Loading...
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..