Loading...
HomeMy WebLinkAbout4.520 Original Contract I ), \,\\/ . -<I, 6 c5} D PROJECT MANUAL for FRONT STREET RETAINING WALL PROJECT NO. 06-08 CITY OF PORT ANGELES WASHINGTON APRIL 2006 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Charles Smith, Lindberg & Smith Architects 360-452-6116 PW 0407_01 Part01 [Revised 07/05] \. PROJECT MANUAL Front Street Retaining Wall Project 06-08 SCOPE OF WORK The base bid of this project is to provide a new concrete block retaining wall approximately 2000 square feet of 'Keystone' standard split face concrete block retaining wall, or approved equal. The retaining wall to have an average height of 3'-8" tall and to be installed as per manufacture's requirements. The work will include the removal and disposal of existing plant material in the work area and excavation of soil as required for a gravel base for wall. A minimum of 6" thick back fill behind the new retaining wall to be of free draining gravel fill with 4" perforated PVC drainage line wrapped in filter fabric and a 4" PVC tight line from two existing drain lines from the hill above. This drain line is to be tight lined to existing City catch basin in street at the west end of the retaining wall. The remaining back fill material to be low permeable top soil. All work to complete the installation, including the furnishing of all, labor tools, equipment and material needed in the building of the retaining wall and appurtenances, is included in the bid. In the constructions and back filling of the retaining wall, there are four individual water meters to be raised to the top of the back fill material, this and all other work shall meet the requirements of the City of Port Angeles' Urban Services Standards and Guidelines. The first alternate to the bid is to provide an irrigation system as detailed on the attached drawings. All work to complete the installation of the irrigation system, including the furnishing of all labor tools, equipment and material needed along with any appurtenances, is included in the bid. The second alternate to the bid is to provide ground cover plant material as shown on the attached drawings. All work to complete the installation of the pant material, including the furnishing of all labor tools, equipment and material needed along with any appurtenances, is included in the bid. This contract incorporates the Washington State Department of Transportation's 2006 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. See the attached drawings and/or details for more information. PW-407 _10 [rev. 9/28/04] Small Works Roster Project Manual Page 1 of 11 ADDITIONAL REQUIREMENTS 1. The bid shall be submitted on the attached Bid Form and mailed or delivered to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Questions may be directed to Charles Smith of Lindberg & Smith Architects, 360-452-6116. 2. The most recently issued Washington State Prevailing Wage Rates for Clallam County, a copy of which is attached to this Project Manual, shall apply to this Contract. These can be accessed on the internet at www./ni.wa.qov/prevailinqwaqe/Defau/t.htm. 3. The bid may be awarded to the lowest responsible bidder from the group of Small Works Roster contractors asked to bid on this work. If the bid is awarded, the attached Contract will then be signed, requiring the Contractor to meet the requirements in the Contract as well as the entire Project Manual. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and the execution of a Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. 4. Bids shall be submitted no later than 2:00 p.m., April 18, 2006. 5. The performance period for this work is 15 working days. Contractor is to mobilize and start work within 5 calendar days of Notice To Proceed. 6. A Bid Bond is required. PW-407 _10 [rev. 10/29/03] Small Works Roster Project Manual Page 2 of 11 " BID FORM Front Street Retaining Wall Project 06-08 The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to install the water main and related appurtenances as required in the Scope of Work. Retaining Wall Base bid Lump Sum Sales Tax (8.3%) $ loqli-~~.IJ-\ $ 5/ ,-::\-qd. 05 $ ~~15+51'1cr Total Bid Irrigation System Alt. One bid Lump Sum Sales Tax (8.3%) $ ~,~\\.\lo $ '1 3 \. 33 $ C\,~k.\a -~ ~ . Total Bid Ground Cover Alt. Two bid Lump Sum Sales Tax (8.3%) $ d3,533.3<6 $ \ I ~ ~3, .;,1--+ $ rO~, L\ ~ \.,0 .LD'5 Total Bid See attachment A for additional bid breakdown sheet. The bidder hereby acknowledges that it has received Addenda No(s). N (A (Enter "N/A" if none were issued) to this Project Manual. PW-407 _10 [rev. 9/28/04] Small Works Roster Project Manual Page 3 of 11 -. , The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Bidder's firm name ~ y- ~ 0 (l/()n fJ\-v-v r-Jl lJYl . '- Q (l ~ . Complete address (1'-=t () ~/yl ShAY- Q ~ c\ (Street address) J Aonp I ,<y\ ~A- ~ (State) Registration Number ~R-IMac..J: \ '~?>f94- q~3~~ (Zip) UBI Number \ GO \ Telephone No. Signed by Title Printed Name: PW-407 _10 [rev 10/29/03] Small Works Roster Project Manual Page 4 of 11 :- r.="-- I . ,- ~. :--. .-. : ~~l BID BOND FORM APR 1 7 2006 "- Herewith find deposit in the form of a cashier's check, postal money order or Bid Bond in the amount of $ which amount is not less than five (5%) p~rcent of the total bid. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: SAFECO Insurance Carpany That we, Prim Construction, Inc. as Principal and of Jlr.erica as Surety, are held and firmly bound unto the .CITY OF PORT ANGELES as Obligee. in the penal sum of Five Percent (5%) of the Total Arrount Bld Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by 1hese presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: FRONT STREET RETAINJNG WALL PROJECT 06-08 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 geve 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 OAT Primo Constr , Inc. By: Principal SAFECO Insurance Company of America Surety ~~4~~ By: t7 Mary A Dobbs, Attorney-in-Fact SAFECO Plaza, Seattle, WA 98185 Surety address Apri 1 . 20j!L. USI Northwest Agent 1001 4th Avenue, Suite 1800 Seattle, WA 98154 Agent Address Jane Fox 425 376-8805 Surety Contact and Phone Number Holly Ulfers 206 695-3100 Agent Contact and Phone Number Dated: Received return of deposit in the sum of $ PW 0407_01 PartOl {Ri:Vlsed07/DSJ 1- 1 . ~ S A FEe O. POWER OF A TIORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 1045 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ....................MARY A DOBBS, STEVEN W PALMER, DAVID J FORSYTH, HOLLY E ULFERS, Seattle Washington..................... its true and lawful attorney(s)-In-fact, with full authonty to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its bUSiness, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents thiS 30th day of Apnl , 2004 ~k fA~\~ MIKE MCGAVlCK, PRESIDENT CHRISTINE MEAD, SECRETARY CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 - FIDELITY AND SURETY BONDS ... the President, any Vice PreSident, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business.. On any Instrument making or evidenCing such appointment, the signatures may be affixed by faCSimile. On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. "On any certificate executed by the Secretary or an assistant secretary ofthe Company setting out, (I) The prOVISions of Article V, Section 13 ofthe By-Laws, and (Ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by faCSimile, and the seal of the Company may be a facsimile thereof." I, Chnstine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregOing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the faCSimile seal of said corporation thiS /L/~ day of ~ .;t.cJ ty ,6- . CHRISTINE MEAD, SECRETARY S-0974/SAEF 2/01 $ A registered trademark of SAFECO CorporatIOn 05/0312004 PDF BID FORM Attachment A Front Street Retaining Wall Project 06-08 The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to install the water main and related appurtenances as required in the Scope of Work. Contractor to verify items and amounts. Retaining Wall 2000 sq.ft. Block wall 4000 sq.ft. Filter Fabric Backfill soil 350 tons. Topsoil One water Srevice 4" perforated drain 600 lin.ft. 4" tight line 600 lin.ft. Excavation 40 yds. Sidewalk three panels Curb and Gutter 15 lin.ft. Plumbing to catch basin Concrete aggregate 250 ton. Traffic control Clearing and Grubing Two drain line connections Three conduit runs Raise four water meters Raise Sanitary Sewer Cleanout(s) Misc. items PW-407 _10 [rev. 9/28/04] Small Works Roster Project Manual Page 5 of 11 .' .. " PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this ~ay of /'v\", . ./, by and between the CIty of Port Angeles, a ~~~ CO!CI~_~~f Washington, hereinafter referred to as "the City", and ~~ a , 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, III 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: Front Street Retaining Wall, Project 06-08 in accordance with and as described in A. this Contract, and . B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications", and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwIse be provided in the Project Manual. ~_. i 2. "1 Time for Per rmance and Li uidated Dama es. APR 2 4 ~06 time s of the essence in the performance of this Contract and in adhering to the time frame specified herein. The Contractor shall commence work within five (5) calen ar days after notice to proceed from the City, and said work shall be physically PW 0407_02 Part02 [ 7/07/05] II - 1 completed within 15 working days after said notice to proceed, unless a different time frame is expressly provided in wnting 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 mcorporated m the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submIttal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For InformatIOn (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. PW 0407_02 Part02 [ReVised 7/07/05] II - 2 .~ 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, mcorporated 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 herem. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers agamst and from any and all claims, mjuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of thIS Contract, except for mJuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entenng into this Contract, except as expressly provided herein. B. Should a court of competent jurisdIction determine that thIS Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent neglIgence of the Contractor and the CIty, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. ~ Ihsurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. PW 0407_02 Part02 [ReVised 7/07/05] II - 3 ." 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 advertIsmg injury, and liability assumed under an insured Contract. The Commercial General Liability msurance 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 msurance for liabIlity arismg 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 usmg 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 reqmred by the Industrial Insurance laws of the State ofWashmgton. B. Minimum Amounts of Insurance The Contractor shall mamtain the following lllsurance limits: 1. Automobile Liability insurance WIth a minimum combined single lImit for bodily injury and property damage of $1 ,000,000 per accIdent. 11. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies-are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:Vll. E. Verification of Coverage PW 0407_02 Part02 [ReVised 7/07/05] II - 4 >>:/ The Contractor shall furnish the City with origmal certificates and a copy of the amendatory endorsements, including but not necessariiy limIted to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall include all subcontractors as msureds under its policies or shall furnIsh separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8. Compliance with Laws. A. The Contractor shall comply with all apphcable federal, state, and local laws, includmg regulations for licensing, certification, and operation of facihties and programs, and accredItation and licensing of mdIviduals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the ProJ ect Manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. 10. Assignment 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. PW 0407_02 Part02 [ReVised 7/07/05] II - 5 .( 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 (mcluding 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 pnor 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. 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 give 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. PW 0407_02 Part02 [ReVised 7/07/05] II - 6 ,.~ . 11. Contract Administration. This Contract shall be administered by S\~"\l. 0 ~ on behalf of the Contractor and by Charles Smith, Lindberg & Smith Architects 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: 12. Interpretation and Venue. City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. By:CrR-~ao'f2-'\( \j. y~~S~ .. Title: ~ \(E' ?~\ t:::Et\, < . \ ' / .' " \. ' I' . PW 0407_02 Part02 [Revised 7/07/05J CITY OF PORT ANGELES: Ct(~ Mayor ~ ~P/v'ed as to Form: /f/~ tlL--. City Attorney Attest: ~~. . J.JpJ:JI. City rk - II - 7 PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 6361960 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Primo Construction, Inc. as Principal, and SAFECO Insurance Company of America a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $ 85,118.28-----------------------------------------'- 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 Seattle , Washington, this 28th day of April ,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 Primo Construction, Inc. the above bounded Principal, a certain contract, the said contract being numbered 06-08, and providing for Front Street Retainino Wall (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, Primo Construction, Inc. , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work. and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this 28th day of April ,20~. SAFECO Insurance Company of America Surety 1Ufvuv . Yh,PI, he By~r ~ . Holly E. Ulfers Attorney-in-Fact Title SAFECO'Plaza Seattle. WA 98185 Surety Address Jane Fox 425-376-8805 Surety Contact and Phone Number B Title USI Northwest 1001 4th Ave., #1800, Seattle, WA 98154 Agent Address Holly Ulfers 206-695-3100 Agent Contact and Phone Number PW 0407_02 Part02 (Revised 7/07105] II - 8 . ~ 5 A FEe O. POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE SAFECO PLAZA SEATTLE, WASHINGTON 98185 No 1045 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ....................MARY A DOBBS, STEVEN W PALMER, DAVID J FORSYTH, HOLLY E ULFERS, Seattle Washmgton..................... Its true and lawful attorney(s)-In-fact, with full authority to execute on Its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued in the course of ItS business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 30th day of Apnl , 2004 fi;, k fA <-f1nW, ~ CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13 - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of Similar character Issued by the company In the course of ItS business On any Instrument making or eVidencing such appOintment, the signatures may be affixed by facsimile On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or In any other manner reproduced, prOVided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provIsions of Article V, Section 13 of the By-Laws, and (II) A copy of the power-of-attorney appOintment, executed pursuant thereto, and (III) Cerlifylng that said power-of-attorney appointment IS In full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof" I, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are stili in full force and effect IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation thiS t? j-Ht- day of A-rv0 r:XJtJ6 CHRISTINE MEAD, SECRETARY S-0974/SAEF 2/01 Qj) A registered trademark of SAFECO Corporalion 05/03/2004 PDF Client#: 19410 PRIMOCON ACORDTM CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDfYYY , ~ ~, 05/01/06 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION USI Northwest of Washington ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1001 Fourth Avenue, Suite 1800 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle, WA 98154 206695-3100 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Alaska National Insurance Company 38733 Primo Construction Inc INSURER B P.O. Box 296 INSURER C Carlsborg, WA 98324 INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ~~~~ PJ>..t~~';~~~~8,wlE Pg~fJ (~X:'~~N LTR TYPE OF INSURANCE POLICY NUMBER LIMITS A GENERAL LIABILITY 06DLS31605 04/01/06 04/01/07 EACH OCCURRENCE $1 000000 - ~~~~~~J9E~~~~i~ence\ X COMMERCIAL GENERAL LIABILITY $50,000 ~ CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $5 000 - 2L PD Ded:5,000 PERSONAL & ADV INJURY $1 000 000 GENERAL AGGREGATE $2 000,000 - GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS. COMP/OP AGG $2 000 000 'I POLICY rxl. j~8T h LOC A AUTOMOBILE LIABILITY 06DAS31606 04/01/06 04/01/07 COMBINED SINGLE LIMIT - $1,000,000 2L ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY - $ SCHEDULED AUTOS (Per person) - X HIRED AUTOS BODILY INJURY r-- $ ,2L NON-OWNED AUTOS (Per accident) t-- PROPERTY DAMAGE $ (Per accident) RRAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ A EXCESS/UMBRELLA LIABILITY 06DLU31607 04/01/06 04/01/07 EACH OCCURRENCE $2 000 000 o OCCUR D CLAIMS MADE AGGREGATE $2 000 000 $ ~ DEDUCTIBLE $ X RETENTION $ 10,000 $ A WORKERS COMPENSATION AND 06DLS31605 04/01/06 04/01/07 I T~~-7~~~s I IOJ~- EMPLOYERS' LIABILITY WA Stop Gap Only $1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT OFFICER/MEMBER EXCLUDED? E L DISEASE - EA EMPLOYEE $1,000,000 If yes, descnbe under $1,000,000 SPECIAL PROVISIONS below E L DISEASE - POLICY LIMIT OTHER DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Primo Job No. 602504 - Front Street Streetscape; City Project No. 06-08. The City of Port Angeles, its officers, officials, employees and volunteers are Additional Insured per attached endorsement and coverage is primary per policy form. CERTIFICATE HOLDER CANCELLATION City of Port Angeles 321 E 5th St Port Angeles, WA 98362-0217 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPlRAT DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL -45- DAYS WRITTE NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHA IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE r!dt<..t-. Jt '>'f/{fl(;, :- ACORD 25 (2001/08) 1 of 2 #S185002/M182231 6CMJU @ ACORD CORPORATION 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. ACORD 25-5 (2001/08) 2 of 2 #S185002/M182231 BLANKET ADDITIONAL INSURED ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY COVERAGE PART This endorsement modifies insurance provided under the following: Who Is An Insured (Section II) is amended to include as an insured any person or organization (herein referred to as an additional insured), but only if you are required to add that person or organization as an insured to this policy by a written contract that is in effect prior to the "bodily inJury", "property damage", or "personal and advertising inJury". The insurance provided to the additional insured is limited as follows: 1. That person or organization is only an additional insured for its vicarious liability for your acts or omissions in the performance of "your work". 2. The insurance provided to the additional insured does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any profeSSional services including: a. the preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, design or spec- ifications; and b. supervisory, inspection, or engineering ser- vices. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. The information below is required only when this endorsement is issued subsequent to preparation of the policy. Endorsement Effective 4/1/0612:01 A.M., Standard Time Insured Primo Construction, Inc. ANIC GL 703 07 01 Policy No. 06DLS31605 Alaska NI-f/onal INSURANCE '- JMPANY b. If a claim is made or "sUIt" is brought against any insured, you must. (1) Immediately record the specifics of the claim or "SUit" and the date received; and (2) Notify us as soon as practicable. You must see to It that we receive written notice of the claim or "SUIt" as soon as practicable. c. You and any other Involved insured must: (1) Immediately send us copies of any demands, notices, summonses or legal papers received in connection With the claim or "suit"; (2) Authonze us to obtain records and other Information, (3) Cooperate With us In the investigation or settlement of the claim or defense against the "SUit"; and (4) ASSist us, upon our request, in the enforce- ment of any right against any person or or- ganization which may be liable to the Insured because of Injury or damage to which this in- surance may also apply. d. No Insured Will, except at that insured's own cost, voluntanly make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 3. Legal Action Against Us No person or organization has a right under this Coverage Part a. To jOin us as a party or otherwise bnng us into a "SUIt" asking for damages from an Insured; or b. To sue us on this Coverage Part unless all of Its terms have been fully complied with. A person or organization may sue us to recover on an agreed settlement or on a final judgment against an Insured, but we Will not be liable for damages that are not payable under the terms of this Cover- age Part or that are In excess of the applicable limit of Insurance. An agreed settlement means a set- tlement and release of liability signed by us, the in- sured and the claimant or the claimant's legal rep- resentative CG00011001 Producer Copy 4. Other Insurance If other valid and collectible Insurance is available to the Insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are lim- ited as follows: a. Primary Insurance This Insurance is pnmary except when b. below applies If this Insurance IS primary, our obliga- tions are not affected unless any of the other in- surance IS also primary. Then, we Will share with all that other insurance by the method descnbed in c. below. b. Excess Insurance This Insurance IS excess over: (1) Any of the other insurance, whether pnmary, excess, contingent or on any other basis: (a) That IS Fire, Extended Coverage, BUilder's Risk, Installation Risk or Similar coverage for "your work", (b) That IS Fire Insurance for premises rented to you or temporanly occupied by you with permiSSion of the owner, (c) That is Insurance purchased by you to cover your liability as a tenant for "prop- erty damage" to premises rented to you or temporanly occupied by you with permis- sion of the owner; or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily InjUry And- Property Damage Liability. (2) Any other primary Insurance available to you covenng liability for damages anslng out of the premises or operations for which you have been added as an additional insured by attachment of an endorsement Page 11 of 16 MODULAR CONCRETE RETAINING WALL PART 1: GENERAL 1.01 Description A. Work shall consist of furnishing and construction of a KEYSTONE Retaining Wall System or equal in accordance with these specifications and in conformity with the lines, grades, design, and dimensions shown on the plans. B. Work includes preparing foundation soil, furnishing and installing leveling pad, unit drainage fill and backfill to the lines and grades shown on the construction drawings 1.03 Reference Documents A American Society for Testing and MaterIals (ASTM) 1 2 3. 4 5 6 7 8 9 ASTM C-1372 ASTM 0-422 ASTM 0-698 ASTM 0-4318 ASTM 0-4595 ASTM 0-5262 ASTM 0-3034 ASTM 0-1248 ASTM 0-4475 Specification for Segmental Retaining Wall Units Particle Size AnalysIs Laboratory Compaction Characteristics of SOil -Standard Effort liqUid limit, PlastiC Limit and Plasticity Index of SOils Tensile Properties of Geotextlles - Wide Width StrIp Unconfined Tension Creep Behavior of Geosynthetlcs Polyvinyl Chloride Pipe (PVC) Corrugated Plastic Pipe HOrIzontal Shear Strength of Pultruded Reinforced Plastic Rods Bz National Concrete Masonry Association (NCMA) 1 NCMA SRWU-1 Test Method for Determining Connection Strength of SRW 2 NCMA SRWU-2 Test Method for Determining Shear Strength of SRW 1.04 Submittals/Certification A Contractor shall submit a Manufacturer's certification, prIor to start of work, that the retaining wall system components meet the requirements of thiS speCification and the structure design 1.05 Quality Assurance A Contractor shall submit certification, prior to start of work, that the retaining wall system (modular concrete Units). 1) Has been successfully utilized on a minimum of five (5) similar projects, I e., height, sOil fill types, erection tolerances, etc ; and 2) Has been successfully Installed on a minimum of 1 million (1,000,000) square feet of retaining walls Page 1 4/3/06 1.06 Delivery, Storage and Handling A Contractor shall check all materials upon delivery to assure that the proper type, grade, color, and certification has been received. B Contractor shall protect all matenals from damage due to Jobsite conditions and in accordance with manufacturer's recommendations. Damaged matenals shall not be incorporated into the work PART 2: PRODUCTS 2.01 Definitions A. Modular Unit - a concrete retaining wall element machine made from Portland cement, water, and aggregates B Unit Drainage Fill - drainage aggregate, which is placed within and immediately behind the modular concrete units. C. Reinforced Backfill - compacted sOil, which IS placed within the reinforced soil volume as outlined on the plans 2.02 Modular Concrete Retaining Wall Units A. Modular concrete units shall conform to the follOWing architectural requirements 1. Face color - concrete gray. The Owner may specify standard manufacturers' color. 2. Face finish - sculptured rock face In angular tri-planer configuration Other face finishes Will not be allowed without written approval of Owner 3 Bond configuration - running with bonds nominally located at midpOint vertically adjacent units, In both straight and curved alignments. 4 Exposed surfaces of units shall be free of ChipS, cracks or other imperfections when viewed from a distance of 10 feet under diffused lighting. B. Modular concrete matenals shall conform to the requirements of ASTM C1372 - Standard Specifications for Segmental Retaining Wall Units. C. Modular concrete units shall conform to the following structural and geometnc requirements measured In accordance with appropnate references' .------" 1. Compressive strength' ;::: 3000 pSI (21 MPa); 2. Absorption 8 % (6% in northern states) for standard weight aggregates, 3 Dimensional tolerances' :t 1/8" (3 mm) from nominal Unit dimenSions not including rough split face, :t1/16" (1.5 mm) unit height - top and bottom planes, 4 Unit size: 8" (203 mm) (H) x 18" (457 mm)(W) x 18" (457 mm)(D) minimum, 5. Unit weight 100 Ibs/unlt (45 kg) minimum for standard weight aggregates; 6 Inter-unit shear strength: 1500 plf (21 kN/m) minimum at 2 pSI (13 MPa) normal pressure, 7 Geognd/unlt peak connection strength: 1000 plf (14 kN/m) minimum at 2-psl (13 MPa) normal force. Page 2 4/3/06 D Modular concrete units shall conform to the following constructability requirements' 1 Vertical setback' 1/8" (3 mm) :t per course (near vertical) or 1" (25 mm) + per course per the design, 2 Alignment and grid positioning mechanism - fiberglass pins, two per unit minimum, 3 Maximum hOrizontal gap between erected units shall be::; 1/2 Inch (13 mm) 2.03 Shear Connectors A. Shear connectors shall be 1/2-inch (12 mm) diameter thermoset isopthalic polyester resin-pultruded fiberglass reinforcement rods or equivalent to provide connection between vertically and horizontally adjacent Units. Strength of shear connectors between vertical adjacent units shall be applicable over a deSign temperature of 10 degrees F to + 100 degrees F (-10 to 40 degrees C) 2.04 Base Leveling Pad Material A. Material shall consist of a compacted crushed stone base or non-reinforced concrete as shown on the construction drawings 2.05 Unit Drainage Fill A Unit drainage fill shall consist of clean 1" (25 mm) minus crushed stone or crushed gravel meeting the follOWing gradation tested in accordance with ASTM D-422' Sieve Size 1 Inch (25 mm) 3/4-inch (19 mm) NO.4 No. 50 Percent Passlnq 100 75-100 0-10 0-5 B One cubiC foot (0 028 m3), minimUm, of drainage fill shall be used for each square foot (0 093 m2) of wall face. Drainage fill shall be placed Within cores of, between, and behind units to meet thiS requirement. 2.06 Reinforced Backfill A Reinforced backfill shall be free of debriS and meet the following gradation tested In accordance with ASTM D-422 Sieve Size 2-inch (50 mm) 3/4-lnch (19 mm) No. 40 No. 200 Percent Passinq 100 100-75 0-60 0-35 Plasticity Index (PI) <15 and Liquid Limit <40 per ASTM D-4318. Page 3 4/3/06 B The maximum aggregate size shall be limited to 3/4 inch (19 mm) unless field tests have been performed to evaluate potential strength reductions to the geogrid design due to damage during construction. C. Material can be site-excavated soils where the above requirements can be met Unsuitable sOils for backfill (high plastic clays or organic soils) shall not be used in the backfIll or in the reinforced soil mass. O. Contractor shall submit reinforced fill sample and laboratory test results to the Architect/Engineer for approval prior to the use of any proposed reinforced fill material 2.08 Drainage Pipe A If reqUired, the drainage pipe shall be perforated or slotted PVC pipe manufactured in accordance with ASTM 0-3034 or corrugated HOPE pipe manufactured In accordance with ASTM 0-1248 PART 3: EXECUTION 3.01 Excavation A. Contractor shall excavate to the lines and grades shown on the construction draWings Owner's representative shall inspect the excavation and approve prior to placement of leveling material or fill soils Proof roll foundation area as directed to determine if remedial work is reqUIred B Over-excavation and replacement of unSUitable foundation SOils and replacement With approved compacted fill will be compensated as agreed upon with the Owner 3.02 Base Leveling Pad A. Leveling pad material shall be placed to the lines and grades shown on the construction drawings, to a minimum thickness of 6 inches (150 mm) and extend laterally a minimum of 6" (150 mm) In front and behind the modular wall unit B SOil leveling pad materials shall be compacted to a minimum of 95 % Standard Proctor density per ASTM 0-698 C. Leveling pad shall be prepared to insure full contact to the base surface of the concrete Units. 3.03 Modular Unit Installation A First course of units shall be placed on the leveling pad at the appropriate line and grade Alignment and level shall be checked in all directions and Insure that all Units are in full contact with the base and properly seated B Place the front of units side-by-side Do not leave gaps between adjacent Units Layout of corners and curves shall be In accordance With manufacturer's recommendations C Install shear/connecting devices per manufacturer's recommendations Page 4 4/3/06 D. Place and compact dramage fill within and behind wall units. Place and compact backfill sOil behind dramage fill. Follow wall erection and drainage fill closely with structure backfill E. Maximum stacked vertical height of wall units, prIor to unit drainage fill and backfill placement and compaction, shall not exceed two courses 3.05 Reinforced Backfill Placement A. Reinforced backfill shall be placed, spread, and compacted in such a manner that minimizes installation damage B. Remforced backfill shall be placed and compacted m lifts not to exceed 6 inches (150 mm) where hand compaction is used, or 8 - 10 inches (200 to 250 mm) where heavy compaction equipment is used Lift thickness shall be decreased to achieve the required density as required. C Remforced backfill shall be compacted to 95% of the maximum density as determined by ASTM D698. The mOisture content of the backfill material prIor to and during compaction shall be uniformly distributed throughout each layer and shall be dry of optimum, + 0%, - 3% D Only lightweight hand-operated equipment shall be allowed within 3 feet (1m) from the tail of the modular concrete unit. 3.06 Cap Installation A Cap units shall be glued to underlYing units With an all-weather adheSive recommended by the manufacturer 3.07 As-built Construction Tolerances A. Vertical alignment: :!: 1.5" (40 mm) over any 10' (3 m) distance B Wall Batter within 2 degrees of design batter C. Horizontal alignment: :!: 1 5" (40 mm) over any 10' (3 m) distance. Corners, bends & curves: :!: 1 ft (300 mm) to theoretical location D. Maximum hOrIzontal gap between erected Units shall be :s; 1/2 mch (13 mm) 3.08 Field Quality Control A Quality Assurance - The Owner shall/may engage mspection and testing services, including mdependent laboratories, to provide quality assurance and testmg services dUrIng construction This does not relieve the Contractor from securIng the necessary construction control testing B. Quality Control - The Contractor shall engage mspectlon and testmg services to perform the mmimum quality control testmg described in the retaining wall design plans and specifications. Only qualified and experienced technicians and engmeers shall perform testmg and inspection services. Page 5 4/3/06 PART 4: c. Quality control testing shall include soil and backfill testing to verify soil types and compaction and verification that the retaining wallis being constructed in accordance with the design plans and project specifications MEASUREMENT AND PAYMENT Page 6 4/3/06 Front Street Wall Exterior Landscaping SECTION 02930 - EXTERIOR PLANT MATERIALS PART 1 - GENERAL 1.1 SUMMARY A. Includes But Not Limited To 1. Furnish and install landscaping plants as described in Contract Documents. B. Related Sections 1. Section 02813 Underground Irrigation System 1.2 QUALITY ASSURANCE A. Qualifications 1. Planting shall be performed by trained personnel familiar with required planting proce- dures and Contract Documents. 2. Planting shall be performed under direction of foreman or supervisor with minimum five years experience in landscape installations. B. Pre-Installation Conferences 1. Participate in pre-installation conference 2. Schedule planting pre-installation conference after completion of finish grading but begin- ning landscape work. Establish responsibility for maintenance of new landscaping during all phases of construction period. 1.3 REFERENCES A. American National Standards Institute 1. ANSI Z60.1-1990, 'American Standard for Nursery Stock' 1.4 SUBMITTALS A. Samples: Top dressing mulch for approval before delivery to site. 1.5 DELIVERY, STORAGE, AND HANDLING A. Deliver packaged materials in containers showing weight, analysis, and name of Manufacturer. Protect materials from deterioration during delivery and while stored at site. B Deliver plants, trees, and shrubs in healthy and vigorous condition and store in location on site where they will not be endangered and where they can be adequately watered and kept in healthy and vigorous condition. 1. Do not prune before delivery, except as approved by Landscape Architect. 2. Protect bark, branches, and root systems from sun scald, drying, sweating, whipping and other handling and tying damage. 3. Do not bend or bind-tie trees or shrubs in such a manner as to destroy natural shape. 4. Provide protective covering during delivery. 5. All plants and trees shall have original nursery identification tags until final approval. C. Handle balled stock by root ball or container. Do not drop trees and shrubs during delivery. EXTERIOR PLANT MATERIALS 02930- 1 Front Street Wall Exterior Landscaping D. Deliver trees, shrubs, ground covers, and plants after preparations for planting have been com- pleted and install immediately. 1. If planting is delayed more than six hours after delivery, set planting materials in shade and protect from weather and mechanical damage. 2. Set balled stock on ground and cover ball with soil, peat moss, saw dust, or other accept- able material approved by Architect. Do not place on pavement. 3. Do not remove container-grown stock from containers before time of planting. 4. Water root systems of trees and shrubs stored on site with fine mist spray. Water as often as necessary to maintain root systems in moist condition. 1.6 SEQUENCING A. Do not commence work of this Section until grading and soil conditioning has been completed and approved. 1. 7 WARRANTY A. Guarantee trees to live and remain in strong, vigorous, and healthy condition for one year from date landscape installation is accepted as complete. 1.8 OWNER'S INSTRUCTIONS A. Provide written instructions covering maintenance requirements by Owner for first 60 days of guarantee period beyond Contract maintenance period. PART 2 PRODUCTS 2.1 MATERIALS A. Plants 1. Conform to requirements of Plant List and Key on Drawings and to ANSI Z60.1. 2. Nomenclature - Plant names used in Plant List conform to 'Standardized Plant Names' by American Joint Committee on Horticultural Nomenclature except in cases not covered. In these instances, follow custom of nursery trade. Plants shall bear a tag showing the genus, species, and variety of 10 percent minimum of each species delivered to site. 3. Quality- a. Plants shall be sound, healthy, vigorous, free from plant disease, insect pests or their eggs, noxious weeds, and have healthy, normal root systems. Container stock shall be well established and free of excessive root-bound conditions. b. Do not prune plants or top trees prior to delivery. c. Plant materials shall be subject to approval by Architect as to size, health, quality, and character. d. Bare root trees are not acceptable. e. Provide plant materials from licensed nursery or grower. 4. Measurements- a. Measure height and spread of specimen plant materials with branches in their normal position as indicated on Drawings or Plant List. b. Measurement should be average of plant, not greatest diameter. For example, plant measuring 15 inches in widest direction and 9 inches in narrowest would be classified as 12 inch stock. c. Plants properly trimmed and transplanted should measure same in every direction. d. Measure caliper of trees 6 inches above surface of ground. EXTERIOR PLANT MATERIALS 02930- 2 Front Street Wall Exterior Landscaping e. Where caliper or other dimensions of plant materials are omitted from Plant List, plant materials shall be normal stock for type listed. f. Plant materials larger than those specified may be supplied, with prior written ap- proval of Architect, and: 1) If complying with Contract Document requirements in all other respects. 2) If at no additional cost to Owner. 3) If sizes of roots or balls are increased proportionately. 5. Shape and Form: a. Plant materials shall be symmetrical or typical for variety and species and conform to measurements specified in Plant List. b. Well grown material will generally have height equal to or greater than spread. How- ever, spread shall not be less than 2/3 height. B. Topsoil - shall have a pH of between 5.5 and 7.0 and be free of any admixture of subsoil, 3/4 inch or larger diameter rocks, roots, plants, sticks, or other extraneous material. Do not use topsoil while in a frozen or muddy condition. Thoroughly premix topsoil off site. 1. Plant Beds and Planters: A 3-way mix consisting of 75% sand, 15% loam and 10% com- posted manure. C. Planting Mix - Mixture of three parts specified topsoil and one part rotted composted manure. D. Planting Tablets - 21 gram Agriform 20-10-5. E. Tree Staking 1. Refer to Drawings F. Pre-Emergent Herbicide 1. Approved Products - a. Blanco XL b. Ronstar c. Surflan G. Top Dressing Mulch ~ n n_~n____~___~_ _n_ 1. ___9J:gani~ Mlll~h: ____ ~_ _ _ ~ __ ~~_ n _ ~ _ m~ ~ a. Free from weeds, weed seeds, mold or-other noxIous materlais:- b. Bassett-Western 'Fertile-Mulch" or approved equal PART 3 EXECUTION 3.1 EXAMINATION A. Inspect site and Contract Documents to become thoroughly acquainted with locations of irriga- tion, ground lighting, and utilities. Repair damage to these and other items adjacent to land- scaping caused by work of this Section or replace at no additional cost to Owner. B. Before proceeding with work, check and verify dimensions and quantities. Report variations between Drawings and site to Landscape Architect before proceeding with work of this Section. C. Plant List totals are for convenience only and are not guaranteed. Verify amounts shown on Drawings. All planting indicated on Drawings is required unless indicated otherwise. EXTERIOR PLANT MATERIALS 02930- 3 Front Street Wall Exterior Landscaping 3.2 PREPARATION A. Before proceeding with work, verify dimensions and quantities. Report variations between Drawings and site to Architect before proceeding with landscape work. 1. Plant totals are for convenience of Contractor only and are not guaranteed. Verify amounts shown on Drawings. 2. All planting indicated on Drawings is required unless indicated otherwise. B. Protection 1. Take care in performing landscaping work to avoid conditions which will create hazards. Post signs or barriers as required. 2. Provide adequate means for protection from damage through excessive erosion, flooding, heavy rains, etc. Repair or replace damaged areas. 3. Keep site well drained and landscape excavations dry. C. Layout individual tree and shrub locations and areas for multiple plantings. Stake locations and outline areas. Secure Landscape Architect's acceptance before planting. Make minor adjust- ments as may be requested. D. Surface Preparation 1. Seven days maximum prior before beginning seeding and planting - a. Loosen area 4 inches deep, dampen thoroughly, and cultivate to properly break up clods and lumps. b. Rake area to remove clods, rocks, weeds, roots, and debris. c. Grade and shape landscape area to bring surface to true uniform planes free from ir- regularities and to provide drainage and proper slope to catch basins. 3.2 APPLICATION A. Site Tolerances 1. Finish grade of planting areas prior to planting and after addition of soil additives shall be specified distances below top of adjacent pavement of any kind.- a. Shrub And Ground Cover Areas - 2 inchesbelow C. Add specified chemical soil amendments at specified rates. 1. Roto-till or otherwise mix amendments evenly into top 4 inches of topsoil. 2. Incorporate and leach chemical soil amendments which require leaching, such as gypsum, within such time limits that soil is sufficiently dry to allow proper application of fertilizer and soil conditioners. D. Apply fertilizers and soil conditioners over lawn and planting areas. Roto-till fertilizer and soil conditioner into top 4 inches of top soil until homogeneous mixture results. E. After landscape areas have been prepared, take no heavy objects over them except lawn rollers. Immediately before planting lawn and with top soil in semi-dry condition, roll lawn planting ar- eas in two directions at approximately right angles with water ballast roller weighing 100 to 300 lbs according to soil type. Rake or scarify and cut or fill irregularities that develop as required until area is true and uniform, free from lumps, depressions, and irregularities. EXTERIOR PLANT MATERIALS 02930- 4 Front Street Wall Exterior Landscaping 3.3 INSTALLATION A. Excavation 1. If underground construction work or obstructions are encountered in excavation of planting holes, Landscape Architect will select alternate locations. 2. Plant Excavation Size - a. Diameter - Twice diameter of root ball or container minimum. b. Depth- 1) Shrubs - Deep enough to allow 6 inches minimum of tamped planting mix be- neath root ball. 2) Trees - 12 inchesminimum deeper than bottom of root ball. 3. Unless excavated material meets topsoil requirements as specified in Section 02312, re- move from landscape areas and do not use for landscaping purposes. 4. Roughen sides and bottoms of excavations. 5. After tree planting holes are excavated to proper depth, auger 8 inch diameter hole 6 feet- deep in center of each excavation and fill with tamped sand. 6. Fill holes to receive shrubs with tamped planting mix sufficient to bring plant to proper elevation after watering and settling. In holes to receive trees, provide mound oftamped planting mix of height sufficient to bring tree to proper elevation. B. Planting 1. Before planting, fill hole with water and verify that water drains away within two hours. Inform Landscape Architect in writing if water does not drain properly. Do not planttrees or shrubs in holes that do not properly drain. 2. Removing Binders And Containers a. Remove wire basket, burlap, plastic, and twine binders from around root ball. b. Remove wood boxes from around root ball. Remove box bottoms before positioning plant in hole. After plant is partially planted, remove remainder of box without injur- ing root ball. 3. Plant immediately after removing binding material and containers. Place trees and shrubs in holes so, after watering and settling, top of root ball shall be approximately one inch higher than finished grade. 4. Properly cut off broken or frayed roots. 5. Center plant in hole and backfill with specified planting mix. Except in heavy clay soils, make ring of mounded soil around hole's perimeter to form watering basin. 6. Add planting tablets in plant pit as follows. Place tablets in relation to root ball as recom- mended by Manufacturer. a. One GallonShrub - 1 tablet b. 5 GallonShrub / Tree - 3 tablets c. 15 GallonTree - 4 tablets d. 24 inch Tree - 6 Tablets 7. Settle by firming and watering to bring top of ball down to one inch higher than surround- ing soil. 8. Do not use muddy soil for backfilling. 9. Make adjustments in positions of plants as directed by Architect. 10. Thoroughly water trees and shrubs immediately after planting. 11. At base of each tree, leave 36 inchdiameter circle free of any grass. C. Supports for New Trees 1. Provide new supports for trees noted on Drawings to be staked. a. Remove nursery stakes delivered with and attached to trees. EXTERIOR PLANT MATERIALS 02930- 5 Front Street Wall Exterior Landscaping D. Ground Covers: Container-grown unless otherwise specified on Drawings. Space evenly to produce a uniform visual effect, staggered in rows and intervals shown on drawings, using tri- angular spacing. E. Post Planting Weed Control 1. Apply specified pre-emergent herbicide to shrub and ground cover planting areas and grass- free areas at tree bases after completion of planting. 2. Areas shall be free of existing weed growth prior to application of herbicide. F. Mulching 1. After application of herbicide, mulch shrub and ground cover planting areas with 2 inch- deep layer of specified top dressing mulch. 2. Cover grass-free area at tree bases with 2 inches of top dressing mulch. 3. Place top dressing mulch to uniform depth and rake to neat finished appearance. 3.4 INSPECTION A. Inspection: Architect will inspect landscaping installation approximately 2 weeks before Sub- stantial Completion. Replace landscaping that is dead or appears dead as directed by Architect within 10 days of notification and before Substantial Completion. 3.5 ADJUSTING A. Replace damaged plantings at no additional cost to Owner. 3.6 CLEANING A. Immediately clean up soil or debris spilled onto pavement and dispose of deleterious materials. 3.7 PROTECTION A. Protect planted areas against traffic or other use immediately after planting is completed by placing adequate warning signs and barricades. END OF SECTION EXTERIOR PLANT MATERIALS 02930- 6 Front Street Wall Exterior Landscaping SECTION 02813 - UNDERGROUND AUTOMATIC IRRIGATION SYSTEM PART 1 - GENERAL 1.1 SUMMARY A. Includes But Not Limited To 1. Furnish and install underground sprinkler irrigation system as described in Contract Documents complete with accessories necessary for proper function. B. Related Sections 4. Section 02930 - Exterior Plant Materials 1.2 SUBMITTALS A. Product Data 1. 3 copies of manufacturer's cut sheets for each element of system. 2. 3 copies parts lists for operating elements of system. 3. 3 copies manufacturer's printed literature on operation and maintenance of operating ele- ments of system. B. Quality Assurance / Control - Results of service pressure test before beginning work on sys- tem. C. Closeout 1. Record Drawings - a. As installation occurs, prepare accurate record drawing to be submitted before final inspection, including - 1) Detail and dimension changes made during construction. 2) Significant details and dimensions not shown in original Contract Documents. 3) Field dimensioned locations of valve boxes, manual drains, quick-coupler valves, control wire runs not in mainline ditch, and both ends of sleeves. 4) Take dimensions from permanent constructed surfaces or edges located at or above finish grade. 5) Take and record dimensions at time of installation. b. Reduce drafted copy of record drawing to half-size, color key circuits, and laminate both sides with 5 mil thick or heavier plastic. Provide to Owner as directed by Land- scape Architect. 2. Operations And Maintenance Manual Data - a. Provide instruction manual as follows - I) Instruction manual which lists complete instructions for system operation and maintenance, including winterizing. Also provide manufacturer's cut sheets for all installed products. 2) Complete instructions on how to drain entire backflow preventer to prevent freezing. UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 1 Front Street Wall Exterior Landscaping 1.3 QUALITY ASSURANCE A. Qualifications 1. Use only trained personnel familiar with required irrigation system installation procedures. 2. Perform installation under direction of foreman or supervisor with five years minimum ex- perience in sprinkling system installations. B. Regulatory Requirements - Work and materials shall be in accordance with latest Sunland rules and regulations, and other applicable state or local laws. Nothing in Contract Documents is to be construed to permit work not conforming to these codes. C. Pre-Installation Conference - Schedule pre-installation conference after excavation of trenches and installation of sleeves, but before installation of pipe 1.4 DELIVERY, STORAGE, AND HANDLING A. During delivery, installation and storage protect materials from damage and prolonged exposure to sunlight. 1.5 SEQUENCING A. Verify with Owner the location of pre-existing sleeve locations underneath existing cast-in- place concrete site elements and paving 1.6 WARRANTY A. One year guarantee shall include: 1. Filling and repairing depressions and replacing plantings due to settlement of irrigation trenches. 2. Adjusting system to supply proper coverage of areas to receive water. 3. Ensuring system can be adequately winterized. 4. Repair of all aspects of the system that may be related to contractor installed elements. 1.7 OWNER'S INSTRUCTIONS A. After system is installed and approved, instruct Owner in complete operation and maintenance procedures 1.8 MAINTENANCE A. Extra Materials 1. Furnish following items at Substantial Completion Meeting - a. One heavy-duty key for main shut-off valve. b. Two valve box cover keys. c. One quick coupler key with brass hose swivel for each quick coupler. d. 5 each of each different type of head used. e. One each of each size of automatic valve used. B. Maintenance Service 1. Train Owner for how to winterize entire UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 2 Front Street Wall Exterior Landscaping PART 2 PRODUCTS 2.1 MATERIALS A. Rock-Free Soil 1. Backfill soil around PVC pipe. 2. Soil having rocks no larger than 1/4 inchin any dimension. 3. Sand - Fine granular material naturally produced by rock disintegration and free from or- ganic material, mica, loam, clay, and other deleterious substances B. Drain Rock 1. For use around drains, & valves. 2. 3/4 inchmaximum round, washed rock. C. Native Material - Soil native to project site free of wood and other deleterious materials and rocks over 3/4 inches D. Topsoil - Existing in-place topsoil material. Remove rocks, roots, sticks, clods, debris, and other foreign matter over 3/4 incheslongest dimension encountered during trenching. 2.2 COMPONENTS A. Pipe, Pipe Fittings, And Connections 1. Pipe shall be continuously and permanently marked with Manufacturer's name, size, schedule, type, and working pressure. 2. Pipe sizes shown on Drawings are minimum. Larger sizes may be substituted without ad- ditional cost to Owner. 3. Pipe- a. Main Lines - Sch 40, ASTM D2241, 4" minimum b. Lateral Lines - Class 200, ASTM D2241, 3/4" minimum c. Backflow Assembly Piping - Red brass 4. Fittings - Sch 40, except where detailed otherwise 5. Sleeves- a. Under Paving - Schedule 40 PVC Pipe. b. All Other - Class 200 PVC Pipe. c. Sleeve diameter shall be two times larger than pipe installed in sleeve or 3" minimum. B. Sprinkler Heads 1. All irrigation products to be of one manufacture. Substitutions by prior approval to bid- ding only. 2. Conform to requirements shown on Drawings as to type, size, radius of throw, pressure, and discharge. 3. Sprinkler heads to be manufactured by Rainbird as listed below. b. Shrub pop-up spray heads - Rainbird 1812 series - nozzled as specified on drawings or as required. C. Sprinkler Risers 1. All sprinklers shall have adjustable riser assembly, three-ell, swing joint assembly, unless detailed otherwise on Drawings. Horizontal nipple parallel to side of lateral line shall be 8 inches long minimum. All other nipples on swing joint riser shall be of length required for proper installation of sprinkler heads. UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 3 Front Street Wall Exterior Landscaping 2. Pop-up sprinkler heads, shrub spray heads, and bubbler heads- a. Three schedule 40 street ells or Marlex street ells connected to lateral tee to form an adjustable riser or pop-up riser as detailed. b. Risers for sprinkler heads 14 incheslong minimum and 24 inchesmaximum. D. Automatic Sprinkler Control Wiring And Controller 1. Control wire shall be UF-UL listed, color coded PVC insulated copper conductor direct burial size 14. Copper conductor shall meet or exceed ASTM B 3 specifications. All colors must be available. 2. Waterproof Wire Connectors - a. Acceptable Products - 1) DBY or DBR by 3M 3. Automatic Controller - Rainbird E-3, pedistal mount as directed by Architect. E. Valves 1. All irrigation products to be of one manufacture. Substitutions by prior approval to bid- ding only. 2. Manual Drain Valves - Brass ball valve with 'T' handle on main lines and in valve boxes on lateral lines. 3. Electric Valves - Rainbird 150-PEB PRS-D, sized as specified on drawings. 4. Gate Valves- a. Bronze construction, angle type, 150 pound class, threaded connections, with cross- type operating handle designed to receive operating key. b. Quality Standard - Nibco T-I13 non-rising stem gate valve. 5. Backflow Preventer - Febco 850 Double Check Valve or as required by local code. 1 W', provide blowout assembly and gate valves. 6. Quick Coupling Valve - Hunter QVC-I00, QVC 1 o OK, HS-I00 F. Valve Accessories 1. Valve Boxes - a. Rectangular heavy duty b. Lock top or snap top lids. c. Jumbo size d. Use extensions as required. e. Acceptable Manufacturers - 1) Carson Industries 2) Plymouth Products, Div Ametek 2. Valve Box Supports - Standard size fired clay paving bricks without holes. 3. Wire Labels.;. Panduit clip-on markers. GMACT ACETAL, Model PCA-XXX. 4. Valve Labels.;. Panduit Marker Plate MP-350-C (White) with weather-resistant cable tie. Use Panduit PX-O marking pens (Black). G. Other Components 1. Recommended by Manufacturer and subject to Architect's review and acceptance before installation. 2. Provide components necessary to complete system and make operational. UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 4 Front Street Wall Exterior Landscaping 2.4 MANUFACTURERS A. Carson Industries LLC, Glendora, CA (800) 735-5566 or (909) 592-6272 www.carsonind.com B. Nibco Inc, Elkhart, IN (800) 234-0227 or (219) 295-3000 www.nibco.com C. Plymouth Products, Div Ametek, Sheboygan, I\1I (800) 645-5426 or (920) 457-9435 www.plymouthwater.com D. Hunter Industries, http://www.hunterindustries.com/ E. 3M, Austin, TX (800) 276-0049 www.3m.com/elpd PART 3 EXECUTION 3.1 EXAI\1INATION A. Site Verification Of Conditions - Perform pressure test at stub-out on main water line provided for irrigation system, or at near-by fire hydrant. Notify Landscape Architect of pressure. 3.2 PREPARATION A. Protection 1. Repair or replace work of this Section damaged during course of the Work at no additional cost to Owner. If damaged work is new, repair or replacement shall be performed by in- staller of original work. 2. Do not cut existing tree roots measuring over 2 inchesin diameter in order to install sprin- kler lines. B. Layout of Irrigation Heads, Piping, and Valves- 1. Location of heads and piping shown on Drawings is schematic. Actual placement may vary slightly as required to achieve full, even coverage without spraying onto buildings, sidewalks, fences, etc. 2. During layout, consult with Landscape Architect to verify proper placement and make rec- ommendations, where revisions are advisable. 3. Minor adjustments in system layout will be permitted to avoid existing fixed obstructions. 4. Make certain changes are documented on record drawings. 5. Where more than one valve is located in the same location, only one tee shall be installed from the mainline. The tee shall be sized as if the zones will be operating simultaneously with water velocity no more than 5 feet per second. Valves are encouraged to be mani- folded. One valve per valve box. 3.3 INSTALLATION A. Trenching And Backfilling 1. Pulling of pipe is not permitted. 2. Excavate trenches to specified depth. Remove rocks larger than 1/4 inchin any direction from bottom of trench. Separate out rocks larger than 1/4 inchin any direction uncovered in trenching operation from excavated material and remove from areas to receive landscap- mg. 3. Cover pipe both top and sides with 2 inchesofrock-free soil as specified under PRODUCTS. Remainder of backfill to within 5 inchesoffinish grade shall be as specified. Top 5 inchesofbackfill shall be topsoil as specified. 4. Do not cover pressure main, sprinkler pipe, or fittings until Landscape Architect has in- spected and approved system. UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 5 Pront Street Wall Exterior Landscaping 5. Do not backfill pipe with a surface temperature of over 600p or which has been exposed to continuous sunlight for over 3 hours. Water cool pipe that exceeds this limit before backfilling. B. Sleeving 1. Sleeves are preinstalled, verify locations with Owner. 2. New sleeves for water lines and control wires under walks and paving as needed. Extend sleeves 6 inchesminimum beyond walk or pavement edge. Cap sleeves until pipes and wires are installed to keep sleeve clean and free of dirt and debris. 3. Position sleeves with respect to buildings and other obstructions so pipe can be easily in- stalled and removed. C. Grades And Draining 1. Grade piping so system can be completely drained. a. Install drains at all low points in mainline. Drains will be installed at no cost to owner. b. Slope pipe to a minimum number of low points. At these low points, install: 1) 3/4 inchbrass ball valve for manual drain. Do not use automatic drain valves 2) Install 2 inchClass 200 PVC pipe over top of drain and cut at finish grade. 3) Provide rubber valve cap marker. 4) Provide one cu ftpea gravel sump at outlet of each drain. c. Slope pipes under parking areas or driveways to drain outside these areas. d. Provide and install quick-coupling valve or valves in location for easy blowout of en- tire system. Install quick coupler valves with 4 lineal feet minimum of galvanized pipe between valve and main line. D. Installation of Pipe 1. Install pipe in manner to provide for expansion and contraction as recommended by Manu- facturer. 2. Unless otherwise indicated on Drawings, install main lines and lateral lines under with minimum of 12 inchesof cover based on finish grade. 3. Install pipe and wires under driveway in specified sleeves. 4. Locate no sprinkler head closer than 6 inches from building foundation. Heads immedi- ately adjacent to, walks, paving and driveway shall be one inchbelow top of paved areas and have one to 2 inchesclearance between head and paved areas. 5. Cut plastic pipe square. Remove burrs at cut ends before installation so unobstructed flow will result. 6. Make solvent weld joints as follows- a. Do not make solvent weld joints if ambient temperature is below 35 deg P. b. Clean mating pipe and fitting with clean, dry cloth and apply one coat of manufacture approved primer to each. c. Apply uniform coat of solvent to outside of pipe. d. Apply solvent to fitting in similar manner. e. Give pipe or fitting a quarter turn to insure even distribution of solvent and make sure pipe is inserted to full depth of fitting socket. f. Allow joints to set at least 24 hours before applying pressure to PVC pipe. 7. Tape threaded connections with teflon tape. 8. If pipe is larger than 4 inches, install concrete thrust blocks wherever change of direction occurs on PVC main pressure lines, unless otherwise detailed on Drawings. UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 6 Front Street Wall Exterior Landscaping E. Control Valves and Controller 1. Install controller, control wires, and valves in accordance with Manufacturer's recommen- dations and according to electrical code. 2. Install valves in plastic boxes with reinforced heavy duty plastic covers. Locate valve boxes within 12 inches of mainlines, sidewalks and shrub bed edges with tops at finish grade. Do not install more than one valve in single box. 3. Place 3 inchesminimum of pea gravel below bricks supporting valve boxes to drain box. Set valve boxes over valve so all parts of valve can be reached for service. Set cover of valve box even with finish grade. Valve box cavity shall have drain rock in bottom per de- tails. 4. Wiring a. Loop one foot of control wire at side of main line every 10 feet. b. Use waterproof wire connectors at splices and locate all splices within valve boxes. c. Use white color for common wire and other colors for all other wire. Each common wire may serve only one controller. No splices in hot wire allowed between valve box and controller. Provide separate hot wire to each automatic valve. Common ground wire acceptable, if conforming to valve manufacturer's wiring instructions and sized to allow for simultaneous operation of up to 4 valves. Common ground wire shall be labeled at controller to indicate valves served. If wire is not continuous, at splices label wire as to valves served. Splices shall be made at valve box locations only. Each common wire may serve valves actuated from one controller only. d. One unconnected spare control wire is to be run through all control valve boxes, from controller. Label wire with valve numbers at controller. Spares shall not be used for current construction. Extend extra control wires 24 inchesand leave coiled in each valve box. e. The control wires shall be color coded as follows: Common Ground wire - White with associated striping. One color stripe per controller. Hot wire - Varies: All wire per controller shall be one color. Each controller in one location shall have a separate color. Spare Control wire - Red (reserved for spares). f. Automatic controller electrical wiring shall be installed in a clean, professional manner and shall conform to all governing codes and highest electrical standards. Provide to Owner as a complete, fully approved, operating system F. Backflow Preventer 1. Install 24 inchesminimum from structures or hardscaping. 2. When installed adjacent to any structure, mount test cocks on side away from structure. 3. After installation, remove handles and turn over to Owner together with extra maintenance materials. 4. Install per Code. G. Sprinkler Heads 1. Before installation of sprinkler heads, open control valves and use full head of water to flush out system. 2. Set sprinkler heads and quick-coupling valves perpendicular to finish grade. 3. Do not install sprinklers using side inlets. Install using base inlets only, unless approved otherwise in writing by Landscape Architect. 4. Set sprinkler heads at a consistent distance from existing walks, curbs, and other paved ar- eas and to grade indicated herein. UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 7 Front Street Wall Exterior Landscaping 5. Adjust sprinkler heads to have uniform distances between sprinklers for area that the sprinklers are being installed. H. Arrange valve stations to operate in an easy-to-view progressive sequence around building. Tag valves with waterproof labels showing final sequence station assignments. 3.4 FIELD QUALITY CONTROL A. Site Tests - Before backfilling system, test pressure lines at 125 psiminimum for 1 hours minimum and make certain there are no leaks. Notify Landscape Architect 2 working days minimum before conducting test. B. Inspections - Landscape Architect's irrigation design consultant, or certified water auditor rec- ommended by consultant and approved in writing by Landscape Architect, will review irriga- tion system before substantial completion. Upon approval of system, reviewer will provide signed acceptance certificate to be included in Operations and Maintenance Manual. Certificate will include name and signature of reviewer, reviewer's company, date of review, and re- viewer's telephone number. 3.5 ADmSTING A. Adjust heads to proper grade when turf is sufficiently established to allow walking on it without appreciable harm. Such lowering or raising of heads shall be part of original Contract with no additional cost to Owner. B. Adjust sprinkler heads for proper distribution and trim so spray does not fall on building and other structures. C. Adjust watering time of valves to provide proper amounts of water to all plants. D. Provide watering times to owner for range of temperatures to be encountered. E. Complete cycle tests shall include at least two different automatic start time settings on controller so that all controls shall be thoroughly checked for proper operation under typical operating conditions. Before Preliminary Acceptance, completely operate each zone in the presence of Landscape Architect to verifY coverage. END OF SECTION UNDERGROUND AUTOMATIC IRRIGATION SYSTEM 02813 - 8 BENEFIT CODE KEY - EFFECTIVE 03-03-06 ************************************************************************************************************************ OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. 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 HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDA YS SHALL BE P AID 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 ATONE 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 HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND ALL HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS OVER TEN (10) HOURS ON 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 HOURLY RATE OF WAGE MONDAY THROUGH FRIDAY, 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-HALFTIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY 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 HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 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 HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID ATONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY - EFFECTIVE 03-03-06 -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 HOURLY 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 W AGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED AFTER 6 OOPM SA TURDA Y TO 600AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U ALL HOURS WORKED ON SA TURDA YS SHALL BE P AID AT ONE 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 P AID AT DOUBLE THE HOURLY RATE OF WAGE W. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DAYS) SHALL BE P AID 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 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE 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 AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE P AID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON 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. 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 HOURLY RATE OF WAGE. J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, BENEFIT CODE KEY - EFFECTIVE 03-03-06 -3- 2 K. INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 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 HOURL Y RATE OF WAGE 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY 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 HOLIDA YS' 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 FRIDA Y AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDAYS' 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. 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, AND CHRISTMAS DAY (I I). G. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) J. HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DA Y, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (9). P. HOLIDAYS 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 1/2). 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 (10) BENEFIT CODE KEY - EFFECTIVE 03-03-06 -4- 5 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). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 6. A PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDA YS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). 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. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDA YS 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. HOLIDA YS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9) V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, 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 DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. 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 BENEFIT CODE KEY - EFFECTIVE 03-03-06 -5- 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 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMA T PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $0.75, LEVEL B: $0 50, AND LEVEL C: $0.25 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A & B: $1.00, LEVELS C & D. $0 50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0 25. 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 fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL Page 1 PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code $33.46 $46.32 $41.17 $14.67 $40.23 $40.07 $40.07 $40.17 $40.22 $40.20 $40 20 $40.20 $41 07 $40 27 $40.20 $40.20 $40 20 $40.20 $33 46 $83.19 $39.51 $40.77 $40.28 $40 77 $40.82 $42.34 $40.28 $40 77 $40.40 $40 29 $9.37 1N 5D 1C 5N 1M 5A 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1N 5D 1M 5D 8A 1M 5D 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1E 5P CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See 8enefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER $50.60 10 5A CABLE SPLICER (TUNNEL) $54.40 10 5A CERTIFIED WELDER $48.88 10 5A CERTIFIED WELDER (TUNNEL) $52.50 10 5A CONSTRUCTION STOCK PERSON $26.72 10 5A JOURNEY LEVEL $47.15 10 5A JOURNEY LEVEL (TUNNEL) $50.60 10 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL L1NEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47.88 4A 5A POWDER PERSON $36.75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $1207 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $1350 FENCE ERECTORS FENCE ERECTOR $1380 FENCE LA80RER $11 60 FLAGGERS JOURNEY LEVEL $28.78 1N 5D GLAZIERS JOURNEY LEVEL $41.15 1H 5G HEAT & FROST INSULATORS AND AS8ESTOS WORKERS MECHANIC $43.68 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $33 94 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $907 INLAND 80ATMEN CAPTAIN $36 83 1K 58 COOK $31.21 1K 5B DECKHAND $30.58 1K 58 ENGINEER/DECKHAND $33.25 1K 58 MATE, LAUNCH OPERATOR $34.87 1K 58 Page 2 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (i e., dusting, vacuuming, Window cleaning; NOT construction debris cleanup) FINE GRADERS FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code $9.73 $11.48 $12.78 $7.63 $10.53 $20 50 $44.61 $33.94 $33 46 $28.78 $33.46 $33.46 $33.46 $33.46 $34.30 $33.94 $33 46 $33.46 $33.94 $33.46 $33 46 $33.46 $33 46 $33 94 $33 46 $33.94 $28 78 $33 46 $33.46 $33.46 $34.30 $33.94 $34.30 $33 46 $33.46 $33.46 $33.94 $26.46 $33 46 $28.78 $33.46 $33.46 $33.46 $33.94 $33.46 $33.46 10 5A 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIERlMORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUDMAN MATERIAL YARDMAN MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN RODDER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20") SLOPER SPRA YMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAILER TRACK LABORER TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR VINYL SEAMER WELDER WELL-POINT LABORER Page 4 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code $33.46 1N 5D $34.30 1N 5D $33.94 1N 5D $33.46 1N 5D $34.30 1N 5D $33.94 1N 5D $33.94 1N 5D $33.94 1N 5D $33.94 1N 5D $33.46 1N 5D $34 30 1N 5D $33.94 1N 5D $33.94 1N 5D $28.78 1N 5D $33.94 1N 5D $33.94 1N 5D $33 94 1N 5D $34 30 1N 5D $33.94 1N 5D $33 46 1N 5D $34.30 1N 5D $33.46 1N 5D $33 94 1N 5D $33 94 1N 5D $34.30 1N 5D $33 46 1N 5D $33.94 1N 5D $33.46 1N 5D $33.46 1N 5D $33.46 1N 5D $33.94 1N 5D $33.46 1N 5D $33.94 1N 5D $33.94 1N 5D $33.46 1N 5D $33.46 1N 5D $33.94 1N 5D $33.94 1N 5D $33 46 1N 5D $33 46 1N 5D $33 46 1N 5D $33.94 1N 5D $33 46 1N 5D $33.94 1N 5D $33.46 1N 5D $33.94 1N 5D $33.46 1N 5D $33.46 1N 5D $33.94 1N 5D CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $33.46 1N 5D PIPE LAYER $33.94 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 LANDSCAPING OR PLANTING LABORERS $7.93 LATHERS JOURNEY LEVEL $40.22 1M 5D METAL FABRICATION (IN SHOP) FITTER/WELDER $1516 LABORER $11.13 MACHINE OPERATOR $10.66 PAINTER $11.41 PAINTERS JOURNEY LEVEL $32 63 2B 5A PLASTERERS JOURNEY LEVEL $25 83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $53 39 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38.42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $41.12 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41.59 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $42 13 1T 5D 8L BACKHOES, (75 HP & UNDER) $40 71 1T 5D 8L BACKHOES, (OVER 75 HP) $41 12 1T 5D 8L BARRIER MACHINE (ZIPPER) $41 12 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $4112 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $40.71 1T 5D 8L BOBCAT (SKID STEER) $38.42 1T 5D 8L BROOMS $38 42 1T 5D 8L BUMP CUTTER $41 12 1T 5D 8L CABLEWAYS $41.59 1T 5D 8L CHIPPER $4112 1T 5D 8L COMPRESSORS $38.42 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $38.42 1T 5D 8L CONCRETE PUMPS $40.71 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41 .12 1T 5D 8L CONVEYORS $40.71 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40.71 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $41.59 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $42.13 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42.68 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $38 42 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $40.71 1T 5D 8L Page 5 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43.22 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $41.12 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $41.59 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $42.13 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $42.13 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $42.68 1T 5D 8L CRUSHERS $41.12 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $41.12 1T 5D 8L DERRICK, BUILDING $41.59 1T 5D 8L DOZERS, D-9 & UNDER $40.71 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40.71 1T 5D 8L DRILLING MACHINE $41.12 1T 5D 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $38.42 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $40.71 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $41.12 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $40.71 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 5D 8L GRADE ENGINEER $40.71 1T 5D 8L GRADECHECKER AND STAKEMAN $38.42 1T 5D 8L GUARDRAIL PUNCH $41.12 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $40.71 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $41.12 1T 5D 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $38.42 1T 5D 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $40 71 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $41.59 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $42.13 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $41.12 1T 5D 8L LOCOMOTIVES, ALL $41.12 1T 5D 8L MECHANICS, ALL $41.59 1T 5D 8L MIXERS, ASPHALT PLANT $41.12 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $41.12 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $40.71 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41 59 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $38.42 1T 5D 8L OPERATOR PAVEMENT BREAKER $38.42 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $40.71 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 1T 5D 8L POWER PLANT $38.42 1T 5D 8L PUMPS, WATER $38.42 1T 5D 8L QUAD 9, D-10, AND HD-41 $41.59 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 1T 5D 8L EQUIP RIGGER AND BELLMAN $38.42 1T 5D 8L ROLLAGON $41.59 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $38 42 1T 5D 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $40 71 1T 5D 8L ROTO-MILL, ROTO-GRINDER $41.12 1T 5D 8L SAWS, CONCRETE $40.71 1T 5D 8L Page 6 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** ClassIfication SCRAPERS - SELF PROPEllED, HARD TAil END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YO) SCRAPERS - SELF PROPELLED, HARD TAil END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY All SCREED MAN SHOTCRETE GUNITE SLlPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, All TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OilER/DRIVER ( UNDER 100 TON) TRUCK CRANE OilER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS, FARMAll TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY lEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY lEVEL RESIDENTIAL CARPENTERS JOURNEY lEVEL RESIDENTIAL CEMENT MASONS JOURNEY lEVEL RESIDENTIAL DRYWAll TAPERS JOURNEY lEVEL RESIDENTIAL ELECTRICIANS JOURNEY lEVEL RESIDENTIAL GLAZIERS JOURNEY lEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL lABORERS JOURNEY lEVEL RESIDENTIAL PAINTERS JOURNEY lEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY lEVEL Page 7 PREVAILING WAGE $41.12 $41.59 $40.71 $41.12 $38.42 $41 59 $41.12 $41.12 $40.71 $40.71 $41.12 $41.12 $41.59 $40.71 $40.71 $41.12 $41.12 $38.42 $41 12 $34.75 $33.00 $33 43 $31.10 $23.43 $27 68 $41.17 $1785 $25.63 $18.00 $27.78 $16.84 $9.86 $18.08 $15.97 $14.60 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 1T 50 8l 4A 4A 4A 4A 4A 5A 5A 5A 5A 5A 1M 5A CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING JOURNEY LEVEL $51.01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $31.02 1E 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.22 1E 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $1929 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 1D 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER/GROUND PERSON $1622 2B 5A INSTALLER (REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER I $28.92 2B 5A SPECIAL APPARATUS INSTALLER II $28.34 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.92 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.90 2B 5A TELEVISION GROUND PERSON $15.39 2B 5A TELEVISION L1NEPERSON/INSTALLER $20.45 2B 5A TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A TELEVISION TECHNICIAN $21.88 2B 5A TREE TRIMMER $26.90 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $38.43 1B 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $32 26 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33.40 1K 5A Page 8 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) ASPHALT MIX (OVER 16 YARDS) DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER PREVAILING WAGE (See Benefit Code Key) Over Time Code Holiday Code Note Code $37.94 $38.52 $20.23 $20.23 $38 52 $23.73 $11.60 $9.45 $11.60 1T 1T 1 1 1T 1 5D 8L 5D 5D 8L 8L Page 9