Loading...
HomeMy WebLinkAbout4.601 Original Contract I I I I I I I I I I I I I I I I I I I <t. ~ 0 I PROJECT MANUAL for SERVER ROOM AIR CONDITIONING PROJECT NO. IT -0406 CITY OF PORT ANGELES WASHINGTON SEPTEMBER 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Terry DahlquIst, City of Port Angeles 360-417 -4 702 I I I I I I I I I I I I I I I I I I I PROJECT MANUAL for SERVER ROOM AIR CONDITIONING PROJECT NO. IT -0406 CITY OF PORT ANGELES WASHINGTON SEPTEMBER 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Pr~ by: P~J~/?Jf.:t Reviewed by: FirFno Fir Department Revie~ed by: N , /It/v/~ {:/YJ C~~-- IT! See attached staff reviews ~ il I I I I I I I I I I I I I I I I I I ADDENDUM NO.1 TO PROJECT MANUAL FOR SERVER ROOM Air Conditioning PROJECT NO. IT -0406 NOTICE TO PROSPECTIVE BIDDERS September 17, 2008 NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. Project Manual, Page 1 of 10: Bid opening is postponed two weeks. Bids are due by 3:00 pm, October 10,2008. 2. Specifications, Part III, Page 6, Paragraph SR-04: Delete column in table for "Applicable Section." Air conditioning air handlers and condensing units are specified in Drawing M001. 3. Specifications, Part III, Page 4, Paragraph 1-07.6: City of Port Angeles Electrical and Building Permits are required to be obtained by the Contractor for this project. 4. Specifications, Part III, Page 4, Hours of Work: Access to City Hall will be Monday through Friday, 8:00 am to 5:00 pm. Access at other times will require 72 hours advance notice and special arrangements with and approval of IT Department. Server room has temporary air- conditioning, but every effort must be made to minimize outage time of unit being replaced in this project. Relocation of diffusers in server room must be performed on weekends. 5. Drawing M001, Note 1: Project is located in Clallam County, not Jefferson. 6. Drawing M001, Note 7: Change reference to Standard RS-18 to SMACNA Standard RS-7, "HVAC Duct Construction Standards, Metal and Flexible, 2nd Edition, 1995." This addendum must be acknowledged in the space provided on the enclosed Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non-responsive. ~.~ GLENN A. CUTLER, P.E. Director of Public Works & Utilities END OF ADDENDUM NO.1 Addendum NO.1 Page 1 of 1 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS SERVER ROOM AIR CONDITIONING PROJECT NO. IT-0406 PART I BIDDING REQUIREMENTS: Paqe No(s). Advertisements for Bids................................................................................................ 1-3 Information for Bidders..... .......... ................ ....... ....... ......... ........ ................. ......... ..... ..... 1-4 Bidder's Checklist .............. ......... ..... ........... ....... ....... .......... ....... ............................... .... 1-5 Non-Collusion Affidavit.................................................................................................. 1-6 Bidder's Construction Experience.... ..... ........ ....... ........ ......... .......... ............ .......... ........ 1-7 List of Proposed Subcontractors........ ........... ....... ......... ........ .......... ............ ..... ...... ....... 1-8 Bid Form................................................................................................................ 1-9-10 Bid Security Transmittal form.................................................................................... 1-11 PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT Contract ........... .......... ................ ........ ......... ...... ........ ......... ........ ................ .... ...... ..... 11-1-8 Performance and Payment Bond ................................................................................ 11- 9 Certificate of Insurance ..................................................................... (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTAlS........ 111-1-6 PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Forms C. Project Plans (11 pages) I I I I I I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS PW 407_04 Part04.doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS SERVER ROOM AIR CONDITIONING PROJECT IT-0406 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 3:00 pm, Friday, October 10, 2008, and not later, and will then and there be opened and publicly read at that time in the PlttlS Conference Room at Port Angeles City Hall, for the construction of the following improvements: Replacement of existing air conditioning unit for the Information Technology Server Equipment Room in City Hall. Plans, specifications, addenda, and plan holders list for this project are available on-line through BUilders Exchange of Washington, Inc at http://www.bxwa.com.Click on: "Posted Projects", Public Works", "City of Port Angeles". Bidders are encouraged to "Register as a Bidder", in order to receive automatic emall notification of future addenda and to be placed on the "Bidders List". Contact the Builders Exchange of Washington (425-258-1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection In the office of the Port Angeles Public Works Engineering Services (360-417-4700). Mlnonty and women owned businesses shall be afforded full opportunity to submit bids In response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively soliCited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and matenal suppliers for this project. Glenn A. Cutler, P.E. Director of Public Works & Utilities I INFORMA liON FOR BIDDERS I Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. I Each bid shall be received by the Owner In the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS I Each bid shall be submitted on the required bid form contained In Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewntten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is reqUIred. In addition, all other forms Included In Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit In the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposIt. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. I I I The Owner may waive any Informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to WIthdraw ItS bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding Sixty (60) calendar days. A conditional or qualified bid Will not be accepted. I The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a penod not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertlse for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder I The work Will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed Within the time as stated in the Advertisement for bids. I The Owner may make such investigations as It deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder falls to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. I I The party to whom the Contract is awarded Will be required to execute the Contract and obtain the Performance and Payment Bond Within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond( s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attomey appointing the signatory of the bond(s) as the person authorized to execute it (them). I The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at ItS option, consider the bidder in default, in which case the bid deposit accompanYing the bid shall become the property of the Owner. I The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, Will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract Within such period, the bidder may, by wntten notice, Withdraw ItS Signed Contract Such notice of withdrawal will be effective upon receipt of the notice by the Owner. I The notice to proceed Will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the penod mutually agreed upon, the Contractor may terminate the Contract Without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. I I I I I I I I I I I I I I I I I I I I I I I BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond"? 2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non-collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance and Payment Bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name, contact and phone number, and address of surety and power of attorney of siqnatorv. C. Insurance certificate(s). I I I I I I I I I I I I I I I I I I NON-COLLUSION AFFIDA vir STATE OF WASHINGTON COUNTY OF ela./I~M The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. 7Yl tWI b LJcf) Signature of Bidder/Contractor Subscribed and sworn to before me this q.f1! day of Otf'O h t j' , 20Qf.. ~~nd for the Stat~~;~~~h~gton. Residing at ...:}e.-DLJ~I fA) A My Comm. Exp.: y... {q - I ~ 1-6 1ge 7 Non-Collusion Affidavit Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see INWW bxwa com - Always Venfy Scale I I I I I I I I I I I I I I I I I I BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive Information. 1. Name of bidder: A: ~ r r;lo M~+; .\1) Registration Number: Permanent main office address: 2. 2.2! We~1'"' C€c1ctr St setu'^'^-,wA 9€3.QZ. 3. 4. 5. When organized: I G i ~ Where incorporated: W~~I~~"~ ~/A-j"(. How many years have you been engaged in the contracting business under your present firm name? :, t... * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact Ilame and phone number. J~h.'-'lNe. f.b.-1^-€-\ foCj7 7(;)()c rc..L~ $'2<xeo.v:;' "~~ - ..{-u. E~~ ""-4..~ ~-1 SGo ke,v.....;. t. ~r;!.- 1; /500 .0':;' 30 d..... . 6 7. * General character of work performed by your company: H\iAc:. 8. * Have you ever failed to complete any work awarded to you? NO If so, where and why? 9. * Have you ever defaulted on a contract? 1'1" 10. * List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. W5t-CO Se,~c...'.1V'- $ 200,000 f.l4.~ A,a,NS~'1..J t./Z.5'59t.QS-17 R-i"t"O!. A: ct $ i-/ S'/OU:::' 5~tu'.,.,.... s....k..."l V~j f 1> I S""jOI.lC 11, * List your major equipment available for this contract: 'T t. A \" (. 12. 13. * Experience of bidder ~n construction similar to this project in work and importance: 32- Lj'e....vs O<.>c"," 5" e>c:b S ~;JA . fav r of C J ~ -t" Co",,"," e k.~. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be reqUIred by the City? 'i e.> * Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date: (0- ~- DB Bidder's Signature: 7Y!wv1f) U2 Print Name: rt~ t\r I:: () E ve,letl'- J TItle: ~ ailS 111th1,\;v- 1-8 Ige 8 Bidder's Construction Experience ProVIded to BUilders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com - Always Verify Scale I I I I I I I I I I I I I I I I I I Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name 5 e-nJ e-~ i2.cc) ,'\I\. A ~ r C. c "d ~ + ~ OJooJ " ""0 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 of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Al'\ld~ [le<..tv-:<- C/-ec.. i"'~;c:.;,...\. I"...r: r;"",j Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed 1-9 Ige 9 Subcontractor List ProvIded to BUilders Exchange of WA, Inc For usage Conditions Agreement see WW'N bxwa com - Always Verify Scale I I I I I I I I I I I I I I I I I I I Page 10 Bid Form Provided to BUilders Exchange of WA, Inc For usage CondItIons Agreement see www bxwa com - Always Verify Scale BID FORM Page 1 of 2 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: C. \~ -r L f ~L T.us\..Vcp'c. CD. Surety Agent p 0 I~ 0 'l- cp..11 5 eJi I~l WIi.., q'i/oCj ~ 0 130 'f.. 1 ~ 30 S~,~ '; I/\-\. , l0 A 9?"3 ()-z Surety address Agent Address I ~~ Ou: ~~ 5~c- (p S~ - 7 <1 be. Surety ontact an~ Phone Number ,- 9 I I I I I I I I I I I I I I I I I I BID FORM Page 2 of 2 SERVER ROOM AIR CONDITIONING The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform all work described in the Contract Documents. Lump Sum $ 2 781e. 00 Sales Tax (8.4%) $ 2- '3 :s ,. 7 / Total Bid $ 30,JS'i.L7J The bidder hereby acknowledges that it has received Addenda No(s). I (Enter "N/ A" if none were issued) to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Company Name: It'. r ~Io fiecl.i" ~"'I Address: 21.,1 ~e-y+- ce.Ja.~ St 5 . (Street address) e-t '-\- ~ N'- LV A (City) (State) Contractor Registration Number: /!/RFLr~ ~O~ {) {-r UBI Number: fa 00 "$ 't 77 b I Telephone No. "3 bO 083 "5 q 0 t 9fJsSz- (Zip) W A State Industrial Insurance Account Number: '3 S" I if 3a Z. ~ 00 W A State Employment Security Department Number: Y 7 ~o J l.{ () D 4:> State Excise Tax Registration Number: ~ 60 ""3 47 '7 ~ J Signed by ?7l4J'tlJ ~ Printed Name: ~ /11ul-lC- y..r Mew- k. D E v'e-fett'J /O-q-OB Title Date: 1- 10 Ig. 11 Provided to BUilders Exchange ofWA, Inc. For usage Conditions Agreement see www bxwa com - Always Venfy Scale I I I I I I I I I I I I I I I I I I BID SECURITY TRANSMITTAL FORM Herewith find an executed Bid Bond or a deposit In the form,of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ 1(00 (). 00 , which amount is not less than five (5%) percent of the total bid. SIGN HERE m~() ~ BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, as Principal and as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and 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: SERVER ROOM AIR CONDITIONING PROJECT IT-0406 according to the terms of the bid made by the Principal, and the Principal shall duly 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 approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force 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 THIS _ day of ,2008. Principal Surety Agent Surety address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number Dated: Received return of deposit in the sum of $ I - 11 Ige 12 Bid Security Transmittal Form Provided to BUilders Exchange of WA, Inc For usage Conditions Agreement see WINW bxwa com - Always Verify Scale I I I I I I I I I I I I I I I I I I I PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT PW 407_04 Part04.doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this ~"ti.-day of ~. , 2008 by and between the City of Port Angeles, a non-charter code city of the State Washington, hereinafter referred to as "the City", and Air Flo Heating Company, Inc., a Washington 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: Server Room Air Conditioning, Project IT -0406 in accordance with and as described in A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications", and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) II - 1 calendar days after notice to proceed from the City, and said work shall be physically completed within 120 consecutive working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor .' may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and 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. II - 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 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. 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 II - 3 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 1001 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 111. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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 $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance ofthe work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$I,OOO,OOO per accident. 11. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 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. 11-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled 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 ofInsurers 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 subcontractors 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, lower tier 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 obtained 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 of the work. 11-5 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 and Subcontractors. 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. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. 11-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to payor to assure payment of any monies due any subcontractor or assIgnee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to ,the 'City in accordance with the terms of this provision. The Contractor further 'agrees to giv,e the City immediate notice of the existence of any such claim. 1. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower-tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower-tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by N\(Mt'k E vJA,.j on behalf of the Contractor and by Terry Dahlquist on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Air F10 Heating Company, Inc. 221 W. Cedar St. Sequim, WA 98382 Citv: 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 C1allam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. 11-7 CONTRACTOR: A\r Pc H-eA- k-', ~ Name of Contractor By: ~ 0 U--fJ Title: ~ ~~ CITY OF PORT ANGELES: I I I I I I I I I I I I I I I I I I I By: ~~ ;j~OF~ City Attorney Attest: .& ~.Q>~. J l[ffitl,. City rk 11-8 I I I I I I I I I I I I I I I I I I I .. PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # LC4 299 KNOW ALL MEN BY THESE PRESENTS That we, the undersigned, Air Flo, Heating Co. as Principal, and Contractors Bonding and Insurance companX.a corporation, organized and existing under the laws of the State of Washltigtoll, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are iolntlRfnd severally held and firmly bOH{ld t~ the cRi~cff Port Angeles In the penal sum of $ ~y~ ~p-~e~~lf] ~~g~sand elg f . un r for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles Dated at , Washington, this ~ day of ,20_ The condItions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said Air Flo, Heating C'n , the above bounded Pnncipal, a certclln contract, the said contract being numbered IT-0406, and providing for Server Room Air Conditionlnq (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for In the manner and within the time set forth; now, therefore, If the said PrinCipal, Air :E:'lo Heating C.Q. I shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Pnncipal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherNise, it shall be and remain in full force and effect. Signed this ~ day of November Contractors Bonding and Insurance Company " JA&:yrety \ \- j I , I " 6 ~" ..Q./r) '\. " --.. - ,.. ::: _.- -.:...__ ~_tt~y-In-Fact _ - TilT!? "p ~ ~ . ;0. Box 9271, Seattle WA 98109-0271 "'/,--_......:-.::.,- Svret;/ AdorE;SS ,2008. Air Flo Heating Co. PrinCi~ /l By d;;jd~fL/~(Ft.Iv-- C-~ IJ!ti/te:l-7r-~ TItle / P.O. Box 1630, Sequim, WA 98382 Agent Address 206-622-7953 Surety Contact and Phone Number 360-683-7966 Agent Cont.:wt and Phone Number 11.9 I ,~ " \\ Iff, : ~ ., \' If! -:. '.. ... \' I f1 " " . .' 1", ", ;,~ III, ': \\\ I If . ~ f ." ,r II" ~:.~ l!bic Z~NQ! LIMITED POWER O,F ATTORNEY Not Valid for Bonds Executed On or After: JANUARY 31ST, 2009 Power of Attorney N umber:143081 , pnly an unaltered origmal oHhis Power of Attorney doc~ment is valid. A valid onginal oftMs document IS printed on gray security paper wIth black and red ink and bears the seal (If Contractors B(luding and lnsurance Company (the "Company"). The original document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and,is visible when the document IS held to the light This document is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, and provided also that the bond is of.tbe type indicated below. This document is valid only if the' bond is executed on or before the date mdicated above. . " _c KNOW ALL MEN BY THESE PRESENTS~ that the Company does hereby make, constitute and appoint the folloWing'; BRIAN A. EDGREN, RrCHARD G. HECKER, TODD M LEMMON, JANELL E. ECKHARDT, WENDY po . DAILEY, JOHN J O'BINGER, DEANA M. MCINTYRE and JOHN M. RALSTON 'its true and lawful'Attorney{s)-in~Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the company:, (1) any ,and all bonds and undertakings of suretyShip given for any purPose, provided, however, that no such person shall ,be authorized to execute'and deliver any bond or undertaking that shall obligate the Company for any portion of .the penal sum thereof in 'excess of.$10,000,OOO~ and provided, further, that no Attorney-in-Fact shall have the authority to issue a bid or proposai bond for any project where, if a contract is awarded, anY bond or undertaking would be required with penal sum' in excess of $10,000,000; and (2) consents, releases and other simiiar documents required by an Obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Director$ of the Company.------------------------------------------------------------------------ --------------~--~~------~-------------------------------------------------~~~-- ~____________________________~__w____________~--------__________________________ , ' -------------------------------------------------------------------------------- --------------------------------------------------------~-------------------~--- --------------~--------~--------~-~-----------------------------~--------------- CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation. DO HEREBY CERTIFY that this Power of Attorney remains in full force and. effect and "has not been revoked, and, futhermore, that the resolutions ofthe Board of Directors set forth 01): the , reverse are n'ow in full force atld effect. Bond Number LC4299 Signed and sealed this 3rd dayof November , 2008 ~. - R.Kirk Eland, Secretary CBIC . 1213 Valley Street. P.O. Box 9271 .. Seattle, WA 98109-0271 (206) 622~7053 . (800) 765-CBIC (Toll Free) . (800) 950-1558 (FAX) , P<laLPOA.Og-USOO6HP7 I Certificate of Appointment and Resolution of the Board of Directors ... The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appomted1 ", the Attorney(s)-m-Fact Identified on the front side ofthls power of attorney, under and by the authonty ofthe followmg resolutions adopted I by the Board of Directors of Contractors Bonding and Insurance Company at a meetmg duly held on December 15, 1993. RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any ASSistant Secretary, and any other employee as may be specifically authonzed by a particular board resolution (hereafter "Authonzed Officer or Employee") may appomt attorneys-m-fact or agents with authonty as defined or limited in the mstrument eVidencing the appointment m each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakmgs, recogmzances, and suretyship obhgations of all kinds, and any Authonzed Officer or Employee may remove any such attorney-m-fact or agent and revoke any power of attorney prevIOusly granted to such person RESOLVED FURTHER, that any bond, undertakmg, recogmzance, or suretyship obhgatlOn shall be vahd and bindmg upon the Company: (I) when signed by the Authorized Officer or Employee and attested and sealed (if a seal be reqUIred), or (11) when signed by the Authorized Officer or Employee, and countersigned and sealed (If a seal be reqUIred) by a duly authonzed attorney-m-fact or agent; or (ill) when duly executed and sealed (If a seal be reqUIred) by one or more attorneys-m- fact or agents pursuant to and withm the hmlts of the authonty eVidenced by the power of attorney Issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authonzed Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certificatIOn thereof authonzmg the executIOn and dehvery of any bond, undertakmg, recogmzance, or other suretyship obhgatlOns of the Company (unless otherwise specified m the power of attorney Itself); and such signature and seal when so used shall have the same force and effect as though manually affixed RESOLVED FURTHER, that all prevIous resolutIOns of the Board of Directors concernmg powers of attorney and attorneys-m-fact remam m full force and effect; that all forms of powers of attorney preVIOusly or m the future approved by the Board of Directors, including, but not hmlted to, so called "fax or faCSimile powers of attorney", where the entire power of attorney IS a faCSimile, remain m full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolutIOn IS a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the dIfferent form of power was attached to the bid bond) Without affecting the validity of either power of attorney or bond I I I I I I I I I I IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by ItS president and secretary, and its corporate seal to be hereunto affixed thiS 13th day of June, 2007. I ~ Do" Mm, /"""", ~ - Attest R KIrk Eland, Secretary I State of Washington County of Kmg . ( :; I I On June 13,2007 before me, Brenda J. Scott Notary Pubhc, personally appeared Don Sirkm and R Kirk Elarid-persbnally k1:own to me I to be the persons whose names are subscnbed to the wlthm mstrument, and acknowledged to me all that they executed the ~ame in their authorized capacIties and that by their signatures the entity upon behalf of which they acted executed the instrument WITNESS my hand and offiCial seal. 111111,"""",,,,,, '~' 0" J. 8;;-:':" ,I .......... \., -:.. ,\,.. ..::i\sSION ;::..0..)>"::. ~ "".''''- ""'. ""-::. Ii 10 ~OT~r \" .. ~ :<1 : ~ ;t: ...... : I '" . bo_ . ~ ~ fA \ . veLIe I.", Ii ..-;.4'0. .,..~ \.-rA"....~~30-~'...~O ,\' -:~ 0 .......-::_~ ,I "fc,;...""\4l'WA~.,,OI "";';'///lII,J' Signature ~tfa~ ltK Brenda J Scott, Notary PublIc ( seal) I I OP ID WD DATE (MM/DDIYYYY) AIRFL01 11 03 08 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ACORI). CERTIFICATE OF LIABILITY INSURANCE dg:r.en Hecker & Lemmon Ins Inc . .0. Box 986 ou1sbo WA 98370 Phone: 360-779-4448 Fax:360-697-4598 INSURERS AFFORDING COVERAGE INSURER A Ohio Casualty Insurance INSURER B Ohio Casual ty Insurance INSURER C INSURER 0 INSURER E SURED Bequette's Air Flo Inc. 221 West Cedar Sequim WA 98382 Heating Co. 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 POLICY NUMBER TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE ~ OCCUR EACH OCCURRENCE 04/25/08 04/25/09 BKW53735233 PREMISES (Ea occurence) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS. COM PlOP AGG Em Ben. GEN'L AGGREGATE LIMIT APPLIES PER j~8T LOC AUTOMOBILE LIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS 04/25/08 04/25/09 COMBINED SINGLE LIMIT (Ea aCCident) BAA 53735233. BODILY INJURY (Per person) BODILY INJURY (Per aCCIdent) PROPERTY DAMAGE (Per aCCIdent) AUTO ONLY. EA ACCIDENT OTHER THAN AUTO ONLY EXCESS/UMBRELLA LIABILITY D CLAIMS MADE US053735233 04/25/08 EACH OCCURRENCE 04/25/09 AGGREGATE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, descnbe under SPECIAL PROVISIONS below OTHER NAIC# LI MilS $1,000,000 $100,000 $5,000 $1,000,000 $2,000,000 $2.000.000 1,000,000 $1,000,000 $ $ $ $ EA ACC $ $ AGG $1,000,000 $ $ $ $ BKW53735233 WA STOP GAP 04/25/08 TORY LIMITS 04/25/09 EL EACH ACCIDENT $1,000,000 E L DISEASE - EA EMPLOYEE $ 1, 000 , 000 E L DISEASE - POLICY LIMIT $ 1, 000 , 000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ 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 A~~ggSE~~E ~ SCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ity of Port Angeles is named additional insured subject to the conditions f the attached 'endorsement CG8330 12 03 with respects to any and all operations of Named Insured. ontract #IT-0406-Server Room Air Conditioning CANCELLATION CITYPA2 City of Port Angeles PO Box 1150 Port Angeles WA 98362 @ ACORD CORPORA nON 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 rights 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. CORD 25 (2001/08) I I 1, BLANKET ADDITIONAL INSURED (Owners, Lessees, Contractors or Lessors) (Includes a Primary/Non-Contributory provIsion) I Who Is An Insured - Section ills amended to Include as an Insured any person or organization whom you are required to name as an additional Insured on this policy In a written contract or written agreement. The written contract or wntten agreement must be currently In effect or becoming effective dunng the term of this policy and executed prior to the "bodily Injury," "property damage" or "personal and advertising Injury" I The Insurance provided the additional Insured IS limited as follows A. The person or organization IS only an additional Insured with respect to liability. I 1. Arising out of real property, as described In a written contract or wntten agreement, that you own, rent, lease or occupy, or I 2. Caused In whole or In part by your ongoing operations performed for that Insured. The Insurance provided the additional Insured in 1.A.2 above does not apply to I a. Coverage A . Bodily Injury and Property Damage Liability, Coverage B . Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments anslng out of an architect's, engineer's or surveyor's rendenng of or faIlure to render any professional services including I (1 ) The prepanng, approving, or failing to prepare or approve maps, shop drawings, OpiniOnS, reports, surveys, field orders, change orders or drawings and specifications, and I I (2) Supervisory, inSpection, archItectural or engineering activIties b. "Bodily injury" or "property damage" occurnng after I (1 ) All work, including matenals, parts or equipment furnished In connection with such work, on the project (other than service, maintenance or repairs) were performed by or on behalf of the addltlonallnsured(s) at the site where the covered operations have been completed, or I (2) That portion of "your work" out of which the Injury or damage arises has been put to ItS Intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a pnnclpal as part of the same project I B. The limits of Insurance applicable to the additional Insured are those specified in a written contract or wntten agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III . Limits Of Insurance of this POliCY, whichever are less. These limits are inclusive of and not in addition to the limits of Insurance available under this policy I I C. The Insurance provided the additional Insured does not apply to the liability resulting from the sole negligence of the additional Insured I I I CG 83 30 12 03 Includes copynghted matenal of ISO Properties, Inc , with ItS permission ISO Properties, Inc , 2003 Page 2 of 8 I I I I I I I I I I I I I 2. I I I I I I I D. As respects the coverage provided to the additional Insured under this endorsement, Section IV- Conditions IS amended as follows 1. The follOWing IS added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim, or Suit: An additional Insured under this endorsement Will as soon as practicable a. Give written notice of an "occurrence" or an offense, that may result in a claim or "SUIt" under this Insurance to us, b. Tender the defense and indemnity of any claim or "SUIt" to aI/insurers whom also have Insurance available to the additional Insured, and c. Agree to make available any other Insurance which the additional Insured has for a loss we cover under this Coverage Part 2. The follOWing IS added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional Insured under this endorsement until we receive written notice of a claim or "SUIt" from the additional Insured 3. The follOWing IS added to Paragraph a , Primary Insurance of Condition 4. Other Insurance: If the additional Insured's poliCY has an Other Insurance provIsion making ItS policy excess, and a Named Insured has agreed In a written contract or written agreement to prOVide the additional insured coverage on a primary and noncontributory basIs, this policy shall be primary and we Will not seek contribution from the additional Insured's policy for damages we cover. 4. The follOWing IS added to Paragraph b , Excess Insurance of Condition 4. Other Insurance Except as prOVided In Paragraph 4.a Primary Insurance as amended above, any coverage prOVided hereunder shall be excess over any other valid and collectible Insurance available to the additional Insured whether pnmary, excess, contingent or on any other basIs In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an addItIonal Insured on other poliCies, this Insurance IS excess over those other poliCies FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If Damage To Premises Rented To You under Coverage A IS not otherwise excluded from this policy, the follOWing applies A. The last paragraph of 2 Exclusions of Section I - Coverage A IS replaced by the follOWing: If Damage To Premises Rented To You IS not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion" or spnnkler leakage to premises while rented to you or temporanly occupied by you With permission of the owner A separate limit of Insurance applies to this coverage as desCribed In Section III - Limits Of Insurance. CG 83 30 12 03 Includes copyrighted matenal of ISO Properties, Inc , with ItS permission ISO Properties, Inc , 2003 Page 3 of 8 I I I 12. ' - BODILY INJURY Paragraph 3. of the definition of "bodily inJury" In the Section V - Definitions IS replaced by the following. 3. "Bodily inJury" means bodily Injury, Sickness or disease sustained by a person, mcludmg mental anguish or death resulting from any of these at any time I 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS I We have the nght to recover our payments from anyone liable for an injury covered by thiS policy We will not enforce our nght against any person or organization for whom you perform work under a wntten contract that reqUIres you to obtain thiS agreement from us ThiS agreement shall not operate directly or Indirectly to benefit anyone not named In the agreement. I 14. MEDICAL PAYMENTS I If Coverage C Medical Payments IS not otherwise excluded, the Medical Expense Limit provided by thiS policy shall be the greater of I A. $10,000, or B. The amount shown In the Declarations All other terms and conditions of your policy remain unchanged. I I I I I I I I I I CG 83 30 12 03 I Includes copynghted matenal of ISO Properties, Inc., With Its permission. ISO Properties, Inc , 2003 Page 8 of 8 I I I I I I I I I I I I I I I I I I I PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS PW 407_04 Part04.doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I INTRODUCTION/ORDER OF PRECEDENCE See Section 1-04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages 111- 1 through 111-6 2. Submittal requirements, as listed on pages III - 5 . 3. Project Plans, as set forth in Attachment ~. 4. Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. 5. The most recent edition of the City of Port Angeles' Urban Services Standards and Guidelines, which are hereby incorporated into this Project Manual. 6. Washington State Department of Transportation's Standard Plans, as referenced on page III - 5 . 7. Attachments (exclusive of the above-mentioned) as listed in the Table of Contents of the Project Manual. STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this 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. 0407_03 Part03 doc [Revised March 2008] III - 1 1-04.4 CHANGES IN WORK I I I I I I I I I I I I I I I I I I I The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of . Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1-02.2 PLANS AND SPECIFICATIONS Section 1-02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 1-02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power-of-attorney appointing the signatory of the bond as the person authorized to execute it. Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A 0407_03 Part03.doc [Revised March 2008] III - 2 I I I I I I I I I I I I I I I I I I I construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form contained in Part IV, Attachments. Definitions: a. RFI: Request for Information b. ceo: Construction Change Order PLANS AND WORKING DRAWINGS Unless otherwise required by the Submittal Requirements, Section 1-05.3 of the Standard Specifications shall apply. 1-05.5 AS-BUILT DRAWINGS Section 1-05.5 is supplemented with the following: As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. 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 all facilities and appurtenances installed by the Contractor. Final as-builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1-05.10 GUARANTEES Section 1-05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The 0407_03 Part03.doc [Revised March 2008] III - 3 HOURS OF WORK I I I I I I I I I I I I I I I I I I I Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1-07.2(2) apply. 1-07.6 PERMITS AND LICENSES All requirements of any permits required by this Project Manual shall be adhered to by the Contractor. City of Port Angeles Electrical and Building Permits are required to be obtained by the Contractor for this project. All costs related to adhering to these permit(s) shall be included in the overall cost of the contract. 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 wiring and facilities are in accordance with available information obtained without uncovering, measuring, or other verification. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual. Section 1-08.0 is further supplemented by the following: Access to City Hall will be Monday through Friday, 8:00 am to 5:00 pm. Access at other 0407_03 Part03.doc [Revised March 2008] III - 4 I I I I I I I I I I I I I I I I I I I times will require 72 hours advance notice and special arrangements with and approval of IT Department. Server room has temporary air-conditioning, but every effort must be made to minimize outage time of unit being replaced in this project. Relocation of diffusers in server room must be performed on weekends. TIME FOR COMPLETION Section 1-08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 120 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. PAYMENTS Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. STANDARD PLANS The Washington State Department of Transportation's Standard Plans for Road, Bridge and Municipal Construction, up to and including any official changes to these Plans issued through August 1, 2008 are hereby made a part of this contract. Any conflicts between the Standard Plans and other parts of this contract will be resolved as stated in the Order of Precedence at the beginning of Part III. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR-01 Material Submittals SR-02 As-Built Drawings SR-03 Other Post-Construction Submittals SR-04 Itemized List Of Submittals 0407_03 Part03.doc [Revised March 2008] III-5 0407_03 Part03.doc [Revised March 2008] III-6 I I I I I I I I I I I I I I I I I I I SR-01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals listed in SR-04, "Itemized List Of Submittals". If the item description for the material submittal is not the exact brand or model specified in the Contract, then 3 copies of the manufacturer's descriptive literature, catalog cut-sheets, etc., must also be included with the submittal package. All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. For each material resubmittal required, the Contractor should allow an additional 7 calendar days from date of receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1-05.3, "Plans and Working Drawings", of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR-02 AS-BUILT DRAWINGS Requirements for maintaining As-Builts for the work completed under this Contract are specified in Section 1-05.5 of the Special Provisions above. Final As-Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. SR-03 OTHER POST-CONSTRUCTION SUBMITTALS The Contractor shall furnish the City Engineer with all other post-construction submittals required by the specifications, whether or not listed on the submittal review form. All results of tests the Contractor performs as required by the Contract for quality assurance shall be submitted to the Project Engineer whether or not the test meets the performance standards as required by the specifications. SR-04 ITEMIZED LIST OF SUBMITTALS Below is a summarized list of the submittals required under this contract. ITEM APPLICABLE NO. DESCRIPTION DRAWING Design Submittals 1 Air Conditioning Air Handlers & Condensing Units M-OO 1 I I I I I I I I I I I I I I I I I I I PART IV ATTACHMENTS PW 407_04 Part04.doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I ATTACHMENT A WAGE RATES I I I I I I I I I I I I I I I I I I I 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 COUNTY EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClassificatIOn WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $38 06 1H 5D 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 5D BRIDGE, DOCK AND WARF CARPENTERS $46 16 1M 5D CARPENTER $46 16 1M 5D CREOSOTED MATERIAL $46 25 1M 5D DRYWALL APPLICATOR $46 42 1M 5D FLOOR FINISHER $45 98 1M 5D FLOOR LAYER $45 98 1M 5D FLOOR SANDER $45 98 1M 5D MILLWRIGHT AND MACHINE ERECTORS $4716 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 5D SAWFILER $45 98 1M 5D SHINGLER $45 98 1M 5D STATIONARY POWER SAW OPERATOR $45 98 1M 50 STATIONARY WOODWORKING TOOLS $45 98 1M 5D CEMENT MASONS JOURNEY LEVEL $38 06 1H 5D DIVERS & TENDERS DIVER $92 31 1M 5D 8A DIVER TENDER $49 84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $4709 1T 50 8L ASSISTANT MATE (DECKHAND) $46 58 1T 5D 8L BOATMEN $4709 1T 50 8L ENGINEER WELDER $47 14 1T 5D 8L LEVERMAN, HYDRAULIC $4871 1T 5D 8L MAINTENANCE $46 58 1T 5D 8L MATES $4709 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 I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code I ELECTRICIANS - INSIDE CABLE SPLICER $58 34 1E 5A CABLE SPLICER (TUNNEL) $62 86 1E 5A CERTIFIED WELDER $56 29 1E 5A I CERTIFIED WELDER (TUNNEL) $60 60 1E 5A CONSTRUCTION STOCK PERSON $28 83 1E 5A JOURNEY LEVEL $54 25 1E 5A JOURNEY LEVEL (TUNNEL) $58 48 1E 5A I ELECTRICIANS - MOTOR SHOP CRAFTSMAN $1537 2A 6C JOURNEY LEVEL $1469 2A 6C I ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $56 53 4A 5A CERTIFIED LINE WELDER $51 64 4A 5A GROUNDPERSON $37 15 4A 5A I HEAD GROUNDPERSON $39 19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51 64 4A 5A JACKHAMMER OPERATOR $39 19 4A 5A I JOURNEY LEVEL L1NEPERSON $51 64 4A 5A LINE EQUIPMENT OPERATOR $43 83 4A 5A POLE SPRAYER $51 64 4A 5A POWDERPERSON $39 19 4A 5A I ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $1207 ELEVATOR CONSTRUCTORS MECHANIC $60 85 4A 6Q I MECHANIC IN CHARGE $66 25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $1350 I FENCE ERECTORS FENCE ERECTOR $1380 FENCE LABORER $11 60 FLAGGERS I JOURNEY LEVEL $32 41 1H 50 GLAZIERS JOURNEY LEVEL $45 20 1H 5G I HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4758 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $1600 I HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $39 25 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $1565 I INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $924 INLAND BOATMEN I CAPTAIN $59 22 COOK $3481 DECKHAND $34 52 ENGINEER/DECKHAND $58 62 I MATE, LAUNCH OPERATOR $50 20 Page 2 I I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $973 GROUT TRUCK OPERATOR $11 48 I HEAD OPERATOR $1278 TECHNICIAN $807 TV TRUCK OPERATOR $1053 INSULATION APPLICATORS I JOURNEY LEVEL $20 50 IRONWORKERS JOURNEY LEVEL $47 92 10 5A LABORERS I ASPHALT RAKER $38 77 1H 50 BALLAST REGULATOR MACHINE $38 06 1H 50 BATCH WEIGHMAN $32 41 1H 50 I BRUSH CUTTER $38 06 1H 50 BRUSH HOG FEEDER $38 06 1H 50 BURNERS $38 06 1H 50 CARPENTER TENDER $38 06 1H 50 I CASSION WORKER $39 25 1H 50 CEMENT DUMPER/PAVING $38 77 1H 50 CEMENT FINISHER TENDER $38 06 1H 50 I CHANGE-HOUSE MAN OR DRY SHACKMAN $38 06 1H 50 CHIPPING GUN (OVER 30 LBS) $38 77 1H 50 CHIPPING GUN (UNDER 30 LBS) $38 06 1H 50 CHOKER SETTER $38 06 1H 50 I CHUCK TENDER $38 06 1H 50 CLEAN-UP LABORER $38 06 1H 50 CONCRETE DUMPER/CHUTE OPERATOR $38 77 1H 50 I CONCRETE FORM STRIPPER $38 06 1H 50 CONCRETE SAW OPERATOR $38 77 1H 50 CRUSHER FEEDER $32 41 1H 50 CURING LABORER $38 06 1H 50 I DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38 06 1H 50 DITCH DIGGER $38 06 1H 50 DIVER $39 25 1H 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 77 1H 50 I DRILL OPERATOR, AIRTRAC $39 25 1H 50 DUMPMAN $38 06 1H 50 EPOXY TECHNICIAN $38 06 1H 50 I 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 debns cleanup) I FINE GRADERS $38 06 1H 50 FIRE WATCH $32 41 1H 50 FORM SETTER $38 06 1H 50 GAB ION BASKET BUILDER $38 06 1H 50 I GENERAL LABORER $38 06 1H 50 GRADE CHECKER & TRANSIT PERSON $38 77 1H 50 GRINDERS $38 06 1H 50 I GROUT MACHINE TENDER $38 06 1H 50 Page 3 I I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code GUARDRAIL ERECTOR $38 06 1H 5D I 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 I HIGH SCALER $39 25 1H 5D HOD CARRIER/MORTARMAN $38 77 1H 5D JACKHAMMER $38 77 1H 5D LASER BEAM OPERATOR $38 77 1H 5D I MANHOLE BUILDER-MUDMAN $38 77 1H 5D MATERIAL YARDMAN $38 06 1H 5D MINER $39 25 1H 5D I 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 I PILOT CAR $32 41 1H 5D PIPE POT TENDER $38 77 1H 5D PIPE RELlNER (NOT INSERT TYPE) $38 77 1H 5D PIPELAYER & CAULKER $38 77 1H 5D I PIPELAYER & CAULKER (LEAD) $39 25 1H 5D PIPEWRAPPER $38 77 1H 5D POT TENDER $38 06 1H 5D POWDERMAN $39 25 1H 5D I POWDERMAN HELPER $38 06 1H 5D POWERJACKS $38 77 1H 5D RAILROAD SPIKE PULLER (POWER) $38 77 1H 5D I RE- TI MBERMAN $39 25 1H 5D RIPRAP MAN $38 06 1H 5D RODDER $38 77 1H 5D SCAFFOLD ERECTOR $38 06 1H 5D I SCALE PERSON $38 06 1H 5D SIGNALMAN $38 06 1H 5D SLOPER (OVER 20") $38 77 1H 5D I SLOPER SPRA YMAN $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 5D I STOCKPILER $38 06 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 77 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $38 77 1H 5D I TOOLROOM MAN (AT JOB SITE) $38 06 1H 5D TOPPER-TAILER $38 06 1H 5D TRACK LABORER $38 06 1H 5D TRACK LINER (POWER) $38 77 1H 5D I TRUCK SPOTTER $38 06 1H 5D TUGGER OPERATOR $38 77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38 06 1H 5D VIBRATOR $38 77 1H 5D I VINYL SEAMER $38 06 1H 5D WELDER $38 06 1H 5D WELL-POINT LABORER $38 77 1H 5D I Page 4 I I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER I GENERAL LABORER $38 06 1H 5D PIPE LAYER $38 77 1H 5D LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $1289 LANDSCAPING OR PLANTING LABORERS $1289 LATHERS I JOURNEY LEVEL $46 42 1M 5D METAL FABRICATION (IN SHOP) FITTERlWELDER $1516 I LABORER $11 13 MACHINE OPERATOR $1066 PAINTER $11 41 PAINTERS I JOURNEY LEVEL $33 94 2B 5A PLASTERERS JOURNEY LEVEL $25 83 I PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $807 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $59 24 1G 5A I POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $4742 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $4791 1T 5D 8L I BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48 46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47 00 1T 5D 8L BACKHOES, (OVER 75 HP) $4742 1T 5D 8L I BARRIER MACHINE (ZIPPER) $4742 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $4742 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $4700 1T 5D 8L BOBCAT (SKID STEER) $44 64 1T 5D 8L I BROOMS $44 64 1T 5D 8L BUMP CUTTER $47 42 1T 5D 8L CABLEWA YS $47 91 1T 5D 8L I CHIPPER $47 42 1T 5D 8L COMPRESSORS $44 64 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8L CONCRETE PUMPS $47 00 1T 5D 8L I CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47 42 1T 5D 8L CONVEYORS $47 00 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $47 00 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $4742 1T 5D 8L I 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) I CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $47 03 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $44 64 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $47 00 1T 5D 8L I Page 5 I I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) I Over PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code I CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $47 09 1T 50 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $47 42 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 50 8L I 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 50 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $47 03 1T 5D 8L CRUSHERS $4742 1T 50 8L I DECK ENGINEER/DECK WINCHES (POWER) $47 42 1T 50 8L DERRICK, BUILDING $4791 1T 50 8L DOZERS, D-9 & UNDER $4700 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47 00 1T 50 8L I DRILLING MACHINE $47 42 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44 64 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $47 00 1T 50 8L I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 50 8L FORK LIFTS, (3000 LBS AND OVER) $47 00 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 50 8L GRADE ENGINEER $47 00 1T 50 8L I GRADECHECKERANDSTAKEMAN $44 64 1T 50 8L GUARDRAIL PUNCH $4742 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $4700 1T 50 8L I HORIZONTAUDIRECTIONAL DRILL LOCATOR $47 00 1T 50 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $4742 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44 64 1T 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 50 8L I LOADERS, OVERHEAD (6 YO UP TO 8 YD) $47 91 1T 50 8L LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $4742 1T 50 8L I LOCOMOTIVES, ALL $4742 1T 50 8L MECHANICS, ALL $4791 1T 5D 8L MIXERS, ASPHALT PLANT $4742 1\1" 5D 8L MOTOR PATROL GRADER (FINISHING) $47 42 1T 50 8L I 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 I PAVEMENT BREAKER $44 64 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $47 00 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $44 64 1T 5D 8L I POWER PLANT $44 64 1T 50 8L PUMPS, WATER $44 64 1T 50 8L QUAD 9, D-10, AND HD-41 $4791 1T 50 8L I REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47 91 1T 50 8L EQUIP RIGGER AND BELLMAN $44 64 1T 50 8L ROLLAGON $47 91 1T 50 8L I ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8L ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $4700 1T 50 8L ROTO-MILL, ROTO-GRINDER $4742 1T 50 8L SAWS, CONCRETE $47 00 1T 50 8L I Page 6 I I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 42 1T 50 8L I OFF-ROAD EQUIPMENT ( UNDER 45 YO) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 91 1T 50 8L OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47 00 1T 50 8L I SCREED MAN $4742 1T 50 8L SHOTCRETE GUNITE $44 64 1T 50 8L SLlPFORM PAVERS $4791 1T 50 8L I SPREADER, TOPSIDE OPERATOR - BLAW KNOX $4742 1T 50 8L SUBGRADE TRIMMER $4742 1T 50 8L TOWER BUCKET ELEVATORS $4700 1T 50 8L TRACTORS, (75 HP & UNDER) $4700 1T 50 8L I TRACTORS, (OVER 75 HP) $4742 1T 50 8L TRANSFER MATERIAL SERVICE MACHINE $47 42 1T 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $4791 1T 50 8L TRENCHING MACHINES $47 00 1T 50 8L I TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47 00 1T 50 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47 42 1T 50 8L TRUCK MOUNT PORTABLE CONVEYER $47 42 1T 50 8L I WHEEL TRACTORS, FARMALL TYPE $44 64 1T 50 8L YO YO PAY DOZER $47 42 1T 50 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) I POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $3761 4A 5A SPRAY PERSON $35 73 4A 5A I TREE EQUIPMENT OPERATOR $36 19 4A 5A TREE TRIMMER $33 69 4A 5A TREE TRIMMER GROUNDPERSON $25 43 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS I MECHANIC $27 68 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $45 05 1M 5A I RESIDENTIAL CARPENTERS JOURNEY LEVEL $1785 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25 63 I RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $1800 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27 78 I RESIDENTIAL GLAZIERS JOURNEY LEVEL $21 36 RESIDENTIAL INSULATION APPLICATORS I JOURNEY LEVEL $986 RESIDENTIAL LABORERS JOURNEY LEVEL $1808 RESIDENTIAL PAINTERS I JOURNEY LEVEL $1597 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $1460 I Page 7 I I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS I JOURNEY LEVEL $5621 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $33 59 1E 6L I RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $1088 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 I ROOFERS JOURNEY LEVEL $38 28 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $41 28 1R 5A I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $54 07 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32 56 1H 6W I HEAT & FROST INSULATOR $47 58 1S 5J LABORER $1216 1 MACHINIST $1716 1 SHIPFITTER $1466 1 I WELDER/BURNER $1466 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $1929 I SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS JOURNEY LEVEL $37 08 1B 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $1031 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) I JOURNEY LEVEL $1967 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $1323 SURVEYORS I CHAIN PERSON $935 INSTRUMENT PERSON $11 40 PARTY CHIEF $1340 I TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32 34 1E 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $31 46 2B 5A I HOLE DIGGER/GROUND PERSON $1758 2B 5A INSTALLER (REPAIRER) $30 17 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B 5A SPECIAL APPARATUS INSTALLER I $31 46 2B 5A I SPECIAL APPARATUS INSTALLER II $30 82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 46 28 5A TELEPHONE EQUIPMENT OPERA TOR (LIGHT) $29 26 2B 5A I TELEVISION GROUND PERSON $1667 2B 5A TELEVISION L1NEPERSONIINSTALLER $22 19 2B 5A TELEVISION SYSTEM TECHNICIAN $26 42 2B 5A TELEVISION TECHNICIAN $23 76 2B 5A I TREE TRIMMER $29 26 2B 5A Page 8 I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY EFFECTIVE 08-31-08 ********************************************************************************************************** (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 $37 90 1K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $43 45 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $44 25 1T 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $44 25 1T 5D 8L TRANSIT MIXER $23 73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11 60 OILER $945 WELL DRILLER $11 60 Page 9 I ************************************************************************************************************************ BENEFIT CODE KEY ~ EFFECTIVE 08-31-08 I I I I I I I I I I I I I I I I I I 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 W AGE 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 ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE 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 HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURL Y 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 HOURL Y 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 HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURL Y 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 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 G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID ATONE 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 HOURL Y RATE OF WAGE 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 SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE M ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-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 TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (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 I I I I I I I I I I I I I I I I I I I 2 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -2- Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y 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 SA TURDA Y 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 PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL YRA TE OF WAGE V ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE 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 HOURL Y 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 SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDA Y AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y 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 HOURL Y RATE OF WAGE c ALL HOURS WORKED ON SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SA TURDA YS AND SUNDA YS 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 AT ONE 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 PAID AT TWO TIMES THE HOURL Y RATE OF WAGE F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDA YS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 08-31-08 -3- 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 HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 2 ALL HOURS WORKED ON SATURDAYS 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 HOURL Y 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 HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY K M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE o ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE 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 HOURLY RATE OF WAGE Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE HOLIDAY CODES 5 A HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) F HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DA Y, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (I I) 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) H HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DA Y, AND CHRISTMAS (6) HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) I I I I I I I I I I I I I I I I I I I 5 6 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -4- K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, 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 DAY, LABOR DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) M HOLIDA YS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DA Y (9) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, VETERANS' DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) P HOLIDA YS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DA Y AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 II2) 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 DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (I 0) U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) V PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DA Y, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8) PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) 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) z A B C 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 DAY 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 DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 II2) 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 (II) I I I I I I I I I I I I I I I I I I I 8 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -5- G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (II) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, 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 DAY, AND CHRISTMAS DAY (7) PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, 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 DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDA Y_ PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) U HOLIDAYS- NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, 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, THANKSGIVING DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY 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 DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY (10) x PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DA Y, EMPLOYEE'S BIRTHDAY (II) NOTE CODES A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' - $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 ISO FEET OVER 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 HAlMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075, LEVEL B $0 50, AND LEVEL C $0 25 I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 08-31-08 -6- M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B $100, LEVELS C & D $0 50 N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $100, LEVEL B $075, LEVEL C $050, AND LEVEL D $025 I I I I I I I I I I I I I I I I I I I ATTACHMENT B FORMS I I I I I I I I I I I I I I I I I I I REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: ITEM. REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DOwner D Contractor DATE REPLY REQUESTED. CRITICAL TO SCHEDULE: DYES D NO ORIGINATOR SIGNATURE. DATE: COMMENTS RFI Number. PW 407_04 Part04.doc [Revised March 2008] I I CONTRACT CHANGE ORDER (CCO) NO. I PrOject Name Server Room Air Conditloninq Date I Contractor Project No. IT -0406 I I DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: I Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ Decrease In bid items, [ ] Force Account; [ ] Negotiated Pnce: The described work affects the eXisting contract items and/or adds and/or deletes bid items as follows I Item DescnptJon RFI # Qty Unit $ Cost Per Umt $ Cost Net $ Cost Adj. Days No 1 Onq Rev 2 Orig . . Rev I I I ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER * * * * * DAYS DAYS DAYS DAYS DAYS I I * Amount with applicable sales tax included I All work, matenals and measurements to be In accordance With the provIsions of the onginal contract and/or the standard specifications and special provisions for the type of constructJon Involved The payments and/or additional time specified and agreed to In thiS order Include every claim by the Contractor for any extra payment or extension of time With respect to the work descnbed herein, Including delays to the overall project. I APPROVED BY: 'I .~, ',. SIGNATURE: ~ ~~ r~ ,"' I DATE: I PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE . - " -:;. .. I I I PW 407_04 Part04.doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I ti~~(l~~T..q,IIrQ"<. () ~."<t. V--~ ~5~ CONTRACTOR'S APPLICATION FOR PAYMENT SERVER ROOM AIR CONDITIONING PROJECT NO. IT-0406 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department e P.O. Box 1150 Port Angeles, W A 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of penod]. STATEMENT OF CONTRACT ACCOUNT 1 Onglnal Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). [Excluding Sales Tax] $ 3 Adjusted Contract Amount (1 +2) $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site [per attached breakdown] $ 6 Subtotal (4+5) $ 7 8.4% Sales Tax [at 8.3% of subtotal], As Applicable $ 8 Less Amount Retained [at 5% of subtotal] $ 9 Subtotal (6+7-8) $ 10 Total Previously Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST (9-10) $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 PW 407_04 Part04 doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower- tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of ,20_. Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date PW 407_04 Part04 doc [Revised March 2008] I I I I I I I I I I I I I I I I I I I ATTACHMENT C PROJECT PLANS CITY OF PORT ANGELES CITY HALL IT ROOM HVAC UPGRADE CONDENSER UNITS (ROOF). (SEE 0001 c!c 1ot101) ... DRAWN KJH DESIGNED SMH CHECKED SMH DATE AHU UNITS (2ND FLOOR), I I ~~~ . ..., - ""- <11..-1 b 15AUGOB (SEE 0001 c!c 1ot1oo) ~ ELEC PANELS. REVISIONS (1ST FLOOR) (SEE E1oo) fl 1< ~ v./....~.::"{(""'~r<\ '- I-- I "" "" I JOB NO FACPAOO3 TITlE 1I1LE SHEEr. DRAWING INDEX. - - - -. . ... ~ . ,-. - ~'I- . t.!APS. KEYPlAN IT ROOM ~t-ll I I I 1 - (1ST FLOOR). PlAN (SEE 1ot102) KEY PLAN ~ ~ rSHTQOoF-i1 SCALE:NTS I I I I I VICINITY MAP I I I I I I I I I I I I I I LOCATION MAP I I DRAWI"G INDEX G001 TITLE SHEET. DRAWING IN[.El( & MAPS 2 0001 DEMOunON PLAN 3 MOO1 NOTES, SCHEDULES & LEGENDS 4 1.1100 MECHANICAl SECOND FLOOR PLAN 5 M101 PARllAl ROOf PLAN 6 1.1102 F1RST FLOOR PLAN 7 E001 NOTES, LEGEND & ELECTRiCAl DIAGRAM B E100 ELECTRICAl SECOND FLOO~ PLAN 9 E101 ELECTRICAl PARllAl ROOf PLAN 10 E102 ELECTRICAl PARllAl FIRST FLOOR PLAN 11 E601 PANEL SCHEDULES ART ANDERSON llll.llllI 202 PACIFIC AVE BREMERTON WA 98.337 (360) 479-5600 III = cn~ iliA. ..I::) IIIU ~= Cz ~:E 00 A.O 110m: O!: ~::1 -C Uz ~ - U I I i I I I I I I , I , I I I I i I I ! ! I I ! I f I I I I ! i STOREROOM MEN'S RESTROOM 3 WOMEN'S RESTROOM c:G ~ PLAN ~c~~~3:~=~~LlTION PLAN. 2ND FLOOR ~ REMOVE RETAIN COMMUNI1Y CENTER GYM ROOF ATRIUM + 3 ~ PLAN ~ ~c~E~3:~=~~LlTIONIRELOCATION PLAN . ROOF ~ ~ ij ~ ~c~~~~.T!~~ ELEVATION FLAG NOTES [i::> EXISTING TRANE AIR HANDLER UNIT - REMOVE. I!:> EXISTING 9'xS' EXHUAST DUCT TO REMAIN. [!:>- EXISTING 4' PLUMBING PIPING TO REMAIN. II::> EXISTING COPPER CONDENSATE DRAIN PIPING - MODIFY /oS INDICATED. I!::> EXISTING REFRIGERANT PIPING - REMOVE IN ENTIRETY. /!::> EXISTING DRAIN PAN WITH COPPER DRAIN PIPING - RETAIN. [!::> EXISTING SWITCH - RELOCATE FOR RE-USE. SEE ELECTRICAL /!::> EXISTING CONTROL TRANSFORMER - RELOCATE FOR RE-USE. SEE ELECTRICAL II:> EXISTING SERVICE DISCONNECT FOR AIR HANDUNG UNIT - RELOCATE FOR RE-USE. SEE ELECTRICAL fig:> FLEX CONDUIT TO AHU. Iii> CONTROL WIRING TO THERMOSTAT. ~ EXISTING FUJITSU CONDENSER TO REMAIN. 6!>- EXISTING TRANE CONDENSER - REMOVE. E!> EXISTING CARRIER CONDENSER TO REMAIN. I!t>- REMOVE WIRING BACK TO PANEL REVISE PANEL SCHEDULE TO SHOW CIRCUIT BREAKER /oS 'SPARE'. II REMOVE RETAIN il II I II I II I 11 f I II I ! II f II II II ! II I II I II I !I I I I ART ANDERSON '......TII 202 PACIFIC AVE 8RElAERTON, WA 9BJJ7 (360) 419-5600 III a = cnc:J iliA. ...=>> IIIU ~~ C:z: 1i::E 00 A.O ...11: 01- - ~::1 -C U:z: ~ a DRAWN KJH DESIGNED SUH CHECKED SUH DATE 15AUGOB REVISIONS JOB NO FACPAOO3 SHT TITLE DENOunON PlAN II I i II I II I I' SHT NO I OF 11 D001 I I HVAC EQUIPMENT SCHEDULE CAPACITY (MBH) ElECTRICAL UNIT DESCRIPTlON COOUNG AIR MANUFACTURER REMARKS &: MOD NO, OAE TOTAL CFM SP HP VOLT PH HZ AHU-1.2 AIR HANDUNG UNIT wjDX COOUNG COIL 61.4 1800 0.75 1 208 1 60 TRANE WITH FILTER 4TEC3F60B100001 COMP RL AMPS = 27.6 TRANE WITH RUBBER ISOLATORS. CU-1,2 CONDENSER UNIT 61.4 --- --- FAN HP = ! 208 1 60 CRANKCASE HEATER, SEACOAST KIT, 4TTB3060A LOW AMBIENT KIT I I 1 GENERAL NOTES I 1. ALL MATERIALS, EQUIPMENT AND INSTALLATION SHALL MEET THE REQUIREMENTS OF FEDERAL, WASHINGTON STATE. JEFFERSON COUNlY AND CITY OF PORT ANGELES RULES AND REGULATIONS, THE UNIFORM PLUMBING CODE (UPC), THE INTERNATIONAL MECHANICAL CODE (IMC), THE INTERNATIONAL FIRE CODE (lFC) WASHINGTON STATE ENERGY CODE (WSEC). NATIONAL FlRE PROTECTION ASSOCIATION (NFPA) STANDARDS. WASHINGTON STATE DEPARTMENT OF INSURANCE, AND ALL OTHER APPUCABLE LAWS. CODES OR ORDINANCES. 2. THE MECHANICAL SYSTEM SHALL CONSIST OF ALL WORK SHOWN ON THE DRAWINGS. WORK INCLUDES FURNISHING, INSTALUNG. SYSTEM INTEGRATION. TESTING. TRAINING. AND WARRANlY OF THE MECHANICAL SYSTEMS AS SHOWN AND SPECIFlED. PROVIDE A COMPLETE AND WORKABLE MECHANICAL SYSTEM COMPLDE WITH ALL MECHANICAL WORK REQUIRED FOR SYSTEM OPERATION. 3. THE DESIGN OF THE MECHANICAL SYSTEMS IS BASED UPON THE EQUIPMENT AS IDENTIFIED ON THE DRAWINGS. OTHER MANUFACTURER'S EQUIPMENT MAY BE SUBSTITUTED PROVIDED THAT THE EQUIPMENT MEETS OR EXCEEDS ALL CRITERIA AND HAS THE WRITTEN APPROVAL OF THE ENGINEER. COORDINATE THE INSTALLATION WITH ALL TRADES. NO ADDmONAL COST WILL BE INCURRED DUE TO PRODUCT SUBSTITUTION. 4. CONTRACTOR SHALL FlELD VERIFY ALL BUILDING AND SITE CONDmONS BEFORE BEGINNING CONSTRUCTION OR ORDERING EQUIPMENT. 5. PROVIDE ALL REQUIRED CONTROL SYSTEM, INTERFACE, AND CONNECTIONS AS REQUIRED FOR SYSTEM OPERATION. COORDINATE SYSTEM REQUIREMENTS WITH OTHER TRADES AS NECESSARY. 6. SUPPLY AND RETURN DUCTWORK WITHIN THE STORAGE ROOM SHALL BE INSULATED WITH INSULATION PROVIDING AN INSTALLED TOTAL THERMAL RESISTANCE OF AT LEAST R-7. 7. TRANSVERSE SEAMS OF ALL DUCTWORK SHALL BE SEALED IN ACCORDANCE WITH STANDARD RS-18. 8. PROVIDE ELECTRONIC PROGRAMMABLE THERMOSTATS. 9. CONTRACTOR SHALL MEASURE AIRFLOW RATES. PROVIDE A WRITTEN REPORT TO THE OWNER. 10. HVAC CONTROL SYSTEMS SHALL BE TESTED TO ENSURE THAT CONTROL DEVICES, COMPONENTS, EQUIPMENT AND SYSTEMS ARE CAUBRATED. ADJUSTED AND OPERATE IN ACCORDANCE WITH THE APPROVED PLANS. SEQUENCES OF OPERATION SHALL BE FUNCTIONALLY TESTED TO ENSURE THEY OPERATE IN ACCORDANCE WITH THE APPROVED PLANS. A COMPLETE REPORT OF THE TEST PROCEDURES AND RESULTS SHALL BE PREPARED AND FILED WITH THE OWNER. COMMISSIONING REPORTS SHALL BE PREPARED IN ACCORDANCE WITH THE REQUIREMENTS OF THE WASHINGTON STATE ENERGY CODE. 11. CONTRACTOR SHALL PROVIDE AN OPERATING MANUAL AND MAINTENANCE MANUAL TO THE BUILDING OWNER. THE MANUAL SHALL INCLUDE. AT A MINIMUM: SUBMITTAL DATA STATING EQUIPMENT SIZE AND SELECTED OPTlONS FOR EACH PIECE OF EQUIPMENT REQUIRING MAINTENANCE. OPERATION AND MAINTENANCE MANUALS FOR EACH PIECE OF EQUIPMENT REQUIRING MAINTENANCE. REQUIRED ROUTINE MAINTENANCE ACTIONS SHALL BE CLEARLY IDENTlFlED. NAMES AND ADDRESSES OF AT LEAST ONE SERVICE AGENCY. HVAC CONTROLS SYSTEM MAINTENANCE AND CAUBRATION INFORMATION. 12. CONTRACTOR SHALL PROVIDE RECORD DRAWINGS OF THE ACTUAL INSTALLATION TO THE BUILDING OWNER WITHIN 90 DAYS AFTER THE DATE OF SYSTEM ACCEPTANCE. RECORD DRAWINGS SHALL INCLUDE AS A MINIMUM THE LOCATION AND PERFORMANCE DATA ON EACH PIECE OF EQUIPMENT. GENERAL CONFIGURATION OF DUCT DISTRIBUTION SYSTEMS. INCLUDING SIZES. AND THE TERMINAL DESIGN FLOW RATES. 13. MECHANICAL COMPONENTS SHALL BE SECURED AND BRACED TO RESIST SEISMIC FORCES. I I I I I I I I I I I I I. ART ANDERSON l....IlTES 202 PACIFIC AVE BREMERTON WA 98337 (360) 479-5600 1&1 a ;! cnc:J ilia. ...~ 1IIc,) ~= c:c Ii::e 00 a.O ...a: 01- - ~::1 -C c,):c ~ - c,) I I { 1 I i [ r I f i I ! I i I I I I , i i I I I DRAWN KJH DESIGNED SMH CHECKED SMH DATE 15AUGOB REVISIONS JOB NO FACPAOO3 SHT TITLE NOlES SCHEDUlfS & LEGENDS SHT NO :I OF tt MGGi r~- L__ l.:J AHU-2 III a ~ fnC5 ilia. ...::) III() C5et: z> et:z lie:! 00 a.O ...a: 01- - ~:I -et: U::c ~ - U ,/'...-1 AHU-l DRAWN KJH DESIGNED SMH CHECKED SMH DATE lS"1I THRU FLOOR 2 15,6,UGOB REViSIONS CONTROL SEQUENCE . AIR HANOUNG UNITS AND CONOENSING UNITS START/STOP OPERATION: SYSTEM IS CONTROLlED BY A DPST LOCATED IN THE IT ROOM. WHEN THE SWITCH IS 'ON', THE SYSTEM IS OPERATING AND EITHER AHU-1 OR AHU-2 IS RUNNING. THE TIMER SWITCH CYCLES OPERATION BElWEEN AHU-l AND AHU-2 ON A SET SCHEDULE (INIT1ALLY 7 DAYS) TO EQUAUZE UN[fS OPERATING TIME. THE SYSTEM IS ALSO SHUT DOWN BY ACllVATION OF THE IT ROOM FIRE SUPPRESSION SYSTEM. . SYSTEM CONTRO~ AHU FANS SHAUL RUN CONTINUOUSLY. TEMPERATURE SHAUL BE CONTROLLED BY THERMOSTAT. . DAMPER CONTRO~ WHEN AHU-l IS ON THE OPPOSED BLADE, DAMPER FOR AHU-l SHAUL BE OPEN AND THE DAMPER FOR AHU-2 SHALL BE CLOSED. WHEN AHU-2 IS ON THE OPPOSED BLADE, DAMPER FOR AHU-2 SHAUL BE OPEN AND THE DAMPER FOR AHU-1 SHALL BE CLOSED. PLAN ffi ~ ~~~~3~~~~LLATION PLAN \1)l 1Bx18 A ELEVATION SCALE: 318" = 1'.0" FLAG NOTES [!:> rr> Il> OPPOSED BLADE DAMPER. SEE CONTROL SEQUENCE INSULATE DUCT WITH l' FIBERGLASS BLANKET WITH PVC JACKET. AHU-l. PROVIDE WOOD SUPPORT PLATFORM AND CONDENSATE DRAIN PAN SIMILAR TO EXISllNG. PROVIDE COPPER CONOENSATE DRAIN PIPING AND PAN DRAIN SIMILAR TO EXISllNG. CONNECT DRAINS TO EXISllNG CONDENSATE PIPING. AHU-2. MODIFY SUPPORTS, CONDENSATE DRAIN PAN AND CONDENSATE DRAINS AS REQUIRED TO SUIT THE NEW AHU'S AND THE NEW DUCT CONFIGURATION. FILTER REMOVAL AREA. EXISllNG s' PLUMBING DRAIN. EXISllNG 9" x s" EXHAUST DUCT. SHIFT EXISllNG DUCT IN CElUNG SPACE AND CONNECT TO NEW DUCT WORK. TO PANEL XC. lYPlCAL AHU-1 AND AHU-2. SEE ELECTRICAL NEW DUCT PENETRATION THROUGH FLOOR. FRAME OPENING TO ADJACENT 2xS FLOOR FRAMING WITH DOUBLE 2xS FRAMING. II> [!> II> [i:> II> fj> fig> . I ~ I I I I I ~ I II ~ ~ I ! ~ I I ! ~ - I ART ANDERSON ,".,UIII 202 PACIfiC AVE BREIvlERTON, WA 98337 (360) 479-5600 FACPAOO3 , I ~ - I \ i I I SHT NO .. OF 11 M100 I I I r I COMMUNI1Y CENTER I GYM ROOF III a ! ATRIUM , = I I en" I iliA 3 ...::) IIIU ~~ CCz I Ii::& 00 AO ...A: 01- - CU-l CU-2 ~::1 -cc 9 Uz ~ - U I I 'I I I I I I I I I I I I I I I I I FLAG NOTES I!>- NEW CONDENSER UNIT. PROVIDE ROOF CURB. INSfALL PER MANUFACTURER'S PRINTED INsrRUCTlONS. [!::> EXISTING FUJITSU CONDENSER. [!:::> EXISTING CARRIER CONDENSER. @ ~c~~~3:~=~~VALlRELOCATION PLAN ~ ~~ 8' I o 8" 16" 2' 2'8" 4' 5'4" I SCALE: 3/8" = 1'-0" ART ANDERSON l"III"U 202 PACIFIC AVE 8REMERTON, WA 96337 (360) 479-5600 DRAWN KJH DESIGNED SMH CHECKED SMH DATE 15AUGOS REViSIONS JOB NO FACPAOO3 SHT TffiI PARllAL ROOF PIAN SHT NO 5 OF 11 M101 l2J l2J1~ [3::> 1~1l2J [i:> COMPUTER IT ROOM l2J (1ST FLOOR) l2J ~r r:gJ FUJITSU l2Jl2J CEIUNG AHU I~ <:1] r:gJ l2J PlAN ~o FIRST FLOOR IT ROOM CEILING PLAN SCALE: 3/8" =1'.0" FLAG NOTES [i:> RELOCATE SUPPLY DIFFUSER. MODIFY DUCTWORK f.S REQUIRED. [3::> RELOCATE RETURN GRILLE. MODIFY DUCTWORK PS REQUIRED. [t> "SYSTEM I" TI-lERMOSTAT. B::> "SYSTEM 2' TI-lERMOSTAT. l!>- HVAC CONTROL SEE CONTROL SEQUENCE ON 1.1100. I ART ANDERSON I I II I I II I , I """UII 202 PACIRC AVE BREIwIERTON, WA 98337 (360) 479-5600 II I I :1 III a = 0" ilia. .,I::) IIIU ~= Cz ~:E 00 a.O ...a: 01- - ~::1 -C Uz ~ - U I II ~ I [I I II f I II I I I. I II f i. f II I i II DRAWN KJH DESIGNED SMH CHECKED SMH DATE 15AUGOB REVISIONS FACPAOO3 SHT NO . OF 11 M102 I I LEGEND - PLAN SYMBOLS A-22~4 , t.1 "1 I I I - I GENERAL NOTES WIRING CONCEALED. CROSS UNES INDICATE NUMBER OF #12 CONDUCTORS IN CONDUrr. UNLESS OlHERWISE NOTED. SHORT HASH MARKS INDICATE PHASE CONDUCTORS. LONG HASH MARK INDICATES NEUTRAl CONDUCTOR. ARROW DENOTES HOME RUN (PANEL AND BRANCH CIRCUrr NUMBER AS NOTED). Q) Q)-I @ $2 JUNCTION BOX. CElUNG MOUNTED. JUNCTION BOX. WALl MOUmED. EQUIPMENT CONNECTION. CONNECT PER MANUFACTURER'S INSTRUCTIONS RECEPTACLES 18" ABOVE FINISHED flOOR (AFF) UNLESS OTHERWISE NOTED. 48" AFF MIN 76" AFF MAX 1. lHE ELECTRiCAl INSTALlATION SHALl COMPLY WrrH NFPA 70. lHE NATIONAl ELECTRiCAl CODE. WAC 296-46B. SAFElY STANDARDS INSTAlUNG ELECTRIC WIRES AND EQUIPMENT. & lHE NONRESIDENTIAl ENERGY CODE. (WHERE APPUCABLE). 2. WIRE SIZE FOR 120V CIRCUrrs LONGER lHAN 100 FT. SHALl BE INCREASED ONE WIRE SIZE TO REDUCE VOLTAGE DROP. 3. WIRING SHALl BE INSULATED COPPER CONDUCTORS (lHWN-lHHN) IN METAL CONDUrr. EXCEPT AS NOTED. CONCEAL WIRING IN F1NISIHED SPACES. 4. MOUNTING HEIGHTS: swrrCH, DPST, 20A, 240V PANELBOARD, UGHTlNG. SEE PANELBOARD SCHEDULE FOR DETAILS. ~ SAFElY SWrrcH, SIZE AND lYPE AS NOTED. LEGEND - SCHEMATIC SYMBOLS I I I I I I I I I I @ @ CONTACTOR TIMER MOTOR 1 ) XC-11.13 ~ I!> T1-1 Ii> T1-2 [t>t ~ I I I ~ ~NTROL SCHEMATIC AHU 1 & 2 SWrrcHES 5. PERFORM TESTING PER NETA ATS-2007 ACCEPTANCE TESTING SPECIFICATIONS FOR NEW INSTALLED ELECTRiCAl POWER DI51RIBUTlON EQUIPMENT AND SYSTEMS. FLAG NOTES [!>- EXISTING CONTROL POWER CIRCUrr AND swrrCH. [!::> TIME SWrrCH, INTERMATIC NO. T7802B [t:> i"C, 2 #12,1#12 GND B:>- REFER TO MECHANiCAl DRAWINGS FOR DAMPER OPERATION [E:> LOCATE IN rr ROOM NEAR DOOR. LABEL swrrCH "AC CONTROL SWrrCH" l!::> 2P, NC TIMER CONTACTS T [!:> 2P, NO TIMER CONTACTS XC-15 12DV -L )f ART ANDERSON llllllarll 202 PACIFIC AVE 8REMERTON WA 98337 (360) 479-5600 III a :I en" ilia. ....::') IIIU ~~ Cz Ie:! 00 a.O ...&1: 01- - r::1 -C Uz r: - U DRAWN KJH DESIGNED WLW CHECKED WH DATE 15AUGOB REViSIONS _ JOB NO FACPAD03 SHT NO 70F11 E001 FLAG NOTES [I>- TO AHU-2 (BELOW AHU-1) I!:>- SAFElY SWITCH, 30A, 240V 2P, HP RATED. NEMA 1 !!:> TO TIME SWITCH [!:> EXlsnNG [!::> TO XC-11.13 VIA SWITCH IN rr ROOM EXlsnNG ACCESS PANEL AHU-1 ~ ~~~~~:~~~ INSTALLATION PLAN PLAN ~ I ~ II I . I I I I il II II II II I II I tl , t I I il II il I !I ! I I I I ART ANDERSON '1"'IlTII 202 PACIFIC AYE BRE"'ERTON, WA 98337 (360) 479-5600 III a ~ cnc:l ilia. ...:::>> IIIU ~= C::c 1i::E 00 a.O ...a: 01- - ~::1 -C U::c ~ C3 DRAWN KJH DESIGNED WLW CHECKED WH DATE 15AUG08 REViSIONS JOB NO FACPAOO3 SHT TIllE ELECTRICAL SECOND MaR PLAN SHT NO I OF 11 E100 I I I I I I I I I I I I I I I I I I I ATRIUM o 8" 16" 2' 2'8" ~ 4' 5'4" ~I CU-2 (EXIST) ,~,- ".... ~ - -- --~ -- , " ,),' , ., , --' Q:::> NEW CONDENSER UNIT. [!::> EXISTING FUJITSU CONDENSER. G::> EXISTING CARRIER CONDENSER. [!::> i"C, 2#8 + 1#10 GND .& !]::> SAFElY SWITCH, 60A, 2P. 24OV. HP RATED, FUSED ATf;)NEMA 3R COMMUNITY CENTER GYM ROOF XG-15.17 [!::> \ ___'Yo' ., "J'" LIZ'\ PlAN ... .... ..- Q17 NORTH 8' I ART ANDERSON , c , f 202 PACIFIC AVE ElRENERTON. WA Illl337 (JllO) 47G-5lIOO DRAWN: DESIGNED: CHEtl<Ell" KJH WlW WH DAlE 15AUGOB RE'f1Sl(l'lS AUG 20, OS.& JOB NO FACPA003 SlIT 1lllf ElECTRIC.lL PARIlAL ROOF PlAN D II , i II I ART II ANDERSON ELECTRICAL ROOM PANB- XGJ 1....UIE. I 202 PACIFIC AvE i I 8REMERTON, WA 9B337 [I : (360) 479-5600 I --~- II CE) I 7 8 9 II 4 5 6 ATRIUM II 1&1 a 'I ~ en" WA. I ...:::t Wu "C Z> II Cz Ii:== 00 II A.O ...a: 01- - ~::t II -C Uz ~ I - II C) I I @ II DRAWN KJH IT ROOM DESIGNED WLW II CHECKED WH DAlE 15AUGOB I PANEL XC REVISIONS II JOB NO II FACPAOO3 HIIIILE ElECTRICAl. I PARlW. FIRST flOOR i PlAN I fl B 0 16' 24' 10 OF 11 PLAN 2' 4' 6' 8' 12' SHI ND I l I I ~ E102 ! ' , \ ELECTRICAL. PARTIAL FIRST FLOOR PLAN (3XPI ;<&-S [I ' SCALE: 118" = 1 '.(J" I I I Panel Name XG Line-LIne Voll:age 208 Bus Ratlng Amps Panel Locaton Line-Neutral Voltage 120 Main Breaker Rating 200 Amps Fed from Bus Configuraton 3PH/4W Fault Rating kAlC Feeder CircUIt Panel SIze 30 pole Feeder Cable 4~31O Cu In 3" Conduit I MIN A B C Load BKR Pole I Phase~ I Pole BKR Load A B C MIN CKT# CABLElCOI,D CIRCUIT DIRECTORY VA VA VA Code RTG # ABC # RTG Code VA VA VA CIRCUIT DIRECTORY CABLElCOND CKT# XG - 1 12 VB GYM PATHWAY LTG ? 20/1 1 x 2 20/1 ? ELEV A TOR LIGHTS 12 XG - 2 XG - 3 12 VB GYM PATHWAY LTG ? 20/1 3 x 4 20/1 ? ELEVATOR ROOM 12 XG - 4 XG - 5 I 12 VB GYM PATHWAY LTG ? 20/1 5 x 6 20/1 ? SPARE 12 XG - 6 XG - 7 12 VB GYM PATHWAY LTG ? 20/1 7 x 6 20/1 ? FIRE ALARM PANEL 12 XG - 8 XG - 9 I 12 BTU METER ? 20/1 9 x 10 20/1 ? PHONE EQUIP 12 XG - 10 XG - 11 I 12 GYM LIGHTS ? ~ 20/1 11 x 12 20/1 ? PHONE EQUIP 12 XG - 12 XG - 13 I 12 IT SERVER RM RCPTS ? 13 x 14 20/1 ? TELEPHONE BOARDS 12 XG - 14 XG - 15 I CONDENSER CU-1 CU-2 2871 50/2 15 x 16 20/1 ? TELEPHONE BOARDS 12 XG - 16 XG - 17 I SEE PLAN ........ 871 -- 17 x 18 20/1 ? IT SERVER RM RECEIPTS 12 XG - 18 XG - 19 I 12 GYM LIGHTS ? "- V 207'1 19 x 20 20/1 ? IT SERVER RM RECEIPTS 12 XG - 20 XG - 21 I 12 GYM LIGHTS ? 20/1 21 x 22 30/2 ? IT AC - FUJITSU UNIT 12 XG - 22 XG - 23 I 12 UPS ? 20/1 23 x 24 ? -- - 12 XG - 24 XG - 25 I 12 SCADA ? 20/1 25 x 26 70/3 ? PANEL X - POLICE 12 XG - 26 XG - 27 I 12 IT SERVER RM RCPTS ? 35/2 27 x 28 ? -- - 12 XG - 28 XG - 29 12 IT SERVER RM RCPTS ? 29 x 30 ? -- - 12 XG - 30 I I [g: I I I Panel Name XC " Line-Line Voltage Bus Rabng Amps Panel Locabon Line-Neutral Volage 0 Main Breaker Rab ng Amps Fed from Bus Confgurabon Faul Rabng kAlC Feeder CIrCUlt Panel size 21 pole Feeder Cable MIN A B C Load BKR Pole I Phase; I Pole BKR Load A B C MIN CKT# CABLElCOND CIRCUIT DIRECTORY VA VA VA Code RTG # ABC # RTG Code VA VA VA CIRCUIT DIRECTORY CABLElCOND CKT# XC - 1 SPARE ? 100/3 1 x 2 60/3 0 TVSS XC - 2 XC - 3 SPARE ? 3 x 4 0 TVSS XC - 4 XC - 5 SPARE ? 5 x 6 0 TVSS XC - 6 XC - 7 UPS IT ? 100/2 7 x 8 50/2 ? SPACE XC - 8 - XC - 9 ROOM ? 9 x 10 ? ROOM XC - 10 ~ XC - 11 AHU-1/AHU-2 915 2012 11 x 12 20/1 ? FM200 IT FIRE PANEL XC - 12 - XC - 13 -- 915 13 x 14 20/1 SPARE XC -14 [i.:::> XC - 15 CONTROL POWER 20/1 15 x 16 20/1 --- SPARE XC - 16 XC - 17 SPARE 0 20/1 17 x 18 20/1 SPARE XC - 18 XC - 19 SPARE ? 20/1 19 x 20 20/1 -- SPARE XC - 20 I I I I I I Panel Name X4 Line-Line Voltage 480 Bus Rabng Amps Panel Locabon Line-Neutral Voltage 217 Main Breaker Rabng 225 Amps Fed from Bus Configura bon 3PH14W Faul Rabng kAlC Feeder CirCUit Panel size 24 pole Feeder Cable 4-3/0 CU In 3" CondUit MIN A B C Load BKR Pole I. Phase; I Pole BKR Load A B C MIN CKT# CABLElCOND CIRCUIT DIRECTORY VA VA VA Code RTG # ABC # RTG Code VA VA VA CIRCUIT DIRECTORY CABLElCOND CKT# X4 - 1 SPARE ? 15/1 1 x 2 100/3 ? 75 kVA XFMR FOR PNL XG X4 - 2 X4 - 3 LIGHTS ? 20/1 3 x 4 ? X4 - 4 X4 - 5 LIGHTS ? 20/1 5 x 6 ? X4 - 6 X4 - 7 LIGHTS ? 20/1 7 x 8 70/3 ? POLICE PNL X3 X4 - 8 X4 - 9 LIGHTS ? 20/1 9 x 10 ? X4 - 10 X4 - 11 CU-2 ? 20/1 11 x 12 ? X4 - 12 X4 - 13 HEATER ? 30/3 13 x 14 15/3 ? SF-6 X4 - 14 X4 - 15 ? 15 x 16 ? X4 - 16 X4 - 17 ? 17 x 18 X4 - 18 X4 - 19 HEATER ? 30/3 19 x 20 15/3 -- SPARE X4 - 20 X4 - 21 ? 21 x 22 X4 - 22 X4 - 23 ? 23 x 24 -- X4 - 24 I I I I I I , -'\.. ,~ Q:::> MOVE IT SERVER RECEPTACLE CIRCUIT TO PANEL EA. COORDINATE MOVE WITH TERRY DAHLQUIST, CITY OF PORT ANGELES. ELECT. ENGR. MANAGER. (360)417-4702 REPLACE SINGLE POLE BREAKERS XG15.17 WITH (1) 2 POLE, 60A BREAKER. (VERIFY BREAKER SIZE WITH CONDENSER UNIT t-AANUFACTURER) CU-1 AND CU-2 WlU NOT RUN AT SAME TIME. INSTAU ONE 20A.2P CIRCUIT BREAKER. [j> [j:> G:> NOT USED. XC 15 SUPPLY FOR 120V CONTROL POYrtR FOR AHU-1, AHU-2 AND TIME SWITCH. (EXISTING) ART ANDERSON 202 PNllFlC INE IlRENERlON. WA 8a337 <Jell) 47U-5ellO '" DRAWN: KJH IlfSIGNEIl: WLW CHECl<EIl: WH DAlE 15AUG08 RE\1SlONS Aug 20. 08 fj). JOBHO F,lCPA003 SlIT 11ll.E PANEl SCHEDULES D