationsJor Road, Bridge and Municipal Construction,
8. Contracting Agency's Standard Plans (if any), and
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 CHANGES IN WORK
(******)
Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the folloWIng:
All revisions, c1anficatlons, field requests and field authorizations for construction contracts shall
be documented using the "REQUEST FOR INFORMATION" form. A construction contract
change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using
the RFI form contained in the Attachments.
Definitions:
a. RFI: Request for Information
b. CCO: Construction Change Order
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 appeanng on the contract drawings; all design submittals, including
electrical schematics; and all changes which are made after final inspection of the contract
work.
The Contractor shall mark up a set of full size plans using red ink to show the as-built
conditions. These as-built marked prints shall be kept current and available on the job site at all
times, and be made available to the City Engineer upon request. The changes from the
contract plans which are made in the work or additional information which might be uncovered
in the course of construction shall be accurately and neatly recorded as they occur by means of
details and notes. No construction work shall be concealed until it has been inspected,
approved, and recorded. The drawings shall show at least the following:
a. The location and description of any utilities or other Installations known to eXist
and or encountered within the construction area. The location of these utilities
N IPROJECTS\08-02 Lmcoln St & 18th RepaJrs\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 25 of 80
shall include an accurate description, dimensions, and at least 2 ties to
permanent features for all utilities encountered.
b. The location and description of all facilities and appurtenances Installed by the
Contractor. The location of facilities and appurtenances shall include accurate
dimensions and at least 2 ties to permanent features for all major components, including
gate valves.
The City of Port Angeles has the right to deny progress payments for completed work if
as-built records, as required by this section, are not available on the job site for the work
that has been completed by the date of the payment request.
Final as-builts shall be delivered to the City Engineer at the time of final inspection for review
and approval. As-built drawings must be approved by the City Engineer before final payment
will be made. See Submittal Requirements for additional information.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified in a
written notice from the Engineer, or fails to perform any part of the work required by the
Contract Documents, the Engineer may correct and remedy such work as may be identified
in the written notice, with Contracting Agency forces or by such other means as the
Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer determines
to be an emergency situation, the Engineer may have the defective and unauthorized work
corrected immediately, have the rejected work removed and replaced, or have work the
Contractor refuses to perform completed by using Contracting Agency or other forces. An
emergency situation is any situation when, in the opinion of the Engineer, a delay in its
remedy could be potentially unsafe, or might cause serious risk of loss or damage to the
public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
monies due, or to become due, the Contractor. Such direct and indirect costs shall include in
particular, but without limitation, compensation for additional professional services required,
and costs for repair and replacement of work of others destroyed or damaged by correction,
removal, or replacement of the Contractor's unauthorized work.
No adjustment in contract time or compensation will be allowed because of the delay in the
performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this Section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect to
the Contractor's failure to perform the work as required.
N IPROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln 5t RepalrslPro]ect Manual\Lmcoln 5t & 18th 5t RepalTS Small Works Project Manual DOCPage 26 of 80
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
penod 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.
1-05.11 Finallnspection
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testing
(October 1,2005 APWA GSP)
1-05.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion Date.
The Contractor's request shall list the specific items of work that remain to be completed in
order to reach phYSical completion. The Engineer will schedule an inspection of the work
with the Contractor to determine the status of completion. The Engineer may also establish
the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to the
Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer
does not consider the work substantially complete and ready for Its intended use, the
Engineer will, by wntten notice, so notify the Contractor giving the reasons therefor.
Upon receipt of written notice concurring in or denying substantial completion, whichever i~
applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
N IPROJECTS\08-02 Lmcoln St & 18th RepalTs\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 27 of 80
1-05.11 (2) Final Inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final inspection,
the Contractor by written notice, shall request the Engineer to schedule a final inspection.
The Engineer wIll set a date for final inspectIon. The Engineer and the Contractor will then
make a final Inspection and the Engineer will notify the Contractor in writing of all particulars
in which the final Inspection reveals the work Incomplete or unacceptable. The Contractor
shall Immediately take such corrective measures as are necessary to remedy the listed
deficiencIes. Corrective work shall be pursued vigorously, diligently, and without Interruption
until physical completion of the listed deficiencies. This process will continue until the
Engineer is satisfied the listed deficiencies have been corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of contract time because of a delay In the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the contract, but shall
not imply acceptance of the work or that all the obligations of the Contractor under the
contract have been fulfilled.
1-05.11 (3) Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; bUildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in the
Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and follOWing the test period, the Contractor shall correct any items
of workmanship, materials, or equipment which prove faulty, or that are not in first class
operating condition. Equipment, electrical controls, meters, or other devices and equipment
to be tested during this period shall be tested under the observation of the Engineer, so that
the Engineer may determine their suitability for the purpose for which they were installed.
The Physical Completion Date cannot be established until testing and corrections have been
completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit contract pnces
related to the system being tested, unless specifically set forth otherwise in the proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the contract.
N IPROJECTSI08-02 Lmcoln St & ] 8th RepmrslLmcoln St RepaIrsIProject ManuallLmcoln St & ] 8th St RepaIrs Small Works Project Manual DOCPage 28 of 80
1-05.13 Superintendents, Labor and Equipment of Contractor
(May 25, 2006 APWA GSP)
Revise the seventh paragraph to read:
Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to
Section 1-02.1, it will take these performance reports into account.
CONTROL OF WORK
(March 13, 1995)
Cooperation With Other Contractors
Section 1-05.14 is supplemented with the following:
Other Contracts Or Other Work
It is anticipated that the following work adjacent to or within the limits of this project will be
performed by others during the course of this project and will require coordination of the
work:
*** Construction of the Port Angeles International Gateway ***
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power and
water necessary for the performance of the work, unless the contract includes power and
water as a pay item.
Add the following new section:
1-05.17 Oral Agreements
(October 1, 2005 A WPA GSP)
No oral agreement or conversation with any officer, agent, or employee of the Contracting
Agency, either before or after execution of the contract, shall affect or modify any of the
terms or obligations contained In any of the documents comprising the contract. Such oral
agreement or conversation shall be considered as unofficial information and in no way
binding upon the Contracting Agency, unless subsequently put in writing and signed by the
Contracting Agency.
LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.1 Laws to be Observed
(October 1,2005 APWA GSP)
Supplement this section with the following:
N IPROJECTS\08-02 Lmcoln St & 18th RepalTs\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 29 of 80
In cases of conflict between different safety regulations, the more stnngent regulation shall
apply.
The Washington State Department of labor and Industries shall be the sole and paramount
administrative agency responsible for the administration of the provisions of the Washington
Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensunng immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely and
completely responsible for the conditions of the project site, including safety for all persons
and property in the performance of the work. This requirement shall apply continuously, and
not be limited to normal working hours. The required or implied duty of the Engineer to
conduct construction review of the Contractor's performance does not, and shall not, be
intended to include review and adequacy of the Contractor's safety measures in, on, or near
the project site.
State Taxes
1-07.2 State Sales Tax
Delete this section, including its sub-sections, in its entirety and replace it with the following:
1-07.2 State Sales Tax
(October 1, 2005 APWA GSP)
1-07.2(1) General
The Washington State Department of Revenue has issued special rules on the State sales
tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions In
this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid
on a misunderstood tax liability.
The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract
amounts. In some cases, however, state retail sales tax will not be included. Section 1-
07.2(3) describes this exception.
The Contracting Agency will pay the retained percentage only if the Contractor has obtained
from the Washington State Department of Revenue a certificate showing that all contract-
related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from
its payments to the Contractor any amount the Contractor may owe the Washington State
N IPROJECTSI08-02 Lmcoln St & J 8th RepalrslLmcoln St RepalrslProJect ManuallLmcoln St & 18th St Repmrs Small Works Project 'vlanual DOCPage 30 of 80
Department of Revenue, whether the amount owed relates to this contract or not. Any
amount so deducted will be paid into the proper State fund.
1-07.2(2) State Sales Tax - Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or Improving streets,
roads, etc., which are owned by a municipal corporation, or political subdivision of the state,
or by the United States, and which are used primarily for foot or vehicular traffic. This
includes storm or combined sewer systems within and included as a part of the street or
road drainage system and power lines when such are part of the roadway lighting system.
For work performed in such cases, the Contractor shall Include Washington State Retail
Sales Taxes in the various unit bid item prices, or other contract amounts, including those
that the Contractor pays on the purchase of the materials, equipment, or supplies used or
consumed in doing the work.
1-07.2(3) State Sales Tax - Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or
existing buildings, or other structures, upon real property. This Includes, but is not limited to,
the construction of streets, roads, highways, etc., owned by the state of Washington; water
mains and their appurtenances; sanitary sewers and sewage disposal systems unless such
sewers and disposal systems are within, and a part of, a street or road drainage system;
telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above
streets or roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real property,
whether or not such personal property becomes a part of the realty by virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting Agency,
retail sales tax on the full contract price. The Contracting Agency will automatically add this
sales tax to each payment to the Contractor. For this reason, the Contractor shall not
include the retail sales tax in the unit bid item prices, or in any other contract amount subject
to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or
a subcontractor makes on the purchase or rental of tools, machinery, equipment, or
consumable supplies not Integrated into the project. Such sales taxes shall be included in
the unit bid item prices or in any other contract amount.
1-07.2(4) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on any contract
wholly for professional or other services (as defined in Washington State Department of
Revenue Rules 138 and 244).
Permits And Licenses
Section 1-07.6 is supplemented with the following:
(March 13, 1995)
No hydraulic permits are required for this project unless the Contractor's operations use,
divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the
waters of the State or materials from gravel or sand bars, or from stream beds.
N IPROJECTSI08-02 Lmcoln St & 18th RepalrslLmcoln St RepalrsIProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 31 of 80
(January 5, 2004)
Reduced Insurance Requirement
Section 1-07.18 is revised as follows:
Item number 1 In the first paragraph is deleted.
Item number 2 is revised to read:
2. Commercial General Liability Insurance wntten under ISO Form CG0001 or its
equivalent with minimum limits of $1,000,000 per occurrence and in the
aggregate for each policy year. Products and completed operations coverage
shall be provided for a period of one year following final acceptance of the
work. The Contracting Agency shall be named as an additional insured on the
policy
1-07.17 UTILITIES AND SIMILAR FACILITIES
(******)
Section 1-07.17 is supplemented by the following:
Locations and dimensions shown in the plans for existing facilities are in accordance with
available Information obtained without uncovering, measuring, or other verification.
Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate,
replace, or construct their facilities unless otherwise provided for in the Plans or these Special
Provisions. Such adjustment, relocation, replacement, or construction will be done during the
prosecution of the work for this project.
The 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 19.122 RCW, a Washington State 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.
1-07.23 Public Convenience and Safety
(******)
Section 1-07 23 is supplemented with the following:
The construction safety zone for this project is 10 feet from the outside edge of the traveled
way. Dunng the actual hours of work, unless protected as described above, only matenals
absolutely necessary to construction shall be within the safety zone and only construction
N IPROJECTSI08-02 LIncoln St & 18th RepalrslLmcoln St RepalrslProJect ManuallLmcoln St & 18th St Repairs Small Works Project Manual DOCPage 32 of 80
vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed
to stop or park on the shoulder of the roadway.
The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to
park within the safety zone at any time unless protected as descnbed above.
Adjacent roadways and sidewalks shall be cleaned of construction debns at the end of each
work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling
public.
Deviation from the above requirements shall not occur unless the Contractor has requested the
deviation in writing and the EngIneer has provided written approval.
In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the
following provisions shall apply:
1. There shall be no delay to medical, fire, police, or other emergency vehicles with
flashing lights or sirens. The Contractor shall alert all flaggers and personnel of
this requirement.
2. The Contractor shall notify the Engineer at least one work day in advance of the
need to restrict parking within the project limits. The Engineer will notify the
Police Department of the required restricted parking.
3. Prior to cutting across driveways and business or parking accesses, the
Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE.
4. Every effort shall be made to limit restrictions to access of businesses to short
periods of time. The Contractor may be required to address business access
concerns on short notice. Modification(s) to the contract to compensate the
Contractor for changes due to access concerns shall only be made if such
change results In an impact on the delivery schedule of more than one day
and/or a significant change in labor or equipment requirements.
1-07.23(1) Construction Under Traffic
(October 1, 2005 APWA GSP)
Revise the second paragraph to read:
To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through
the work with the least possible inconvenience or delay. The Contractor shall maintain
existing roads, streets, sidewalks, and paths within the project limits, keeping them open,
and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's
operations shall be repaired at the Contractor's expense. Deficiencies not caused by the
Contractor's operations shall be repaired by the Contractor when directed by the Engineer,
at the Contracting Agency's expense. The Contractor shall also maintain roads, streets,
sidewalks. and paths adjacent to the project limits when affected by the Contractor's
operations. Snow and ice control will be performed by the Contracting Agency on all
projects. Cleanup of snow and ice control debris will be at the Contracting Agency's
expense. The Contractor shall perform the following:
N IPROJECTSI08-02 Lmcoln St & 18th RepalrslLmcoln St RepalfSlProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 33 of 80
1. Remove or repair any condition resulting from the work that might impede traffic
or create a hazard.
2. Keep existing traffic signal and highway lighting systems in operation as the work
proceeds. (The Contracting Agency will continue the route maintenance on such
system.)
3. Maintain the striping on the roadway at the Contracting Agency's expense. The
Contractor shall be responsible for scheduling when to renew stnplng, subject to the
approval of the Engineer. When the scope of the project does not require work on
the roadway, the Contracting Agency will be responsible for maintaining the striping.
4. Maintain existing permanent signing. Repair of signs will be at the Contracting
Agency's expense, except those damaged due to the Contractor's operations.
5. Keep drainage structures clean to allow for free flow of water. Cleaning of
eXisting drainage structures will be at the Contracting Agency's expense when
approved by the Engineer, except when flow is impaired due to the Contractor's
operations
1-07.23(2) Construction and Maintenance of Detours
(October 1, 2005 APWA GSP)
Revise the first paragraph to read:
Unless otherwise approved, the Contractor shall maintain two-way traffic during
construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
and remove when no longer needed:
1. Detours and detour bridges that will accommodate traffic diverted from the
roadway, bridge, sidewalk, or path during construction,
2. Detour crossings of intersecting highway, and
3. Temporary approaches.
1-07.24 Rights of Way
(October 1, 2005 APWA GSP)
Delete this section in its entirety, and replace it with the following:
Street right of way lines, limits of easements, and limits of construction permits are Indicated
in the Plans. The Contractor's construction activities shall be confined within these limits,
unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, pnor to bid opening, all rights of way
and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public right of
way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be Included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
N IPROJECTS\08-02 Lmcoln St & 18th RepalTs\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 34 of 80
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work In areas where nght of way, easements or rights of entry have not been acquired until
the Engineer certifies to the Contractor that the nght of way or easement is available or that
the right of entry has been received. If the Contractor IS delayed due to acts of omission on
the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the
Contractor will be entitled to an extension of time. The Contractor agrees that such delay
shall not be a breach of contract.
Each property owner shall be given 48 hours notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the pnvate property owner,
and, upon vacating the premises, a written release from the property owner of each property
disturbed or otherwise interfered with by reasons of construction pursued under this
contract. The statement shall be signed by the private property owner, or proper authority
acting for the owner of the pnvate property affected, stating that permission has been
granted to use the property and all necessary permits have been obtained or, in the case of
a release, that the restoration of the property has been satisfactorily accomplished. The
statement shall include the parcel number, address, and date of signature. Written releases
must be filed with the Engineer before the Completion Date will be established.
1-08 PROSECUTION AND PROGRESS
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
Add the following new section:
1-08.0(1) Preconstruction Conference
(May 25, 2006 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be held
between the Contractor, the Engineer and such other interested parties as may be invited.
The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties associated or affected by
the work;
3. To establish and review procedures for progress payment, notifications, approvals,
submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
N IPROJECTSI08-02 Lmcoln St & 18th RepalTSILmcoJn St RepalrslProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 35 of 80
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstructlon meeting the following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
Add the following new section:
1-08.0(2) Hours of Work
(May 25, 2006 APWA GSP)
Except in the case of emergency or unless otherwise approved by the Contracting Agency,
the normal straight time working hours for the contract shall be any consecutive 8-hour
period between 7:00 a.m. and 6'00 p.m. of a working day with a maximum 1-hour lunch
break and a 5-day work week. The normal straight time 8-hour working period for the
contract shall be established at the preconstruction conference or prior to the Contractor
commencing the work.
If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m.
or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for
permission to work such times. Permission to work longer than an 8-hour period between
7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer
no later than noon on the working day prior to the day for which the Contractor is requesting
permission to work.
Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and
between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be
subject to noise control requirements Approval to continue work during these hours may be
revoked at any time the Contractor exceeds the Contracting Agency's noise control
regulations or complaints are received from the public or adjoining property owners
regarding the noise from the Contractor's operations. The Contractor shall have no claim for
damages or delays should such permission be revoked for these reasons.
Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal
straight time working hours Monday through Friday may be given subject to certain other
conditions set forth by the Contracting Agency or Engineer. These conditions may include
but are not limited to: requiring the Engineer or such assistants as the Engineer may deem
necessary to be present during the work; requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight-time costs for Contracting Agency
employees who worked during such times, on non Federal aid projects; considering the
work performed on Saturdays, Sundays, and holidays as working days with regards to the
contract time; and considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour period. Assistants
may include, but are not limited to, survey crews; personnel from the Contracting Agency's
material testing lab; inspectors, and other Contracting Agency employees when in the
opinion of the Engineer, such work necessitates their presence
N \PROJECTS\08-02 Lmcoln St & 18th Repalfs\Lmcoln St Repatrs\ProJect ManualILmcoln St & 18th St Repatrs Small Works Project Manual DOCPage 36 of 80
Add the following new section:
1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees
(May 25, 2006 APWA GSP)
Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-
hour work shift on a regular working day, as defined in the Standard Specifications, such
work shall be considered as overtime work. On all such overtime work an inspector will be
present, and a survey crew may be required at the discretion of the Engineer. In such case,
the Contracting Agency may deduct from amounts due or to become due to the Contractor
for the costs in excess of the straight-time costs for employees of the Contracting Agency
required to work overtime hours.
The Contractor by these specifications does hereby authorize the Engineer to deduct such
costs from the amount due or to become due to the Contractor.
Revise this section to read:
1-08.4 Notice to Proceed and Prosecution of the Work
(October 1, 2005 APWA GSP)
Notice to Proceed will be qlven after the contract has been executed and the contract bond
and evidence of Insurance have been approved and filed by the Contractinq Aqency. The
Contractor shall not commence with the work until the Notice to Proceed has been qiven by
the Enqineer. The Contractor shall commence construction activities on the proiect site
within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The
Contractor shall diligently pursue the work to the physical completion date within the time
specified in the contract. Voluntary shutdown or slowing of operations by the Contractor
shall not relieve the Contractor of the responsibility to complete the work within the time(s)
specified in the contract.
TIME FOR COMPLETION
(******)
Section 1-08.5 is supplemented with the following'
Time is of the essence in the performance of this Contract and in adhering to the time frames
specified herein. The Contractor shall commence work within five (5) working days after notice
to proceed from the City, and said work shall be physically completed within ~ working days
after said notice to proceed, unless a different time frame is expressly provided in writing by the
City.
If said work is not completed within the time for physical completion, the Contractor may be
required at the City's sole discretion to pay to the City liquidated damages as set forth in the
Project Manual, for each and every day said work remains uncompleted after the expiration of
the specified time.
N IPROJECTSI08-02 LlIlcoln St & 18th RepalrslLmcoln St RepalrslProject ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 37 of80
1-08.7 Maintenance During Suspension
(October 1,2005 APWA GSP)
Revise the second paragraph to read:
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public
use dunng suspension (as required In Section 1-07.23 or the Special Provisions). This may
include a temporary road or detour.
PAYMENTS
(******)
Section 1-09.9 is supplemented with the following:
The Contractor shall submit payment requests with a completed Application for Payment form,
an example of which IS included in the Attachments in Part 4 of the Project Manual. This form
includes a lien waiver certification, and shall be notarized before submission. Applications for
payment not signed or notarized shall be considered incomplete and ineligible for payment
consideration.
All contract Payments will be made only through an Electronic Fund Transfer. It is the sole
responsibility of the Contractor to provide to the City the applicable account information to allow
this to occur.
TEMPORARY TRAFFIC CONTROL
Traffic Control Management
General
(August 2, 2004)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following:
The Northwest Laborers-Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
Evergreen Safety Council
401 Pontius Ave N.
Seattle, WA 98109
1-800-521-0778 or
(206) 382-4090
Measurement
(August 2, 2004)
Section 1-10.4(1) is supplemented with the followrng:
The proposal contains the Item "Project Temporary Traffic Control," lump sum. The
provisions of Section 1-10.4(1) shall apply.
N IPROJECT5\08-02 Lmcoln 5t & 18th Repa.rs\Lmcoln 5t RepaIrsIProJect Manual\Lmcoln 5t & 18th 5t Repairs Small Works Project Manual DOCPage 38 of 80
DIVISION 2
EARTHWORK
CLEARING, GRUBBING, AND ROADSIDE CLEANUP
Description
(September 8, 1997)
Removal of Pavement, Sidewalks, Curbs, and Gutters
Section 2-02.3(3) is supplemented with the follOWing:
The approximate thickness of the asphalt concrete pavement is 2"-4".
Construction Requirements
Section 2-02.3 is supplemented with the follOWing:
(******)
All slurry created by the sawing of asphalt or concrete pavement shall be collected and
legally disposed of. A vacuum shall be used to collect the slurry as it is produced or
immediately following completion of the sawing. No slurry shall be allowed to reach any
storm drain or surface conveyance of storm water.
Measurement
Section 2-02.4 is supplemented with the follOWing:
(******)
Asphalt concrete pavement removal will be measured by the square yard and paid for as
defined in Section 5-03 of the Project Manual
N \PROJECTSI08-02 Lmcoln St & 18th RepaIrSlLmcoln St Repalrs\ProJect ManuallLlllcoln St & 18th St Repairs Small Works Project Manual DOCPage 39 of80
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
(******)
5-03 PLANING PAVEMENT
5-03.1 Description
This work shall consist of planing ngid or flexible pavement to the designated depth in
preparation for pavement repair or pavement overlay.
5-03.3 Construction Requirements
Planing shall be performed with a pavement planing machine of a type that has operated
successfully on work comparable to that specified in the Contract.
Irregularities and high spots shall be eliminated. The pavement surface shall be ground to
the depth and cross section indicated in the Contract Plans. The planed surface shall be
free from gouges, grooves, ndges, soot, oil film, and other imperfections and shall have a
mosaic appearance suitable as a riding surface.
5-03.3 Portland Cement and Asphalt Concrete Pavement Grinding and Planing
Grinding shall be in a longitudinal direction beginning and ending at lines normal to the
pavement centerline wherever possible. The ground speed of the machine and the cutting
equipment shall be Independent. The machine shall have a self-contained water system for
the control of dust and fine particles.
Removal of the grinding residue from the roadway shall occur immediately after grinding
and shall be accomplished on a continual basis. Slurry shall not be allowed to drain across
open traffic lanes and shoulders. Slurry shall not be allowed to drain into any waterway or
be placed on the roadway shoulder within 200 feet of any waterway. Prior to commencing
the grinding operation, the contractor shall submit to the Engineer for approval a plan to
prevent contaminants, such as gnnding slurry or concrete debris, from entering ditches,
culverts, or other waterways, including wetlands or aquifers.
Prior to opening to traffic, the Contractor shall remove any grindings and dust from the
ground pavement by washing and/or sweeping to the satisfaction of the Engineer.
Concrete slurry, and grindings shall become the property of the Contractor and shall be
collected from the roadway and disposed of by the Contractor off the project site. The
Contractor shall provide a copy of the permit for an approved waste sIte for the dIsposal of
the slurry and grindlngs prior to the start of the grinding.
Planing shall be performed in such a manner that the underlying pavement is not torn,
broken, or otherwise damaged by the planing operation. The surface of the underlying
pavement shall be slightly grooved or roughened suffiCiently to ensure a bond when
overlaid.
The planings shall become the property of the Contractor. The Contractor shall be
responsible for removing and disposing of all debris resulting from the planing operation.
5-03.4 Measurement
Portland Cement and Asphalt Concrete Pavement Grinding and Planing shall be measured
by the square yard.
N IPROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 40 of 80
5-03.4 Payment
"Portland Cement and Asphalt Concrete Pavement Grinding and Planing", per square yard.
The per square yard contract price for "Portland Cement and Asphalt Concrete Pavement
Grinding and Planing" shall be full pay for performing all work specified.
HOT MIX ASPHALT
Construction Requirements
Soil Residual Herbicide
(*****)
The first sentence of Section 5-04.3(5)0 is replaced with the following:
Soil residual herbicide shall be applied in areas to be paved with granular base.
Application of soil residual herbicIde shall not be required in areas of non-permeable
base such as paving over cement concrete or asphalt treated base.
Acceptance Sampling and Testing - HMA Mixture
(January 5,2004)
Section 5-04.3(8)A is supplemented with the following:
Commercial HMA Evaluation
The following HMA will be accepted by commercial HMA evaluation:
H MA Class W' PG64-22
Measurement
(******)
Section 5-04.4 is revised as follows:
The fourth paragraph is deleted.
The unit contract bid price for "Commercial HMA" shall include the application of soil
residual herbicide in areas to be paved with granular base. Application of sOIl residual
herbicide shall not be required in areas of non-permeable base such as paving over
cement concrete or asphalt treated base.
Payment
(******)
Section 5-04.5 is revised as follows:
The second paragraph is supplemented as follows:
The unit contract bid price for "Commercial HMA" shall include sealing butt
and/or lap Joints, and the application of soil residual herbicide in accordance with
Section 5-04.3(5)0 in areas to be paved with granular base. Application of soil
residual herbicide shall not be required in areas of non-permeable base such as
paving over cement concrete or asphalt treated base.
Paragraphs 7, 8, and 9 are deleted.
N IPROJECTSI08-02 LIncoln St & ] 8th RepalrslLmcoln St RepalrsIProJect ManuallLmcoln St & 18th St Repairs Small Works Project Manual DOCPage 41 of 80
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS, SANITARY
SEWERS, WATER MAINS, AND CONDUITS
MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
ADJUST WATER VALVE BOX
Construction Requirements
(******)
Section 7-12.3, Construction Requirements, is supplemented with the following:
Where shown on the Plans, or directed by the Engineer, the Contractor shall adjust
water valve boxes to finished grade. The Contractor shall exercise care in handling the
valve box. Valve boxes damaged, due to the Contractor's operations, shall be repaired
by the Contractor to the satisfaction of the Engineer or replaced at no added cost to the
City.
Measurement
(******)
Section 7-12.4, Measurement, is supplemented with the following:
Measurement for "Adjust Water Valve Box" shall be per each box adjusted.
Payment
(******)
Section 7-12.5, Payment, is supplemented with the following:
The unit contract price per each for "Adjust Water Valve Box" shall be full pay for
performing the work as specified, including all costs for extensions, shortening the
existing valve box, excavation or any other material, work, or equipment necessary to
adjust the valve box to finished grade.
N IPROJECTSI08-02 Lmcoln St & 18th RepatrslLmcoln St RepalrslProJect ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 42 of 80
DIVISION 8
MISCELLANEOUS CONSTRUCTION
ADJUST MONUMENT CASE
Construction Requirements
(******)
Section 8-13.3, Construction Requirements, is supplemented with the following:
Where shown on the Plans, or directed by the Engineer, the Contractor shall adjust
monument case to finished grade. The Contractor shall exercise care In handling the
valve box. Monument cases damaged, due to the Contractor's operations, shall be
repaired by the Contractor to the satisfaction of the Engineer or replaced at no added
cost to the City.
Measurement
(******)
Section 8-13.4, Measurement, is supplemented with the following:
Measurement for "Adjust Monument Case" shall be per each box adjusted.
Payment
(******)
Section 8-13.5, Payment, is supplemented with the following:
The unit contract price per each for "Adjust Monument Case" shall be full pay for
performing the work as specified, including all costs for extensions, shortening the
existing valve box, excavation or any other material, work, or equipment necessary to
adjust the valve box to finished grade.
N IPROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St RepalrslProJect Manual\Lmco1n St & 18th St Rep3lrs Small Works Project Manual DOCPage 43 of 80
STANDARD PLANS
August 4, 2008
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01
transmitted under Publications Transmittal No. PT 08-049, effective August 4, 2008 is made a
part of thiS contract.
The Standard Plans are revised as follows.
All Standard Plans
All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to
read "Hot Mix Asphalt".
All references in the Standard Plans to the abbreviation "ACP" shall be revised to read
"HMA".
C-1 Sheet 1
In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL
INSTAllATION
B-10.20 and B10.40
Substitute "step" In lieu of "handhold" on plan
C-1a
In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to
25" long.
C-1b
In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the
Wood Breakaway Post to the Foundation Tube IS revised to 10" long.
C-2q
DELETED
C-2s
Delete reference to Cross-Section A.
C-3, C-3B, C-3C
Note 1 is revised as follows: replace reference F-2b with F-10.42
C-3d
DELETED
C-5
In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit".
C-8
END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top
of the view, 1 W' R. and below another dimension of 1 W' R., the bottom dimenSion should
be 7/8" R.
N IPROJECTS\08-02 Lmcoln SI & 18th Repalrs\Lmcoln St RepalrslProJect ManualILmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 44 of 80
C-8b (Sheet 1 of 2)
Revise SECTION A note as follows: STEEL LIGHT STANDARD - SEE STD PLAN J-
28.60
(Sheet 2 of 2)
Revise POLE BASE PLATE note as follows: replace J-1d with J-28.60
C-10 (sheet 2 of 2)
COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3"
C-11
DELETED
C-11 a
DELETED
C-11 b
DELETED
C-12
Note 1 IS revised to read:
Approved Inertial barner systems (sand barrel arrays) are listed in the Qualified Products
List and shall be installed in accordance with the manufacturer's recommendations.
Products not listed on the Qualified Products List are considered when submitted with a
Request of Approval of Materials (RAM) form.
C-14h
Revise SECTION B note as follows: STEEL LIGHT STANDARD - SEE STD. PLAN J-
28.60
C-14i
Section C callout: "Sign Brrdge End Post (See Std. Plan G-2)"revised to read: "Sign Bridge
End Post (See Std. Plan G-70.10)"
C-14k
Elevation callout: "Cantilever SIgn Structure (See Std. Plan G-2)"revlsed to read: "Sign
Bridge End Post (See Std. Plan G-70.10)"
D-1a throuoh D-1f
Deleted.
F-40.12 throuoh F-40.18
The following note is added to these five plans
Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%.
J-11 c
Delete all references to Type 7 Junction Box.
N IPROJECTS\08-02 Lmcoln St & 18th RepaJrS\LlI1coln St RepalrslPrOject Manual\Lll1coln St & 18th St RepaIrs Small Works Project Manual DOCPage 45 of 80
J-12, Sheet 1 of 2, Detail View A
(STD. PLAN G-4a) IS revised to read. (Std Plan G-22.1 0)
Sheet 2 of 2, Detail View D
(STD. PLAN G-8a) is revised to read: (Std. Plan G-25.1 0)
K-80.30-00
In the NARROW 8ASE, END view, the reference to Std. Plan C-8e is revised to Std Plan
K-80.35
M-1.60
COLLECTOR DISTRI8UTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN
is changed to 300' MIN.
The following are the Standard Plan numbers applicable at the time this project was advertIsed.
The date shown with each plan number is the publication approval date shown in the lower
right-hand corner of that plan. Standard Plans showing different dates shall not be used in this
contract.
A-1 0.1 0-00........8/07/07
A-1 0.20-00......1 0/05/07
A-1 0.30-00......1 0/05/07
A-20.1 0-00...... ..8/31 /07
A-30.1O-00...... 11/08/07
8-5.20-00. .... ... ..6/01 /06
8-5.40-00 .........6/01/06
8-5.60-00. ........ .6/01 /06
8-10.20-00....., .,6/01 /06
8-10.40-00........6/01/06
8-10.60-00...... ..6/08/06
8-15.20-00.... ....6/01 /06
8-15.40-00........6/01/06
8-15.60-00...... ..6/01 /06
8-20.20-01.... .11/21/06
8-2040-02........6/10/08
8-20.60-02.......6/10/08
8-25 20-00....... .6/08/06
8-25.60-00. .....6/01/06
8-30.10-00........6/08/06
8-30.20-01......11/21/06
8-30.30-00....... .6/01 /06
8-30.40-00.. .... ..6/01 /06
C-1................... .2/06/07
C-1 a.................. 7/31/98
C-1 b........ .... ....10/31/03
C-1 c.................. 5/30/97
C-1 d..,..., . .... .... 1 0/31 /03
C- 2.... .............1/06/00
A-30.15-00...... 11/08/07
A-30.30-00......11/08/07
A-30.35-00......10/12/07
A-40. 1 0-00......1 0/05/07
A-40.20-00........9/20/07
8-30.50-00...... ..6/01 /06
8-30.70-01...... ..8/31 /07
8-30.80-00........6/08/06
8-30.90-01........9/20/07
8-35.20-00........6/08/06
8-35.40-00........6/08/06
8-40.20-00...... ..6/01 /06
8-40.40-00....... .6/01 /06
8-45.20-00. ... ....6/01 /06
8-45.40-00.... ...6/01/06
8-50.20-00...... .6/01/06
8-55.20-00...... ..6/01 /06
8-60.20-00....... .6/08/06
8-60.40-00........6/01/06
8-65.20-00....... .6/01 /06
8-65.40-00....... .6/01 /06
8-70.20-00....... .6/01 /06
8-70.60-00..... ...6/01 /06
C-3b............. ...10/04/05
C-3c.................. .6/21 /06
C-4.... ............ ..2/21 /07
C-4a ... ............. .2/21 /07
C-4b...................6/08/06
C-4e........ . ....... .2/20/03
A-40.50-00.... .11 /08/07
A-60.10-00. ...10/05/07
A-60.20-00.....10/05/07
A-60.30-00.....11/08/07
A-60 .40-00......8/31/07
8-75.20-01.......6/10/08
8-75.50-01.......6/10/08
8-75 60-00.......6/08/06
8-80.20-00... ...6/08/06
8-80.40-00.......6/01/06
8-82.20-00...... .6/0 1 /06
8-85.10-01...... .6/10/08
8-85.20-00.. .... .6/01 /06
8-85.30-00...... .6/01 /06
8-85.40-00.......6/08/06
8-85.50-01...... 6/1 0/08
8-90.10-00.......6/08/06
8-90.20-00.......6/08/06
8-90.30-00. .... .6/08/06
8-90.40-00.......6/08/06
8-90.50-00. ......6/08/06
8-95.20-00...... .6/08/06
8-95.40-00.... ..6/08/06
C-13c................. 7/3/08
C-14a.... ...... .......7/3/08
C-14b............... 7/26/02
C-14c............... 7/26/02
C-14d................. 7/3/08
C-14e..... .,......... .7/3/08
N IPROJECTS\08-02 Lmcoln St & 18th Repms\Lmcoln St RepalrslProJect Manual\Lmcoln St & 18th St Repalfs Small Works Project Manual DOCPage 46 of 80
C-2a......... ....... .6/21 /06
C-2b............. ....6/21/06
C-2c .... ..........6/21/06
C-2d.......... ... ..6/21/06
C-2e..... .. ... .... ..6/21 /06
C-2f............ .. ...3/14/97
C-2g. ........ .......7/27/01
C-2h.... .............3/28/97
C-2i...................3/28/97
C-2j..... ........... ..6/12/98
C-2k.. ...... ...... ....7/27/01
C-2n.......... ........7/27/01
C-2o... ..... ..........7/13/01
C-2p ...............10/31/03
C-2r................. ..3/03/05
C-2s................ ..3/03/05
C-2t.................. .3/03/05
C-3..................10/04/05
C-3a................10/04/05
0-2.02-00........11/10/05
0-2.04-00...... ..11 /1 0/05
0-2.06-00 ......11/10/05
0-2.08-00........11/10/05
0-2.10-00........11/10/05
0-2.12-00... .....11 /10/05
0-2.14-00........11/10/05
0-2.16-00. ..... ..11 /1 0/05
0-2.18-00.. .....11/10/05
0-2.20-00........11/10/05
0-2.30-00........11/10/05
0-2.32-00........11/10/05
0-234-00........11/10/05
0-2.36-01 .......11/08/07
0-2.38-00........11/10/05
0-2.40-00....... .11 /1 0/05
0-2.42-00........11/10/05
E-1....................2/21/07
E-2............ ...... ..5/29/98
F-1 0.12-00.... ...12/20/06
F-10.16-00.......12/20/06
F-1 0.40-01.. .........7/3/08
F-1 0.42-00...... ...1 /23/07
F-10.62-01.........9/05/07
F-1 0.64-02...........7/3/08
G-9a............... ..6/25/02
G-10.10-00 . ....9/20/07
G-20.10-00.......9/20/07
C-4f................... .6/30/04
C-5............... ..10/31/03
C-6... ...............5/30/97
C-6a...... .... ... ...3/14/97
C-6c ... . ...........1/06/00
C-6d....... .. ........5/30/97
C-6f......... ..........7/25/97
C-7 .................10/31/03
C-7a.................1 0/31/03
C-8...... ..............4/27/04
C-8a..... .............7/25/97
C-8b...................1 /11 /06
C-8e... .............. .2/21 /07
C-8f.................. 6/30/04
C-1 O. .................7/31/98
C-12.............. ....7/27/01
C-13....... .... .......7/3/08
C-13a. .. .. ......... ....7/3/08
C-13b................ 7/3/08
0-2.44-00........11/10/05
0-2.46-00........11/10/05
0-2.48-00........11/10/05
0-2.60-00...... .11/10/05
0-2.62-00...... ..11 /10/05
0-2.64-00. .......11 /10/05
0-2.66-00... .....11 /10/05
0-2.68-00. .......11 /10/05
0-2.78-00........11/10/05
0-2.80-00. .......11/1 0/05
0-2.82-00........11/10/05
0-2.84-00........11/10/05
0-2.86-00........11/10/05
0-2.88-00........11/10/05
0-2.92-00...... ..11 /10/05
0-3 ................... 7/13/05
0-3a. ......... ........6/30/04
E-4.................. ..8/27/03
E-4a... ...... .......8/27/03
F-30.1 0-00.. .......1 /23/07
F-40.1 0-01.......1 0/05/07
F-40 .12-00 2/07/07
F-40.14-00.........2/07/07
F-40.15-00.........2/07/07
F-40.16-00.........2/07/07
G-24.50-00......11/08/07
G-24.60-00..... .11 /08/07
G-25.1 0-00..... .11 /08/07
C-14h. .............1/11/06
C-14i....... ......12/02/03
C-14j..............12/02/03
C-14k...............1 /11 /06
C-15a................. 7/3/08
C-15b................. 7/3/08
C-16a..... ........11 /08/05
C-16b......... ....11 /08/05
C-20.14-00......2/06/07
C-20.40-00.... ..2/06/07
C-22.40-01....10/05/07
C-23.60-00..... .2/06/07
C-25.18-01......9/20/07
C-25.20-02........ 7/3/08
C-25.22-01....10/05/07
C-25.80-01........ 7/3/08
C-28.40-00.... ..2/06/07
C-90.10-00........7/3/08
0-3b 6/30/04
0-3c 6/30/04
0-4.............. ...12/11 /98
0-6.................. .6/19/98
0-10.10-00.........7/8/08
0-10.15-00.. ......7/8/08
0-1 0 20-00......... 7/8/08
0-10.25-00... ......7/8/08
0-10.30-00.........7/8/08
0-10.35-00.........7/8/08
0-10.40-00.........7/8/08
0-10.45-00. ........7/8/08
0-15 10-00. .......7/8/08
0-15.20-00...... ...7/8/08
0-15.30-00.........7/8/08
F-40.18-00.......2/07/07
F-40.16-00...... .2/07/07
F-40.20-00.....10/05/07
F-42.1 0-00.....1 0/05/07
F-80.1 0-00.......1/23/07
G-70.1 0-00......1 0/5/07
G-70.20-00......10/5/07
G-70.30-00......10/5/07
N IPROJECTSI08-02 Lmcoln St & 18th RepamlLmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 47 of 80
G-22.10-01..........7/3/08
G-24.1 0-00......11/08/07
G-24.20-00......11/08/07
G-24.30-00......11/08/07
G-24AO-00... .11/08/07
H-1 0.1 0-00..........7/3/08
H-1 0.15-00..........7/3108
H-30.1 0-00......1 0/12/07
1-10.10-00.........8/31/07
1-30.10-00.........9/20107
1-3020-00.........9/20/07
1-30.30-00.........9/20/07
1-30AO-00.......10/12/07
J-1f..... .......... ... .6/23/00
J-3.......... ......... ..8/01 /97
J-3b........... .......3/04/05
J-3c................. ..6/24/02
J-3d........ .........11/05/03
J-5.......... ........ ...8/01 /97
J-6c................. .A/24/98
J-6f................ ... A/24/98
J-6g............. ....12/12/02
J-6h................. .A/24/98
J-7a......... ......... .9/12/01
J-7c............... ... .6/19/98
J-7d................ ..A/24/98
J-8a................. ..5/20/04
K-1 0.20-01......1 0/12/07
K-10AO-00........2/15/07
K-20.20-01......10/12/07
K-20AO-00.... ....2/15/07
K-20.60-00........2/15/07
K-22.20-01......10/12/07
K-24.20-00...... ..2/15/07
K-24AO-01......10/12/07
K-24.60-00...... ..2/15/07
K-24.80-01......10/12/07
K-26.20-00........2/15/07
L-10.10-00..... ..2/21/07
L-20.1 0-00........ 2/07/07
L-30.1 0-00........ 2/07/07
M-1.20-01.........1/30/07
M-1AO-0 1 .... .... 1/30/07
M-1.60-01.........1/30/07
M-1.80-02.........8/31/07
G-30 10-00..... .11 /08/07
G-50.1 0-00..... .11 /08/07
G-60.1 0-00.... ....8/31 107
G-60.20-00....... .8/31 /07
G-60.30-00. ......8/31107
H-32.10-00........9/20107
H-60.1 0-01..........7/3/08
H-60. 20-01. ........ 7/3/08
1-30.50-00........11/14/07
1-40.10-00..........9/20/07
1-40.20-00......... .9/20/07
1-50.10-00..........9/20107
1-50.20-00......... .8/31 /07
J-8b ...................5/20/04
J-8c................... .5/20/04
J-8d................. ...5/20/04
J-9a................... A/24/98
J-1 0...... ........... ...7/18/97
J-11a........ .......10/12/07
J-11 b.......... ........9/02/05
J-11c...... .. ........6/21/06
J-12................. .11 /08/05
J-15a................10/04/05
J-15b................ 1 0/04/05
J-16a.... ............3/04/05
J-16b................. .9/20/07
J-16c........ .........9/20/07
K-26 40-01......10/12/07
K-30.20-00...... ..2/15/07
K-30 40-01......10/12/07
K-32.20-00. .......2/15/07
K-32AO-00...... ..2/15/07
K-32.60-00.... ...2/15/07
K-32.80-00...... ..2/15/07
K-34.20-00....... .2/15/07
K-36.20-00...... ..2/15/07
K-40.20-00.. .. ...2/15/07
K-40 40-00........2/15/07
L-40.1O-00 ........2/21/07
L-40.15-00........ .2/21 107
L-40.20-00........ .2/21 /07
M-7. 50-0 1.. .......1/30/07
M-9.50-01 .........1/30/07
M-11.1 0-01... .....1 /30/07
M-15.10-01........2/06/07
G-95.1 0-00... ..11 /08/07
G-95.20-01......7/10/08
G-95.30-01 .....7/10/08
H-70.10-00......9/05/07
H-70.20-00... ...9/05/07
H-70.30-00. .....9/05/07
1-60.10-00.. .....8/31/07
1-60.20-00. .......8/31/07
1-80.10-00........8/31/07
J-18................ .9/02/05
J-19................ .9/02105
J-20............... ..9/02/05
J-28.10-00.......8/07/07
J-28.22-00...... .8/07/07
J-28.24-00.. .... .8/07/07
J-28.26-00...... .8/07/07
J-28.30-00...... .8/07/07
J-28AO-00...... .8/07/07
J-28A2-00...... .8/07/07
J-28A5-00...... .8/07/07
J-28.50-00...... 8/07/07
J-28.60-00...... .8/07/07
J-28.70-00......11/08/07
K-40.60-00.......2/15/07
K-40.80-00.......2/15/07
K-55.20-00.......2/15/07
K-60.20-02.... .... .7/3/08
K-60AO-00.......2/15/07
K-70.20-00. ......2/15/07
K-80.1 0-00.......2/21 /07
K -80.20-00 ....12/20/06
K-80 .30-00...... .2/21 /07
K-80.35-00...... .2/21 /07
K-80.37 -00..... ..2/21 /07
L-70.10-01.......5/21/08
L-70.20-01.......5/21/08
M-40.1 0-00......9/20/07
M-40.20-00....10/12/07
M-40.30-00.... .9/20/07
M-40 AO-OO...... 9/20/07
N IPROJECTSI08-02 Lmcoln St & 18th RepalrslLmcoln St RepatrsIProJect Manual\Lmcoln St & 18th St Repatrs Small Works Project Manual DOCPage 48 of 80
M-220-01.........1/30/07
M-2AO-01.........1/30/07
M-2.60-01.........1/30/07
M-3.10-01........1/30/07
M-3.20-01.........1/30107
M-3.30-01.........1/30107
M-3AO-01.........1/30/07
M-3.50-01.........1/30/07
M-5.10-01.........1/30/07
M-17 10-02..........7/3/08
M-20.1 0-01........1/30/07
M-20.20-01...... .1/30107
M-20.30-01.... ....1 /30/07
M-20 AO-O 1........1/30/07
M-20.50-01........1/30/07
M-24.20-01........5/31/06
M-24.40-01...... ..5/31 106
M-24.60-02....... .2106107
M-40 .50-00..... .9/20/07
M-40.60-00.... .9/20/07
M-60.10-00 .....9/05/07
M-60 20-00 .... .9/05/07
M-65.10-01......5/21/08
M-80. 1 0-00..... .6/1 0/08
M-80.20-00..... .6/1 0108
M-80.30-00......6/10/08
N IPROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St RepaITSIProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 49 of 80
ATTACHMENTS
N IPROJECTSI08-02 Lmcoln St & 18th RepalrslLmcoln St RepatrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 50 of 80
CONTRACTOR'S-APPLICA TION FOR PAYMENT
TO: City of Port Angeles FROM:
Public Works & UtilitIes Department
P.O. Box 1150
Port Angeles, W A 98362
DATE: PROJECT NAME:
PAYMENT REQUEST NO. PROJECT NUMBER:
PERIOD From: to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1 Contract Amount Thru Approved Change Order No._ E* $
[Excluding Sales Tax]
2 Work Completed to Date [per attached continuation sheets] J* $
3 Sales Tax (Port Angeles is 8.2% of [2]) $
4 Amount Retained (5% of [2])** $
5 Subtotal ([2]+[3]-[4]) $
6 Total Previously Paid [Deduction] G* $
7 AMOUNT DUE THIS REQUEST ([5]-[6]) $
*correspond to column letters shown on the contmuatIOn sheet.
**Enter zero If a retamage bond has been approved
N \PROJECTS\08-02 Lmcoln St & 18th RepaITS\Lmcoln St RepaITsIProJect Manual\Lmcoln St & 18th St Repairs Small Works Project Manual DOcPage 51 of 80
CONTRACTOR'S APPLICATION FOR PAYMENT
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 ansmg out of or relatmg to extra or changed
work or delays or acceleratIOn not specIfically IdentIfied and reserved m the amounts IdentIfied below or prevIOusly
acknowledged m wntmg by the CIty of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certIfy that the work performed and the matenals supplied
through the endmg penod date noted above represents the actual value of accomplIshment under the terms of the
contract (and all authonzed changes) between the Apphcant and the City of Port Angeles, relatmg to the above
referenced proJect, and that the remammg contract balance IS suffiCIent to cover all costs of completmg the work m
accordance WIth the contract documents.
I also certIfy that all lower-tIer payments, less applIcable retentIon, have been made by the ApplIcant for the pen ods
covered by prevIOUS payment receIved by the Apphcant to (1) all lower-tIre subcontractors/supplIers, and (2) for all
matenals, eqUIpment and labor used or m connectIOn WIth the performance of thIS contract. I further certIfy that I have
complIed WIth all Federal, State and local tax laws, mcludmg SocIal Secunty laws and Unemployment CompensatIon
laws and Workmen's CompensatIon laws, msofar as applIcable to the performance of thIS work, and have paId all such
taxes, premIUms and/or assessments ansmg out of the performance of the work.
I further certIfy that, to the best of my knowledge, mformatIOn and belIef, all work for WhICh preVIOUS payment(s) have
been receIved shall be free and clear of hens, claIms, secunty mterests and encumbrances m favor of the Contractor,
subcontractors, matenal supplIers, or other persons or entItIes makmg a claIm by reason ofhavmg prOVIded labor,
matenals and eqUIpment relatmg to the work.
WIthm seven (7) days of receIpt of the payment requested herem, all payments, less applIcable retentIon, wIll be made
through the penod covered by thIS pay request to all my lower-tIer subcontractors/suppliers and for all matenals,
eqUIpment, labor, taxes and assessments ansmg out of the performance of all saId lower-tIer work.
DATED:
CONTRACTOR:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
Notary Public in and for the State of
residing at
My appointment expires
APPROV AL:
Proj ect Manager
Date
City Engineer
Date
PW-402 13 [rev 1/01]
N IPROJECTS\08-02 Lmcoln St & 18th Repalrs\Lmcoln St Repalrs\ProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 52 of 80
o~ ~O"~>T 4tvQ
~4."; W%~~~ 1
(J <II CITY OF PORT ANGELES - CONTINUATION SHEET
~ Payment application No
~'0 ~::)
~ORl<S All\) \l PROJECT NAME: Date of application
PROJECT NUMBER: Payment penod'
Sheet C - of C -
Attach this sheet to your application for payment
A B C D E F G ul H 1 I J K
Work Completed ($)
Actual This Application Total
Item Estimated Unit Quantity Completed
No Descnptlon of Work Quantity Pnce Total Completed to and Stored % (J/E)
Date Stored to Date
PrevIous Work In Matenals (not (G+H+I)
Application Place In G or H)
SUBTOTAL PW-40214[01/01]
N IPROJECTSI08-02 Lll1coln St & 18th RepalrSlLll1coln St RepalrslProJect ManuallLll1coln St & 18th St Repairs Small Works Project Manual DOCPage 53 of 80
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME
PROJECT/CONTRACT NUMBER
ORIGINATOR. 0 Owner
ITEM.
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION/REQUEST:
r] Contractor
DATE REPLY REQUESTED.
CRITICAL TO SCHEDULE. 0 YES 0 NO
ORIGINATOR SIGNATURE'
DATE.
COMMENTS'
RFI Number:
N IPROJECTSI08-02 Lmcoln St & 18th RepatrslLmcoln St RepalrslProject ManuallLmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 54 of 80
CONTRACT CHANGE ORDER (CCO) NO.
Project Name
Date
Contractor
Project No.
DESCRIPTION OF WORK
You are ordered to perform the followmg descnbed work upon receIpt of an approved copy of thIS Change Order:
1. Describe work here
2. Additional work, etc....
Such work wIll be compensated by check one or more of the following as applicable [ ] Increase or [ ] Decrease m bId items; [ ]
Force Account, [ ] Negotiated PrIce The descnbed work affects the eXIstmg contract Items and/or adds and/or deletes bId Items as
follows'
Item
No
DescnptlOn
RFI#
Qty
UOlt
$ Cost Per UOlt
$ Cost
Ong
Rev
2
Ong
Rev
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
* * * * *
DA YS XX DAYS yy DAYS ZZ DAYS XX+ZZ-YY DAYS YY+ZZ
* Amount with applicable sales tax included
All work, matenals and measurements to be In accordance with the provIsions of the onglnal 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
; 's' -f "
APPROVED BY:
, ' ': '~~~'k~ ',r,
SIGNATURE: ~,y~c:~<~~'
,I
DATE:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
,. :0.
N IPROJECTSI08-02 Lmcoln St & ] 8th RepalrslLmcoln St RepalrslProJect Manual\Lmcoln St & 18th St RepaIrs Small Works Project Manual DOCPage 55 of 80
Washington State Prevailing Wage Rates for Clallam County
N IPROJECTSI08.02 Lmcoln St & 18th RepalTsILmcoln St RepalTsIProJect ManuallLmcoln St & 18th St Repairs Small Works Project Manual DOCPage 56 of 80
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-57-
BENEFIT CODE KEY - EFFECTIVE 08-31-08
**************~*************************************************************************************~**********
*********
OVERTIME CODES
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.
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID AT ONEAND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A ALL HOURS WORKED ON SA TURD A YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID ATONE
AND ONE-HALF TIMES THE HOURLY RATE OF WAGE.
B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE
C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE P AID AT DOUBLE THE
HOURLY RATE OF WAGE.
D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A
FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY
AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF
WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND
ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE
F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE
PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE
PAID AT THREE TIMES THE 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 ATONE AND
ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS
PER DA Y MONDAY THROUGH SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE
H ALL HOURS WORKED ON SA TURD A YS (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 MONDAY THROUGH SATURDAY OVER
TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE HOURLY RATE OF WAGE.
J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH
SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
K ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-58-
HOURL Y RATE OF WAGE
L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDA Y THROUGH SA TURDA Y AND
ALL HOURS WORKED ON SUNDAYS AND HOLIDA YS SHALL BE PAID A T 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
HOURL Y RATE OF WAGE
N ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) SHALL BE PAID ATONE AND ONE-
HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
o THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER
TWEL VE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAG E
P ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT)
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
Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
UP TO TEN (10) HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDA Y THROUGH SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT
CHRISTMAS DAY) SHALL BE PAID A T DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED
ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE
R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY
RATE OF WAGE
S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL
BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS
OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40)
HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL
SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT
TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK
PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT
DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE
DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR
OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE
PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT
AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE
OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR
MORE
U ALL HOURS WORKED ON SA TURDA YS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR
DA Y) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
LABOR DA Y SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE
V ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND
CHRISTMAS DAY) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL
HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-59-
HOURLY RATE OF WAGE
W ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS
BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID 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
X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND
THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH
SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND
THE DAY AFTER SUNDA Y, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK
PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RA TE OF WAGE
Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY
BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS
OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SA TURDA YS
AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR
APROV AL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE
STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10
WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH
SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL
BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE
A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SA TURDA Y AND ALL
HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE
OF WAGE
B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE.
C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY
RA TE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY
RATE OF WAGE
D ALL HOURS WORKED ON SA TURD A YS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF
TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS
SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN
EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE
HOURLY RATE OF WAGE
E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT
ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR
ON LABOR DAY SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE
F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY
RA TE 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 SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE
HOURL Y RATE OF WAGE INCLUDING HOLIDAY PAY
H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-60-
ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID A T ONE AND ONE-HALF TIMES THE HOURLY
RATE OF WAGE
ALL HOURS WORKED ON SA TURDA YS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT
ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS
AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
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
HOLIDA YS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE
K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN
ADDITION TO THE HOLIDAY PAY
M ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDA YS SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE.
o ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES
THE HOURLY RATE OF WAGE
P THE FIRST EIGHT (8) HOURS ON 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 SHALL BE PAID AT TWO TIMES THE
HOURL Y RATE OF WAGE. '
Q ALL HOURS WORKED ON LABOR DA Y SHALL BE PAID AT DOUBLE THE HOURLY RA TE OF
WAGE
4
A
ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER
WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON
SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE
HOLIDA Y CODES
5
A
HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7)
B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AFTER THANKSGIVING DA Y, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY
(8)
C HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS
DA Y (8)
D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DA Y (8)
E. HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y,
AND CHRISTMAS DAY (8)
F HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY,
MEMORIAL DA Y,
G HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7)
INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-61-
THANKSGIVING DAY, AND CHRISTMAS DAY (11)
H HOLlDA YS NEW YEAR'S DA Y, MEMORIAL DA Y, INDEPENDENCE DAY, THANKSGIVING DAY, THE
DA Y AFTER THANKSGIVING DAY, AND CHRISTMAS (6)
HOLlDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, AND CHRISTMAS DAY (6)
HOLlDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, THANKSGIVING DAY,
FRIDA Y AFTER THANKSGIVING DAY, CHRISTMAS EVE DA Y, AND CHRISTMAS DAY (7)
K HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DA Y, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS, AND CHRISTMAS DAY (9)
L HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE
DA Y, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS
DA Y (8)
M. HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE
DA Y, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS AND CHRISTMAS DAY (9).
N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND
CHRISTMAS DAY (9)
P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DA Y, FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND
CHRISTMAS DAY (9).
Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6)
R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY,
AND CHRISTMAS DAY (7 1/2)
5
s
PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE
DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,
AND THE DAY BEFORE OR AFTER CHRISTMAS (10)
U PAID HOLIDAYS NEW YEAR'S DA Y, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY,
MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY
(8)
V PAID HOLIDAYS SIX (6) PAID HOLIDA YS
W PAID HOLIDA YS NINE (9) PAID HOLIDA YS
X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY
AFTER 2080 HOURS - NEW YEAR'S DA Y, WASHINGTON'S BIRTHDA Y, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING
HOLlDA Y (8)
Y HOLIDA YS NEW YEAR'S DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY,
PRESIDENTIAL ELECTION DA Y, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-62-
DAY, AND CHRISTMAS DA Y (8)
Z HOLIDA YS NEW YEAR'S DA Y, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y,
VETERANS DA Y, THANKSGIVING DA Y, THE FRIDA Y AFTER THANKSGIVING DAY, AND
CHRISTMAS DAY (8)
6
PAID HOLIDA YS NEW YEAR'S DA Y, PRESIDENTS' DAY, MEMORIAL DA Y, INDEPENDENCE
DA Y, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8)
B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY,
AND CHRISTMAS DAY (9).
A
C HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY
BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9)
D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE
DA Y BEFORE OR THE DAY AFTER CHRISTMAS DAY (9)
E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER
THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DA Y ON CHRISTMAS EVE DAY (9 1/2)
F. PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE
DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I)
G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DA Y, PRESIDENTS' DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE
FRIDA Y AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (1 I)
H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY
AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10).
PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (7)
J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY
AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9)
L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (8)
Q PAID HOLIDAYS NEW YEAR'S DA Y, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY,
VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY
(8) UNPAID HOLIDAY PRESIDENTS' DAY
T PAID HOLIDAYS NEW YEAR'S DA Y, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE
DA Y, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST
WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9)
U HOLIDA YS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER
THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9)
V. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
BENEFIT CODE KEY - EFFECTIVE 08-31-08
-63-
THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS
DAY, AND ONE DA Y OF THE EMPLOYEE'S CHOICE (9)
W PAID HOLIDAYS' NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, DAY AFTER
THANKSGIVING DAY, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY (I 0)
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 DA Y, DAY BEFORE OR AFTER
CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (I I)
8
A
NOTE CODES
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' - $100 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
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 MORE
OVER 50' TO 100' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET
OVER 100' TO ISO' - $150 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER ISO' TO 200' - $2 00 PER FOOT FOR EACH FOOT OVER 150 FEETOVER 200' - DIVERS MAY
NAME THEIR OWN PRICE
D WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1 00 PER
HOUR
L WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -
LEVEL A $075, LEVEL B $050, AND LEVEL C. $0.25
M WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS
A&B $1 OO,LEVELSC&D $050
N WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -
LEVEL A $1 00, LEVEL B $075, LEVEL C' $050, AND LEVEL D $025
Washington State Department of labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non-standard" Items)
,
Below is the department's (State L&I's) list of criteria to be used in determining whether a
prefabricated Item is "standard" or "non-standard". For items not appearing on WSDOT's
predetermined list, these criteria shall be used by the Contractor (and the Contractor's
subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to
determine coverage under RCW 39.12. The production, in the State of Washington, of non-
standard items is covered by RCW 39.12, and the production of standard items is not. The
production of any item outside the State of Washington is not covered by RCW 39.12.
1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If
it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it IS, the work is covered under RCW
39.12. If not, go to question 3.
3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily
to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question
4.
4. Does the item require any assembly, cutting, modification or other fabrication by the supplier?
If not, the work is not covered by RCW 39.12. If yes, go to question 5.
5. Is the prefabricated item intended for the public works project typically an inventory item
which could reasonably be sold on the general market? If not, the work is covered by RCW
39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any unusual
characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the
work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non-covered workers shall be directed to State L&I at (360)
902-5330.
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
Below is a list of potentIally prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non-standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and In that case shall be evaluated according to the critena
described in State and L&I's policy statement.
ITEM DESCRIPTION
YES NO
1. Metal rectangular frames, solid metal covers, herringbone grates,
and bi-directional vaned grates for Catch Basin X
Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans
2. Metal circular frames (rings) and covers, circular grates,
and prefabricated ladders for Manhole Types 1, 2, and 3, X
Drywell T~pes 1, 2, and 3 and Catch Basin Type 2.
See Std. lans
3. Prefabricated steel grate supports and welded grates,
metal frames and dual vaned grates, and Type 1, 2, and X
3 structural tubing grates for Drop Inlets. See Std. Plans.
4. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X
5. Concrete Pipe - Plain Concrete pipe and reinforced
concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X
6. Corrugated Steel Pipe - Steel lock seam corrugated
pipe for culverts and storm sewers, sizes 30 inch X
to 120 inches in diameter. May also be treated, 1 thru 5.
7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe
for culverts and storm sewers, sizes 30 inch to 120 inches in X
diameter. May also be treated, #5.
Supplemental to Wage Rates
65 of 80
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for
mounting sign structures, luminaries and other items, shall be
made from commercial bolt stock. X
See Contract Plans and Std. Plans for size and material type.
9. Aluminum Pedestrian Handrail - Pedestrian handrail
conforming to the type and material speCifications set forth in the X
contract plans. Welding of aluminum shall be
in accordance With Section 9-28.14(3).
10. Major Structural Steel Fabrication - Fabrication of major steel
items such as trusses, beams, girders, etc., for bridges. X
11. Minor Structural Steel Fabrication - Fabrication of minor steel
Items such as special hangers, brackets, access doors for
structures, access ladders for irrigation boxes, bridge expansion X
joint systems, etc., involving welding, cutting, punching and/or
boring of holes. See Contact Plans for item description and shop
drawings.
12. Aluminum Bridge Railing Type BP - Metal bridge railing
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in X
accordance with Section 9-28.14(3).
13. Concrete Piling--Precast-Prestressed concrete piling for use as 55
and 70 ton concrete piling. Concrete to conform to X
Section 9-19.1 of Std. Spec..
14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X
sections and flat top slabs. See Std. Plans.
15. Precast Drywell Types 1, 2, and with cones and adjustment
Sections X
See Std. Plans.
16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2
With adjustment sections. See Std. Plans. X
Supplemental to Wage Rates
66 of 80
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
ITEM DESCRIPTION
YES NO
17. Precast Concrete Inlet - with adjustment sections,
See Std. Plans X
18. Precast Drop Inlet Type 1 and 2 with metal grate supports.
See Std. Plans. X
19. Precast Grate Inlet Type 2 with extension and top units.
See Std. Plans X
20. Metal frames, vaned grates, and hoods for Combination
Inlets. See Std. Plans X
21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of
various sizes. Used for in ground storage of utility facilities and
controls. See Contract Plans for size and construction X
requirements. Shop drawings are to be provided for approval
prior to casting
22. Vault Risers - For use with Valve Vaults and Utilities
Vaults. X
23. Valve Vault - For use with underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for
use as new barner or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as X
permanent barrier.
25. Reinforced Earth Wall Panels - Reinforced Earth Wall Panels in
size and shape as shown in the Plans. Fabrication plant has
annual approval for methods and materials to be used. See X
Shop Drawmg.
Fabrication at other locations may be approved, after facilities
inspection, contact HQ. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall
panel in size and shape as shown in Plans. X
Fabrication plant has annual approval for methods and materials
to be used
Supplemental to Wage Rates
67 of 80
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 Inch Standard Precast Prestressed Girder -
Standard Precast Prestressed Girder for use in structures.
Fabricator plant has annual approval of methods and materials to X
be used. Shop Drawing to be provided for approval prior to
casting girders.
See Std. Spec. Section 6-02.3(25)A
29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete
Girders for use in structures. Fabricator plant has annual approval
of methods and materials to be used. Shop Drawing to be X
provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
30. Prestressed Tri-Beam Girder - Prestressed Tri-Beam Girders for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
31. Prestressed Precast Hollow-Core Slab - Precast Prestressed
Hollow-core slab for use in structures. Fabricator plant has annual
approval of methods and materials to be used. Shop Drawing to X
be provided for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A.
32. Prestressed-Bulb Tee Girder - Bulb Tee Prestressed Girder for
use in structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be provided X
for approval prior to casting girders.
See Std. Spec. Section 6-02.3(25)A
33. Monument Case and Cover X
See Std. Plan.
Supplemental to Wage Rates
68 of 80
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
ITEM DESCRIPTION
YES NO
34. Cantilever Sign Structure - Cantilever Sign Structure
fabricated from steel tubing meeting AASHTO-M-183. See Std.
Plans, and Contract Plans for details. The steel structure X
shall be galvanized after fabrication in accordance with
AASHTO-M-1 11.
35. Mono-tube Sign Structures - Mono-tube Sign Bridge
fabricated to details shown in the Plans. Shop drawings for X
approval are required prior to fabrication.
36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel
tubing meeting AASHTO-M-138 for Aluminum Alloys.
See Std. Plans, and Contract Plans for details. The steel
structure X
shall be galvanized after fabrication in accordance
with AASHTO-M-1 11.
37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std
Plans. Shop drawings for approval are to be provided prior to X
fabrication
38. Light Standard-Prestressed - Spun, prestressed, hollow
concrete poles. X
39. Light Standards - Lighting Standards for use on highway
illumination systems, poles to be fabricated to conform with X
methods and materials as specified on Std. Plans. See Specia
Provisions for pre-approved drawings.
40. Traffic Signal Standards - Traffic Signal Standards for use on
highway and/or street signal systems. Standards to be fabricated X
to conform with methods and material as specified on Std. Plans.
See Special Provisions for pre-approved drawings
41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X
See Std. Plans.
Supplemental to Wage Rates
69 of 80
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES
NO
42. TraffIc Signs - Prior to approval of a Fabricator of Traffic Signs,
the sources of the following materials must be submitted and
approved for reflective sheeting, legend material, and aluminum
sheeting. X X
NOTE: *** Fabrication inspection required. Only signs tagged
"Fabrication Approved" by WSDOT Sign Fabrication Inspector to
be installed
Custom Std
Message Signing
Message
43. Cutting & bending reinforcing steel X
44. Guardrail components X X
Custom Standard
End See See
45. Aggregates/Concrete mixes Covered by
WAC 296-127-018
46. Asphalt Covered by
WAC 296-127-018
47. Fiber fabrics X
48. Electrical wiring/components X
49. treated or untreated timber pile X
50. Girder pads (elastomeric bearing) X
51. Standard Dimension lumber X
52. Irrigation components X
Supplemental to Wage Rates
70 of 80
WS DOT's
Predetermined List for
Suppliers - Manufactures - Fabricator
ITEM DESCRIPTION
YES NO
53. Fencing materials X
54. Guide Posts X
55. Traffic Buttons X
56. Epoxy X
57. Cribbing X
58. Water distribution materials X
59. Steel "H" piles X
60. Steel pipe for concrete pile casings X
61. Steel pile tipS, standard X
62. Steel pile tips, custom X
Supplemental to Wage Rates
71 of 80
State of Washington
Department of Labor and Industries
Prevailing Wage Section - Telephone (360) 902-
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge
benefits On public works projects, workers' wage and benefit rates must add to not less than this total A
brief description of overtime calculation requirements IS provided on the Benefit Code Key.
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA
Classification Code
(See Benefit Code Key)
Prevailing
Waqe
Overtime
Code
Holiday
Code
Counties Covered.
ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS
LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
$1276
$8.13
$12 66
$1 0 20
Counties Covered:
BENTON
MACHINE OPERATOR
PAINTER
WELDER
$10.53
$976
$16.70
Counties Covered:
CHELAN
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$1504
$9.54
$971
$9.93
$1224
1
1
1
1
1
1
1
1
Counties Covered
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC
SAN JUAN AND SKAGIT
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
$15.16
$11.13
$10.66
$11.41
Supplemental to Wage Rates
72 of 80
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
*
A~AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA
Classification Code
(See Benefit Code Key)
Prevailing
Waqe
OvertIme
Code
Holiday
Code
Counties Covered:
CLARK
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
LA YEROUT
$28.63
$20 35
$2991
$26.45
$28 03
$29.91
Counties Covered.
COWLITZ
MACHINE OPERATOR
PAINTER
WELDER
$24.46
$24.46
$24 46
Counties Covered.
GRANT
FITTER/WELDER
PAINTER
$1079
$8.07
Counties Covered:
KING
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$15 86
$9.78
$13.04
$11.10
1548
Counties Covered:
KITSAP
FITTER
LABORER
MACHINE OPERATOR
WELDER
$26.96
$807
$13.83
$13.83
Supplemental to Wage Rates
1E
1E
1E
1E
1E
1E
1B
1B
1B
6H
6H
6H
6H
6H
6H
6V
6V
6V
73 of 80
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
*
*******A^AAAAAAAAAAAAAAAAA*kAAAAAAAAAAAAAAAAAAAAAAAAA*************AA~AAAAAAAAAAAAAAAAAAAAAAAAAAAA**
Classification Code
(See Benefit Code Key)
Prevailing
Waqe
Overtime
Code
Holiday
Code
Counties Covered:
KLlCKIT AT, SKAMANIA, WAHKIAKUM
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
$16.99
$1 0.44
$1721
$17 03
Counties Covered.
PIERCE
FITTER
LABORER
MACHINE OPERATOR
WELDER
$15.25
$10.32
$13 98
$13.98
Counties Covered:
SNOHOMISH
FITTER/WELDER
LABORER
MACHINE OPERATOR
PAINTER
$15.38
$9.79
$8.84
$9.98
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
Counties Covered:
SPOKANE
$12.59
$8.07
$13.26
$10.27
$10.80
Supplemental to Wage Rates
1
1
1
1
74 of 80
METAL FABRICATION (IN SHOP)
EFFECTIVE 08-31-2008
*
*******kkAAAAAAAkkAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA**AAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAAA
Classification Code
(See Benefit Code Key)
Prevailing
Wage
Overtime
Code
Holiday
Code
FITTER
LABORER
MACHINE OPERATOR
LA YEROUT
WELDER
Counties Covered:
THURSTON
$24.88
$16.61
$26.95
$26 95
$22 81
FITTER/WELDER
LABORER
MACHINE OPERATOR
Counties Covered:
WHA TeaM
$13.81
$900
$1381
Counties Covered:
YAKIMA
FITTER
LABORER
MACHINE OPERATOR
PAINTER
WELDER
$12 00
$10.31
$11.32
$12.00
$11.32
Supplemental to Wage Rates
1A
1A
1A
1A
1A
1
1
1
6T
6T
6T
6T
6T
75 of 80
FABRICATED PRECAST CONCRETE PRODUCTS
EFFECTIVE 08-31-2008
******************************************************************* J. J. J. J.. J. J. J.. J. J. ************************
Classification Code
(See Benefit Code Key)
Prevailing
Waqe
Overtime
Code
Holiday
Code
Counties Covered'
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN
ALL CLASSIFICATIONS
$9.96
ALL CLASSIFICATIONS
Counties Covered:
CHELAN, KITTITAS, KLlCKITAT AND SKAMANIA
8.61
Counties Covered.
CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON,
PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM
ALL CLASSIFICATIONS
$13.50
Counties Covered'
FRANKLIN
ALL CLASSIFICATIONS
$11 50
Counties Covered:
KING
ALL CLASSIFICATIONS
$13.15
2K
5B
Counties Covered'
PIERCE
ALL CLASSIFICATIONS
$9.28
Counties Covered:
SPOKANE
ALL CLASSIFICATIONS
$20 23
Counties Covered:
WHA TCOM
ALL CLASSIFICATIONS
$13.67
Counties Covered:
YAKIMA
CRAFTSMAN
LABORER
$8.72
$8.07
Supplemental to Wage Rates
76 of 80
WSDOT's List of State Occupations not applicable to Heavy and
Highway Construction Projects
This project is subject to the state hourly minimum rates for wages and fringe benefits In
the contract provisions, as provided by the state Department of Labor and Industnes.
The following list of occupations, is compnsed of those occupations that are not normally
used in the construction of heavy and highway projects.
When considering job classifications for use and / or payment when bidding on, or
building heavy and highway construction projects for, or administered by WSDOT, these
Occupations Will be excepted from the included "Washington State Prevailing Wage
Rates For Public Work Contracts" documents.
. Electrical Fixture Maintenance Workers
· Electricians - Motor Shop
. Heating Equipment Mechanics
. Industrial Engine and Machine Mechanics
. Industrial Power Vacuum Cleaners
· Inspection, Cleaning, Sealing of Water Systems by Remote Control
· Laborers - Underground Sewer & Water
· Machinists (Hydroelectric Site Work)
. Modular Buildings
. Playground & Park Equipment Installers
· Power Equipment Operators - Underground Sewer & Water
. Residential *** ALL ASSOCIATED RATES ***
. Sign Makers and Installers (Non-Electrical)
· Sign Makers and Installers (Electrical)
· Stage Rigging Mechanics (Non Structural)
The following occupations may be used only as outlined in the preceding text concerning
"WSDOT's list for Suppliers - Manufacturers - Fabricators"
. Fabricated Precast Concrete Products
. Metal Fabrication (In Shop)
Definitions for the Scope of Work for prevailing wages may be found at the Washington
State Department of Labor and Industries web site and in WAC Chapter 296-127.
Supplemental to Wage Rates
77 of 80
Washington State Department of labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State L&I)
dated August 18, 1992 and June 18, 1999, clarify the Intent and establish policy for
administrating the provisions of WAC 296-127-018 COVERAGE AND EXEMPTIONS OF
WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, ,
CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of
covered and non-covered workers shall be directed to State L&I at (360) 902-5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by WAC
296-127 -018 for the production and/or delivery of materials to a public works contract will
be found under the regular classification of work for Teamsters, Power Equipment
Operators, etc.
Supplemental to Wage Rates
78 of 80
ESAC DIVISION - TELEPHONE (206) 586-6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540
August 18, 1992
TO:
FROM:
All Interested Parties
SUBJECT:
Jim P. Christensen
Acting Industrial Statistician
Materials Suppliers - WAC 296-127-018
This memo is intended to proVide greater clarity regarding the application of WAC 296-
127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other
interested parties The information contained herein should not be construed to cover all
possible scenarios which might require the payment of prevailing wage. The absence of
a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR"
does not mean that the activity is not covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For those
cases where a production facility is set up for the specific purpose of supplying materials
to a public works construction site, prevailing wage rates for operators of equipment
such as crushers and batch plants can be found under Power Equipment Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project Site, such as spreading,
leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but not
necessarily exclUSive, purpose of supplYing materials for a public works project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier, in a
permanent facility, as well as the delivery of these materials, as long as delivery
does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carner, as long as delivery does not
include incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
Supplemental to Wage Rates
79 of 80
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
Kerry S. Radcliff, Editor
Washington State Register
Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in
the production and delivery of gravel, concrete, asphalt, or similar materials
TO:
FROM:
The department wishes to publish the following Notice in the next edition of the Washington
State Register:
NOTICE
Under the current material supplier regulations, WAC 296-127-018, the department
takes the position that prevailing wages do not apply to the delivery of wet
concrete to public works sites, unless the drivers do something more than just
deliver the concrete. Drivers delivering concrete into a crane and bucket,
hopper of a pump truck, or forms or footings, are not entitled to prevailing wages
unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not extend to
the delivery of asphalt, sand, gravel, crushed rock, or other similar materials
covered under WAC 296-127-018. The department's positIon applies only to this
regulation.
If you need additional information regarding this matter, please contact Greg
Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504-4510, or call (360) 902-5310.
Please publish the above Notice in WSR 99-13. If you have questions or need additional
information, please call Selwyn Walters at 902-4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator
Patrick Woods, Assistant Director Greg
Mowat, Program Manage
Supplemental to Wage Rates
80 of 80
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fnnge 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 on the Benefit Code Key
CLALLAM COU NTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $38.06 1H 50
BOILERMAKERS
JOURNEY LEVEL $50 33 1C 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $45,05 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $1467
CARPENTERS
ACOUSTICAL WORKER $46 32 1M 50
BRIDGE, DOCK AND WARF CARPENTERS $46 16 1M 50
CARPENTER $46 16 1M 50
CREOSOTED MATERIAL $46 25 1M 50
DRYW ALL APPLICATOR $46 42 1M 50
FLOOR FINISHER $46 16 1M 50
FLOOR LAYER $46 16 1M 50
FLOOR SANDER $46 16 1M 50
MILLWRIGHT AND MACHINE ERECTORS $4716 1M 50
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 50
SAWFILER $46 16 1M 50
SHINGLER $46 16 1M 50
STATIONARY POWER SAW OPERATOR $46 16 1M 50
STATIONARY WOODWORKING TOOLS $46 16 1M 50
CEMENT MASONS
JOURNEY LEVEL $38 06 1H 50
DIVERS & TENDERS
DIVER $92 31 1M 50 8A
DIVER TENDER $49 84 1M 50
DREDGE WORKERS
ASSISTANT ENGINEER $47 09 1T 50 8L
ASSISTANT MATE (DECKHAND) $46 58 1T 50 8L
BOATMEN $47 09 1T 50 8L
ENGINEER WELDER $4714 1T 50 8L
LEVERMAN, HYDRAULIC $4871 1T 50 8L
MAINTENANCE $46 58 1T 50 8L
MATES $47 09 1T 50 8L
OILER $4671 1T 50 8L
DRYWALL TAPERS
JOURNEY LEVEL $46 04 1E 5P
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $937
Page 1
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
ClaSSification
PREVAILING
WAGE
ELECTRICIANS - INSIDE
CABLE SPLICER
CABLE SPLICER (TUNNEL)
CERTIFIED WELDER
CERTIFIED WELDER (TUNNEL)
CONSTRUCTION STOCK PERSON
JOURNEY LEVEL
JOURNEY LEVEL (TUNNEL)
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN
JOURNEY LEVEL
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER
CERTIFIED LINE WELDER
GROUNDPERSON
HEAD GROUNDPERSON
HEAVY LINE EQUIPMENT OPERATOR
JACKHAMMER OPERATOR
JOURNEY LEVEL L1NEPERSON
LINE EQUIPMENT OPERATOR
POLE SPRAYER
POWDERPERSON
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL
ELEVATOR CONSTRUCTORS
MECHANIC
MECHANIC IN CHARGE
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS
FENCE ERECTORS
FENCE ERECTOR
FENCE LABORER
FLAGGERS
JOURNEY LEVEL
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC
HEATING EQUIPMENT MECHANICS
MECHANIC
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL
INLAND BOATMEN
CAPTAIN
COOK
DECKHAND
ENGINEER/DECKHAND
MATE, LAUNCH OPERATOR
$58 34
$62 86
$56 29
$60 60
$28 83
$54 25
$58 34
$1537
$1469
$56 53
$51 64
$37.15
$39 19
$51.64
$39 19
$51 64
$43 83
$51.64
$39 19
$1207
$60 85
$66 25
$1350
$1 3 80
$11 60
$32 41
$45 20
$47 58
$16 00
$39 25
$15 65
$924
$59.22
$34.81
$34 52
$58 62
$50 20
Page 2
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1E SA
1E SA
1E SA
1E SA
1E SA
1E SA
1E SA
2A 6C
2A 6C
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A SA
4A
4A
6Q
6Q
1H
SD
1Y
SG
1S
SJ
1H
SD
CLALLAM COU NTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY
REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR $973
GROUT TRUCK OPERATOR $11 48
HEAD OPERA TOR $1278
TECHNICIAN $807
TV TRUCK OPERATOR $10 53
INSULATION APPLICATORS
JOURNEY LEVEL $20 50
IRONWORKERS
JOURNEY LEVEL $50 77 10 SA
LABORERS
ASP HAL T RAKER $38 77 1H 5D
BALLAST REGULATOR MACHINE $38 06 1H 5D
BATCH WEIGHMAN $32 41 1H 5D
BRUSH CUTTER $38 06 1H 5D
BRUSH HOG FEEDER $38 06 1H 5D
BURNERS $38 06 1H 5D
CARPENTER TENDER $38 06 1H 5D
CASSION WORKER $39 25 1H 5D
CEMENT DUMPER/PAVING $38 77 1H 5D
CEMENT FINISHER TENDER $38 06 1H 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $38 06 1H 5D
CHIPPING GUN (OVER 30 LBS) $38 77 1H 5D
CHIPPING GUN (UNDER 30 LBS) $38 06 1H 5D
CHOKER SETTER $38 06 1H 5D
CHUCK TENDER $38 06 1H 5D
CLEAN-UP LABORER $38.06 1H 5D
CONCRETE DUMPER/CHUTE OPERATOR $38 77 1H 5D
CONCRETE FORM STRIPPER $38 06 1H 5D
CONCRETE SAW OPERATOR $38 77 1H 5D
CRUSHER FEEDER $32 41 1H 5D
CURING LABORER $38 06 1H 5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38 06 1H 5D
DITCH DIGGER $38 06 1H 5D
DIVER $39 25 1H 5D
DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 77 1H 5D
DRILL OPERATOR, AIRTRAC $39 25 1H 5D
DUMPMAN $38 06 1H 5D
EPOXY TECHNICIAN $38 06 1H 5D
EROSION CONTROL WORKER $38 06 1H 50
FALLER/BUCKER, CHAIN SAW $38 77 1H 50
FINAL DETAIL CLEANUP (I e , dusting, vacuuming, Window cleaning, NOT $29 59 1H 50
construction debris cleanup)
FINE GRADERS $38 06 1H 50
FIRE WATCH $32 41 1H 50
FORM SETTER $38 06 1H 50
GABION BASKET BUILDER $38 06 1H 50
GENERAL LABORER $38 06 1H 50
GRADE CHECKER & TRANSIT PERSON $38 77 1H 50
GRINDERS $38 06 1H 50
GROUT MACHINE TENDER $38 06 1H 50
Page 3
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
GUARDRAIL ERECTOR $38 06 1H 5D
HAZARDOUS WASTE WORKER LEVEL A $39 25 1H 5D
HAZARDOUS WASTE WORKER LEVEL B $38 77 1H 5D
HAZARDOUS WASTE WORKER LEVEL C $38 06 1H 5D
HIGH SCALER $39 25 1H 5D
HOD CARRIERlMORTARMAN $38 77 1H 5D
JACKHAMMER $38 77 1H 5D
LASER BEAM OPERATOR $38 77 1H 5D
MANHOLE BUILDER-MUDMAN $38 77 1H 5D
MATERIAL YARDMAN $38 06 1H 5D
MINER $39 25 1H 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 77 1H 5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER $38 77 1H 5D
PILOT CAR $32 41 1H 5D
PIPE POT TENDER $38 77 1H 5D
PIPE RELINER (NOT INSERT TYPE) $38 77 1H 5D
PIPELAYER & CAULKER $38 77 1H 5D
PIPELAYER & CAULKER (LEAD) $39 25 1H 5D
PIPEWRAPPER $38.77 1H 5D
POT TENDER $38 06 1H 5D
POWDERMAN $39 25 1H 5D
POWDERMAN HELPER $38.06 1H 5D
POWERJACKS $38 77 1H 5D
RAILROAD SPIKE PULLER (POWER) $38 77 1H 5D
RE-TIMBERMAN $39 25 1H 5D
RIPRAP MAN $38 06 1H 5D
RODDER $38 77 1H 5D
SCAFFOLD ERECTOR $38.06 1H 5D
SCALE PERSON $38 06 1H 5D
SIGNALMAN $38 06 1H 5D
SLOPER (OVER 20") $38 77 1H 5D
SLOPER SPRAYMAN $38 06 1H 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $38 77 1H 5D
SPREADER (CONCRETE) $38 77 1H 5D
STAKE HOPPER $38 06 1H 50
STOCKPILER $38 06 1H 5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 77 1H 50
TAMPER (MULTIPLE & SELF PROPELLED) $38 77 1H 5D
TOOLROOM MAN (AT JOB SITE) $38 06 1H 50
TOPPER-TAILER $38 06 1H 5D
TRACK LABORER $38 06 1H 50
TRACK LINER (POWER) $38 77 1H 50
TRUCK SPOTTER $38 06 1H 5D
TUGGER OPERATOR $38 77 1H 50
VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38 06 1H 50
VIBRATOR $38 77 1H 5D
VINYL SEAMER $38 06 1H 50
WELDER $38 06 1H 50
WELL-POINT LABORER $38 77 1H 50
Page 4
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $38 06 1H 50
PIPE LAYER $38 77 1H 50
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289
LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK DRIVERS $1289
LANDSCAPING OR PLANTING LABORERS $1289
LATHERS
JOURNEY LEVEL $46 42 1M 50
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15 16
LABORER $11 13
MACHINE OPERATOR $1 0 66
PAINTER $11 41
PAINTERS
JOURNEY LEVEL $33 94 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $807
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $6024 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $44.64 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $4742 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $4791 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $48 46 1T 50 8L
BACKHOES, (75 HP & UNDER) $4700 1T 50 8L
BACKHOES, (OVER 75 HP) $47.42 1T 50 8L
BARRIER MACHINE (ZIPPER) $47.42 1T 50 8L
BATCH PLANT OPERATOR, CONCRETE $4742 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $4700 1T 50 8L
BOBCAT (SKID STEER) $44.64 1T 50 8L
BROOMS $44 64 1T 50 8L
BUMP CUTTER $47.42 1T 50 8L
CABLEWAYS $4791 1T 5D 8L
CHIPPER $4742 1T 50 8L
COMPRESSORS $44 64 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 50 8L
CONCRETE PUMPS $47.00 1T 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4742 1T 50 8L
CONVEYORS $47,00 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $47 00 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8L
WITH ATACHMENTS)
CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48 46 1T 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $4703 1T 50 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 50 8L
CRANES, A-FRAME, OVER 10 TON $47 00 1T 50 8L
Page 5
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClaSSification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48 29 1T 5D 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $4742 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 5D 8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $4703 1T 5D 8L
CRUSHERS $4742 1T 5D 8L
DECK ENGINEER/DECK WINCHES (POWER) $4742 1T 5D 8L
DERRICK, BUILDING $4791 1T 5D 8L
DOZERS, D-9 & UNDER $47 00 1T 5D 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 5D 8L
DRILLING MACHINE $47 42 1T 5D 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 5D 8L
EQUIPMENT SERVICE ENGINEER (OILER) $47 00 1T 5D 8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 5D 8L
FORK LIFTS, (3000 LBS AND OVER) $47 00 1T 5D 8L
FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8L
GRADE ENGINEER $4700 1T 5D 8L
GRADECHECKER AND STAKEMAN $44 64 1T 5D 8L
GUARDRAIL PUNCH $4742 1T 5D 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $47 00 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $47 00 1T 5D 8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 5D 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 5D 8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD) $4791 1T 5D 8L
LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $4742 1T 5D 8L
LOCOMOTIVES, ALL $4742 1T 5D 8L
MECHANICS, ALL $4791 1T 5D 8L
MIXERS, ASPHALT PLANT $4742 1T 5D 8L
MOTOR PATROL GRADER (FINISHING) $4742 1T 5D 8L
MOTOR PATROL GRADER (NON-FINISHING) $4700 1T 5D 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $4791 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8L
OPERATOR
PAVEMENT BREAKER $44 64 1T 5D 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 1T 5D 8L
PLANT OILER (ASPHALT, CRUSHER) $47 00 1T 5D 8L
POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8L
POWER PLANT $44 64 1T 5D 8L
PUMPS, WATER $44 64 1T 5D 8L
QUAD 9, D-10, AND HD-41 $4791 1T 5D 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $4791 1T 5D 8L
EQUIP
RIGGER AND BELLMAN $44 64 1T 5D 8L
ROLLAGON $4791 1T 5D 8L
ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8L
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $47 00 1T 5D 8L
ROTO-MILL, ROTO-GRINDER $4742 1T 5D 8L
SAWS, CONCRETE $4700 1T 5D 8L
Page 6
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
ClaSSification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS, FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
$4742 1T 50 8L
$4791 1T 5D 8L
$47 00 1T 5D 8L
$4742 1T 50 8L
$44 64 1T 50 8L
$4791 1T 50 8L
$4742 1T 50 8L
$47 42 1T 5D 8L
$4700 1T 5D 8L
$47 00 1T 50 8L
$4742 1T 50 8L
$4742 1T 50 8L
$4791 1T 50 8L
$47 00 1T 50 8L
$47 00 1T 5D 8L
$4742 1T 50 8L
$4742 1T 50 8L
$44 64 1T 50 8L
$4742 1T 5D 8L
$3761
$35 73
$36 19
$33 69
$25 43
4A
4A
4A
4A
4A
5A
5A
5A
5A
5A
$27 68
$45 05
1M
5A
$17.85
$2563
$1800
$27 78
$21 36
$9.86
$18 08
$15 97
$1460
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClasSification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $56 21 1G SA
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $33 59 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10 88
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19 67
ROOFERS
JOURNEY LEVEL $38 28 1R SA
USING IRRITABLE BITUMINOUS MATERIALS $41 28 1R SA
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $54 07 1E 6L
SHIPBUILDING & SHIP REPAIR
BOILERMAKER $32 56 1H 6W
HEAT & FROST INSULATOR $47.58 1S SJ
LABORER $12.16 1
MACHINIST $1716 1
SHIPFITTER $1466 1
WELDER/BURNER $1466 1
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
JOURNEY LEVEL $3708 1B SA
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $1031 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13 23
SURVEYORS
CHAIN PERSON $935
INSTRUMENT PERSON $11 040
PARTY CHIEF $13 40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E SA
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $31 46 2B SA
HOLE DIGGER/GROUND PERSON $17.58 2B SA
INSTALLER (REPAIRER) $30 17 2B SA
JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B SA
SPECIAL APPARATUS INSTALLER I $31 46 2B SA
SPECIAL APPARATUS INSTALLER II $30 82 2B SA
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 46 2B SA
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29 26 2B SA
TELEVISION GROUND PERSON $1667 2B SA
TELEVISION L1NEPERSON/lNSTALLER $22 19 2B SA
TELEVISION SYSTEM TECHNICIAN $26 42 2B SA
TELEVISION TECHNICIAN $23 76 2B SA
TREE TRIMMER $29 26 2B SA
Page 8
CLALLAM COUNTY
EFFECTIVE 08-31-2008
**********************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
ClassIfication WAGE Code Code Code
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $4361 1M 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $37 44 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $3790 1K 5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS) $43 45 1T 50 8L
ASPHALT MIX (OVER 16 YARDS) $44 25 1T 50 8L
DUMP TRUCK $20 23 1
DUMP TRUCK & TRAILER $20 23 1
OTHER TRUCKS $44 25 1T 50 8L
TRANSIT MIXER $23 73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER $11 60
OILER $945
WELL DRILLER $11 60
Page 9
o
I/)N
roll:l
rot')
XOO
OOlro
en CD .ro
W Z-t
...J '00
~en~1-1
Z~o..",...
<0::: ~I/)
o :I:'<t-
lk:~ ~O
OUt;:j~~
0.. :J w . '-'
lJ...CDo:::en
O:::>FW"
o..enrj~
~ :I:"O
- FZ:I:
U 1/)<0..
'1-
Wo:::
roO
No..
t')
c
~
i
o
:l
LINCOLN STREET & 18TH STREET REPAIRS
~
..
PROJECT 08-02
~
g
I
:0
:'I
!
W
...J
<
U
en
!!
o
:l
IS
iii
S
...
:l::
<:::)
en
J...
"as
0-
Q)
a:
ot-'
en
..c:
ot-'
co
,...
Vicinity Map
N.T.S.
Sheet Index
General Notes
,t:;)
OJ? l'
-4I\1Q
~<t
sf..;
, A1J?S
OJ?
Sheet No.
1
2
3
Description
Title Sheet
Lincoln Street Overlay
Front & First Street Overlays
1. ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CITY OF
PORT ANGELES URBAN SERVICES, STANDARDS AND GUIDELINES,
THE 2006 WASHINGTON STATE STANDARD SPECIFICATIONS FOR
ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION AND ANY PROJECT
SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND REQUIREMENTS.
2. THE CITY CONSTRUCTION INSPECTOR SHALL BE NOTIFIED A
MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED FOR AN
INSPECTION.
3. THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE
LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS,
LIGHTS, UTILITIES AND APPURTENANCES.
'~
See Sheet 3
~
ot-'
en
c:
o
o
c:
.::i
C\J+-,
9 (l.)
co (l.)
O..c:
~ t; CJ)
~ ~ (l.)
~O+:i
o a: .-
0.1-
A
18th Street Vicinity Map
N.T.S.
STRAIT OF JUAN DE FUCA
See Sheet 2 for Detail
CALL BEFORE YOU DIG
1-800-424-5555
FOR UNDERGROUND UTILITY
LOCATION SERVICE
.(\
~
Cl
t
~
"0
%
Sheet 1
...Iot Uate: 1i-:lo-UIi
~r
-I _.
01 ~~
(')
Ul 0
Ul -
"".J ~
en en
....... ,.-+
'""'"
CD
CD
,.-+
~ G)
::!.
~
a.
"" S20
~
0
<
CD
'""'"
Q)
~"<
~
rrr )>I
x ens:::
en ;;0)>
;-I fTlr
OfTl
a ~~
0
2: ;;Or
fTl-
a OZ ""
;u G)
rrr ~
rrt a
0
""0 C
;;0
)> en
ri'i fTl
s::
rrr
2:
-I
fTl
:><
Ul
;-l
()
G)
P:-
en
:E
~.......
:-i(X)
!/l,.-+
:J"'
en
,.-+
'""'"
CD
CD
,.-+
:D
CD
I
-l>:. < ""U
I )>
"" ;;0 Q)
~ fTl
en <
CD
P
l'! ao
O'
"U lD :r: s:::l'! ""
)> )> ~ "UI ~
~ en )> )>s::
fTl ~)> )>
s:::
fTl fTl "U
Z o~ "U
-I o~ ;;0
0
G) fTl ?<
;:Q "U
Z ~ fTl
Q ~
Z en
G) :-i
en
=s
CD
CD
.-+
I\)
OCT. 1,2008
SCALE
CITY OF PORT ANGELES
PUBLIC WORKS
321 E. 5TH STREET P.O. BOX 1150
PORT ANGELES, WASHINGTON, 98362
PHONE: (360) 457-0411
PROJECT 08-02 Lincoln St & 18th St Repairs
Lincoln Street Overlay
20
I
~
o
I
I
10
g Front Street Grind & Overlay
k N.T.S. --{ 40'
~ . 20'
First Street Grind ,& Overlay
N.T.S.
40'
!
o
~
4441 SF
tXISI. FlMA
EXIS". CONCREtE PAVEMEN,.
1" AC PRE
20'
20'
20'
841 SF
2"1 AC OVERLAY\
EXIS".
C,G&SW
EXIS". c.G&SW
..
o
1:
EXIS". CONCREtE PAVEMEN"
1" AC PRE
o
1t)C'\I
....1.0
....1")
xOO
00)....
III CD:z ~
~ '00
WlIl~1-1
"~tt.""
zet: Zit)
<Co :i:-.t
I- 3: III ,.....,
et: <co
0~t;j3:~
tt. -l W . '-"
lDet:lIl
I.i..::::l F W ..
Ott.lIl-lW
wz
~ i!=~~
C,) 1t)<Ctt.
.1-
Wet:
....0
C'\Itt.
I")
~
~
W
-l
<C
C,)
III
I::)
en
l.-
ces
a. en
(])>-
:: co
en -
~
-5 Q)
ex:> >
~O
+-' .....
enQ)
.E Q)
o ~
0.....
.E CI)
...J
.....
C\I en
~ 0 ~
\J 1--
oex:>Ll..
o
I-~
o
w.....
J C
o 0
c: ~
a..Ll..