Loading...
HomeMy WebLinkAbout4.323 Original ContractI I I I I I I I I I I I I I I 1 I I 1 For information regarding this project, contact. Terry Dahlquist, City of Port Angeles 360- 417 -4702 PROJECT MANUAL for TREE TRIMMING 2009 PROJECT NO. WF- 98935/01 CITY OF PORT ANGELES WASHINGTON JULY 2009 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN SPERR, P.E , DEPUTY DIRECTOR OF ENGINEERING SERVICES 4.3023 P7, / eared by: ,CSt�uK� -- F,fojectngineer PROJECT MANUAL for TREE TRIMMING 2009 PROJECT NO. WF -98935 r � pO RTAA, N„,„„, ,,,,. "0 11,- NIGNINair y til wilvia•=1111111r, " OAKS AND CITY OF PORT ANGELES WASHINGTON JULY 2009 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Revie Deputy Di ctor U ity A orney �1 jTdeppr PART I CONTRACT REQUIREMENTS: PART II PROJECT MANUAL TABLE OF CONTENTS TREE TRIMMING 2009 WORK REQUEST NO. 98935 -1 Advertisement for Bids i Information for Bidders ii Contractor's Checklist 1 -1 Non - Collusion Affidavit 1 -2 Contractor's Construction Experience 1 -3 Bid Form 1 -4 CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 2 -1 Performance and Payment Bond 2 -7 Certificate of Insurance [provided by bidder] Statement of Intent to pay Prevailing Wages [WA Dept of Labor & Industries] PART III SPECIAL PROVISIONS Special Provisions 3 -1 PART IV FORMS Change Order Form Contractor's Application for Payment Form ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING I I I I I I 1 I I I I I I I I 1 I I I Glenn A. Cutler, P.E. Director of Public Works & Utilities ADVERTISEMENT FOR BIDS Tree Trimming PROJECT WF- 98935/01 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, July 28, 2009, and not later, and will then and there be opened and publicly read at that time for the construction of the following improvements: Trim and remove trees at various locations around Port Angeles to provide proper clearances to overhead power lines. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 - 4700). Bids will be for an hourly rate, not to exceed $50,000 total contract cost. Bidders must be certified to work near energized 12,470 volt overhead power distribution lines. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. i INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner "), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS Bids submitted by FAX will not be considered. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewntten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authonzed postponement thereof Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re- advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin in September, and be completed by the end of October, 2009. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them) The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued on or around September 1, 2009. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. i i I I I I I I I I I I I I I I I I I I I PART I CONTRACT REQUIREMENTS CONTRACTOR'S CHECKLIST 1. Have the bid forms been properly signed? 2. Do the written amounts of the contract forms agree with the amounts shown in figures? 3. Have you quoted on all items? 4. Has the non - collusion affidavit been properly executed? 5. Have you shown your UBI number on the bid form? 6. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW and shown registration number on the bid form? 7. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract - To be executed by the successful contractor and the City. B. Performance bond - To be executed on the form provided by Owner, by the successful contractor and its surety company. To include name. contact and phone number. and address of surety and power of attorney of sianatorv. C. Insurance certificate(s) - To be executed on a form that complies with the specifications. D. Washington Department of Labor and Industries "Statement of Intent to Pay Prevailing Wages" Form No. F700- 029 -000. STATE OF WASHINGTON COUNTY OF CLALLAM NON - COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Signature of Bidder /Contractor Subscribed and sworn to before me this ° day of JAVl 1 -2 n �vw�Ltroc Notary Public in and for the State of Washington. Residing at YQl*a1Q-C , \NA My Comm. Exp.: ! t ) I Page 7 Non - Collusion Affidavit Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com - Always Verify Scale , 2009. . `+iKS fONe" CONTRACTOR'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of contractor Asplundh Tree Expert Co. 2. Registration Number ASPLUTE246DZ 3 Permanent main office address: 7524 NE 175th Street, Kenmore, WA 98028 4 When organized: 1928 5 Where incorporated: 1928 6 How many years have you been engaged in the contracting business under your present firm name? 81 7. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. Giro Ai —FmnH R 8. * General character of work performed by your company: Tree Trimming & Brushing. Right —of —Way Clearing, Herbicide Application, stump Grinding 9 * Have you ever failed to complete any work awarded to you? Nn If so, where and why? 10. * Have you ever defaulted on a contract? No 11. * List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed, contact name and phone number. See Attached 12. * List your major equipment available for this contract: See Attached 13 * Experience of contractor in construction work similar to this project in work and importance See AttarhPr9 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes * Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles Title: Vice President Contractor Signature Date. 7 -22 -09 Print Name: Mi rha Kavran 1 -3 I Page 8 Contractor's Construction Experience Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com - Always Verify Scale The bidder hereby proposes to provide a tree - trimming crew with equipment to perform tree trimming, as detailed in the specifications and elsewhere in these documents, including labor, equipment, time and materials, on the terms and conditions herein stated. The total cost of work completed on this project is not to exceed $50,000. 1. Mobilization of crew and equipment to and from Port Angeles: Mobilization Cost $ 300 _ 00 Total Cost $ 300.00 2. Tree Trimming Crew and Equipment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, and Flagger Basic Eauioment: Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. included with Lift Truck BID FORM TREE TRIMMING Project WF -98935 Total hourly price for crew and equipment $ 180.71 3. Start date (ARO) w/ in 10 days of NTP The Contractor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license for the State of Washington, in which the project is located. 5. The Contractor agrees that he has exercised his own judgment regarding the interpretation of surface information, and has utilized all data which he believes is pertinent from the City Electrical Engineering Manager, hereinafter also referred to as the City, and such other source information as the Contractor has determined necessary in arriving at his conclusion 5 Any alterations or exceptions: 1 -4 I Page 9 Bid Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale City of Pt Angeles 2009 Overtime Foreman $ 58.02 $ 104.44 Tree Trimmer $ 51.64 $ 92.96 Flagger $ 45.00 $ 81.00 Lift $ 13.50 $ 18.00 Chip /Dump $ 9.00 $ 9.50 Chipper $ 3.55 $ 6.00 Groundman $ 42.63 $ 76.73 55' Lift $ 13.50 60'170' Lift $ 20.00 80 Lift $ 75.00 92' Lift $ 90.00 100' Lift $ 100.00 Chip /Dump $ 9.00 Chipper $ 3.55 Chain Saw $ 0.65 4x4 Pickup $ 9.50 4x4 Pickup w /tools $ 12.50 Asplundh Tree Expert Co. Confidential 7/22/2009 Page 1 I I I I I I I I I I I I I I I I I I I The Contractor declares that he has carefully examined the specifications and contract documents, hereinafter referred to as the Project Manual, for tree trimming, and that he has satisfied himself as to the types and quantities of materials, the types of equipment, and the conditions of the work involved, allowing that the description of work as included herein is brief and intended only to indicate the general nature of the work, and that this bid is made in accordance with the provisions and terms of the contract included in the Project Manual. The Contractor further warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal, and that the Contractor will provide the necessary tools, equipment, a qualified superintendent, and other employees as required. 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 Asplundh Tree Expert co. Complete address Registration Number UBI Number Telephone No. Signed by Title Printed Name: Date: 7524 NE 175th ST (Street address) Kenmore, WA 98028 (City) (State) (Zip) ASPLUTE246DZ 409 - 019 -409 (425) 483 -9339 Vice President Mick Kavran August 6, 2008 BID FORM TREE TRIMMING Project WF -81614 SIGNATURE PAGE 1 -5 Dated: BID SECURITY TRANSMITTAL FORM Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ which amount is not less than five (5 %) percent of the total bid. Received return of deposit in the sum of $ SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: Travelers Casualty and Surety Asplundh Tree That we, Fxpr?rt r:n as Principal and Company of America as Surety, are held and firmly ly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5 /o) of Amount Bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: TREE TRIMMING 2009 PROJECT WF9893511 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 20th day of July , 2009, Asplundh Tr e Expej )Co. P" cipal DennjL/A Stool VP /Asst. Secretary T elers Casualty and S uret ompany of America Surety Sandra E. Bronson, Attorney -in -Fact 10 Sentry Parkway, Suite 300 Blue Bell, PA 19422 Surety address Chris Vahey 215 - 274 - 1645 Surety Contact and Phone Number Aon Risk Services Central, Inc. Agent 1650 Market St., Ste. 1000 Philadelphia, PA 19103 Agent Address Richard A. Jacobus, 215 - 255 -1879 Agent Contact and Phone Number Page 11 Bid Security Transmittal Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Venry Scale PART II CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) I I I This Contract is made and entered into in duplicate thisay of August, 2009, by and between the City of Port Angeles, a non - charter code city of the State of Washington, hereinafter referred to as "the City", and Asplundh Tree Expert Co., hereinafter referred to as "the Contractor". I WITNESSETH: I I I I I I I I I I I I I I I 9. Scope of Work. PUBLIC WORKS CONTRACT TREE TRIMMING 2009; WORK REQUEST #WF- 98935/01 10. Time for Performance and Liauidated Damaaes. 2 -1 Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: in accordance with and as described in A. this Contract, and B. the Project Manual, which includes the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and /or Special Provisions, hereinafter referred to as "the standard specifications ", and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The City will provide maps indicating the areas to be trimmed. The areas will be pnontized to assure the most urgent is completed first. Work will continue until all designated areas have been trimmed, or the cost reaches the $55,000 contract limit, which ever comes first. At that time, work will cease. 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. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work no earlier than September 1, 2009, and no later than September 30, 2009, and said work shall be physically completed by November 1, 2009, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $90.00 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. Total payment will not exceed $50,000.00, unless modified by Change Order. 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 form(s). 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 Prevailina Waae Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and /or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. 2 -2 I I I I I I I I I I 1 I I I I I I I I B Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance 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: i. 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. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products - completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii Workers' Comoensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products - completed operations aggregate limit. 2 -3 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. 8. Compliance with Laws. 9. Non - discrimination. i. 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. ii. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled or reduced as to coverage by either party, except after forty -five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. F Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 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. 2 -4 I I I I I I I I I I I I I 1 I I I I I 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. 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 pay or 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. I. 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. 2 -5 8. Contract Administration This Contract shall be administered by _R6 8. Interpretation and Venue. By ` ` N. \ \,,, , \/ . Title: Mick Kavran. Vice President Y on behalf of the Contractor and by Terry Dahlquist, Electrical Engineering Manger, on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses. Contractor: City: Asplundh Tree Expert Co 7524 NE 175 Street Kenmore, WA 98028 This Contract shall be interpreted and construed in accordance with the laws of the State of Washington The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: Asplundh Tree Expert Co. By: cti_ or.--4.--7 _C Mayor U ed as to Form: A -, Qv City Attorney � Attest. Appr City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 105328191 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Asplundh Tree Expert Co. as Principal, and Travelers Casualty and Surety 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 $ Fifty Five Thousand and 00/100 Dollars ($55,000.00) 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 Philadelphia Signed this 13th day of August Travelers Casualty and Surety Company of America Surety By . Sandra E. Bronson Attorney -in -Fact Title 10 Sentry Parkway, Ste 300, Blue Bell, PA 19422 Surety Address Chris Vahey (215) 274 - 1500 Surety Contact and Phone Number Pennsylvania , Weettaxgfxa, this 10th day of August , 2009. 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 Asplundh Tree Expert Co. the above bounded Principal, a certain contract, the said contract being numbered WF- 98935/01, and providing for Tree Trimmina - 2009 . (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 Asolundh Tree Expert Co. , 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. , 2009. 2 -7 Asplundh Tree Expert Co. Principal �f By Dennis A. Star($1a Asst. Secretary Title Aon Risk Services Central, Inc. 1650 Market Street, Suite 1000, Philadelphia, PA 19103 Agent Address Richard A Jacobus (215) 255 - 2000 Agent Contact and Phone Number ACO ". PRODUCER Aon Risk Services Central, Inc Philadelphia PA Office One Liberty Place, Suite 1000 Philadelphia, PA 19103 INSURED Asplundh Tree Expert Co 708 Blair Mill Road Willow Grove, PA 190901784 CERTIFICATE OF LIABILITY INSURANCE Region Code: 072 INSURERS AFFORDING COVERAGE INSURERA LIBERTY MUTUAL FIRE INSURANCE COMPANY INSURER B INSURER C LIBERTY INSURANCE CORPORATION INSURERD INSURERE DATE (MM/DD/YY) 8/14/2009 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW NAIC # 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 U MITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LIMITS SHOWN ARE AS REQUESTED I INSR ADD' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR NSRD DATE(MNTODIYYYY) DATE (NM/DDNYYY) A GENERAL LIABIUTY COMMERCIAL GENERAL LIABILITY ❑CLAMS MADE In OCCUR Broad Form Contractual Owners & Contractors Protective A C OTHER GEN'L AGGREGATE LI MT APPLES PER ❑POLICY SI PROJECT ❑ LCC AUTOMOBILE UABL ITV ANY AUTO ALL OWNED AU TOS SCHEDULED AUTOS HIRED AUTOS NON OWNEDAUTOS GARAGE UABLRY ❑ ANY AUTO EXCESS / UMBRELLA LIABILITY ❑ OCCUR ❑ DEDUCTBLE ❑ RETENTION WORKERS' COMPENSATION AND EMPLOYERS LIABILITY CERTIFICATE'HOLDER City of Port Angeles 321 East Fifth Street Port Angeles WA 98362 ACORD 25 (2009/01} CLAIMS MADE ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory n NH) If Yes, de wnbe under SPECIAL PROVISIONS below YIN TB2- 631 -004328 -039 AS2- 631 - 004328 -059 AS1 631 - 004328 189(V1) 8/1/2009 8/1/2010 WA7 -63D- 004328 -019 8/1/2009 8/1/2010 WC7- 631 -004328 -029 WA7 -63D- 004328 -579 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 8/1/2009 8/1/2010 COMBINED SINGLE LIMIT (Ea acadent) AUTHORIZED REPRESENTATIVE The ACORD name a nd logo are registered marks of ACORD EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & AD✓ INJURY GENERAL AGGREGATE PRODUCTS— COMP /OP AGG BODILY INJURY (Per person) BODILY INJURY (Per amdert) PROPERTY DAMAGE (Peracadert) AUTO ONLY— EA ACCIDENT OT THAN AUTO ONLY EACH OCCURRENCE AGGREGATE WCSTATU- ❑ OTHER TORY UMTS LIMITS EA ACC I EL EACH ACCIDENT EL DISEASE — EA EMPLOYEE EL DISEASE— POUCY LIMIT 3,000,000 1,000,000 10,000 3,000,000 3,000,000 3,000,000 1,000,000 1,000,000 1,000,000 1,000,000 2144948015 RE Tree Tnmming 2009 City of Port Angeles is listed as additional insured as required by wntten contract but only according to policy terms, conditions and exclusions for liability arising from operations performed by or on behalf of the named insured The above coverage is considered pnmary as respects other insurance carned by certificate holder CANCELLATION , SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, TEE ISSUING COMPANY WILL '0Vr 0 MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE L , t' e0 T4tz(Sl7( &4mooQxxx mtgm m 4lr`I y{opt ee`rfca , ©1988 -2009 ACORD CORPORATION. Alfrights rese rved;. TRAVELERS.' WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attorney -In Fact No. 220967 Certificate No. 0 0 3 01019 6 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Darella White, Richard G Dicciani, Richard A Jacobus, Mary C O'Leary, Douglas R Wheeler, Maureen McNeill, Wayne G McVaugh, Rosemarie Capone, Elizabeth Marrero, Sandra E Bronson, and Adrienne Seaford of the City of Pbiladt 1phia , State of PPnncylvania , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their.busmess of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions orproceedings allowed by law IN WITNESS WHEREOF, the Companies have caused this instrument to besigned and their` corporate seals to be hereto affixed, this May 2009 at<- >" •y � f ,. day of State of Connecticut City of Hartford ss On this the 13th day of May In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011. 58440 - 5 - 07 Printed in U S A Farmington Casualty Company 1` _ y Fidelity and Guaranty Insurance Company ;, . Fidelity and Guaranty Insurance'Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company 2009 By St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company V i 5Y ORRT.f . t � .SSAL,D George6 Thompson, enior /Tice President , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authonzed so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 13th Mane C Tetreault, Notary Public crow C. d �icctulLi' WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidedty and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wntings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Semor Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or wnting obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -m -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc , Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Sur ty company-cif America; and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power-of , Attorney;ex cuted bysaid.Companies, which is in full force and effect and has not been 1. revoked 1� ��; i :' �_ �� t 11 1 �1 ,.i \,, � 1 `� IN TESTIMONY WHEREOF, I have hereunto set my hand and `a theas of said'Companies this �y��� .i' Kon M JohansoVAssistant Secretary qN J pYr ;N 1 s ,osvo n. 'e _SEAL D) day of WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER OU' 0C1 To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at www.travelersbond com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached • 7oT7L- .`•SETS STATE OF CONI4EGBICUT COUNTY Of 11ARTWORO CITY OF t- ARTFORD -ASSETS tAskt & t VESTED CASH BONDS STOCK INVESTMENT 64COME DUE AND ACCRUED PRO MUM BALANCES NET DEFERRED TAX ASSET MINSURAHCE REC©YERABLE OTHER ASSETS SUBSCftIBEA AND SWORN TO BEFORE ME'Dia 1t0, DM OF APRIL. 2009 TRAVELERS CASUALTY AND SURETY COMPANY OF AVCRICA i1ARTFORD, COt1NECTICUT 061$3 FNANCIAL STATEMENT AS OF DECEMBER 31, 2Fn'i8 CAPITAL STOCK 5,C44A00 145,779,74 3,452,929,381 7,5a6 A213 46,660,631 303,562,155 40,073,233 12-A26,353 86,225,430 UNEARNED PREMIUMS LOSSES LOSS ADIIfSTMEN.T EXPENSES opf4Alssiotis TAXES L{CENSES AND FEES OTHER EXPENSES FUNDS f1EiD UNDER REINSURANCE NCE TREATES Ct1RRENTFRAL FOREIGN INCOME TAXES ftEMTITAHf SANDITEMSNOTALLOCATED AMDUNTSWITHHELD1FIE - fineo try CJMPMNY FOR OTHERS RETS.DACTNE REINSURANCE RESERVE - POLICYHOLDER DIYIDS PROYjStON FOR REINSURANCE CEDED REMNSURAl10E NETPREMIUMSPAYADL.E OTHER'ACCRUED EXPENSES AHD LIABILITIES TOTAL LIABILITIES CAPITAL STOCK PAID IN SURPLUS OTHFR SURPLUS TOTAL SURPLUS TO POLICYHOLDERS TOTAL LIABILT IES & SURPLUS Etac aRUt2ER,T#INC DULY S WORN, SAYS THAT LIE IS CHIEF FINANCIAL OFFICER- TRAVELERS BOND nNANCIAL PRODUCTS, of RAYEtEFISCASUAI ,IY AND SOFtE¥Y COMPANY OF :A,l+t ThAT`TO'TIEBESTOFHIS o*lEDGEAFIUBEi.Xt; T#EEGO C 1S A awe CORRECT STATEW:44T OF THE FktAkOtAL COMMON Of SAID COMPANY AS CF THE 31st DAY OF DE :2000_ CHIEF FINANCIAL OFFICER - BOND & FINANCIAL PRODUCTS LIABHJTIES $ S,JRp(US 3 848309,219 22,95S,W4 276 ,162 52,167,066 43,371,400 29,247.064 145982,816 104,153,9$0 57,573,235 31,564,G4b 11,097,&64 9,605,141 5A62,2 5 (46.467.00) 1 t J021,B28 2261267,253 6,004,000 303,287,402 1 42$.6JE.916 4 1,734;976 318 ?e352 MARIE C. TETREAULT NOtury PIN IC 1Gfi etanth lou £sphiv JuFie 30. 2011 I= MI MN 4,47 • 47s, t • t 1 . 144 : t 1411 • . (.;) (;) (.e) • ••• ''''' J •• ''''' • ;• hi N. • ••)t •'1 •••• • I • • •••• ■ • ••; • 4 6 1.•; . ■ ' *.; ' :..• •• • .0 •:;• • '' .. A g ••••• MN MN MN --- MI . , • (.:7!: • tifitait uf ( • t ij t ijil l 104 ASPLUNDli TREE EXPERT CO.. zi ilsuraure au of tile tztte cif Alasilinilton • Fif OCTOBER 1, 1988 • ' r.partnieltt ?limy 04 ItibilMrici3 Lio9,a19A09 ..; VIDULIX X DIRE croti - Iktvr LAANCe A1MM4S T I IATOR .• ' • " .• • *,; r liatO at Oftjuipia, OCTREILKUV • .** , ' G - : '•:;:::.:.::::::: ...:.• • :. .. • . • ' • ' . : . :.:: ...!:' :::::. • •••... .......................... •.: : ':.•.t.....'.' t' ..... :: jr - .;!. • ....... - i - ' ' 1 .1 , • .. ! ' '..: • • e::4:f.:.!'!■,,,...,...." t;,1/4 ,. .. 41, , v., - ".•,§'• , . . PART III SPECIAL PROVISIONS I I I I I I B. Performance Bond I The Contractor shall provide an executed performance bond for the full contract amount. This I I I I I I I I I I I I SPECIAL PROVISIONS A. Changes in Work The City may, during the progress of this project, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant. Work shall be performed on an hourly basis until the specified maximum amount is reached. If the cost to the Contractor shall be materially increased by any change in scope, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefore to the City prior to the commencement of work in connection with such charge. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. performance bond shall: 1. Be on a City- furnished form. 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington, published by the Office of the Insurance Commissioner. 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and, 4. Guarantee that the surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and b. Of the Contractor (or subcontractors, or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work. The City may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. C. Contractor Default If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor, for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. 3 -1 D. Termination of the Contract In the event that the Contractor persistently or repeatedly refuses or fails to supply competent supervision, enough properly skilled workers, or proper materials, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and serve written notice of intention to terminate the Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate, and the Surety will become responsible for the performance of the work unless otherwise agreed to in writing by the City. The rights and remedies of the City under the Termination of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. E. State Sales Tax The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. F. HOURS OF WORK The hours for on -site work under this contract is limited to Monday through Friday, 7:00 am to 5::00 pm, excluding holidays. G. PAYMENTS The Contractor shall submit payment requests with a completed Application for Payment form, a blank of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. All contract Payments will be made only through an Electronic Fund Transfer. It is the sole responsibility of the Contractor to provide to the City the applicable account information to allow this to occur. ■ 1 I 1 1 I I 1 I 1 s P Mg r4 f cows I I I I I I I I I I I I I I I I I I I CONTRACT CHANGE ORDER (CCO) NO. Project Name Date Contractor Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: Such work will be compensated by: check one or more of the following as applicable [ ] Increase or ] Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and /or adds and /or deletes bid items as follows: Ite Description RFI # m No. 1 Ori g. Re v. 2 Ori g• Re v. Qty Unit $ Cost Per $ Cost Unit Net $ Adj. Cost Days ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE EST. CONTRACT CONTRACT THIS CHANGE ORDERS, INCLUDING AFTER THIS CHANGE CONTRACT ORDER THIS ONE ORDER I I I DAYS: I DAYS: I DAYS: * Amount with applicable sales tax included APPROVED BY: I PROJECT ENGINEER I CITY ENGINEER I CONTRACTOR I PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER I CITY COUNCIL APPROVAL DATE: I I DAYS: SIGNATURE: I I DAYS All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications and special provisions for the type of construction involved. The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project. DATE: CONTRACTOR'S APPLICATION FOR PAYMENT CABLE INJECTION PROJECT PROJECT NO. CL0108/CL0208 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: I to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 2 3 4 5 6 7 8 9 10 11 Original Contract Amount [Excluding Sales Tax] I $ Approved Change Order No(s). [Excluding Sales Tax] I $ Adjusted Contract Amount (1 +2) I $ Value of Work Completed to Date [per attached breakdown] I $ Material Stored on Site [per attached breakdown] I $ Subtotal (4 +5) I $ 8.4% Sales Tax [at 8.3% of subtotal], As Applicable I $ Less Amount Retained [at 5% of subtotal] I $ Subtotal (6 +7 -8) I $ Total Previously Paid [Deduction] I $ AMOUNT DUE THIS REQUEST (9 -10) I $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower - tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of , 20 APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY I I I 1 I I I I I I I I I I I I I I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of 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 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $3812 1H 5D BOILERMAKERS JOURNEY LEVEL $53.37 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $45.05 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $46 32 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $46 16 1M 5D CARPENTER $46.16 1M 5D CREOSOTED MATERIAL $46.26 1M 5D DRYWALL APPLICATOR $46.42 1M 5D FLOOR FINISHER $46.16 1M 5D FLOOR LAYER $46.16 1M 5D FLOOR SANDER $46.16 1M 5D MILLWRIGHT AND MACHINE ERECTORS $47.16 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $46 36 1M 5D SAWFILER $4616 1M 5D SHINGLER $46.16 1M 5D STATIONARY POWER SAW OPERATOR $46 16 1M 5D STATIONARY WOODWORKING TOOLS $46 16 1M 5D CEMENT MASONS JOURNEY LEVEL $38.12 1H 5D DIVERS & TENDERS DIVER $96 81 1M 5D 8A DIVER ON STANDBY $54.19 1M 5D DIVER TENDER $49 84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $47.09 1T 5D 8L ASSISTANT MATE (DECKHAND) $46.58 1T 5D 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN, HYDRAULIC $48.71 1T 5D 8L MAINTENANCE $46 58 1T 5D 8L MATES $47.09 1T 5D 8L OILER $46 71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $46.34 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 Page 1 CLALLAM COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN CAPTAIN COOK DECKHAND ENGINEER/DECKHAND MATE, LAUNCH OPERATOR Page 2 $58.34 1E 5A $62.86 1E 5A $56.29 1E 5A $60.60 1E 5A $28 83 1E 5A $54.25 1E 5A $58 34 1E 5A $15 37 2A 6C $14.69 2A 6C $58 36 4A 5A $53 30 4A 5A $3814 4A 5A $40 25 4A 5A $53 30 4A 5A $40 25 4A 5A $53 30 4A 5A $45.14 4A 5A $53.30 4A 5A $40 25 4A 5A $12 07 1 $64 81 4A 6Q $70 60 4A 6Q $1350 1 $13.80 1 $11 60 1 $32 47 1H 5D $45 25 1Y 5G $48 28 1S 5J $16 00 1 $39 31 1H 5D $15 65 1 $9 24 1 $59.22 1 $34.81 1 $34.52 1 $58.62 1 $50 20 1 I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $51 01 10 5A LABORERS ASPHALT RAKER $39.31 1H 5D BALLAST REGULATOR MACHINE $38 12 1H 5D BATCH WEIGHMAN $32 47 1H 5D BRUSH CUTTER $38.12 1H 5D BRUSH HOG FEEDER $38 12 1H 5D BURNERS $38.12 1H 5D CARPENTER TENDER $38.12 1H 5D CASSION WORKER $39.31 1H 5D CEMENT DUMPER/PAVING $38 83 1H 5D CEMENT FINISHER TENDER $38.12 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $38.12 1H 5D CHIPPING GUN (OVER 30 LBS) $38.83 111 5D CHIPPING GUN (UNDER 30 LBS) $38 12 1H 5D CHOKER SETTER $38.12 1H 5D CHUCK TENDER $38.12 1H 5D CLEAN -UP LABORER $38.12 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $38.83 1H 5D CONCRETE FORM STRIPPER $38.12 1H 5D CONCRETE SAW OPERATOR $38.83 1H 5D CRUSHER FEEDER $32.47 1H 5D CURING LABORER $38 12 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38 12 1H 5D DITCH DIGGER $38.12 1H 5D DIVER $39.31 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 83 1H 51) DRILL OPERATOR, AIRTRAC $39 31 1H 5D DUMPMAN $38.12 1H 5D EPDXY TECHNICIAN $38 12 1H 5D EROSION CONTROL WORKER $38 12 1H 5D FALLER/BUCKER, CHAIN SAW $38 83 1H 5D FINAL DETAIL CLEANUP (i e , dusting, vacuuming, window cleaning, NOT $29 65 1H 5D construction debris cleanup) FINE GRADERS $38.12 1H 5D FIRE WATCH $32 47 1H 5D FORM SETTER $38.12 1H 5D GABION BASKET BUILDER $38.12 1H 5D GENERAL LABORER $38 12 1H 5D GRADE CHECKER & TRANSIT PERSON $39 31 1H 5D GRINDERS $38.12 1H 5D GROUT MACHINE TENDER $38 12 1H 5D Page 3 CLALLAM COUNTY EFFECTIVE 03 -04 -2009 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $38 12 1H 5D HAZARDOUS WASTE WORKER LEVEL A $39 31 1H 5D HAZARDOUS WASTE WORKER LEVEL B $38.83 1H 5D HAZARDOUS WASTE WORKER LEVEL C $38.12 1H 5D HIGH SCALER $39 31 1H 5D HOD CARRIER/MORTARMAN $39 31 1H 5D JACKHAMMER $38 83 1H 5D LASER BEAM OPERATOR $38.83 1H 5D MANHOLE BUILDER - MUDMAN $38 83 1H 5D MATERIAL YARDMAN $38 12 1H 5D MINER $39 31 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38 83 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $38.83 1H 5D PILOT CAR $32.47 1H 5D PIPE POT TENDER $38 83 1H 5D PIPE RELINER (NOT INSERT TYPE) $38.83 1H 5D PIPELAYER & CAULKER $38.83 1H 5D PIPELAYER & CAULKER (LEAD) $39 31 1H 5D PIPEWRAPPER $38 83 1H 5D POT TENDER $38.12 1H 5D POWDERMAN $39 31 1H 5D POWDERMAN HELPER $38 12 1H 5D POWERJACKS $3883 1H 5D RAILROAD SPIKE PULLER (POWER) $38 83 1H 5D RE- TIMBERMAN $39 31 1H 5D RIPRAP MAN $38.12 1H 5D RODDER $38 83 1H 5D SCAFFOLD ERECTOR $38 12 1H 5D SCALE PERSON $38 12 1H 5D SIGNALMAN $38 12 1H 5D SLOPER (OVER 20 ") $38 83 1H 5D SLOPER SPRAYMAN $38.12 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $38 83 1H 5D SPREADER (CONCRETE) $38 83 1H 5D STAKE HOPPER $3812 1H 5D STOCKPILER $3812 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $38 83 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $38 83 1H 5D TOOLROOM MAN (AT JOB SITE) $38 12 1H 5D TOPPER- TAILER $38.12 1H 5D TRACK LABORER $3812 1H 5D TRACK LINER (POWER) $38 83 1H 5D TRUCK SPOTTER $38.12 1H 5D TUGGER OPERATOR $38 83 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38.12 1H 5D VIBRATOR $38 83 1H 5D VINYL SEAMER $38 12 1H 5D WELDER $3812 1H 5D WELL -POINT LABORER $38 83 1H 5D Page 4 1 I I I I I I I I I I I I I I I I I Classification CLALLAM COUNTY EFFECTIVE 03 -04 -2009 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER PIPE LAYER LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS LATHERS JOURNEY LEVEL METAL FABRICATION (IN SHOP) FITTER/WELDER LABORER MACHINE OPERATOR PAINTER PAINTERS JOURNEY LEVEL PLASTERERS JOURNEY LEVEL PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL PLUMBERS & PIPEFITTERS JOURNEY LEVEL POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS BARRIER MACHINE (ZIPPER) BATCH PLANT OPERATOR, CONCRETE BELT LOADERS (ELEVATING TYPE ) BOBCAT (SKID STEER) BROKK- REMOTE DEMOLITION EQUIPMENT BROOMS BUMP CUTTER CABLEWAYS CHIPPER COMPRESSORS CONCRETE FINISH MACHINE - LASER SCREED CONCRETE PUMPS CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT CONVEYORS CRANE, FRICTION 100 TONS THROUGH 199 TONS CRANE, FRICTION OVER 200 TONS CRANES, THRU 19 TONS, WITH ATTACHMENTS CRANES, 20 - 44 TONS, WITH ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) Page 5 PREVAILING WAGE $38.12 1H 5D $38 83 1H 5D $12 89 1 $12.89 1 $12.89 1 (See Benefit Code Key) Over Time Holiday Code Code $46.42 1M 5D $15 16 1 $11.13 1 $1066 1 $11 41 1 $34 87 2B 6Z $25 83 1 $8 55 1 $62.19 1G 5A Note Code $44.64 1T 5D 8P $48 46 1T 5D 8P $49 03 1T 5D 8P $47.91 1T 5D 8P $47.00 1T 5D 8P $47 42 1T 5D 8P $47.42 1T 50 8P $47 42 1T 5D 8P $47 00 1T 5D 8P $44 64 1 T 5D 8P $44.64 1T 5D 8P $44.64 1T 5D 8P $47.42 I T 5D 8P $47.91 1T 5D 8P $47 42 1 T 5D 8P $44.64 1T 5D 8P $44 64 1T 5D 8P $47.00 1T 50 8P $47 42 1T 5D 8P $47.00 1T 5D 8P $49 03 1T 5D 8P $49 59 1T 5D 8P $47 00 1T 5D 8P $47 42 1T 5D 8P $47.91 1T 5D 8P $48.46 1 T 5D 8P CLALLAM COUNTY EFFECTIVE 03 -04 -2009 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $44 64 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $47 00 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $49 59 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $47 42 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $47.91 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48 46 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49 03 1T 5D 8P CRUSHERS $47 42 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $47 42 1T 5D 8P DERRICK, BUILDING $47.91 1T 5D 8P DOZERS, D -9 & UNDER $47.00 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 5D 8P DRILLING MACHINE $47 42 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44 64 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $47 00 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $44 64 1T 5D 8P GRADE ENGINEER $47.00 1T 5D 8P GRADECHECKER AND STAKEMAN $44 64 1T 5D 8P GUARDRAIL PUNCH $47 42 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $47.00 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $47 42 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $44 64 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $47.00 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47 91 IT 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48 46 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47.42 1T 5D 8P LOCOMOTIVES, ALL $47.42 IT 5D 8P MECHANICS, ALL $48.46 1T 5D 8P MIXERS, ASPHALT PLANT $47.42 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $47 91 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $47.00 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $47 91 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44 64 1T 5D 8P OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47 42 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8P POWER PLANT $44 64 1T 5D 8P PUMPS, WATER $44.64 1T 5D 8P QUAD 9, D -10, AND HD-41 $47.91 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47 91 1T 5D 8P EQUIP RIGGER AND BELLMAN $44 64 1T 5D 8P ROLLAGON $47.91 1T 5D 8P Page 6 1 I I I 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ROLLER, OTHER THAN PLANT ROAD MIX $44.64 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 1T 5D 8P ROTO -MILL, ROTO- GRINDER $47.42 1T 5D 8P SAWS, CONCRETE $47.00 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47 91 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 5D 8P SCREED MAN $47 91 1T 5D 8P SHOTCRETE GUNITE $44 64 1T 5D 8P SLIPFORM PAVERS $47 91 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $47.91 1T 5D 8P SUBGRADE TRIMMER $47.42 1T 5D 8P TOWER BUCKET ELEVATORS $47 00 1T 5D 8P TRACTORS, (75 HP & UNDER) $47 00 1T 5D 8P TRACTORS, (OVER 75 HP) $47 42 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $47 42 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47 91 1T 5D 8P TRENCHING MACHINES $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47 00 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47.42 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $44 64 1T 5D 8P YO YO PAY DOZER $47 42 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39 29 4A 5A SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37 81 4A 5A TREE TRIMMER $35 18 4A 5A TREE TRIMMER GROUNDPERSON $26.55 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27 68 1 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $45 05 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25 63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21 36 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9 86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 Page 7 CLALLAM COUNTY EFFECTIVE 03 -04 -2009 Classification RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SHIPBUILDING & SHIP REPAIR BOILERMAKER HEAT & FROST INSULATOR LABORER MACHINIST SHIPFITTER WELDER/BURNER SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON /INSTALLER TELEVISION SYSTEM TECHNICIAN Page 8 PREVAILING WAGE $14.60 1 $60 56 1G 5A $34 14 11 6L $10.88 1 $1967 1 $38.28 1R $41 28 1R 5A 5A $55.27 1E 6L (See Benefit Code Key) Over Time Holiday Note Code Code Code $32.56 1H 6W $48 28 1S 5J $12 16 1 $17 16 1 $1466 1 $14.66 1 $19 29 1 $12 15 1 $3818 1B 5A $10.31 1B 50 $19 67 1 $13 23 1 $9 35 1 $11 40 1 $1340 1 $32 34 1E 5A $31 46 2B $17.58 2B $30 17 2B $29 26 2B $31 46 2B $30.82 2B $31.46 2B $29 26 2B $16.67 2B $22.19 2B $26.42 2B 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A I I I I I I I I 1 1 1 1 1 1 1 1 I I I CLALLAM COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $43 61 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $37.44 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37 90 1K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $43.45 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $44 25 1T 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK & TRAILER $20 23 1 OTHER TRUCKS $44.25 1T 5D 8L TRANSIT MIXER $23 73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9 45 1 WELL DRILLER $11.60 1 Page 9 I I I I I I I I I I I I I I I 1 1 I I BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 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 HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 -2- 1 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 HOURLY RATE OF WAGE S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN A FOUR (4) DAY, TEN (10) HOUR WORKWEEK IS ESTABLISHED, ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE- AND -ONE- HALF TIMES THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ' X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 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 WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE I I I 1 I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 -3- C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME [N ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE 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 AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE 2 I 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, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S 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, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 -4- 5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, 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 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, 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 DAY, AND CHRISTMAS DAY (11) 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) I 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) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) M HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY 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, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9) U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ✓ PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS I I 1 I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 -5- 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 DAY, 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 HOLIDAYS 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) E 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, AND A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2) F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE 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 HOLIDAY_ PRESIDENTS' DAY T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ 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 DAY, 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, LAI OR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11) BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 -6- Y PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES 8 A 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' - $2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 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 HAZMAT 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 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2 00, CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50 ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING i TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES BEFORE. SIDE TRIMMING 1A I AFTER. SIDE TRIMMING TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES BEFORE. OVERHANG TRIMMING 2A AFTER: OVERHANG TRIMMING TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES 1 I I I I 1 I I I I I I I I I I I 2B I I I I I I I I I I I I I I I I I I I I PRIMARY BEFORE: TOP REMOVAL - LATERAL TRIMMING TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES PRIMARY 10 FT AROUND TRANSFORMER AFTER. TOP REMOVAL - LATERAL TRIMMING TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES 3B NOTE 10 FEET FROM NEUTRAL CONDUCTOR IF POSSIBLE 10 FT PRIMARY AFTER. TOP LATERAL TRIMMING - SIDE VIEW TREE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES 1 WAC 296 -45 -455 No Washington State Register filings since 2003 Line - clearance tree - trimming operations. This section provides additional requirements for line - clearance tree - trimming operations and for equipment used in these operations. This section does not apply to qualified employees. (1) Before an employee climbs, enters, or works around any tree, a determination shall be made of the nominal voltage of electric power lines posing a hazard to employees. However, a determination of the maximum nominal voltage to which an employee will be exposed may be made instead, if all lines are considered as energized at this maximum voltage. (2) There shall be a second line - clearance tree trimmer within normal (that is, unassisted) voice communication under any of the following conditions: (a) If a line - clearance tree trimmer is to approach more closely than 10 feet (305 cm) any conductor or electrical apparatus energized at more than 600 volts; or (b) If branches or limbs being removed are closer to lines energized at more than 600 volts than the distances listed in Table 1, Table 4, and Table 5; or (c) If roping is necessary to remove branches or limbs from such conductors or apparatus. (3) Line - clearance tree trimmers shall maintain the minimum approach distances from energized conductors given in Table 1, Table 4, and Table 5. (4) Branches that are contacting exposed energized conductors or equipment or that are within the distances specified in Table 1, Table 4, and Table 5 may be removed only through the use of insulating equipment. Note: A tool constructed of a material that the employer can demonstrate has insulating qualities meeting WAC 296 -45- 305(1) are considered as insulated under this section if the tool is clean and dry. (5) Ladders, platforms, and aerial devices may not be brought closer to an energized part than the distances listed in Table 1, Table 4, and Table 5. (6) Line - clearance tree- trimming work may not be performed when adverse weather conditions make the work hazardous in spite of the work practices required by this section. Each employee performing line - clearance tree - trimming work in the aftermath of a storm or under similar emergency conditions shall be trained in the special hazards related to this type of work. Note: Thunderstorms in the immediate vicinity, high winds, snow storms, and ice storms are examples of adverse weather conditions that are presumed to make line - clearance tree- trimnung work too hazardous to perform safely. (7) A tree trimmer may climb out of a basket into a tree or from a tree back into the basket so long as he is properly tied into the tree during the entire maneuver and the employer can demonstrate that this is the safest way to perform the work. [Statutory Authority RCW 49 17 040 99 -09 -080, § 296 -45 -455, filed 4/20/99, effective 8/1/99 Statutory Authority RCW 49 17 010, [49 17] 040, [49 171050 and [49 17] 060 98 -07 -009, § 296 -45 -455, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -45505 No Washington State Register filings since 2003 Brush chippers. (1) Brush chippers shall be equipped with a locking device in the ignition system. (2) Access panels for maintenance and adjustment of the chipper blades and associated drive train shall be in place and secure during operation of the equipment. (3) Brush chippers not equipped with a mechanical infeed system shall be equipped with an infeed hopper of length sufficient to prevent employees from contacting the blades or knives of the machine during operation. (4) Trailer chippers detached from trucks shall be chocked or otherwise secured. (5) Each employee in the immediate area of an operating chipper feed table shall wear personal protective equipment as required by Subpart I of this Part. [Statutory Authority RCW 49 17 010, [49 17] 040, [49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45- 45505, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -45510 No Washington State Register filings since 2003 Sprayers and related equipment. (1) Walking and working surfaces of sprayers and related equipment shall be covered with slip- resistant material. If slipping hazards cannot be eliminated, slip- resistant footwear or handrails and stair rails meeting the requirements of chapter 296 -24 WAC, Part J -1, and WAC 296 - 800 -260 may be used instead of slip- resistant material. (2) Equipment on which employees stand to spray while the vehicle is in motion shall be equipped with guardrails around the working area. The guardrail shall be constructed in accordance with chapter 296 -24 WAC, Part J -1 and WAC 296 - 800 -260. [Statutory Authority RCW 49 17 010, [49 17] 040, and[49 17] 050 01 -11 -038, § 296 -45- 45510, filed 5/9/01, effective 9/1/01 Statutory Authority RCW 49 17 010, [49 17] 040,[49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45- 45510, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -45515 No Washington State Register filings since 2003 Stump cutters. (1) Stump cutters shall be equipped with enclosures or guards to protect employees. (2) Each employee in the immediate area of stump grinding operations (including the stump cutter operator) shall wear personal protective equipment as required by WAC 296 -45- 25505. [Statutory Authority RCW 49 17 010, [49 17] 040, [49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45- 45515, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -45520 No Washington State Register filings since 2003 Backpack power units for use in pruning and clearing. (1) While a backpack power unit is running, no one other than the operator may be within 10 feet (305 cm) of the cutting head of a brush saw. (2) A backpack power unit shall be equipped with a quick shutoff switch readily accessible to the operator. (3) Backpack power unit engines shall be stopped for all cleaning, refueling, adjustments, and repairs to the saw or motor, except as the manufacturer's servicing procedures require otherwise. [Statutory Authority RCW 49 17 010, [49 17] 040, [49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45- 45520, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -45525 No Washington State Register filings since 2003 Rope. (1) Climbing ropes shall be used by employees working aloft in trees. These ropes shall have a minimum diameter of 0.5 inch (1.2 cm) with a minimum breaking strength of 2300 pounds (10.2 kN). Synthetic rope shall have elasticity of not more than 7 percent. (2) Rope shall be inspected before each use and, if unsafe (for example, because of damage or defect), may not be used. (3) Rope shall be stored away from cutting edges and sharp tools. Rope contact with corrosive chemicals, gas, and oil shall be avoided. (4) When stored, rope shall be coiled and piled, or shall be suspended, so that air can circulate through the coils. (5) Rope ends shall be secured to prevent their unraveling. (6) Climbing rope may not be spliced to effect repair. (7) A rope that is wet, that is contaminated to the extent that its insulating capacity is impaired, or that is otherwise not considered to be insulated for the voltage involved may not be used near exposed energized lines. [Statutory Authority RCW 49 17 010, [49 17] 040, [49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45- 45525, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -45530 No Washington State Register filings since 2003 Fall protection. Each employee shall be tied in with a climbing rope and safety saddle when the employee is working above the ground in a tree, unless he or she is ascending into the tree. [Statutory Authonty RCW 49 17 010, [49 17] 040, [49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45- 45530, filed 3/6/98, effective 5/6/98 ] WAC 296 -45 -465 No Washington State Register filings since 2003 Communication facilities. (1) Microwave transmission. The employer shall ensure that no employee looks into an open waveguide or antenna that is connected to an energized microwave source. (2) If the electromagnetic radiation level within an accessible area associated with microwave communications systems exceeds the radiation protection guide given in chapter 296 -62 WAC, Part J -1. The area shall be posted with the warning symbol described in chapter 296 -62 WAC, Part J -1. The lower half of the warning symbol shall include the following statements or ones that the employer can demonstrate are equivalent: Radiation in this area may exceed hazard limitations and special precautions are required. Obtain specific instruction before entering. (3) When an employee works in an area where the electromagnetic radiation could exceed the radiation protection guide, the employer shall institute measures that ensure that the employee's exposure is not greater than that permitted by that guide. Such measures may include administrative and engineering controls and personal protective equipment. (4) Power line carrier. Power line carrier work, including work on equipment used for coupling carrier current to power line conductors, shall be performed in accordance with the requirements of this section pertaining to work on energized lines. [Statutory Authority RCW 49 17 010, [49 17] 040, [49 17] 050 and [49 17] 060 98 -07 -009, § 296 -45 -465, filed 3/6/98, effective 5/6/98 ] I I I I I I I I I I I I I I I I I 1 I Table 1: AC Live Work Minimum Approach Distance Distance to employee Voltage in kilovolts Phase to ground Phase to Phase phase to phase* 0 to 0.050 0.051 to 0.300 0.301 to 0.750 0.751 to 15 15.1 to 36.0 36.1 to 46.0 46.1 to 72.5 72.6 to 121 138 to 145 161 to 169 230 to 242 345 to 362 500 to 550 765 to 800 (m) (ft -in) not specified avoid contact 0.31 1 -0 0.65 2 -2 0.77 2 -7 0.84 2 -9 1.00 ** 3 -3 ** 0.95 ** 3 -2 ** 1.09 3 -7 1.22 4 -0 1.59 5 -3 2.59 8 -6 3.42 11 -3 4.53 14 -11 (m) (ft -in) not specified avoid contact 0.31 0.67 0.86 0.96 1.20 1.29 1.50 1.71 2.27 3.80 5.50 7.91 *For single -phase systems, use the highest voltage available. 1 -0 2 -3 2 -10 3 -2 3 -11 4 -3 4 -11 5 -8 7 -6 12 -6 18 -1 26 -0 For single -phase lines off three phase systems, use the phase -to -phase voltage of the system. * *The 46.1 to 72.5 kV phase - to-ground 3 -3 distance contains a 1 -3 electrical component and a 2 -0 inadvertent movement component while the 72.6 to 121 kV phase -to- ground 3 -2 distance contains a 2 -2 electrical component and a 1 -0 inadvertent movement component. TABLE 5 Altitude Correction Factor Altitude (m) (ft) Correction factor 900 3000 1.00 1200 4000 1.02 1500 5000 1.05 1800 6000 1.08 2100 7000 1.11 2400 8000 1.14 2700 9000 1.17 3000 10,000 1.20 3600 12,000 1.25 4200 14,000 1.30 4800 16,000 1.35 5400 18,000 1.39 6000 20,000 1.44 Note: If the work is performed at elevations greater than 3000 ft (900 m) above mean sea level, the minimum approach distance shall be determined by multiplying the distances in Table 1 through Table 4 by the correction factor corresponding to the altitude at which work is performed. I I I I I I I I I I I I I I I I I I I PROJECT MANUAL for TREE TRIMMING PROJECT NO. WF-81614 CITY OF PORT ANGELES WASHINGTON JULY 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Terry Dahlquist, City of Port Angeles 360-417-4702 <i, 3d.3 I I I I I I I I I I I I I I I I I I I PROJECT MANUAL for TREE TRIMMING PROJECT NO. WF-81614 CITY OF PORT ANGELES WASHINGTON JULY 2008 GLENN A. CUTLER, PE, DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Prepared by: Project Engineer Reviewed by: Reviewed by: Deputy Director City Attorney I I I I I I I I I I I I I I I I I I I PROJECT MANUAL TABLE OF CONTENTS TREE TRIMMING 2008 WORK REQUEST NO. 81614-1 PART I CONTRACT REQUIREMENTS: Contractor's Checklist..................................................................................................... 1-1 Non-Collusion Affidavit......................... ..................... ..................... ......... ........................ 1-2 Contractor's Construction Experience............................................................................. 1-3 Bid Form... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..1-5 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...... ... ... '" ... ... ... ... ... ... ... ... ... ... ... ..... .2-1 Performance and Payment Bond .. ........................ ...................... ................ ....................2-8 Certificate of Insurance ...................................................................... . [provided by bidder] Statement of Intent to pay Prevailing Wages ......................[WA Dept of Labor & Industries] PART III SPECIAL PROVISIONS Special Provisions.......................................................................................................... 3-1 PART IV APPLICATION FOR PAYMENT Contractor's Application for Payment Form ....................... ............. ............. ....................4-1 ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING I I I I I I I I I I I I I I I I I I I PART I CONTRACT REQUIREMENTS I I ADVERTISEMENT FOR BIDS Tree Trimming PROJECT WF-81614/01 I CIty of Port Angeles I Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, August 11, 2008, and not later, and will then and there be opened and publicly read at that time for the construction of the following improvements: I Trim and remove trees at various locations around Port Angeles to provide proper clearances to overhead power lines. I Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360-417-4700). Bids will be for an hourly rate, not to exceed $45,000 total contract cost. Bidders must be certified to work near energized 12,000 volt overhead power distribution lines. I Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in considemtion of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. I Glenn A. Cutler, P.E. Director of Public Works & Utilities I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. I I I I I I I I I I I I I I I I I I I CONTRACTOR'S CHECKLIST 1. Have the bid forms been properly signed? 4. Do the written amounts of the contract forms agree with the amounts shown in figures? 5. Have you quoted on all items? 6. Has the non-collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract - To be executed by the successful contractor and the City. B. Performance bond - To be executed on the form provided by Owner, by the successful contractor and its surety company. To include name. contact and phone number. and address of surety and power of attorney of sionatorv. C. Insurance certificate(s) - To be executed on a form that complies with the specifications. D. Washington Department of Labor and Industries "Statement of Intent to Pay Prevailing Wages" Form No. F700-029-000. I I I I I I I I I I I I I I I I I I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF CLALLAM The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. ""'~\Z~ \!,? Signature of Bidder/Contractor Subscribed and sworn to before me this 41-!. day of AAS LIS +- ,2008. \\\"tlIIIII, ,,\\ \a K Je II~/ " "..'\> ........ J.s, Jt!\ ";, .:- ~v...~\Ss\on l.... \.~ ~ ... .. '^~ -1".0,... . '" ...... . ~~ ,. o. ' :: l c} ~'" .. -::. - · Nt. - =: 0 ary : = :: \ Public 1 ~ .,. ,n. .. c:::.... , v~ .. · 0 .... ~ r: .. "...... -:. ~~ ...~'7.18- '\ ..0. ~ ~ , & ..._..... ~'JJ'::;' "~II Of Was'(\\,,' 1111"",\\\\ ~h9M/V Notary Public in and for the State of Washington. Residing at ){P / U n{YC iL.Y-1- I My Comm. Exp.: 7-/-R .../ / 1 - 2 I I I I I I I I I I I I I I I I I I I CONTRACTOR'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of contractor: Asplundh Tree Expert Co. 2. Registration Number: ASPLUTE246DZ 3. Permanent main office address: 7524 NE 175th ST K€lnmor€l, W~ 98028 4. When organized: 1 928 5. Where incorporated: Pennsylvania 6. How many years have you been engaged in the contracting business under your present firm name? RO yp.::lrc:: 7. * Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. See Attached 8. * General character of work performed by your company: Trpp Trimming, rpmnv.::ll, rlp.::lrin0, m0win0 9. * Have you ever failed to complete any work awarded to you? NO If so, where and why? 10. * Have you ever defaulted on a contract? NO 11. * List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed, contact name and phone number. See Attached 12. * List your major equipment available for this contract: See Attached 13. * Experience of contractor in construction work similar to this project in work and importance: 80 years 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes * Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. "'" ~\-( ~ ~V Contractor Signature Title: Vice President Da~: August 6, 2008 Print Name: Mick Kavran .. 1 - 3 I I I I I I I I I I I I I I I I I I I ) ) , BID FORM TREE TRIMMING Project WF-81614 Ii The bidder hereby proposes to provide a tree-trimming crew with equipment ! i I to perform tree trimming, as detailed in the specifications and elsewhere in I I these documents, including labor, equipment, time and materials, on the I terms and conditions herein stated. I ~ The total cost of work completed on this project is not to exceed $45,000. 1. Mobilization of crew and equipment to and from Port Angeles: Mobilization Cost $ 500.00 $ 500.00 Total Cost 2. Tree Trimming Crew and Equipment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, and Flagger Basic Equioment: Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. included with Lift Truck Total hourly price for crew and equipment $ 1 86_ 78 3. Start date (ARO) 10 Days after Notice to. Pfii~CCbn~actor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license for the State of Washington, in which the project is located. 5. The Contractor agrees that he has exercised his own judgment regarding the interpretation of surface information, and has utilized all data which he believes is pertinent from the City Electrical Engineering Manager, hereinafter also referred to as the City, and such other source information as the Contractor has determined necessary in arriving at his conclusion. 5. Any alterations or exceptions: 55' manlift. Crew bid price is basp.d on a 1-4 I I I I I I I I I I I I I I I I I I I BID FORM TREE TRIMMING Project WF-81614 SIGNATURE PAGE The Contractor declares that he has carefully examined the specifications and contract documents, hereinafter referred to as the Project Manual, for tree trimming, and that he has satisfied himself as to the types and quantities of materials, the types of equipment, and the conditions of the work involved, allowing that the description of work as included herein is brief and intended only to indicate the general nature of the work, and that this bid is made in accordance with the provisions and terms of the contract included in the Project Manual. The Contractor further warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal, and that the Contractor will provide the necessary tools, equipment, a qualified superintendent, and other employees as required. 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 Asplundh Tree Expert CO. Complete address 7524 NE 175th ST (Street address) Kenrnore, WA 98028 (City) (State) (Zip) Registration Number ASPLUTE246DZ UBI Number 409-019-409 Telephone No. (425) 483-9339 Signed by "'"' ~ ~ ~\J.? ~ Title Vice President Printed Name: Mick Kavran Date: August 6, 2008 1-5 I I I I I I I, I I I I I I I I I I I I 810 SECURITY TRANSMlTT AL FORM i Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ ,: which amount is not less than five (5%) percent of the total bid, , I SIGN HEREI ! BID BON~ KNOW ALL MEN BY THESE PRESENTS: Asplundh Tree That we, Expert Co. as Principal and Company of America as .Surety, are 11eld and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5%) of Amount Bid ' Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administra~ors, successors and assigns, jointly and severally, by these presents. Travelers Casualty and Surety The, condition of this obligation rs such that if the Obligee shall; make any award to the PrincIpal for: i TREE TRIMMING PROJECT Wr= 81~14/1 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee In accordance with the terms of said ,bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall; in case . ,....-. -oHailureso..tQ. do, pay and-forfeitto the Obligee-tl:1e-penal, amdt1nt-of.fhe deposit-specified in..tne'" '--- --...,... . advertisement for bids, then this obligation shall be null arid vok otherwise it shall be and remain in full force and effect and Ihe Surety shall forthwith pay and forfeit lo:the q:lbligee, as penalty and liquidated damages, the amount ot this bond. ; August ,2008. Vice President, Asst. Secretary Aon Risk Services Central. Inc. Agen\ .165.0 Market St., Ste. 1000 . Philadelphia, PA 19103 Agent; Address Richard A. Jacobus - 215-255-2000 Agen~ Contact and Phone Number Dated: Received return of deposit in the sum of $ I I City of pt Angeles I 2008 I Overtime I Foreman $ 57.90 $ 104.21 Tree Trimmer $ 51.56 $ 92.81 I Flagger $ 43.83 $ 78.89 $ $ lift 18.00 18.00 I Chip/Dump $ 9.50 $ 9.50 Chipper $ 6.00 $ 6.00 I Groundman $ 42.56 $ 76.61 I I 55' Lift $ 18.00 60'/70' Lift $ 16.00 I 80 Lift $ 75.00 92' Lift $ 90.00 ... 100' Lift . $ 100.00 I Chip/Dump $ 9.50 . Chipper $ 6.00 Chain Saw $ 0.65 I 4x4 Pickup $ 9.50 4x4 Pickup w/tools $ 12.50 I I I I I I Asplundh Tree Expert Co. Confidential 7/31/2008 Page 1 I I I I I I I I I I I I I I I I I I I ASPLlTNDH TREE EXPERT CO. EQUIPlYIENT SPECIFICA TraNS ASD]undh 55' LRlII 4x4Trim Lift w/2D.DOOlb winch: Manufacturer: GMC Model Year ) years or ne\'/er Model Series: 7000 G.V.-W. 29,250 Platform Height: 55'4" Working Height: With Hydraulic Saw tools - 65.4'" Side Reach: 45' 1 " Outriggers: Yes. Man Lift Power: Truck Engine Powered P.T.O. Al1xiliarf Povler: Kubota Engine Hydraulic Dump: Yes Chip Box Capacity: 14 Cubic Yards ASD]undh 55' LRIII: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 G.V.W. 29,250 Platform Height: Working Height: Side Reach: Outriggers: Man Lift Power: . Auxiliary Power: Hydraulic Dump: Chip Box Capacity: 55'4" With Hydraulic Saw tools - 65.4'" 45'1" Yes Truck Engine Powered P.T.O. Kubota Engine Yes 14 Cubic Yards Altec AM 900 65' lift Marmfacturer GMC 'i',fodel Year G.V.W. Axle Platform Height: Working Height: Side Reach: JOutriggers: Trim Lift Power: ) year or ne\.ver 54,000 Single 65' With Hydraulic Sa\v tools - 75' 37' Yes Truck Engine 1 1 ---.- -.-- ---.. 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 1-- Altec Aiv! 900 95' lift Manufacturer GMC Model Year 5 year or newer G.V.W. 54,000 Axle Single Platform Height: 95" Working Height: With Hydraulic Saw tools - 105' Side Reach: 37' Outriggers: Yes Trim Lift Power: Truck Engine Chipper Dump Truck: Manufacturer: GMC Type of Equipment: Asplundh Split Dunlp with Man Cab Model Series: 6000 G.V.W.: 22,000 Model Year 5 Years or newer Chip Box Capacity: 14.1 Cubic Yards Hydraulic Dump: Yes Chipper: Manufacturer: Type of Equipment: Model Model Year: Size of Chipper: Power Altec Asplundh Brush Chipper lEY Drum Chipper 5 Years or newer 12" 6 cylinder/300 Cubic inch I I I I I I I I I I I I I I I I I I I Project Name Granite Falls Three Lakes E3st p,rlington Time & Materials Time & Materials ASPLUNDH TREE EXPERT CO. PREVIOUS EXPERIENCE Client Snohomish PUD Snohomish PUD Snohomish PUD puget Sound Energy Seattle City Light Supervisor Phone M. Munsterman 425-347-5595 $ M. Munsterman 425-347-5595 $ M. Munsterman 425-347-5595 $ B. Rogers 425-462-3958 $ D. Ingham 206-719-8062 $ Amount 597,332.00 597,333.00 518,333.00 30,000,000.00 9,000,000.00 Contract Term 2006 2004 2003 . 2005-2007 2001-2006 1 1 1 1 1 1 1 1 I 1- I I 1 1 1 I I / I~ I TkWELERS CASUAL1Y M,ID SUr-iETY COMP/,NY OF M,lEPICA HAR1FOfiD, CONNECTICUT 06153 FiNANCIAL STATEMENT AS OF JUW, 3<} 2007 CAPITAL SroCK S 6,C()(J,OOO ASSETS lIA81l1TIES & SURPLUS CASH & INVESTED CASH BONGS STOCK INVESTMENT INCOr..-E DUE AND ACCRUED PREMIUM BALANCES NET DEFERP-ED TAX ASSET REINSURANO: RECOVERABLE OTHEr< ASSETS TOTAL ASSETS STATE OF CONNECTiCUT '.COUNTY Of HARTFORD )SS. CITY OF HARTFORD $ 37.873.011 3,104.486,038 15,130,3$3 39,571,437 242.ro2.832 40256.377 5.291.924 694,517 UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES COMMISSIONS TAXES, LICENSES AND FEES OTHER EXPENSES FUNDS HELD Ul'.'DER REINSURAW":;E TREP.TIES CURRENT FEDERAL AND FOREiGN INCOME TAXES REMtTTfJ-ICES AND ITEMS NOT ALLOCATED AM:lUNTS WlTIiHELO [RETAINED BY COtvIPANY FOR O'rlERS PAYABLE TOP ARENT. SU8..<HOIARIES & AFFILIATES RETROACTr/E REINSURANCE RESERVE POliCYHOLDER DMOENDS PROVISiON FOR REINSURANCE PAYABLE FOR SECURITIES CEDED REINSURANCf NET PREMiUMS PAY ABLE OTHER ACCRUED EXPENSES AND LtABUTlES TOTAL lIABILITIES. S 7:JO,254,513 044,1,37.2".;6 142,917,790 20.639,009 18,020,530 20,534,912 144,930,604 15,524,277 43,949,134 36,755,131 213,454,286 21,398,974 8,459,7% 5.627,014 3,6311,924 123.607,201) 52,933 $2,120,116,034 CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS TOTAL SURPLUS TO POLICYHOLDERS S 5.0oo,Coo 303,297,402 1,055.923,113 S U65.220.515 S 3,485,3:36,549 TOTAl Li.d,BILiT,ES ~ SURPLUS S 3,485,336,549 -~ U;,VRfNCE A. SIUTA. BElf-IG DUlY SY{Of>..~, SA YSTHATHE IS CHIEFFINANCLA.l dfFlCER- TPAVELERS RG'ND H1NANClAl PRoouelS. OF TRAVELERS CASUALTY AND' SURE1Y COMPANY OF AMERICA, AND THAT TO THE BEsT.OF rUS KNO'NlEOOE AND BELIEF, lli€ fOR!;GOI/>,'C IS ^' TRtJE AND CORHECT STATI:),ENTOf THEFIN..j,NClAtcoNomoN bf SAIOCOl-A='ANYAS OF Tli€ 30th DAY OF JtJNE'2007: SUSSCR16ED AND SWORN T06EfORE t-.iE THIS 17TH DAY OF AU{3UST. 200] ),~~. ,,-\..fa T=-/ ... ~. ~ {. --11~. "?t " <<;;'~:';(,,;y ;J .J.~/O 1 All )\'(,;. ~, ". ~ {~" .L..... IT. "'" ('~ ~.,. -;j. "<;th.. \~ ~1 '" ;~~ J:,' ../::1. 'l ~-.. P>>.,.,. ,:It., . '\"'....1 ' \.J 1.+ !~' ~, ~ {J ,..., \ \ ' "t~ .Jj'}., \.., W \.,~ /~ (.... ~t... c/; ~.~'::-::::~ ('" \) \ f{ ~~t-';,,~:~~~~~ ~;~'~1 <~r \f\,&J'~ ~:\ ftlt('n_~.lt NOTARY PUBliC _ . A~;~~nrg~~ I j PRODUCER 1 Aon Risk Services Central, Inc. fka ,"-on Risk Services, Inc of PA lOne Liberty Place, Suite 1000 . Philadelphia, PA 19103 CERT~F~CATE OF H"SURA~JCE DATE (MMIDD/YY) 8/5/2008 THIS CERTIFiCATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Region Code: 072 INSURERS AFFORDING COVERAGE INSURED f. Asplundh Tree Expert Co. 708 Blair Mill Road 1 Willow Grove, PA 190901784 I INSURER A: LIBERTY MUTUAL FIRE INSURANCE COMPANY INSURER B: INSURER C: INSURER 0: INSURER E: THE.POllCIES OF INSURANCE LISTED 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. THE LIMiTS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LllvllTS SHOWN AS REQUESTED '1 A . WORKERS' COMPENSATION AND I. . EMPLOYERS' LIABILITY I I 1 I WESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIRESTRICTIONSISPECIAL ITEMS 2144942594 he City of Port Angeles is listed as additional insured as required by written contract but only according to policy terms, conditions and exclusions for liability arising from perations performed by or on behalf of the named insured. The above coverage is considered primary as respects other insurance carried by certificate holder. I POLlCY EFFECTIVE DATE (MM/DDfYY) POLICY EXPIRATION DATE (MM/DDIYY I I I I t I A I 1 [ TYPE OF INSURANCE GENERAL LIABILITY ~J COMMERCIAL GEI':JERAL LIABILITY [J 0 CLAI~S i..lADE ~J OCCURRENCE [J .l.j GEN'L AGGREGATE LlMIT APPLIES PER: GENERAL AGGREGATE POLICY NUMBER TB2-631-004328-958 8/1/2008 8/1/2009 EACH OCCURRENCE FIRE DAMAGE (Any One Fire) MED EXP (Any One Person) PERSONAL & ADV INJURY [J POLICY ~ PROJECT 0 LOC PRODUCTS - COMPIOP AGG AUTOMOBilE LIABILITY ~ ANY AUTO 0- ALL OWNED AUTOS r SCHEDULED AUTOS LJ HIRED AUTOS [J NON-CWNED. AUTOS o n o 8/1/2008 8/1/2009 AS2-631-004328-058 (AOS) COMBINED SINGLE LIMIT (Ea accident) AS2.631-D04328-188 (VI) BODIL'(INJURY"~' (Per person) BODiLY INJURY (Per acoidem) PROPERTY DAMAGE (Per accident) . GARAGE LIABILITY - L...:J ANY AUTO - f-! - AUTO ONLY - EA ACCIDENT OTHEii THAN AUTO ONl.Y: EACH OCCURR.ENCE AGGREGATE EA ACC AGG EXCESS LI,<\BII:'ITY rl OC':::UR 0 CL,),IM$ MADE o DEDUCTIBLE I [J RETENTION WA 7 -630-004328-018 l~j ~OCR~T~~~S U OTHER 8/1/2008 8/1/2009 E.L. EACH ACCIDENT WC7 -631-004328-028 WC7-631-004328-578 E.L. DISEP.SE - EA EMPLOYEE EL. DiSEASE - POLICY LIMIT OTHER LIMITS $ $ $ $ $ $ 3,000,000 100,000 10,000 1 ,000,000 3,000,000 3,000,000 $ 1,000,000 $ $ $ $ $ $ $ $ $ $ $ $ $ $ 1,000,000 1 ,000,000 1.000,000 CITY OF PORT ANGELES 321 EAST 5TH STREET PORT ANGELES, WA 98362 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAil 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER N,AMED TO THE LEFT. BUT FAILURE TO MAiL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KINO UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE rttM- Kid4 S~ eea.ue, 'lfU" 1 1 Named Insured Certificate Holder 1 Asplundh Tree Expert Co. 708 Blair Mill Road Willow Grove, PA 19090-1784 CITY OF PORT ANGELES 321 EAST 5TH STREET PORT ANGELES. WA 98362 1 1 nIls ENDORSEMENT CHANGES THE POLlCY. PLEASE READ IT CAREFULLY," .1 BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the foilowing: 2144942594 1 COMMERICAL GENERAL LAIBUlTY COVERAGE FORM -.. - SECTION II - WHO IS AN INSURED is amended to include as an insured any person or organizationfo( "':'hom you have agreed in writing to provide liability insurance. But: 1 The insurance provided by this amendment: 1 I. Applies only to "bodily injury" or "property damage: arising out of (a) "your work" or (b) premises or other property ov.med by or rented to you; 2. Applies only to coverage and minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy; and 3. Does not apply to any person or organization for whom you have procured separate liability in:,urance while"such i;;s~r:lti~e' IS 'in effect, regardless of whether the scope of coverage or limits of insurance of this policy exceed those oCsuch other insurance or whether such other insurance is valid and collectible. 1 The following provisions also apply: 1 I. \Vhere the applicable wTitten agreement requires the insured to provide liability insurance on a primary, excess, contingent, or any other basis, this policy will apply solely on the hasis required by such written agreement and Item 4. Other Insurance of SECTION IV of this policy will not apply. 2. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. I 3. This endorsement shall not apply to any person or organization for any "hodily injury" or "property damage" if any other additional insured endorsement on this policy applies to that person or organization with regard to .the "bodily injury" or "property damage" I 3. Ifany other additional insured endowment applies to any person or organization and you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for that additional insured, this policy will apply solely on the basis required by such written agreement and Item 4. Other Insurance of SECTION IV o~this policy will not apply, regardless of whether the person or organization has available other val id and collectible insurance. .11' the application written agreement does not specify on what basis the liability insurance will apply, the-provision ofItem 4 Other Insurance of SECTION IV of this policy will govem. I 1 Policy Number: TB2-631-004328-958 1 1 I 1 I 1 1 1 rffr';:;;;~;~~~:"';;'";:;;"'?;~",:'';;-d~;:''~~',C'-~c.~c~C;:~~r~~~~:~'::;::~~~~~~~~~~~:'~C:C:\~~;:;;';;:~~~~~~2~~'~~~~~~";:~;:;;;:;Z...C';;-g;;;'~;~;-.2,,"~~{;~:;;c~;'c;c;E;;c;;;-~:;:'~i1Jl HI ..JCf hl.',l MEN.1 uJ- LhB OR f:cJ'1 U ,l'h, L ,) , I dL',,) JII :[il If:1 Irjl REGISTERED P>.S .f.R.OVIDED BY LAW AS :,'t! ifj CONST CONT GENERAL li:l: fjll. if.1 , REGIST. # EXP. DATE rj, II! CCOl ASPLUTE246DZ 08/30/2009 fl '.h EFFECTIVE DATE 03/09/1976 ~I ~ ~ !lli ,[" II': :.1.1'1 ~ , !(,i: ASPLUNDH TREE EXPERT CO :1'1 :.1 7524 NE 175TH ST {j ,f1j. AT TN : TAX DEPARTMENT il:11 I KENMORE WA 98028 :!-J fll "I' if: i.j : ;[~:~~~;~~;~;;~.:;:;'-'-:;,.;';;;:;::;:;::;:~ .:::~-.~~:c~~~3~~,;,.;".~.:..;",:~;';;~~::-~:;s:.~c.::":;;; -'=;;,:::,~.:';''';~::;;:.:_;;;:;;;:,;:,,:;;_:;:.;;;;;;;:~~~';:'.:~:;:~;'~: ;-::::7_ :.co:;;:';;" '::"'.':;:;;;:~;:;,;:~~.z,;:~":::=;';:~i .~;~ ~ 1 I.. 1.________ Derach And Dispi<1Y C(',niflCi.Hc' I I .... ". " REGISTEREDAsPRovn'iED BY LAW AS:,I CONST CONTGENEEAL ....... ..... .. .EEGIST:'# . EXP . DATE CCOl<iA:SPLUTE246DZ 08/30/2009. <EF.FECTIVE DATE ':03/0 9 /,.~976 ': :Please J~~erilO\/e I 1 .';:i"'" , i\nd .si~~n IdentifiCation C:'ClI'cl':'8efore Placing In Billfold I AS PLUNDHTEEE '::EXPEET'''CO 7 5 2 4 NE. 17 STI-l>B T:\.<:: ".' ATTN: TAX 'DEPARTME:NT'i' KENMOEE WA:98028.J Signat1Jre 1 1 I I Issued by DEP."J('E"JENT OF U.BOR AND INDUSTRIES ---' F62:'-U52.:]1)0 (S/97 , I I I I ',~- I POWER OF ATTORNEY WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corpor~tion duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company and St. Paul Mt!cury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Sure;fy Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut. that United States fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporatiori'du]y organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly' organized under the laws of th~~tate of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make. constitute and appoint ' - ~'-~::" :~r:: Darella White, Richard G. Dicciani, Richard A. Jacobus, Mary C. O'Leary, Douglas ~;]rheeler, Maureen McNeill, and Wayne G, McVaugh -, P:.~~~ of the City of Philadelphia , ' . State of Pimnsy}vania, ' their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and ac~~owledge any 'and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in thei~busjnes].'lOf_guaranteeing the fidelity of persons., guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pertnjtt~diin a~)',1~ons or.p.r9ceedings allowed by law. ~~,,~ A~ ~"~\)~ , ,~~r~ O~~~\~~~r:~9 IN WITNESS WHEREOF, the Comp,wf:S have caused this instllJmc!;;,t. t1be,Sign~~d th~, T,i~~~rpo;ate seals to be hereto affixed, this ,Apnl ' '~UUl:S ,,'\~v ~ "'\\.' '~'~lY ' day of ,. (\\''{~ ^ '\\\1 ' 'i' (~~,",": l> ,\\:)l, ~' ,f 'l>- ~ ,;,,,~ . ' " ,~,,<\) V' C\~\\~'tJ' F~r~mgton Casualty ??'Rpa.ny....:.:.;~~) ,~~'~i:;~ FidelIty and Guaranty~nSDranc~n~,ompan)~O' '.:O.:~ " , Fidelity and Guaranty Insurajlb~underw}iters, Inc.3J~ Seaboard Surety Company~> St. Paul Fire and Marine Insurance Company ". v , ,23rd April 2008 < , , ',' On this the, day of , before'rile personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company: St. Paul Fire and Marine Insurance COll1l?,all!' St. Paul Guardia'[1:~ Insurance Cornpany, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and U[ljted 'States 'Fidelity and Guaranty Company, and that he, as such. being authorized so to do, executed the foregoing instrument for the purposes therein contained by sign:ing on hehalfof the corpor~tions by himself as a duly authorized officer. ~ TRAVELERSJ Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guarant)' Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company I I I Attorney-In Fact No. 218520 I I I I I I I I ~1Il1ll111i11 A "., .~ .~''- - ....?'~ ,. . -. 't t~ ~..... ~ -\'~"G .~,' ,0' ~""NC\- ........,rt " III - -~ ',. k~~~~,'."'..f~., ~.tOIlPOA...,.;:.";. ~"'f -, ~\~ 1,\SEArtIRJ ~')s':;'i-;~'}! ",---""'. . I I State of Connecticut City of Hartford ss, I In Witness Whereof, J hereunto set my hand and official seal. My Commission expires the 30th day of June, 20 II. 58440-5-07 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Compan)' of America United States Fidelity and Guaranty Company Certificate No. 0 0 2 3 3 9 4 9 3 ."..~, ',.f',~.'" 23rd St.Paul Guardian Insurance Company St Paul Mercury Insurance Company' Travelers Casualty and Surety Company , Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ."':: -;:;:.'::'.... . - -. . ...~..~.... (l:~~~i~~:;\~\ \t,St2WAL/f' 0':.... .....,<6 ~..s-....;....,..~ "<<\w ,'C.,-j~ '- Marie C. Tetreault. Notary Publit ' WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER -~~ -, This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casually and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: 1 RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President. any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her cenificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds. recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is I 1 . ., FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman. any Executive Vice President, any Senior Vice President or any Vice President may . delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary: and it is \1 FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undenaking shall be valid and binding upon the Company when. (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or an)' Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corp9rateSecretary or any Assistant Secretary and duly attested and sealed with the Company's sea] by a Secretary or Assistant Secretary: or (b) duly executed (under seal, if niq'uired) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their cenificates of authority or by one or more Company ofticers pursuant to a written delegation of authority; and it is 1 FURTHER RESOLVED, that the signature of each of the following ofticers: President, any Executive Vice President, any Senior Vice President. any Vice President, any Assistant Vice President. any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney .or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes orily of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof. and any such power of attorneyor'certificate bearing such f,!ssimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsiinile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1 1 1, KD"ri M. Johanson, the undersigned, Assistant Secretary. of Farmington Casualty Company, Fidelity and Guaranty Insurance Company; Fidelity anifGuaranty'lnsurance Underwriters, Inc., Seaboard Surety Company, S( Paul Fire and Marine Insuranc: CC?mpany: St. Paul Guardian Insuranc~ Company. St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Sun:ty Company of'.Americ,!,.and United States' Fidelity and Guaranty Company do hereby cenify that the above and foregoing is a true and correct copy of the PoweLofAttorney,..exe'cuted by,said'.Companies, which is in full force and effect and has not been revoked. . . "".' . . '." . . 1 '-, '.\ I ., ' IN TIiSTIMONY WHEREOF, ] have hereunto set my hand ,~~d,.5.l.('fi~;il th~,:eal~ of~'a~d\<;bJiipanies this is-\- day gf . 200 "3 I ;~ \ ~, '\ ' ~ -, \. Kori 1\1. Johans I ""';' ' -~~ k;C'\\~..,...,.~l/L> ~V.' ," ....iORPOR...)'...~ \ gf _. C"~~, V~SE AL/i1j {~)S':;'k~:;{t./ "''''-~ (~}l ,"..,,^ ........ ~"Y' ,.~. 1 1 To verify the authenticity of this Power of Attorney. call 1-800-421-3880 or contact us at www.travelersbond.com. Please . refer to the Attorney-In-Fact number. the 1 above-named individuals and the details of the bond to which the power is attached. I I 1 I WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER. I I I I I I I I I I I I I I I I I I I I PART II CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) I I I I I I I I I I I I I I I I I I I PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this ~~ay of August, 2008 by and between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to as "the City", and Asplundh Tree Expert Company, a Pennsylvania Corporation, hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Tree Trimming Project WF 81614/1 in accordance with and as described in A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications", and D. maps provided by the City indicating areas to be trimmed. 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 completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. Work will continue until all designated areas have been trimmed or the cost has reached the $45,000.00 Contract limit, whichever comes first, at which time the work will cease. The most urgent areas are to be completed first. PW 0407_02 Part02.doc [Revised August 2008] II - 1 I I I I I I I I I I I I I I I I I I I 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work after September 1, 2008, and said work shall be physically completed by October 31, 2008, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. Total of payments will not exceed $45,000.00. 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. Tht: 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 PW 0407_02 Part02.doc [Revised August 2008] II-2 I I I I I I I I I I I I I I I I I I I contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the performance. of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or. resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance 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: PW 0407_02 Part02.doc [Revised August 2008] 11-3 I I I I I I I I I I I I I I I I I I I 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 endor'sed to provide contractual liability coverage. 11. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 Oland shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 1001 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 111. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$I,OOO,OOO per accident. 11. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled 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. PW 0407_02 Part02.doc [Revised August 2008] 11-4 I I I I I I I I I I I I I I I I I I I D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor have been satisfied before commencement of the work. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. PW 0407_02 Part02.doc [Revised August 2008] II-5 I I I I I I I I I I I I I I I I I I I 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ' any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. 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. PW 0407_02 Part02.doc [Revised August 2008] 11-6 I I I I I I I I I I I I I I I I I I I 1. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower-tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower-tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by Gary A. Johnston on behalf of the Contractor and by Terry Dahlquist on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Asplundh Tree Expert Co. 7524 NE 175th St. Kenrnore, W A 98028 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallarn County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: Asplundh Tree Expert Co. Name of Contractor By: By: ~\~~~.~.Y ~ C~L~~ Mayor .' . , , ;jppr ~ed as. to FOij{ , ( /f') /l . .~~. tL //~2---'--"- City Attorney Title: Attest: PW 0407_02 Part02.doc [Revised August 2008] II-7 I I I I I I I I I I I I I I I I I I I PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as Principal, and 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 $45,000.00 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 , this _ day of ,2008. 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 Asplundh Tree Expert Co. the above bounded Principal, a certain contract, the said contract being numbered WF-81614/1, and providing for Tree Trimming (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, Asplundh Tree Expert Co., 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 AngeIE~s, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this _ day of ,2008. Surety Principal By By Title Title Surety Address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number PW 0407_02 Part02.doc [Revised August 2008] II-8 I I I I I I I I I I I I I I I I I I I PART III SPECIAL PROVISIONS I I I I I I I I I I I I I I I I I I I STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. ' SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for tl)is project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1-02.2 PLANS AND SPECIFICATIONS Section 1-02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. CHANGES IN WORK The City may, during the progress of this project, make changes in, additions to, or subtractions from the original drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefore to the City prior to the commencement of work in connection with such change. 111-1 I I I I I I I I I I I I I I I I I I I 1-02.5 PROPOSAIL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power-of-attorney appointing the signatory of the bond as the person authorized to execute it. 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for contract changes shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor or Engineer by using the RFI form, PW-404_02. Definitions: a.RFI: Request fOI" Information (City of Port Angeles' Document PW 404_02) b.CCO: Construction Change Order (City of Port Angeles' Document PW 404_04) 1-05.10 GUARAf\ITEES Section 1-05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such dE!fects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge thE~ Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. 111-2 I I I I I I I I I I I I I I I I I I I Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1-07.2(2) apply. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual. HOURS OF WORK Section 1-08.0 is further supplemented by the following: The hours for on-site work at the Light Operations Facility under this contract is limited to Monday through Friday, 7:00 am to 3:30 pm, excluding holidays. Work at City Hall is limited to Monday through Friday, 8:00 am to 5:00 pm, excluding holidays. Access to those facilities will not be allowed at other hours. PAYMENTS Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. All contract Payments will be made only through an Electronic Fund Transfer. It is the sole responsibility of the Contractor to provide to the City the applicable account information to allow this to occur. 111-3 I I I I I I I I I I I I I I I I I I I 4. O~~ CITY OF PORT ANGELES - PUBLIC WORKS AND UTILITIES DEPARTMENT " <.... q......-- ~iP r ~.... PAYMENT REQUEST MEMORANDUM ~, ,9? ~;= ~:s "MAINTAINING AND BUILDING A BETTER COMMUNITY" ~ORKS A~O ~ DATE: TO: Glenn A. Cutler, Director Public Works and Utilities FROM: Terry J. Dahlquist, Electrical Engineering Manager RE: Substation Monitoring System - Project CL0307 (Payment_) CONTRACT THIS PAY PREVIOUS TOTAL WORK REQUEST PAYMENTS TO DATE OriQinal Contract Amount Chanae Orders to Date (2) Subtotal Sales Tax (8.4%) LESS Retained PercentaQe (5%) Contractor Payments Authorized Total Contract Amount Percent Completion: DISBURSEMENT SUMMARY (Account No. 451-7188-594-6510, WF78798-03, CL0307) CONTRACTOR: RETAINAGE - No Escrow Account: TOTAL DISBURSEMENT FOR THIS PAYMENT COMMENTS: PREPARED BY: Terry J. Dahlquist Electrical Engineering Manager APPROVED BY: Glenn A. Cutler, P.E. Director of Public Works and Utilities I I I I I I I I I I I I I I I I I I I ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY I I I I I I I I I I I I I I I I I I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of 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 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36.24 1H 50 BOILERMAKERS JOURNEY LEVEL $50.33 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 CARPENTERS ACOUSTICAL WORKER $43.91 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $43.75 1M 50 CARPENTER $43.75 1M 50 CREOSOTED MATERIAL $43.85 1M 50 DRYWALL APPLICATOR $43.79 1M 50 FLOOR FINISHER $43.75 1M 50 FLOOR LAYER $43.75 1M 50 FLOOR SANDER $43.75 1M 50 MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $43.95 1M 50 SAWFILER $43.75 1M 50 SHINGLER $43.75 1M 50 STATIONARY POWER SAW OPERATOR $43.75 1M 50 STATIONARY WOODWORKING TOOLS $43.75 1M 50 CEMENT MASONS JOURNEY LEVEL $36.24 1H 5D DIVERS & TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 50 8L ASSISTANT MATE (DECKHAND) $44.08 1T 50 8L BOATMEN $44.59 1T 50 8L ENGINEER WELDER $44.64 1T 50 8L LEVERMAN, HYDRAULIC $46.21 1T 50 8L MAINTENANCE $44.08 1T 50 8L MATES $44.59 1T 50 8L OILER $44.21 1T 50 8L DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 Page 1 I CLALLAM COUNTY I Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE I CABLE SPLICER $55.05 1E 5A CABLE SPLICER (TUNNEL) $58.86 1E 5A CERTIFIED WELDER $53.16 1E 5A I CERTIFIED WELDER (TUNNEL) $57.15 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL. $51.25 1E 5A JOURNEY LEVEL. (TUNNEL) $55.05 1E 5A I ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C I ELECTRICIANS - PCiWERLlNE CONSTRUCTION CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A I HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A I JOURNEY LEVEL L1NEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A I ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS I MECHANIC $60.85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 I FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11.60 I FLAGGERS JOURNEY LEVEL $31.01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G I HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.59 1S 5J HEATING EQUIPMENT MECHANICS I MECHANIC $16.00 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS I MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 I INLAND BOATMEN CAPTAIN $59.22 COOK $34.81 DECKHAND $34.52 I ENGINEER/DECKHAND $58.62 MATE, LAUNCH OPERATOR $50.20 Page 2 I I CLALLAM COUNTY I Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY I REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 GROUT TRUCK OPERATOR $11.48 I HEAD OPERATOR $12.78 TECHNICIAN $8.07 lV TRUCK OPERATOR $10.53 INSULATION APPLICATORS I JOURNEY LEVEl. $20.50 IRONWORKERS JOURNEY LEVEL $47.92 10 SA I LABORERS ASPHALT RAKER $36.75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D I BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D I CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 5D I CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN (OVER 30 LBS) $36.75 1H 5D CHIPPING GUN (UNDER 30 LBS) $36.24 1H 5D I CHOKER SETTER $36.24 1H 5D CHUCK TENDER $36.24 1H 5D CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D I CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D CRUSHER FEEDER $31.01 1H 5D I CURING LABORER $36.24 1H: 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $36.24 1H 5D DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D I DRILL OPERATOR (HYDRAULIC, DIAMOND) $36.75 1H 5D DRILL OPERATOR, AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D EPOXY TECHNICIAN $36.24 1H 5D I EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER, CHAIN SAW $36.75 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $28.45 1H 5D I construction debris cleanup) FINE GRADERS $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1H 5D I GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1H 5D GRADE CHECKER & TRANSIT PERSON $36.75 1H 5D I GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 5D Page 3 I I CLALLAM COUNTY I Effective 03-02-08 *****************~r**************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 50 I HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 50 HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 50 HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 50 I HIGH SCALER $37.20 1H 50 HOD CARRIER/MORTARMAN $36.75 1H 50 JACKHAMMER $36.75 1H 50 LASER BEAM OPERATOR $36.75 1H 50 I MANHOLE BUILOER-MUOMAN $36.75 1H 50 MATERIAL YARDMAN $36.24 1H 50 MINER $37.20 1H 50 I NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $36.75 1H 50 PRESSURE AIR I~ WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $36.75 1H 50 I PILOT CAR $31.01 1H 50 PIPE POT TENDER $36.75 1H 50 PIPE RELlNER (NOT INSERT TYPE) $36.75 1H 50 PIPELAYER & CAULKER $36.75 1H 50 I PIPELAYER & CAULKER (LEAD) $37.20 1H 50 PIPEWRAPPER $36.75 1H 50 POT TENDER $36.24 1H 50 I POWOERMAN $37.20 1H 50 POWOERMAN HELPER $36.24 1H 50 POWERJACKS $36.75 1H 50 RAILROAD SPIKE PULLER (POWER) $36.75 1H 50 I RE-TIMBERMAN $37.20 1H 50 RIPRAP MAN $36.24 1H 50 ROOOER $36.75 1H 50 I SCAFFOLD ERECTOR $36.24 1H 50 SCALE PERSON $36.24 1H 50 SIGNALMAN $36.24 1H 50 SLOPER (OVER 20") $36.75 1H 50 I SLOPER SPRAYMAN $36.24 1H 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $36.75 1H 50 SPREADER (CONCRETE) $36.75 1H 50 I STAKE HOPPER $36.24 1H 50 STOCKPILER $36.24 1H 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $36.75 1H 50 TAMPER (MULTIPLE & SELF PROPELLED) $36.75 1H 50 I TOOLROOM MAN (AT JOB SITE) $36.24 1H 50 TOPPER-TAILER $36.24 1H 50 TRACK LABORER $36.24 1H 50 I TRACK LINER (POWER) $36.75 1H 50 TRUCK SPOTTER $36.24 1H 50 TUGGER OPERATOR $36.75 1H 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $36.24 1H 50 I VIBRATOR $36.75 1H 50 VINYL SEAMER $36.24 1H 50 WELDER $36.24 1H 50 I WELL-POINT U~BORER $36.75 1H 50 Page 4 I I CLALLAM COUNTY I Effective 03-02-08 *****************,~**************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS - UNDER.GROUND SEWER & WATER I GENERAL LABORER $36.24 1H 50 PIPE LAYER $36.75 1H 50 LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 LANDSCAPING OR PLANTING LABORERS $12.89 LATHERS I JOURNEY LEVEL. $43.79 1M 50 METAL FABRICATION (IN SHOP) FITTERIWELDER: $15.16 I LABORER $11.13 MACHINE OPERATOR $10.66 PAINTER $11.41 PAINTERS I JOURNEY LEVEL $33.94 2B 5A PLASTERERS JOURNEY LEVEL $25.83 I PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57.34 1G 5A I POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 11' 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $44.92 11' 50 8L I BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & UNDER 6 YO) $45.41 11' 50 8L BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH ATTACHMENTS) $45.96 11' 50 8L BACKHOES, (75 HP & UNDER) $44.50 11' 50 8L BACKHOES, (OVER 75 HP) $44.92 11' 50 8L I BARRIER MACHINE (ZIPPER) $44.92 11' 50 8L BATCH PLANT OPERATOR, CONCRETE $44.92 11' 50 8L BELT LOADERS (ELEVATING TYPE) $44.50 11' 50 8L I BOBCAT (SKID STEER) $42.14 11' 50 8L BROOMS $42.14 11' 50 8L BUMP CUTTER $44.92 11' 50 8L CABLEWAYS $45.41 11' 50 8L I CHIPPER $44.92 11' 50 8L COMPRESSORS $42.14 11' 50 8L CONCRETE FINISH MACHINE - LASER SCREED $42.14 11' 50 8L I CONCRETE PUMPS $44.50 11' 50 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 11' 50 8L CONVEYORS $44.50 11' 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $44.50 11' 50 8L I CRANES, 20 - 44 TONS, WITH ATTACHMENTS $44.92 11' 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $45.41 11' 50 8L WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $45.96 11' 50 8L I WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $46.53 11' 50 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $42.14 11' 50 8L I CRANES,A-F~~ME,OVER10TON $44.50 11' 50 8L Page 5 I I CLALLAM COUNTY I . Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, OVER aoo TONS, OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L I ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $44.92 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $45.41 1T 5D 8L I CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $45.96 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $45.96 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $46.53 1T 5D 8L CRUSHERS $44.92 1T 5D 8L I DECK ENGINEER/DECK WINCHES (POWER) $44.92 1T 5D 8L DERRICK, BUILDING $45.41 1T 5D 8L DOZERS, D-9 & UNDER $44.50 1T 5D 8L I DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $44.50 1T 5D 8L DRILLING MACHlINE $44.92 1T 5D 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $42.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $44.50 1T 5D 8L I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44.92 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $44.50 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $42.14 1T 5D 8L I GRADE ENGINEER $44.50 1T 5D 8L GRADECHECKER AND STAKEMAN $42.14 1T 5D 8L GUARDRAIL PUNCH $44.92 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $44.50 1T 5D 8L I HORIZONTAUDIRECTIONAL DRILL LOCATOR $44.50 .1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44.92 1T 5D 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $42.14 1T 5D 8L I HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $44.50 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $45.41 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) . $45.96 1T 5D 8L LOADERS, OVEI~HEAD (UNDER 6 YD), PLANT FEED $44.92 1T 5D 8L I LOCOMOTIVES, ALL $44.92 1T 5D 8L MECHANICS, ALL $45.41 1T 5D 8L MIXERS, ASP HAL T PLANT $44.92 1T 5D 8L I MOTOR PATROL GRADER (FINISHING) $44.92 1T 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $44.50 1T 5D 8L MUCKING MAC~iINE, MOLE, TUNNEL DRILL AND/OR SHIELD $45.41 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $42.14 1T 5D 8L I OPERA TOR PAVEMENT BREAKER $42.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $44.92 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $44.50 1T 5D 8L I POSTHOLE DIGGER, MECHANICAL $42.14 1T 5D 8L POWER PLANT $42.14 1T 5D 8L PUMPS, WATER $42.14 1T 5D 8L I QUAD 9, D-10, AND HD-41 $45.41 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45.41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42.14 1T 5D 8L I ROLLAGON $45.41 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $42.14 1T 5D 8L ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS $44.50 1T 5D 8L ROTO-MILL, ROTO-GRINDER $44.92 1T 5D 8L I SAWS, CONCRETE $44.50 1T 5D 8L Page 6 I I CLALLAM COUNTY I Effective 03-02-08 *****************~~**************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $44.92 1T 5D 8L I OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SEl.F PROPELLED, HARD TAIL END DUMP, ARTICULATING $45.41 1T 5D 8L OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $44.50 1T 5D 8L I SCREED MAN $44.92 1T 5D 8L SHOTCRETE GUNITE $42.14 1T 5D 8L SLlpFORM PAVERS $45.41 1T 5D 8L I SPREADER, TOPSIDE OPERATOR - BLAW KNOX $44.92 1T 5D 8L SUBGRADE TRIMMER $44.92 1T 5D 8L TOWER BUCKET ELEVATORS $44.50 1T 5D 8L TRACTORS, (75 HI' & UNDER) $44.50 1T 5D 8L I TRACTORS, (OVER 75 HI') $44.92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44.92 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $45.41 1T 5D 8L I TRENCHING MACHINES $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $44.92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44.92 1T 5D 8L I WHEEL TRACTORS, FARMALL TYPE $42.14 1T 5D 8L YO YO PAY DOZER $44.92 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER I (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEAI~NCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37.61 4A 5A SPRAY PERSON $35.73 4A 5A I TREE EQUIPMENT OPERATOR $36.19 4A 5A TREE TRIMMER $33.68 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A I REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27.68 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A I RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 RESIDENTIAL CEMENT MASONS I JOURNEY LEVEL $25.63 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 RESIDENTIAL ELECTRICIANS I JOURNEY LEVEL $27.78 RESIDENTIAL GLAZIERS JOURNEY LEVEL $21.36 I RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 I RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 RESIDENTIAL PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $14.60 Page 7 I I CLALLAM COUNTY I Effective 03-02-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS I JOURNEY LEVEL $55.41 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $33.04 1E 6L I RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 I ROOFERS JOURNEY LEVEL $36.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39.78 1R 5A I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $51.97 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $31.46 1H 6W I HEAT & FROST INSULATOR $46.59 1S 5J LABORER $12.16 1 MACHINIST $17.16 1 I SHIPFITTER $14.66 1 WELDER/BURNER $14.66 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 I SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS I JOURNEY LEVEL $36.08 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) I JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 I SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 I TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32.34 1E 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE I CABLE SPLICER $30.66 2B 5A HOLE DIGGER/GROUND PERSON $17.19 2B 5A INSTALLER (REPAIRER) $29.41 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $28.53 2B 5A I SPECIAL APPARATUS INSTALLER I $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $30.66 2B 5A I TELEPHONE EQUIPMENT OPERATOR (LIGHT) $28.53 2B 5A TELEVISION GROUND PERSON $16.31 2B 5A TELEVISION L1NEPERSONIINSTALLER $21.68 2B 5A TELEVISION SYSTEM TECHNICIAN $35.78 2B 5A I TELEVISION TECHNICIAN $23.19 2B 5A TREE TRIMMER $28.53 2B 5A Page 8 I I I I I I I I I I I I I I I I I I I I CLALLAM COUNTY Effective 03-02-08 *****************~r**************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKEHS & TILE SETTERS JOURNEY LEVEL $41.96 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $35.79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $41.19 1T 50 8L ASPHALT MIX (OVER 16 YARDS) $41.90 1T 50 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $41.90 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 OILER $9.45 WELL DRILLER $11.60 Page 9 I I I I I I I I I I I I I I I I I I I ************************************************************************************************************************ BENEFIT CODE KEY - EFFECTIVE 08-31-08 1. N. O. P. OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. A. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. B. ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. \.. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND TI-IE 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 HOURL Y RATE OF WAGE. G_ THE FIRST TEN (10) HOURS WORKED ON SA TURDA YS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, ,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF W AGE_ ALL HOURS WORKED MONDAY THROUGH SA TURDA Y OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE 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 SA TURDA YS (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. 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 HOURL Y RATE OF W AGE_ THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SA TURDA Y SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SA TURDA YS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) 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. I I I I I I I I I I I I I I I I I I I 1. 2. BENEFIT CODE KEY - EFFECTIVE 08-31-08 -2- Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWOTIMES 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 SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL Y RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SA TURDA YS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SA TURDA Y TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDA YS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURL Y 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 DA Y AND CHRISTMAS DA Y SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS (EXCEPT MAKE-UP DA YS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWEL VE (12) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SA TURDA Y, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y 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 PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. E. ALL HOURS WORKED ON SA TURDA YS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID ATONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 08-31-08 -3- G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PA Y. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. 2. I. 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, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO tIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. K. M. ALL HOURS WORKED ON SA TURDA YS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y 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 SA TURDA Y SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURL Y RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SA TURDA Y AND ALL HOURS WORKED ON SUNDA YS AND HOLIDA YS SHALL BE PAID AT TWO TIMES THE HOURL Y RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURL Y RATE OF WAGE. HOLIDA Y CODES 5. A. HOLlDA 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 DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, THE FRIDA Y 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 DA Y, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8). F. HOLIDA YS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (II). G. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DA Y BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DA Y, AND CHRISTMAS (6). I. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DA Y, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). I I I I I I I I I I I I I I I I I I I 5. 6. BENEFIT CODE KEY - EFFECTIVE 08-31-08 -4- K. HOLlDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DA Y, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DA Y (9). M. N. HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DA Y, INDEPENDENCE DA Y, LABOR DA Y, VETERANS' DA Y, THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, 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 DA Y (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 HOLIDA YS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DA Y, 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). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDA YS. X. HOLlDA YS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, CHRISTMAS DA Y AND A FLOATING HOLIDAY (8). Y. HOLlDA YS: 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. HOLlDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DA Y, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, THE FRIDAY AFTER THANKSGIVING DA Y, 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). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DA Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I). I I I I I I I I I I I I I I I I I I I 8. BENEFIT CODE KEY - EFFECTIVE 08-31-08 -5- G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (II). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOA TING HOLIDAY (10). 1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDA YS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DA Y. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DA Y, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DA Y AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDA Y~ PRESIDENTS' DA Y. 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 DA Y, AND CHRISTMAS DAY (9). U. HOLlDA 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 DA Y, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY (10). x. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DA Y BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET c. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PA Y. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 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 MA Y 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. I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY - EFFECTIVE 08-31-08 -6- M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $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 I I I I I I I I I I I I I I I I I I I ATTACHMENT 8 STANDARD SPECIFICATIONS FOR TREE TRIMMING I I I I I I I I I I I I I I I I I I I WAC 296-4!i-455 No Washington State Register filings since 2003 Line-clearance tree-trimming operations. This section provides additional requirements for line-clearance tree-trimming operations and for equipment used in these operations. This section does not apply to qualified employees. (1) Before an employee climbs, enters, or works around any tree, a determination shall be made of the nominal voltage of electric power lines posing a hazard to employees. However, a determination of the maximum nominal voltage to which an employee will be exposed may be made instead, if all lines are considered as energized at this maximum voltage. (2) There shall be a second line-clearance tree trimmer within normal (that is, unassisted) voice communication under any of the following conditions: (a) Ifa line-clearance tree trimmer is to approach more closely than 10 feet (305 cm) any conductor or electrical apparatus energized at more than 600 volts; or (b) If branches or limbs being removed are closer to lines energized at more than 600 volts than the distances listed in Table I, Table 4, and Table 5; or (c) Ifroping is necessary to remove branches or limbs from such conductors or apparatus. (3) Line-clearance tree trimmers shall maintain the minimum approach distances from energized conductors given in Table I, Table 4, and Table 5. (4) Branches that are contacting exposed energized conductors or equipment or that are within the distances specified in Table 1, Table 4, and Table 5 may be removed only through the use of insulating equipment. Note: A tool constructed of a material that the employer can demonstrate has insulating qualities meeting WAC 296-45-305(1) are considered as insulated under this section if the tool is clean and dry. (5) Ladders, platforms, and aerial devices may not be brought closer to an energized part than the distances listed in Table 1, Table 4, and Table :5. (6) Line-clearance tree-trimming work may not be performed when adverse weather conditions make the work hazardous in spite of the work practices required by this section. Each employee performing line-clearance tree-trimming work in the aftermath ofa stoml or under similar emergency conditions shall be trained in the special hazards related to this type of work. Note: Thunderstorms in the immediate vicinity, high winds, snow storms, and ice storms are examples of adverse weather conditions that are presumed to make line-clearance tree-trimming work too hazardous to perform safely. (7) A tree trimmer may climb out of a basket into a tree or from a tree back into the basket so long as he is properly tied into the tree during the entire maneuver and the employer can demonstrate that this is the safest way to perform the work. [Statutory Authority: RCW 49.17.040. 99-09-080, ~ 296-45-455, filed 4/20/99, effective 8/1199. Statutory Authority: RCW 49.17.01 0, [49.17].040, [49.171.050 and [49.17].060. 98-07 -009, ~ 296-45-455, filed 3/6/98, effective 5/6/98.1 I I I I I I I I I I I I I I I I I I I WAC 296-45-45505 No Washington State Register filings since 2003 Brush chippers. (1) Brush chippers shall be equipped with a locking device in the ignition system. (2) Access panels for maintenance and adjustment of the chipper blades and associated drive train shall be in place and secure during operation of the equipment. (3) Brush chippers not equipped with a mechanical infeed system shall be equipped with an infeed hopper of length sufficient to prevent employees from contacting the blades or knives of the machine during operation. (4) Trailer chippers detached from trucks shall be chocked or otherwise secured. (5) Each employee in the immediate area of an operating chipper feed table shall wear personal protective equipment as required by Subpart I of this Part. [Statutory Authority: RCW 49.17.010, [49.17].040, [49.17].050 and [49.17].060. 98-07-009, ~ 296-45-45505, filed 3/6/98, effective 5/6/98.] WAC 291)-45-45510 No Washington State Register filings since 2003 Sprayers and related equipment. (1) Walking and working surfaces of sprayers and related equipment shall be covered with slip-resistant material. If slipping hazards cannot be eliminated, slip-resistant footwear or handrails and stair rails meeting the requirements of chapter 296-24 WAC, Part 1-1, and WAC 296-800-260 may be used instead of slip-resistant material. (2) Equipment on which employees stand to spray while the vehicle is in motion shall be equipped with guardrails around the working area. The guardrail shall be constructed in accordance with chapter 296-24 WAC, Part 1-1 and WAC 296-800-260. [Statutory Authority: RCW 49.17.010, [49.17].040, and[49.17].050 . 01-11-038, ~ 296-45-45510, filed 5/9/01, effective 9/1/01. Statutory Authority: RCW 49.17.01 0, [4~1.17].040,[49.17].050 and [49.17].060. 98-07-009, ~ 296-45-45510, filed 3/6/98, effective 5/6/98.] WAC 296-45-45515 No Washington State Register filings since 2003 Stump cutters. (1) Stump cutt(:rs shall be equipped with enclosures or guards to protect employees. (2) Each employee in the immediate area of stump grinding operations (including the stump cutter operator) shall wear personal protective equipment as required by WAC 296-45-25505. [Statutory Authority: RCW 49.17.010, [49.17].040, [49.17].050 and [49.17].060. 98-07-009, ~ 296-45-45515, filed 3/6/98, effective 5/6/98.] I I I I I I I I I I I I I I I I I I I WAC 296-45-45520 No Washington State Register filings since 2003 Backpack power units for use in pruning and clearing. (1) While a backpack power unit is running, no one other than the operator may be within 10 feet (305 cm) of the cutting head of a brush saw. (2) A backpack power unit shall be equipped with a quick shutoff switch readily accessible to the operator. (3) Backpack power unit engines shall be stopped for all cleaning, refueling, adjustments, and repairs to the saw or motor, except as the manufacturer's servicing procedures require otherwise. [Statutory Authority: RCW 49.17.01 0, [49.171.040, [49.171.050 and [49.171.060. 98-07-009, ~ 296-45-45520, filed 3/6/98, effective 5/6/98.1 WAC 2915-45-45525 No Washington State Register filings since 2003 Rope. (I) Climbing ropes shall be used by employees working aloft in trees. These ropes shall have a minimum diameter of 0.5 inch (1.2 cm) with a minimum breaking strength of2300 pounds (10.2 kN). Synthetic rope shall have elasticity of not more than 7 percent. (2) Rope shall be inspected before each use and, if unsafe (for example, because of damage or defect), may not be used. (3) Rope shall be stored away from cutting edges and sharp tools. Rope contact with corrosive chemicals, gas, and oil shall be avoided" (4) When stored, rope shall be coiled and piled, or shall be suspended, so that air can circulate through the coils. (5) Rope ends shall be secured to prevent their unraveling. (6) Climbing rope may not be spliced to effect repair. (7) A rope that is wet, that is contaminated to the extent that its insulating capacity is impaired, or that is otherwise not considered to be insulated for the voltage involved may not be used near exposed energized lines. [Statutory Authority: RCW 49.17.010, [49.171-040, [49.17J.050 and [49.17J.060. 98-07-009, ~ 296-45-45525, filed 3/6/98, effective 5/6/98.1 WAC 296-45-45530 No Washington State Register filings since 2003 Fall protection. Each employee shall be tied in with a climbing rope and safety saddle when the employee is working above the ground in a tree, unless he or she is ascending into the tree. [Statutory Authority: RCW 49.17.010, [49.171.040, [49.171.050 and [49.171.060. 98-07-009, ~ 296-45-45530, filed 3/6/98, effective 5/6/98.1 I I I I I I I I I I I I I I I I I I I WAC 296-45-465 No Washington State Register filings since 2003 Communication facilities. (1) Microwave transmission. The employer shall ensure that no employee looks into an open waveguide or antenna that is connected to an energized microwave source. (2) If the electromagnetic radiation level within an accessible area associated with microwave communications systems exceeds the radiation protection guide given in chapter 296-62 WAC, Part J-I. The area shall be posted with the warning symbol described in chapter 296-62 WAC, Part J-l. The lower half of the warning symbol shall include the following statements or ones that the employer can demonstrate are equivalent: Radiation in this area may exceed hazard limitations and special precautions are required. Obtain specific instruction before entering. (3) When an employee works in an area where the electromagnetic radiation could exceed the radiation protection guide, the employer shall institute measures that ensure that the employee's exposure is not greater than that permitted by that guide. Such measures may include administrative and engineering controls and personal protective equipment. (4) Power line carrier. Power line carrier work, including work on equipment used for coupling carrier current to power line conductors, shall be performed in accordance with the requirements of this section pertaining to work on energized lines. [Statutory Authority: RCW 49.17.01 0, [49.171.040, [49.17].050 and [49.17].060. 98-07-009, ~ 296-45-465, filed 3/6/98, effective 5/6/98.] '~:i;~~~!::i~~>~t,~~;?;~},ij:SL;,:;~s~Y;:~,'~b~;~;=:';,'':>:~S<:;'i<'" ,'-' I I I I I I I I I I I I I I I I I I I. I . I ~,. .... f -', '. . PRIMARY BEFORE: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT I I I I I I I I I I I I I I I I I 1(1 I. PRIMARY " ( . '<{~;~~~?':;,:,~V;;d:s~~1~~~?~?~~?r.i;~~~~~~ie{~?>>i~::::::~" ,,' AFTER: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT 1 1 1 1 1 1 1 1 1 I~ 1 1 1 I 1 1 I~ 1(1"-'.' ..: (-_..... of "'. _ .. I . I " ," PRIMARY ..~ .~~~~~~~~/~~)f~~~%W~~i;~~~:~~J&~~~<(~V;'./ BEFORE: OVERHANG TRIMMING ENGINEERING SPECIFICA TrON CITY OF PORT ANGELES LIGHT DEPARTMENT I I Ill.. I I I I I I I~ I I I I I 1 II.. ...~ ~ 1 -.~>~e' I. .. , '.. . I PRIMARY . .~. ~ '<;~t~~,S~~~~~~~:~&5~~~~~~~~~{~;;:;~{5;;(~(;<~;//' AFTER: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT I 1 1 I 1 1 1 1 if 1 .' 1 1 II I I I 1 1 1 I, " , , , , PRIMARY , , " \, BEFORE: TOP REMOVAL-LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT I I III I I I I I I III I I I I I I I I~ ., I '1 ," . PRIMARY 00 1 I AFTER: TOP REMOVAL-LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT ..; ". " ...... ..0 ',' ". . I -~ . ." ..... " . . . , . .-. . I PRIMARY , , I I \ . NOTE: 10 FEET FORM NEUTRAL CONDUCTQR .IF POSSIBLE. " 10 FT '":/0- / ,..:...... ,'- I~'L./ / '.."t..-.,..~ /.-' ....:...;.. ..... ,:~r" z). ;:...~~ ...~ ~;~'".tt' /' ~~./~ 1',' ,,,,-,,/,, " ,....../ ,/ ..;:,~' /" ,/,,:,/ /r ~"...../ ".. ",.:,,/' ./.1 ,.~",,",.~., /:- ;......./ r"r ~~..../ -../~ ,.,.......... .....(.f:... "~.I /< "'..... ,.'... -'.t' ...'( ',,,,' ../...........f" /~:...._,..J/,f,.'- .....,~. /,- "'x" ".;;..."-'..... /'':. "'-....'/.:J''-'\,... ;/,'.....1 ..1-:., "",., ,_'...."_,! ./'.. ,~. ~ .('.. " '"',''' ~\. ... ........:.. ... '.'..~...... ",.r.. '. '''''l. '.. ......\.. .... ,~,"" ..1':0.." ....1:-.....'... "to.. :'\. 'I., "".. .......,r.... ... ",'.. .... X' .. 1;... ......r ......, '-\..,/' >...'...../""..... ........rJ- ..... .-....~/:.... ......;...., .....).. :" ',/ ......'../ >... '-,/ ,'.. ........;. .\..."'../.'.....\..\....;,..~i..._.~."...,.~'\....... ..-'" ," .'1y /: "".//' ..'~," ..... ;':..,' ,J')/ ./ ;../ ,/ ;--.,,. ,J" ).../" /,J."""~' .>./ .~.r '/__./ ~;/",J /" ,..//t .'.,' r~ ,-:.... ......,/ /~ "...... ...< ......'.~I ".._<':..:~ J"('''',,/' ~..."I.:,("/~\~ '/l~r:."......r/ ,.r... ,.I'" .'<....,~ ':~".:i''': ....:,..:/,..., '..../ ~/.....{..~, .._..~ "\ . '-.. '\.. '1'..... "., ':/..... ".... ....~p'. ........ ...'";...., 'L....... "..::-....,' ':,...... '\. 'Lot:, "'" ....,I'\, ... ................ '... '\, ... '" .. ., ....... I , AFTER: TOP LATERAL TRIMMING - SIDE VIEW ENGINEERING SPECIFICATION CITY OF PORT ANGELES UGHT DEPARTMENT Prepared by: Project ngiine Reviewed by: Deputy Director PW 0407_01 Part01 [Revised 07/05] PROJECT MANUAL for TREE TRIMMING PROJECT NO. 07 -12 CITY OF PORT ANGELES WASHINGTON JULY 2007 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Reviewed by: Attorney e /ry ,QTLY PROJECT MANUAL For information regarding this project, contact: Gail McLain, City of Port Angeles 360 417 -4708 PW 0407_01 Part01 [Revised 07/05] for TREE TRIMMING PROJECT NO. 07 -12 .44,.. o ra..... lwazassimv, (deow iv s QpiKS A N0 CITY OF PORT ANGELES WASHINGTON JULY 2007 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES PART I CONTRACT REQUIREMENTS: PROJECT MANUAL TABLE OF CONTENTS TREE TRIMMING 2007 PROJECT NO. 07 -12 Contractor's Checklist 1 -1 Non Collusion Affidavit 1 -2 Contractor's Construction Experience 1 -3 Bid Form 1 -5 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 2 -1 Performance and Payment Bond 2 -8 Certificate of Insurance [provided by bidder] Statement of Intent to pay Prevailing Wages [WA Dept of Labor Industries] PART III SPECIAL PROVISIONS Special Provisions 3 -1 PART IV APPLICATION FOR PAYMENT Contractor's Application for Payment Form 4 -1 ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING CONTRACTOR'S CHECKLIST 1. Have the contract forms been properly signed? 4. Do the written amounts of the contract forms agree with the amounts shown in figures? 5. Have you quoted on all items? 6. Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract To be executed by the successful contractor and the City. B. Performance bond To be executed on the form provided by Owner, by the successful contractor and its surety company. To include name. contact and phone number. and address of surety and power of attorney of sianatorv. C. Insurance certificate(s) To be executed on a form that complies with the specifications. D. Washington Department of Labor and Industries "Statement of Intent to Pay Prevailing Wages" Form No. F700- 029 -000. 1 -1 STATE OF WASHINGTON COUNTY OF CLALLAM NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. t:'� Subscribed and sworn to before me this 20 day of A 1 Ci 5T 2007. Signature of Bidder /Contractor Notary Public in and for the State of Washington. Residing at vPoo cwt' A My Comm. Exp.: 9 CONTRACTOR'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of contractor: Asplundh Tree Expert co. 2. Registration Number: ASPLUTE246DZ 3. Permanent main office address: 7524 NE 175th Street Kenmore, WA 98028 4. When organized: 1929 5. Where incorporated: Pennsylvania 6. How many years have you been engaged in the contracting business under your present firm name? 78 7 Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. See Attached 8. General character of work performed by your company: See Attached 9. Have you ever failed to complete any work awarded to you? If so, where and why? 10. Have you ever defaulted on a contract? No 11. List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed, contact name and phone number. See Attached 1 3 No 12. List your major equipment available for this contract: See Attached 13. Experience of contractor in construction work similar to this project in work and importance: See Attached 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. 1 -4 Contractor Signature Date: August 20, 2007 Print Name: Michael Kavran Title: Vice President Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 CONTRACTOR: Asplundh Tree Expert Co. Registration Number: ASPLUNDH246DZ DATE: August 20, 2007 BID FORM UBI Number: 409-019-409 The undersigned, herein after called the contractor, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The contractor declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the project manual, for tree trimming; that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the project manual; and that this quote is made in accordance with the provisions and the terms of the contract included in the project manual. The contractor further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Electrical Engineer, hereinafter also referred to as the City, and such other source of information as it determined necessary in arriving at its conclusion. If the contractor is awarded a contract on this quote, the name and address of the surety who will provide the performance bond is: Reliance Insurance Aon Risk Services Inc. Surety Agent 4 Penn Center, Phil., PA Surety Address Ivy Buelow 215 784 4203 Ivy Buelow 215 784 4203 Surety Contact and Phone Number Agent Contact and Phone Number 1 -5 1 Liberty P1. STE 1000 Agent Address To: City of Port Angeles 321 East Fifth Street P.O. Box 1150 Port Angeles, Washington 98362 (Hereinafter called "City") Basic Eauipment: Mobilization Cost Total Cost BID FORM The total cost of work completed on this project is not to exceed $45,000. The undersigned (hereinafter called "Contractor hereby proposes to provide a tree trimming crew with equipment to perform tree trimming, as detailed in the specifications and elsewhere in these documents, upon the terms and conditions herein stated: 1. Mobilization of crew and equipment to and from Port Angeles: 400.00 400.00 2. Tree Trimming Crew and Equipment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, and flagger Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. Included w/ lift truck Total hourly price for crew and equipment 160.21 3. Start date (ARO) 2 Wks notice to proceedThe Contractor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license Number ASPLUTE246DZ for the State of Washington, in which the project is located, and said license expires on 8 See Attached equipment and labor billing schedule See Attached additional crew cost sheet. 5. Any alterations or exceptions: 6. The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent, and other employees as required. CONTRACTOR: Asplundh Tree Expert Co. BY Michael Kavran, Vice President ADDRESS: See Attached Breakdown of Labor and Equipment 7524 NE 175th Street Kenmore, WA 98028 TELEPHONE: 425- 483 -9339 FAX NUMBER: 425- 806 -9750 DATE: August 20, 2007 Authorized Signature 1 -7 City of Pt Angeles 2007 Overtime Foreman 53.24 95.82 Tree Trimmer 47.40 85.32 Flagger 42.62 76.72 Lift 13.50 13.50 Chip /Dump 6.75 6.75 Chipper 3.45 3.45 Groundman 39.13 70.44 55' Lift 13.50 60'/70' Lift 22.00 80 Lift 60.00 92' Lift 70.00 Chip /Dump 6.75 Chipper 3.45 Chain Saw 0.65 4x4 Pickup 7.75 4x4 Pickup w/tools 9.75 Asplundh Tree Expert Co. Confidential 8/20/2007 Pa9e 1 Weekly crew cost 50 hour weeks 40 hrs at regular time, 10 DT hrs approximately 800.00 per week board,Iodging and travel Flagger and Groundman will have no board -room or travel Other classifications would be billed in addition to this sheet. Regular Time Foreman 53.24 Tree Trimmer 47 40 Lift 13 50 Chipper 3.45 117 59 Double Time Foreman 95 82 Tree Trimmer 85 32 Lift 13 50 Chipper 3 45 hours 19809 10 week per crew seven days 1,980.90 1,980.90 DT 10 hrs 6,684.50 Total crew Tabor /equip boa r d? oo ni%alr fare of 2 man crew weeks Cost per week L$ 7,4,84 50 1 week 7,484,50 2 weeks 14,969 00 3 weeks 22,453.50 4 weeks 29,938.00 5 weeks 37,422.50 weeks 44,907.00 7 weeks 52,391 50 8 weeks 59,876 00 9 weeks 67,360 50 10 weeks 74,845 00 4,703.60 Reg time 80x010;0 40 hours 7,484 50 cost per week C.� Statement of Contractor's Qualifications and Experience Asplundh offers the experience of 77 years in the line clearance industry. We strive to create sound working relationships with our customer and the public. Employees are certified to perform the work in accordance with WAC 296 -45 -66001 and 296 -45- 660011 and O.S.H.A. 2910.269. In addition, all Journeymen have been qualified through the State of Washington JATC program with the I.B.E.W. or have over 4,000 hours in overhead power line maintenance Asplundh Tree Expert Co. has an ongoing training program with the use of video training through our Safety Department, Weekly Safety Meetings, Monthly Safety Poster, General Foreman Monthly Training Guide and Safety Audit Checks. Asplundh can offer you a storm emergency response program to effectively help you put your system back in order if that need would ever arise. It is our goal to help to apply the best right -of -way program possible for your system by having the most professional personnel on all levels, and by using the innovative ideas that have helped put Asplundh at the top of the line clearance industry We appreciate the opportunity to submit our proposal and hope we may be of service to you. If you have questions concerning our proposal or require additional information, please contact us at your convenience. ASPLUNDH THE EIPERT CO. Michael Kavran Vice President August 20,2007 Tate ASPLTJNDH TREE EXPERT CO. EQUIPMENT SPECIFICATIONS G.V.W. Platform Height: Working Height: Side Reach: Outriggers: Man Lift Power: Auxiliary Power: Hydraulic Dump: Chip Box Capacity: Asnlundh 55' LRIII 4x4Trim Lift w /20.0001b winch: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 29,250 55'4" With Hydraulic Saw tools 65.4 45'1" Yes Truck Engine Powered P.T.O. Kubota Engine Yes 14 Cubic Yards Asnlundh 55' LRIII: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 G.V.W. 29,250 Platform Height: 55'4" Working Height: With Hydraulic Saw tools 65.4 Side Reach: 45' 1" Outriggers: Yes Man Lift Power: Truck Engine Powered P.T.O. Auxiliary Power: Kubota Engine Hydraulic Dump: Yes Chip Box Capacity: 14 Cubic Yards Altec AM 900 65' lift Manufacturer Model Year G.V.W. Axle Platform Height: Working Height: Side Reach: ,Outriggers: Trim Lift Power: GMC 5 year or newer 54,000 Single 65' With Hydraulic Saw tools 75' 37' Yes Truck Engine Altec AM 900 95' lift Manufacturer Model Year G.V.W. Axle Platform Height: Working Height: Side Reach: Outriggers: Trim Lift Power: Chinner Dumn Truck: Manufacturer: Type of Equipment: Model Series: G.V.W.: Model Year Chip Box Capacity: Hydraulic Dump: Chipper: Manufacturer: Type of Equipment: Model Model Year: Size of Chipper: Power GMC 5 year or newer 54,000 Single 95' With Hydraulic Saw tools 105' 37' Yes Truck Engine GMC Asplundh Split Dump with Man Cab 6000 22,000 5 Years or newer 14.1 Cubic Yards Yes Altec Asplundh Brush Chipper JEY Drum Chipper 5 Years or newer 12" 6 cylinder /300 Cubic inch Asnlundh Background The Asplundh Tree Expert Co. is a privately held company, owned and managed by the Asplundh Family. Founded in 1928 By Lester, Carl and Griffith Asplundh, the company began its operations serving telephone and electric utilities in Pennsylvania and New Jersey. We have now provided line clearance services for 77 years, and have grown to become the world's leader in utility vegetation management. The company has long been noted for innovation, and was instrumental in developing and perfecting now widely used items such as aerial lifts and chippers. Asplundh helped pioneer the use of herbicides in right -of -way- clearing management. These traditions in innovation continue to this day. Asplundh employs over 25,000 people in the U.S., Canada, Australia and New Zealand. In recent years, the company has diversified and now offers a broad range of utility specialty services, summarized below. Asplundh performs line clearance services for hundreds of customers, large and small, investor owned, municipals, PUD's and REC's. Because of our broad range of experience and customer diversity, we are able to tailor our operations to meet the expectations of each Customer. Various Utilities have specific needs and concerns. It is our objective to understand those needs and concerns, and to build an operation that will address them, while at the same time being able to adapt as conditions change. Though This proposal; focuses on line clearance and vegetation management, we felt that we should emphasize that Asplundh's range of service extends beyond just those items. Additional service we offer include: Construction and Maintenance Asplundh has built a solid reputation over the past 30 years in underground and overhead utility construction. Our operations are full service, from design to completion. Pole Maintenance Asplundh pole maintenance specialists now operate nationwide, extending the lift of existing utility poles. Asplundh can manage the complete job, recording, tracking, and locating each pole. Underground Locating Asplundh, through its CLS subsidiary, is now the largest supplier of underground locating services in the country. CLS has extensive experience in both electric and gas facility locating, including distribution and transmission. Project Name Time Materials Time Materials Three Lakes East Arlington Time Materials The Materials ime Materials ASPLUNDH TREE EXPERT CO. Client Snohomish PUD Grays Harbor PUD Snohomish PUD Snohomish PUD Avista Puget Sound Energy Seattle City Light PREVIOUS EXPERIENCE Supervisor Phone K. Ellison 425 347 -5590 D Fuher 800 562 -7726 M. Munsterman 425 347 -5595 M. Munsterman 425 347 -5595 P. Luders 509 495 -4134 B. Rogers 425 462 -3958 D. Ingham 206- 719 -8062 Amount Contract Term 1,800,000.00 2004 -2005 750,000.00 2004 -2005 597,333 00 2004 518,333.00 2003 2,000,000 00 2003 -2004 80, 000, 000.00 1999 -2004 9,000,000.00 2001 -2006 PART 1I CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) This Contract is made and entered into in duplicate this 1- day of r(f,2LpIL, 2007 by and between the City of Po An eles, a non charter c de�cpiitty�of the State of Washington, hereinafter referred to as "the City", and Q o o hereinafter referred to as "the Contractor WITNESSETH: PUBLIC WORKS CONTRACT Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: CITY WIDE TREE TRIMMING PROJECT No. 07 -12 in accordance with and as described in this Contract and the project manual, which include the special provisions, performance bond, and the standard specifications for tree trimming as may be specifically modified in the attached specifications and/or special conditions, 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 completing the work provided for in this Contract, except as may otherwise be provided in the project manual. The City will provide maps indicating the areas to be trimmed. The areas will be prioritized to assure the most urgent is completed first. Work will continue until all designated areas have been trimmed or the cost has reached the $45,000.00 Contract limit, whichever comes first, at which time work will cease. 2 -1 2. Time for Performance and Liauidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 50 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $90.00 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Comnensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the project manual. Total payment not to exceed $45,000.00. 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. Monthly 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 form(s). 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 under the Contract provisions. 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 2 -2 contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a cburt 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 Contractors negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 2 -3 A Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: 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. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Comnensation coverage as required by the Industrial Insurance laws of the State of Washington. B Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits- Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. i. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self insurance, or insurance pool coverage maintained by the City shall be excess 2 -4 of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party except after forty -five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 8. Comnliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assimnent 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. 2 -5 B. The Contractor shall not subcontract any part of the services to be preformed hereunder without first obtaining the consent of the City and complying with the provision of this section. C. In the event the Contractor does assign this contract or employ any subcontractor the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), weather initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organizations 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 pay or 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 the 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. I. 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 subcontractor and lower -tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The Contractor, each approved subcontractor, and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. 11 Contract Administration. This Contract shall be administered by 6 A a rz' A.. J -r#, i on behalf of the Contractor and by Gail McLain 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: Asplundh Tree Expert Co. 7524 NE 175th St. Kenmore, WA 98028 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: Asp,1-Cindh 7 ame I f C tractor By: 4, c Gary A. '3-6hnston Title: 1Li-- 4 v° i 2 -7 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 CITY OF PORT ANGELES: Appr9'ved as to Fo Attest: 1-A#.1t KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Asplundh Tree Expert Co. as Principal, and Travelers Casualty and Surety Company of America a corporation, organized and existing under the laws of the State of rr 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 45,1100 nn ;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. Pennsylvania Dated at Philadelphia VXXOtrialigh thiS 21st day of September, 2007. 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 Asplund Tree Expert Co. the above bounded Principal, a certain contract, the said contract being numbered 07 -12. and providing for Tree Trimminn (which contract is referred to herein and is made a part hereof as though attached hereto), and •VHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work herein provided for in the manner and within the time set forth; nowi therefore, If the said Principal, Asplundh Tree Expert Co. 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, ubcontractors and material men, 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. B Signed this 24th day of September Travelers: aity and Sty Il Suret Ri and A. Jacobus Attorn 'n -Fact Title 10 Sentry Pkwy., Ste. 3 Blue Rell, PA 19492 Surety Address Chris Vahey 915- 97d.164 Surety Contact Telephone Number PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles 2007 Asplundh Tree Expert Co. Principal By tiVg Dennis A. apola Asst. Serretary Title Aon Risk Services, Inc. of PA 1 f50 Market Rt Ste 1 nn� Philadelphia, PA 19103 Surety Agent Ad Richard A. Jacobus 215- 205 -200Q Agent Contact Telephone Number 2 -8 Bond 105003666 TRAVELERS Attorney -In Fact No. KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St Paul Fire and Marne Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Darella White, Richard G Dicciani, Richard A Jacobus, Mary C. O'Leary, Douglas R Wheeler, Maureen McNeill, and Wayne G. McVaugh of the City of Philadelphia State of Pennsylvania their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other wntmgs obligatory in the nature thereof on behalf of the Companies in their business of,, guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any,actions or,proceedings allowed by law N WITNESS WHEREOF, the Companies have caused this instrument to be signeckand the ay of July 2007 State of Connecticut City of Hartford ss 58440 -8 -06 Printed in U.S.A 218520 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty "Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company In Witness Whereof, I hereunto set my hand and official seal e y Commission expires the 30th day of June, 2011 POWER OF ATTORNEY f DNS %NSUq` j O O p v 'f OR "ROOF 1. /I 6,10.0 ""S.SEAI,4 t SEAL By WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No.0 01731253 corporate seals to be hereto affixed, this St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ice President 9th On this the 9th day of July 2007 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualt and Surety Company of Amenca, and United States Fidelity and Guaranty Company, and that he, as such, being authonzed so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer QA/‘ C 1 Marie C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authonty of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Amenca, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vic President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authonty may prescnbe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wntings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in wnting and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or wnting obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescnbed in his or her certificate or their certificates of authonty or by one or more Company officers pursuant to a wntten delegation of authority, and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretanes or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other wntmgs obligatory in the nature thereof, and any such power of attorney or certificate beanng such facsimile signatuie or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be alid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kon M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Suet ytCompany cifAmenca,_and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power oSAttomey,executed by said Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of September To venfy the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www stpaultravelersbond com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Kon M JohansotAssistant Secretary` ,20041 ASSETS CASH &INVESTED CASH PONDS STOCK INVESTMENT INCOME DUE ANC ACCRUED PREM;U.4 BALANCES REINSURANCE RECOVERABLE NET DEFERRED TAX ASSET CEDED DEPOSIT ASSET STATE SURCHARGES RECEIVABLE OTHER ASSETS 40 TOTAL ASSETS STATE CF CONNECTICUT COUNTY OF IIARTF CRD CITY OF HARTFORD )SS. SUBSCRIBED AND SWORN TO E3EFORE ME THIS 29111 DAY OF MARCH, 2007 ss3a.a R TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD CCNNCCTICUT 05183 FINANCIAL STATEMENT AS OF DECEMBER u 1, 2000 CAPITAL STOCK 6,000,000 114,080,791 2,912,711.671 14,865,166 34,978,331 166,157,209 3,954,977 42,796,290 6,134,622 149,430 (4,414,000) 3,291,414,536 TOTAL LIABILITIES SURPLUS LIABILITIES SURPLUS UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES COMMISSIONS TAXES, LICENSES AND FEES OTHER EXPENSES DIVIDENDS CURRENT FEDERAL AND FOREIGN INCOME TAXES CEDED REINSURANCE NET PREMIUMS PAYABLE FUNDS HELD UNDER REINSURANCE TREATIES AMOUNTS WITHHELD 1 RETAINED BY COMPANY FOR OTHERS REMITTANCES AND ITEMS NOT ALLOCATED PROVISION FOR REINSURANCE PAYABLE TO PARENT, SUBSIDIARIES AFFILIATES PAYABLE FOR SECURITIES RETROACTIVE REINSURANCE RESERVE ASSUMED OTHER ACCRUED EXPENSES AND LIABILITIES TOTAL LIABILITIES CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS TOTAL SURPLUS TO POLICYHOLDERS LAWRENCE A. SIUTA, BEING DULY SWORN, SAYS THAT HE IS CHIEF FINANCIAL OFFICER TRAVELERS BOND FINANCIAL PRODUCTS, OF TRAVELERS CASUALTY SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31st DAY OE DECEMBER, 2008 if. 724,600 436 872,911,753 1 28,785,154 28,073 ,026 21.233,702 30,823,925 7,080,280 38,720,832 (4,981,662) 03,054.332 39,095,839 60,295,233 5,027.014 96,256,775 4,975,100 20,845,771 119.334 2,163,613,785 6,000,000 303,297,402 818,603,349 1,121,900,751 3,291,414,533 CHIEF FINANCIAL OFFICER IRAVELERS BOND FINANCIAL PRODUCTS NOTARY PUBLIC Anna P. Nowik Notary Public My Commission Expires June 30, 2011 .mpolte. CERTIFICATE OF INSURANCE PRODUCER Aon Risk Services, Inc of PA One Liberty Place, Suite 1000 Philadelphia, PA 19103 215 255 -2000 INSURED Asplundh Tree Expert Co 708 Blair Mill Road Willow Grove, PA 190901784 COVERAGES, CO LTR A A 11 B TYPE OF INSURANCE GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE n OCCURRENCE Broad Form Contractual Owners Contractors Protective GEN'L AGGREGATE LIMIT APPLIES PER POLICY 0 PROJECT AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO n EXCESS LIABILITY DEDUCTIBLE RETENTION WORKERS' COMPENSATION AND A EMPLOYERS' LIABILITY OTHER LOC OCCUR CLAIMS MADE Region Code 072 POLICY NUMBER TB2- 631 004328 -037 AS2- 631 004328 -057 (AOS) UMB 9253238 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIRESTRICTIONS !SPECIAL ITEMS CERTIFICATE HOLDER CITY OF PORT ANGELES EAST 5TH STREET T ANGELES, WA 98362 ACOR6225 -S (7/97) DATE (MM /DD/YY) 9/25/2007 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURER A INSURER B INSURER C INSURER D INSURER E INSURERS AFFORDING COVERAGE POLICY EFFECTIVE DATE (MM/DDNY) 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 THE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EXPIRATION DATE (MM/DDNY 8/1/2007 8/1/2008 8/1/2007 8/1/2008 8/1/2007 8/1/2008 WA7 -63D- 004328 -017 8/1/2007 8/1/2008 (AOS) WC7- 631 004328 -027 (WI,OR) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE FIRE DAMAGE (Any One Fire) MED EXP (Any One Person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per acadent) PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY EACH OCCURRENCE AGGREGATE WC STATU- OTHER Ir TORY LIMITS E L EACH ACCIDENT E L DISEASE EA EMPLOYEE E L DISEASE POLICY LIMIT The City of Port Angeles is listed as additional insured as required by written contract but only according to policy terms, conditions and exclusions for liability ansing from operations performed by or on behalf of the named insured The above coverage is considered primary as respects other insurance carried by certificate holder CANCELLATION LIMITS EA ACC AGG 2144937750 3,000,000 100,000 10,000 1,000,000 3,000,000 3,000,000 1,000, 000 5 000 000 1,000,000 1.000.000 1,000,000 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 3Q DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT hAQ XXXX (XXXXXXX l`X/XXXXX p(XIO ©ACORD CORPORATION 1988'1 Named Insured Asplundh Tree Expert Co 708 Blair Mill Road Willow Grove, PA 19090 -1784 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following COMMERICAL GENERAL LAIBLIITY COVERAGE FORM SECTION II WHO IS AN INSURED is amended to include as an insured any person or organization for whom you have agreed in writing to provide liability insurance But The insurance provided by this amendment Certificate Holder CITY OF PORT ANGELES 321 EAST 5TH STREET PORT ANGELES, WA 98362 The following provisions also apply 2144937750 1 Applies only to "bodily injury" or "property damage arising out of (a) "your work" or (b) premises or other property owned by or rented to you, 2 Applies only to coverage and minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy, and 3 Does not apply to any person or organization for whom you have procured separate liability insurance while such insurance is in effect, regardless of whether the scope of coverage or limits of insurance of this policy exceed those of such other insurance or whether such other insurance is valid and collectible 1 Where the applicable written agreement requires the Insured to provide liability insurance on a primary, excess, contingent, or any other basis, this policy will apply solely on the basis required by such written agreement and Item 4 Other Insurance of SECTION IV of this policy will not apply 2 Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Item 4 Other Insurance of SECTION IV of this policy will govern 3 This endorsement shall not apply to any person or organization for any "bodily injury" or "property damage" if any other additional Insured endorsement on this policy applies to that person or organization with regard to the "bodily injury" or "property damage" 3 If any other additional insured endowment applies to any person or organization and you are obligated under a written agreement to provide liability Insurance on a primary, excess, contingent, or any other basis for that additional insured, this policy will apply solely on the basis required by such written agreement and Item 4 Other Insurance of SECTION IV of this policy will not apply, regardless of whether the person or organization has available other valid and collectible insurance If the application written agreement does not specify on what basis the liability insurance will apply, the provision of Item 4 Other Insurance of SECTION IV of this policy will govern Policy Number: TB2- 631 004328 -037 SPECIAL PROVISIONS I CHANGES IN WORK The City may, during the progress of this project, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefor to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. II PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall: A. Be on a City- furnished form; B. Be signed by an approved surety (or sureties) that; 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, C. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and D. Guarantee that the surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and 2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, matenal person, or any other person who provides supplies or provisions for carrying out the work. The City may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. 3 -1 III CONTRACTOR DEFAULT If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner hmiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor, for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. IV TERMINATION OF CONTRACT In the event that the Contractor persistently or repeatedly refuse or fail to supply competent supervision, enough properly skilled workmen, or proper matenals, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and serve written notice of intention to terminate the Contract upon the Contractor, which notice shall specify the reasons therefor. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate, and the Surety will become responsible for the performance of the work unless otherwise agreed in writing by the City. The nghts and remedies of the City under this Termination Of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. 3 -2 CONTRACTOR'S APPLICATION FOR PAYMENT TO: City of Port Angeles FROM: Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 DATE: PROJECT NAME: City Wide Tree Trimming PAYMENT REQUEST NO. PROJECT NUMBER: 07 -12 PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Contract Amount Thru Approved Change Order No. [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] 3 Sales Tax (Port Angeles is 8.4% of [2]) 4 Amount Retained (5% of [2]) 5 Subtotal ([2] +[3] -[4]) 6 Total Previously Paid [Deduction] 7 AMOUNT DUE THIS REQUEST ([5] -[6]) *correspond to column letters shown on the continuation sheet. *Enter zero if a retainage bond has been approved. CONTRACTOR'S APPLICATION FOR PAYMENT 0 WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. to CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower -tire subcontractors /suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of APPROVAL: Project Manager City Engineer Notary Public in and for the State of residing at My appointment expires Date Date ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY 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 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34.36 1M 5D BOILERMAKERS JOURNEY LEVEL $47.47 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $42.47 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $41.43 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $41.33 1M 5D CARPENTER $41.33 1M 5D CREOSOTED MATERIAL $41.37 1M 5D DRYWALL APPLICATOR $41.31 1M 5D FLOOR FINISHER $41.40 1M 5D FLOOR LAYER $41.40 1M 5D FLOOR SANDER $41.40 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42.27 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $41.47 1M 5D SAWFILER $41.40 1M 5D SHINGLER $41.40 1M 5D STATIONARY POWER SAW OPERATOR $41.40 1M 5D STATIONARY WOODWORKING TOOLS $41.40 1M 5D CEMENT MASONS JOURNEY LEVEL $34.36 1M 5D DIVERS TENDERS DIVER $85.75 1M 5D 8A DIVER TENDER $44.22 1M 50 DREDGE WORKERS ASSISTANT ENGINEER $42.02 1T 5D 8L ASSISTANT MATE (DECKHAND) $41.51 1T 5D 8L BOATMEN $42.02 1T 5D 8L ENGINEER WELDER $42.07 1T 5D 8L LEVERMAN, HYDRAULIC $43.64 1T 5D 8L MAINTENANCE $41.51 1T 5D 8L MATES $42.02 1T 5D 8L OILER $41.64 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41.14 1E 5P ELECTRICIANS INSIDE CABLE SPLICER $52.30 1D 5A CABLE SPLICER (TUNNEL) $56.21 1D 5A CERTIFIED WELDER $50.53 10 5A CERTIFIED WELDER (TUNNEL) $54.26 10 5A CONSTRUCTION STOCK PERSON $27.32 10 5A JOURNEY LEVEL $48.75 10 5A JOURNEY LEVEL (TUNNEL) $52.30 1D 5A ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $55.40 4A 5A CERTIFIED LINE WELDER $49.64 4A 5A GROUNDPERSON $35.92 4A 5A HEAD GROUNDPERSON $37 88 4A 5A Page 1 CLALLAM COUNTY Effective 03 -03 -07 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code HEAVY LINE EQUIPMENT OPERATOR $49.64 4A 5A JACKHAMMER OPERATOR $37.88 4A 5A JOURNEY LEVEL LINEPERSON $49.64 4A 5A LINE EQUIPMENT OPERATOR $42.26 4A 5A POLE SPRAYER $49.64 4A 5A POWDERPERSON $37.88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $57.88 4A 6Q MECHANIC IN CHARGE $63.45 4A 6Q FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $29.68 1M 5D GLAZIERS JOURNEY LEVEL $42.41 1H 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $45.13 1S 5J HOD CARRIERS MASON TENDERS JOURNEY LEVEL $34.84 1M 5D INLAND BOATMEN CAPTAIN $38.04 1K 5B COOK $31.90 1K 5B DECKHAND $31.59 1K 5B ENGINEER/DECKHAND $34.37 1K 5B MATE, LAUNCH OPERATOR $36.02 1K 5B INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $46.25 10 5A LABORERS ASPHALT RAKER $34.84 1M 5D BALLAST REGULATOR MACHINE $34.36 1M 5D BATCH WEIGHMAN $29.68 1M 5D BRUSH CUTTER $34.36 1M 5D BRUSH HOG FEEDER $34.36 1M 5D BURNERS $34.36 1M 5D CARPENTER TENDER $34.36 1M 5D CASSION WORKER $35.20 1M 5D CEMENT DUMPER/PAVING $34.84 1M 5D CEMENT FINISHER TENDER $34.36 1M 50 CHANGE -HOUSE MAN OR DRY SHACKMAN $34.36 1M 5D CHIPPING GUN (OVER 30 LBS) $34.84 1M 5D CHIPPING GUN (UNDER 30 LBS) $34.36 1M 5D CHOKER SETTER $34.36 1M 5D CHUCK TENDER $34.36 1M 5D CLEAN UP LABORER $34.36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34.84 1M 5D CONCRETE FORM STRIPPER $34.36 1M 5D CONCRETE SAW OPERATOR $34.84 1M 5D CRUSHER FEEDER $29.68 1M 5D CURING LABORER $34.36 1M 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED $34.36 1 M 5D DITCH DIGGER $34.36 1M 5D DIVER $35.20 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $34.84 1M 5D DRILL OPERATOR, AIRTRAC $35.20 1M 5D Page 2 Classification CLALLAM COUNTY Effective 03 -03 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code DUMPMAN $34.36 1M 5D EPDXY TECHNICIAN $34.36 1M 5D EROSION CONTROL WORKER $34.36 1M 5D FALLER/BUCKER, CHAIN SAW $34.84 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $27.36 1M 5D construction debris cleanup) FINE GRADERS $34.36 1M 5D FIRE WATCH $29.68 1M 5D FORM SETTER $34.36 1M 5D GABION BASKET BUILDER $34.36 1M 5D GENERAL LABORER $34.36 1M 5D GRADE CHECKER TRANSIT PERSON $34.84 1M 5D GRINDERS $34.36 1M 5D GROUT MACHINE TENDER $34.36 1M 5D GUARDRAIL ERECTOR $34.36 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35.20 1M 5D HAZARDOUS WASTE WORKER LEVEL B $34.84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34.36 1M 5D HIGH SCALER $35.20 1M 5D HOD CARRIER/MORTARMAN $34.84 1M 5D JACKHAMMER $34.84 1M 5D LASER BEAM OPERATOR $34.84 1M 5D MANHOLE BUILDER MUDMAN $34.84 1M 5D MATERIAL YARDMAN $34.36 1M 5D MINER $35.20 1M 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $34.84 1M 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $34.84 1M 5D PILOT CAR $29.68 1M 5D PIPE POT TENDER $34.84 1M 5D PIPE RELINER (NOT INSERT TYPE) $34.84 1M 5D PIPELAYER CAULKER $34.84 1M 5D PIPELAYER CAULKER (LEAD) $35.20 1M 5D PIPEWRAPPER $34.84 1M 5D POT TENDER $34.36 1M 5D POWDERMAN $35.20 1M 5D POWDERMAN HELPER $34.36 1M 5D POWERJACKS $34.84 1M 5D RAILROAD SPIKE PULLER (POWER) $34.84 1M 5D RE- TIMBERMAN $35 20 1M 5D RIPRAP MAN $34.36 1M 5D RODDER $34.84 1M 5D SCAFFOLD ERECTOR $34.36 1M 5D SCALE PERSON $34.36 1M 5D SIGNALMAN $34.36 1M 5D SLOPER (OVER 20 $34.84 1M 5D SLOPER SPRAYMAN $34.36 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $34.84 1M 5D SPREADER (CONCRETE) $34.84 1M 5D STAKE HOPPER $34.36 1M 5D STOCKPILER $34.36 1M 5D TAMPER SIMILAR ELECTRIC, AIR GAS $34.84 1M 51) TAMPER (MULTIPLE SELF PROPELLED) $34.84 1M 5D TOOLROOM MAN (AT JOB SITE) $34.36 1M 5D TOPPER TAILER $34.36 1M 5D TRACK LABORER $34.36 1M 5D TRACK LINER (POWER) $34.84 1M 5D Page 3 Classification CLALLAM COUNTY Effective 03 -03 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code TRUCK SPOTTER $34.36 1M 5D TUGGER OPERATOR $34.84 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $34.36 1M 5D VIBRATOR $34.84 1M 5D VINYLSEAMER $34.36 1M 5D WELDER $34.36 1M 5D WELL -POINT LABORER $34.84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.93 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $41.31 1M 5D PAINTERS JOURNEY LEVEL $33.16 2B 5A PLASTERERS JOURNEY LEVEL $25.83 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $55.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39.57 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD UNDER) $42.35 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD UNDER 6 YD) $42.84 1M 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $43.39 1M 5D 8L BACKHOES, (75 HP UNDER) $41.93 1M 5D 8L BACKHOES, (OVER 75 HP) $42.35 1M 5D 8L BARRIER MACHINE (ZIPPER) $42.35 1M 5D 8L BATCH PLANT OPERATOR, CONCRETE $42.35 1M 5D 8L BELT LOADERS (ELEVATING TYPE) $41.93 1M 5D 8L BOBCAT (SKID STEER) $39.57 1M 5D 8L BROOMS $39.57 1M 5D 8L BUMP CUTTER $42.35 1M 5D 8L CABLEWAYS $42.84 1M 5D 8L CHIPPER $42.35 1M 5D 8L COMPRESSORS $39.57 1M 5D 8L CONCRETE FINISH MACHINE LASER SCREED $39.57 1M 5D 8L CONCRETE PUMPS $41.93 1M 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $42.35 1M 5D 8L CONVEYORS $41.93 1M 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $41.93 1M 5D 8L CRANES, 20 44 TONS, WITH ATTACHMENTS $42.35 1M 5D 8L CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $42.84 1M 5D BL JIB WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $43.39 1M 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $43.96 1M 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $39.57 1M 5D 8L CRANES, A- FRAME, OVER 10 TON $41.93 1M 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $44.52 1M 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $42.35 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $42.84 1M 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $43.39 1M 5D 8L CRANES, TOWER CRANE UP TO 175 IN HEIGHT, BASE TO BOOM $43.39 1M 5D BL CRANES, TOWER CRANE OVER 175 IN HEIGHT, BASE TO BOOM $43.96 1M 5D 8L CRUSHERS $42.35 1M 50 8L DECK ENGINEER/DECK WINCHES (POWER) $42.35 1M 5D 8L DERRICK, BUILDING $42.84 1M 513 8L Page 4 Classification CLALLAM COUNTY Effective 03 -03 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code DOZERS, D -9 UNDER $41.93 1M 5D 8L DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $41.93 1M 5D 8L DRILLING MACHINE $42.35 1M 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $39.57 1M 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $41.93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42.35 1M 5D 8L FORK LIFTS, (3000 LBS AND OVER) $41.93 1M 5D 8L FORK LIFTS, (UNDER 3000 LBS) $39.57 1M 5D 8L GRADE ENGINEER $41.93 1M 5D 8L GRADECHECKER AND STAKEMAN $39.57 1M 5D 8L GUARDRAIL PUNCH $42.35 1M 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $41.93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41.93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42.35 1M 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $39.57 1M 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $41.93 1M 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $42.84 1M 5D 8L LOADERS, OVERHEAD (8 YD OVER) $43.39 1M 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $42.35 1M 5D 8L LOCOMOTIVES, ALL $42.35 1M 5D 8L MECHANICS, ALL $42.84 1M 5D 8L MIXERS, ASPHALT PLANT $42.35 1M 5D 8L MOTOR PATROL GRADER (FINISHING) $42.35 1M 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $41.93 1M 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $42.84 1M 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39.57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39.57 1M 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $42.35 1M 5D 8L PLANT OILER (ASPHALT, CRUSHER) $41.93 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $39.57 1M 5D 8L POWER PLANT $39.57 1M 5D 8L PUMPS, WATER $39.57 1M 5D 8L QUAD 9, D -10, AND HD -41 $42.84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42.84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39.57 1M 50 8L ROLLAGON $42.84 1M 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $39.57 1M 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41.93 1M 50 8L ROTO -MILL, ROTO- GRINDER $42.35 1M 5D 8L SAWS, CONCRETE $41.93 1M 5D 8L SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.35 1M 5D 8L OFF -ROAD EQUIPMENT UNDER 45 YD) SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $42.84 1M 5D 8L OFF ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $41.93 1M 5D 8L SCREED MAN $42.35 1M 5D 8L SHOTCRETE GUNITE $39.57 1M 5D 8L SLIPFORM PAVERS $42.84 1M 5D 8L SPREADER, TOPSIDE OPERATOR BLAW KNOX $42.35 1M 5D 8L SUBGRADETRIMMER $42.35 1M 5D 8L TOWER BUCKET ELEVATORS $41.93 1M 5D 8L TRACTORS, (75 HP UNDER) $41.93 1M 5D 8L TRACTORS, (OVER 75 HP) $42.35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42.35 1M 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $42.84 1M 5D 8L TRENCHING MACHINES $41.93 1M 5D 8L Page 5 Classification CLALLAM COUNTY Effective 03 -03 -07 TRUCK CRANE OILER /DRIVER UNDER 100 TON) $41.93 1M 5D 8L TRUCK CRANE OILER/DRIVER (100 TON OVER) $42.35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42.35 1M 5D 8L WHEEL TRACTORS, FARMALL TYPE $39.57 1M 5D 8L YO YO PAY DOZER $42.35 1M 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35.62 4A 5A SPRAY PERSON $33.82 4A 5A TREE EQUIPMENT OPERATOR $34.27 4A 5A TREE TRIMMER $31.88 4A 5A TREE TRIMMER GROUNDPERSON $24.03 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27.68 1 ROOFERS JOURNEY LEVEL $35.78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38.78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $49.97 1E 6L SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $31.15 1D 5A TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $29.89 2B 5A HOLE DIGGER/GROUND PERSON $16.81 2B 5A INSTALLER (REPAIRER) $28.68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27.82 2B 5A SPECIAL APPARATUS INSTALLER I $29.89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29 30 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $29.89 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $27.82 2B 5A TELEVISION GROUND PERSON $15.96 2B 5A TELEVISION LINEPERSON /INSTALLER $21.17 2B 5A TELEVISION SYSTEM TECHNICIAN $25.15 28 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27.82 2B 5A TERRAZZO WORKERS TILE SETTERS JOURNEY LEVEL $40.33 1B 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $34.16 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34.90 1K 5A TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $39.04 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $39.62 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK TRAILER $20.23 1 OTHER TRUCKS $39.62 1T 50 8L TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 Page 6 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code CLALLAM COUNTY Effective 03 -03 -07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OILER $9.45 1 WELL DRILLER $11.60 1 Page 7 BENEFIT CODE KEY EFFECTIVE 03 -3 -07 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 HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 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 AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY EFFECTIVE 03 -03 -07 2 1 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 HOURLY RATE OF WAGE, S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T 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 SATURDAY TO 6 OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED 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 WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE E ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE 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 AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE BENEFIT CODE KEY EFFECTIVE 03 -03 -07 3 2 I 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, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDAYS NEW YEARS 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 HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, 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 DAY, AND CHRISTMAS DAY (11) 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) I HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) 1 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' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY 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, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) BENEFIT CODE KEY EFFECTIVE 03 -03.07 -4- 5. S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DE Y, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10) 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 YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 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 HOLIDAYS 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 (11) I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY_ PRESIDENTS' DAY T PAID HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9) 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 DAY, 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, EMPLOYEES BIRTHDAY (11) BENEFIT CODE KEY EFFECTIVE 03 03 07 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' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' $2 25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' $5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET 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' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT 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 ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING NEP BEFORE: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT AFTER: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY r s irl ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT cu BEFORE: OVERHANG TRIMMING tiv r r t AFTER: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY BEFORE: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES UGHT DEPARTMENT RP PRIMARY 10 FT AROUND TRANSFORMER AFTER: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT ii NOTE: 10 FEET FORM NEUTRAL CONDUCTOR IF POSSIBLE. 10 FT PRIMARY AFTER: TOP LATERAL TRIMMING SIDE VIEW ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT do Electrical Workers Chapter 296-45 WAC Pule Contents 2 for printing WAC 296 45-455 Line clearance tree-trimming operations. This section provides additional requirements for line clearance tree trimming operations and for equipment used in these operations. This section does not apply to qualified employees. (1) Before an employee climbs, enters, or works around any tree, a determination shall be made of the nominal voltage of electric power lines posing a hazard to employees. However, a determination of the maximum nominal voltage to which an employee will be exposed may be made instead, if all lines are considered as energized at this maximum voltage. (2) There shalt be a second line clearance tree trimmer within normal (that is, unassisted) voice communication under any of the following conditions: (3) Line- clearance tree trimmers shall maintain the minimum approach distances from energized conductors given in Table 1, Table 4, and Table 5. (4) Branches that are contacting exposed energized conductors or equipment or that are within the distances specified in Table 1, Table 4, and Table 5 may be removed only through the use of insulating equipment. Note: A tool constructed of a material that the employer can demonstrate has insulating qualities meeting WAC 296 -45- 305(1) are considered as insulated under this section if the tool is clean and dry. (5) Ladders, platforms, and aerial devices may not be brought closer to an energized part than the distances listed in Table 1, Table 4, and Table 5. (6) Line clearance tree trimming work may not be performed when adverse weather conditions make the worts hazardous in spite of the work practices required by this section. Each employee performing line clearance tree trimming work in the aftermath of a storm or under similar emergency conditions shall be trained in the special hazards related to this type of work. Note: Thunderstorms in the immediate vicinity, high winds, snow storms, and ice storms are examp /es of adverse weather conditions that are presumed to make line clearance tree trimming work too hazardous to perform safely. (7) A tree trimmer may climb out of a basket into a tree or from a tree back into the basket so long as he is properly tied into the tree during the entire maneuver and the employer can demonstrate that this is the safest way to perform the work. [Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 5 296 -45 -455, filed 04 /20/99, effective 08/01/99. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296-45 -455, filed 03/06/98, effective 05/06/98.] WAC 296-45 -45505 Brush chippers. (1) Brush chippers shall be equipped with a locking device in the ignition system. (2) Access panels for maintenance and adjustment of the chipper blades and associated drive train shall be in place and secure during operation of the equipment. (3) Brush chippers not equipped with a mechanical infeed system shall be equipped with an infeed hopper of length sufficient to prevent employees from contacting the blades or knives of the machine during operation. h g h e eec c e h (a) If a line clearance tree trimmer is to approach more closely than 10 feet (305 cm) any conductor or electrical apparatus energized at more than 600 volts; or (b) If branches or limbs being removed are closer to lines energized at more than 600 volts than the distances listed in Table 1, Table 4, and Table 5; or (c) If roping is necessary to remove branches or limbs from such conductors or apparatus. Electrical Workers 296 -45 Part 3 h Page 2 of (4) Trailer chippers detached from trucks shall be chocked or otherwise secured. (5) Each employee in the immediate area of an operating chipper feed table shall wear personal protective equipment as required by Subpart 1 of this Part. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296 -45- 45505, flied 03/06/98, effective 05/06/98.] WAC 296-45 -45510 Sprayers and related equipment. (1) Walking and working surfaces of sprayers and related equipment shall be covered with slip resistant material. If slipping hazards cannot be eliminated, slip resistant footwear or handrails and stair rails meeting the requirements of chapter 296 -24 WAC, Part J -1, and WAC 296-800 -260 may be used instead of slip resistant material. (2) Equipment on which employees stand to spray while the vehicle is in motion shall be equipped with guardrails around the working area. The guardrail shall be constructed in accordance with chapter 296 -24 WAC, Part J -1 and WAC 296 -800 -260. [Statutory Authority: RCW 49.17.010, .040, .050. 01 -11 -038 (Order 99 -36), 296 -45- 45510, flied 05/09/01, effective 09 /01 /01Statutory Authority: Statutory Authority: RCW 49.17.010, .040, .050, .060. 98- 07-009 (Order 97 -17), 5296 -45- 45510, filed 03/06/98, effective 05/06/98.] WAC 296 -45 -45515 Stump cutters. (1) Stump cutters shall be equipped with enclosures or guards to protect employees. (2) Each employee in the immediate area of stump grinding operations (including the stump cutter operator) shall wear personal protective equipment as required by WAC 296 -45- 25505. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45515, flied 03/06/98, effective 05/06/98.] back to top WAC 296 -45 -45520 Backpack power units for use in pruning and clearing. (1) White a backpack power unit is running, no one other than the operator may be within 10 feet (305 cm) of the cutting head of a brush saw. (2) A backpack power unit shall be equipped with a quick shutoff switch readily accessible to the operator. (3) Backpack power unit engines shall be stopped for all cleaning, refueling, adjustments, and repairs to the saw or motor, except as the manufacturer's servicing procedures require otherwise. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296 -45- 45520, filed 03/06/98, effective 05/06/98.] WAC 296-45 -45525 Rope. (1) Climbing ropes shall be used by employees working aloft in trees. These ropes shall have a minimum diameter of 0.5 inch (1.2 cm) with a minimum breaking strength of 2300 pounds (10.2 kN). Synthetic rope shall have elasticity of not more than 7 percent. (2) Rope shalt be inspected before each use and, if unsafe (for example, because of damage or defect), may not be used. (3) Rope shalt be stored away from cutting edges and sharp tools. Rope contact with corrosive chemicals, gas, and oil shall be avoided. (4) When stored, rope shall be coiled and piled, or shalt be suspended, so that air can circulate through the coils. (5) Rope ends shall be secured to prevent their unraveling. (6) Climbing rope may not be spliced to effect repair. (7) A rope that is wet, that is contaminated to the extent that its insulating capacity is impaired, or that is otherwise not considered to be insulated for the voltage involved may not be used near exposed energized lines. [Statutory Authority: RCW 49 17.010, .040, 050, .060. 98 -07 -009 (Order 97 -17), 5296 -45- 45525, filed 03/06/98, effective 05/06/98.] WAC 296-45 -45530 Fall protection. g h e eec c e h Electrical Workers 296-45 Part 3 dt Page 3 of Each employee shall be tied in with a climbing rope and safety saddle when the employee is working above the ground in a tree, unless he or she is ascending into the tree. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45530, filed 03/06/98, effective 05/06/98.] WAC 296- 45.465 Communication facilities. (1) Microwave transmission. The employer shall ensure that no employee looks into an open waveguide or antenna that is connected to an energized microwave source. (2) If the electromagnetic radiation level within an accessible area associated with microwave communications systems exceeds the radiation protection guide given in chapter 296 -62 WAC, Part J -1. The area shall be posted with the warning symbol described in chapter 296 -62 WAC, Part J -1. The lower half of the warning symbol shall include the following statements or ones that the employer can demonstrate are equivalent: Radiation in this area may exceed hazard limitations and special precautions are required. Obtain specific instruction before entering. (3) When an employee works in an area where the electromagnetic radiation could exceed the radiation protection guide, the employer shall institute measures that ensure that the employee's exposure is not greater than that permitted by that guide. Such measures may include administrative and engineering controls and personal protective equipment. (4) Power line carrier. Power line carrier work, including work on equipment used for coupling carrier current to power line conductors, shalt be performed in accordance with the requirements of this section pertaining to work on energized tines. [Statutory Authonty: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -465, filed 03/06/98, effective 05/06/98.] Voltage in kilovolts phase to phase• O to 0.050 0.051 to 0.300 0.301 to 0.750 0.751 to 15 15.1 to 36.0 36.1 to 46.0 46.1 to 72.5 72.6 to 121 138 to 145 161 to 169 230 to 242 345 to 362 500 to 550 765 to 800 TABLE 1: AC UVE WORK MINIMUM APPROACH DISTANCE 11 11 11 II Phase to ground (m) (ft -in) not specified avoid contact 0.31 0.65 0.77 0.84 1.00" 0.95" 1.09 1.22 1.59 2.59 3.42 Distance to employee Phase to phase (m) (ft -in) 1 -0 2 -2 2 -7 2 -9 3 -3" 3 -2" 3 -7 4.0 5 -3 8 -6 11 -3 4.53 14 -11 1 not specified Avoid contact I 0.31 1-0 I 0.67 2 -3 I 0.86 2 -10 0_96 3 -2 1.20 3 -11 N 1.29 4-3 1.50 4-11 M 1.71 5 -8 I 2.27 7 -6 II 3.80 12 -6 N 5.50 18-1 1 7.91 26 -0 For single -phase systems, use the highest voltage available. For single -phase lines off three phase systems, use the phase -to -phase voltage of the system. The 46.1 to 72.5 kV phase -to- ground 3 -3 distance contains a 1 -3 electrical component and a 2-0 inadvertent movement component while the 72.6 to 121 kV phase -to- ground 3 -2 distance contains a 2 -2 electrical component and a 1 -0 inadvertent movement component. Note 1: These distances take into consideration the highest switching surge an employee will be exposed to on any system with air as the insulating medium and the maximum voltages shown. Note 2: The clear live -line tool distance shall equal or exceed the values for the indicated voltage ranges. Note 3: See Appendix B to this section for information on how the minimum approach distances listed in the tables were derived. [Statutory Authority: RCW 49.17.010, .040, .050, and .060. 03 -17 -071 (Order 03 -08), 296-45 -325, flied 08/19/03, effective 11/01/03. Statutory Authority: RCW 49.17.040. 99-09 -080 (Order 99 -04), 296 -45 -325, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296 -45 -325, filed 03/06/98, effective 05/06/98.] 41 11P VVAC 296-45 -901 (Cont.) (m) 900 1200 1500 1800 2100 2400 2700 3000 3600 4200 4800 5400 6000 Table 5: Altitude Correction Factor Altitude I (ft) 3000 4000 5000 6000 7000 8000 9000 10,000 12,000 14,000 16,000 18,000 20,000 Page 4 07/2001 Issue Correction factor 1.00 1.02 1.05 1.08 1.14 1.17 120 125 1.30 135 1.39 1A4 Note: If the work is performed at elevations greater than 3000 ft (900 m) above mean sea level, the minimum approach distance shall be determined by multiplying the distances in Table 1 through Table 4 by the correction factor corresponding to the altitude at which work is performed. [Statutory Authority: RCW 49.17.040. 99- 09-080 (Order 99 -04), 296 -45 -901, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -901, filed 03/06/98, effective 05/06/98.] August 21, 2006 TO: Asplundh Tree Expert Co. 708 Blair Mill Road Willow Grove, PA 19090 CITY OF PORT ANGELES NOTICE OF AWARD PROJECT Description: Tree Trimming Purchase Contract No. 06 -34 The Owner has considered the quote submitted by you for the above described work in response to its request for quotes dated July 28, 2006 You are hereby notified that your quote has been accepted for items in the amount of $40,000 You are required, as stated in the Information for Contractors, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10} calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 21st day of August, 2006 cc City Clerk N \pwks \light \engr \projects \tree trim 2006 \notice of award CITY OF PORT ANGELES ACCEPTANCE OF NOTICE By V Title e Receipt of the above Notice of Award is hereby acknowledged this 22 day of August 2006. SIGNATURE Print Name Michael Kavran Title Vice Presid Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: Gail McLain e� For information regarding this project, contact: Gail McLain, City of Port Angeles 360 417 -4708 PROJECT MANUAL for TREE TRIMMING PROJECT NO. 06 -34 PORT qN oQ maimiese. t\1111111111/ ��RK aNO`� CITY OF PORT ANGELES WASHINGTON SEPTEMBER 2006 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES PART I CONTRACT REQUIREMENTS: PROJECT MANUAL TABLE OF CONTENTS TREE TRIMMING 2006 PROJECT NO. 06 -34 Contractor's Checklist 1 -1 Non Collusion Affidavit 1 -2 Contractor's Construction Experience 1 -3 Bid Form 1 -5 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 2 -1 Performance and Payment Bond 2 -8 Certificate of Insurance [provided by bidder] SAMPLE Statement of Intent to pay Prevailing Wages [WA Dept of Labor Industries] PART III SPECIAL PROVISIONS Special Provisions 3 -1 PART IV APPLICATION FOR PAYMENT Contractor's Application for Payment Form 4 -1 ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING F pORT A k 'An AND CONTRACTOR'S CHECKLIST 1. Have the contract forms been properly signed? 4. Do the written amounts of the contract forms agree with the amounts shown in figures? 5. Have you quoted on all items? 6. Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract To be executed by the successful contractor and the City. B. Performance bond To be executed on the form provided by Owner, by the successful contractor and its surety company. To include name. contact and phone number. and address of surety and Dower of attorney of sianatorv. C. Insurance certificate(s) To be executed on a form that complies with the specifications. D. Washington Department of Labor and Industries "Statement of Intent to Pay Prevailing Wages" Form No. F700- 029 -000. 1 -1 OF PORT 4 ��KS AMA STATE OF WASHINGTON COUNTY OF CLALLAM NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Signature of Bidder /Contractor Subscribed and sworn to before me thi$.- day of t 2006. N ootItturior Ni s. 9YA y V Notary Public in and for the PUBLIC State of Washington. I .f {r *1∎1 Residing C i5//l 9 a Y My Comm. Exp.: .7-R-67 CONTRACTOR'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of contractor: Asplundh Tree Expert Co. 2. Registration Number: ASPLUTE246DZ 3. Permanent main office address: 7524 NE 175th Street Kenmore, WA 98028 4. When organized: 1929 5. Where incorporated: Pennsylvania 6. How many years have you been engaged in the contracting business under your present firm name? 17 7. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. See Attached 8. General character of work performed by your company: See Attached 9. Have you ever failed to complete any work awarded to you? No If so, where and why? 10. Have you ever defaulted on a contract? No 11. List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed, contact name and phone number. See Attached 1 -3 0 12. List your major equipment available for this contract: See Attached to 13. Experience of contractor in construction work similar to this project in work and importance: Date: August 23, 2006 See Attached 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. c cNR. Nk c,... ..n Contractor Signature Print Name: Michael Kavran Title: Vice President 1 -4 Statement of Contractor's Qualifications and Experience Asplundh offers the experience of 71 years in the line clearance industry. We strive to create sound working relationships with our customer and the public. Employees are certified to perform the work in accordance with WAC 296 -45 -66001 and 296 -45- 660011 and O.S.H.A. 2910.269. In addition, all Journeymen have been qualified through the State of Washington JATC program with the I.B.E.W. or have over 4,000 hours in overhead power line maintenance. Asplundh Tree Expert Co. has an ongoing training program with the use of video training through our Safety Department, Weekly Safety Meetings, Monthly Safety Poster, General Foreman Monthly Training Guide and Safety Audit Checks. Asplundh can offer you a storm emergency response program to effectively help you put your system back in order if that need would ever arise. It is our goal to help to apply the best right -of -way program possible for your system by having the most professional personnel on all levels, and by using the innovative ideas that have helped put Asplundh at the top of the line clearance industry We appreciate the opportunity to submit our proposal and hope we may be of service to you. If you have questions concerning our proposal or require additional information, please contact us at your convenience. ASPLUNDH TREF,EXPERT CO. Michael Kavran Vice President August 23, 2006 Date ASPLUNDH TREE EXPERT CO. PREVIOUS EXPERIENCE Project Name Client Supervisor Phone Time Materials Snohomish PUD K. Ellison 425 347 -5590 Time Materials Grays Harbor PUD D. Fuher 800 562 -7726 Three Lakes Snohomish PUD M. Munsterman 425 347 -5595 East Arlington Snohomish PUD M. Munsterman 425 347 -5595 Time Materials Avista P. Luders 509 495 -4134 Time Materials Puget Sound Energy B. Rogers 425 462 -3958 Time Materials Seattle City Light D. Ingham 206 719 -8062 Amount Contract Term 1,800,000.00 2004 -2005 750,000.00 2004 -2005 597,333.00 2004 518,333.00 2003 2,000,000.00 2003 -2004 80, 000, 000.00 1999 -2004 9,000,000 00 2001 -2006 ASPLUNDH TREE EXPERT CO. EQUIPMENT SPECIFICATIONS Asnlundh 55' LRIII 4x4Trim Lift w/20.0001b winch: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 29,250 55'4" With Hydraulic Saw tools 65.4 45'1" Yes Truck Engine Powered P.T.O. Kubota Engine Yes 14 Cubic Yards G.V.W. Platform Height: Working Height: Side Reach: Outriggers: Man Lift Power: Auxiliary Power: Hydraulic Dump: Chip Box Capacity: Asnlundh 55' LRIII: Manufacturer: Model Year Model Series: G.V.W. Platform Height: Working Height: Side Reach: Outriggers: Man Lift Power: Auxiliary Power: Hydraulic Dump: Chip Box Capacity: Altec AM 900 65' lift Manufacturer Model Year G.V.W. Axle Platform Height: Working Height: Side Reach: ,Outriggers: Trim Lift Power: GMC 5 years or newer 7000 29,250 55'4" With Hydraulic Saw tools 65.4 45'1" Yes Truck Engine Powered P.T.O. Kubota Engine Yes 14 Cubic Yards GMC 5 year or newer 54,000 Single 65' With Hydraulic Saw tools 75' 37' Yes Truck Engine Altec AM 900 95' lift Manufacturer GMC Model Year 5 year or newer G.V.W. 54,000 Axle Single Platform Height: 95'' Working Height: With Hydraulic Saw tools 105' Side Reach: 37' Outriggers: Yes Trim Lift Power: Truck Engine Chipper Dump Truck: Manufacturer: Type of Equipment: Model Series: G.V.W.: Model Year Chip Box Capacity: Hydraulic Dump: Chipper: Manufacturer: Type of Equipment: Model Model Year: Size of Chipper: Power GMC Asplundh Split Dump with Man Cab 6000 22,000 5 Years or newer 14.1 Cubic Yards Yes Altec Asplundh Brush Chipper JEY Drum Chipper 5 Years or newer 12" 6 cylinder /300 Cubic inch Asvlundh Background The Asplundh Tree Expert Co. is a privately held company, owned and managed by the Asplundh Family. Founded in 1928 By Lester, Carl and Griffith Asplundh, the company began its operations serving telephone and electric utilities in Pennsylvania and New Jersey. We have now provided line clearance services for 77 years, and have grown to become the world's leader in utility vegetation management. The company has long been noted for innovation, and was instrumental in developing and perfecting now widely used items such as aerial lifts and chippers. Asplundh helped pioneer the use of herbicides in right -of -way- clearing management. These traditions in innovation continue to this day. Asplundh employs over 25,000 people in the U.S., Canada, Australia and New Zealand. In recent years, the company has diversified and now offers a broad range of utility specialty services, summarized below. Asplundh performs line clearance services for hundreds of customers, large and small, investor owned, municipals, PUD's and REC's. Because of our broad range of experience and customer diversity, we are able to tailor our operations to meet the expectations of each Customer. Various Utilities have specific needs and concerns. It is our objective to understand those needs and concerns, and to build an operation that will address them, while at the same time being able to adapt as conditions change. Though This proposal; focuses on line clearance and vegetation management, we felt that we should emphasize that Asplundh's range of service extends beyond just those items. Additional service we offer include: Construction and Maintenance Asplundh has built a solid reputation over the past 30 years in underground and overhead utility construction. Our operations are full service, from design to completion. Pole Maintenance Asplundh pole maintenance specialists now operate nationwide, extending the lift of existing utility poles. Asplundh can manage the complete job, recording, tracking, and locating each pole. Underground Locating Asplundh, through its CLS subsidiary, is now the largest supplier of underground locating services in the country. CLS has extensive experience in both electric and gas facility locating, including distribution and transmission. I Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM CONTRACTOR: Asplundh Tree Expert rn_ Registration Number: ASPLUTE246DZ DATE: July 25, 2006 UBI Number: 409 -01 9 -409 The undersigned, herein after called the contractor, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The,contractor declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the project manual, for tree trimming; that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to ip identify the said quantities with the corresponding requirements of the project manual; and that this quote is made in accordance with the provisions and the terms of the contract included in the project manual. The contractor further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Electrical Engineer, hereinafter also referred to as the City, and such other source of information as it determined necessary in arriving at its conclusion. If the contractor is awarded a contract on this quote, the name and address of the surety who will provide the performance bond is: Reliance Insurance Surety Agent 4 Penn Center_ phi) DA Surety Address Agent Address Ivv Buelow 215 -784 -42(11 Ivv Buelow 215 -784 -4201 Surety Contact and Phone Number Agent Contact and Phone Number 1 -5 Aon Risk Seryj neG Tnr 1 Liberty P1_ Ste 1000 r To: City of Port Angeles 321 East Fifth Street P.O. Box 1150 Port Angeles, Washington 98362 (Hereinafter called "City") BID FORM The undersigned (hereinafter called "Contractor hereby proposes to provide a tree trimming crew with equipment to perform tree trimming, as detailed in the specifications and elsewhere in these documents, upon the terms and conditions herein stated: The total cost of work completed on this project is not to exceed $40,000. 1. Mobilization of crew and equipment to and from Port Angeles: Mobilization Cost 400.00 40) Total Cost 400.00 2. Tree Trimming Crew and Equipment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, Ground person, flagger Basic Eauinment: Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. Total hourly price for crew and equipment 200.81 e 3. Start date (ARO) w/ i n 10 of notice to pr �he e ontractor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license Number ASPLUTE2461W.. for the State of Washington, in which the project is located, and said license expires on 8-30-07 5. Anv alterations or exceptions: i See AttarhPa 1/4— Breakdown of Labor and Ecuipment 6. The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent, and other employees as required. CONTRACTOR: Asnlundh Tree Expert co_ BY: Michael Kavran. Vice Presidept ADDRESS: 7524 NF 175th RtrpPt Kenmo_ WA ARn9R TELEPHONE: 425- 483 -9339 FAX NUMBER: 425- R06 a75n DATE: July 25, 2006 Authorized Signature Lift 12.95 Chip Dump 6.40 Chipper 3.25 T &M Bid 200.81 City of Pt Angeles 2006 overtime Foreman 51.68 93.02 J. Trimmer 46.00 82.80 Groundman 37.91 68.23 Flagger 42.62 76.71 55' Lift 12.95 60'/70' Lift 22.00 80 Lift 55.00 92' Lift 65.50 Chip /Dump 6.40 Chipper 3.25 Chain Saw 0.65 4x4 Pickup 7.75 4x4 Pickup w tools 9.75 Asplundh Tree Expert Co. Confidential 7/21/2006 Page 1 PART 11 CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) This Contract is made and entered into in duplicate this '7 day of 2006 by and between the City of Port Angeles, a non charter code city of the State of Washin on, hereinafter referred to as "the City", and Asplundh Tree Expert Company hereinafter referred to as "the Contractor WITNESSETH: PUBLIC WORKS CONTRACT Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: CITY WIDE TREE TRIMMING PROJECT No. 06 -34 in accordance with and as described in this Contract and the project manual, which include the special provisions, performance bond, and the standard specifications for tree trimming as may be specifically modified in the attached specifications and/or special conditions, 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 completing the work provided for in this Contract, except as may otherwise be provided in the project manual. The City will provide maps indicating the areas to be trimmed. The areas will be prioritized to assure the most urgent is completed first. Work will continue until all designated areas have been trimmed or the cost has reached the $35,000.00 Contract limit, whichever comes first, at which time work will cease. 2 -1 2. Time for Performanc and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 50 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $90.00 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the project manual. Total payment not to exceed $40,000.00. 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. Monthly 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 form(s). 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 under the Contract provisions. 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 2 -2 contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractors negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 2 -3 s A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. 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. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. 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. i. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self insurance, or insurance pool coverage maintained by the City shall be excess 2 -4 of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party except after forty -five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 8. Comnliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which maybe required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment 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. 2 -5 B. The Contractor shall not subcontract any part of the services to be preformed hereunder without first obtaining the consent of the City and complying with the provision of this section. C. In the event the Contractor does assign this contract or employ any subcontractor the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall. Before commencing any work. Notify the Owner in writing of the names of any subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), weather initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organizations 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 pay or 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 violaions 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 the 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. I. 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 subcontractor 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. dp 11. Contract Administration. This Contract shall be administered by e-\& 0% t`Qy\ on behalf of the Contractor and by Gail McLain 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. CONTRACTOR: Asplundh Tree Expert Co_ Name of Contractor By: Title: Vice President 2 -7 Cam: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 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. CITY OF PORT ANGELES: Appr Mayor ed as to Form City Attorney Attest: �y- Sign is 23rilay of August 2006 s Casual y ana Surety ny gt;,Arr 4ca Rich -d A. Jaee#ah Attq rney —in —Fact Title 550 Eisenhower e •e. Bldg.. Tr Surety Address Chris Vahey (610) 650 -6429 Surety Contact Telephone Number 03 PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles ,v Asplundh Tree Expert Co Principal i 1/ or t' By Dennis A. Stop la Assist SecYetary Title Aon Risk Services, Inc. of PA 2 -8 Bond 104796447 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Asplundh Tree Expert Co. as Principal, and Travelers Casualty and Surety Company of America a corporation, organized and existing under the laws of the State of CT 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 40, 000.00 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. Pennsylvania Dated at Philadelphia ,Vetatilmtcag, this 23rd day of August 2006. 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 Asplundh Tree Expert Co. the above bounded Principal, a certain contract, the said contract being numbered 06 -34. and providing for Tree Trimming (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 'ierein provided for in the manner and within the time set forth; now, therefore, If the said Principal, Asplundh Tree Expert Cr 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 material men, 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. Surety Agent Address 1650 Market St. Philadelphia, PA 19103 Richard A. Jacobus (215) 255 -2000 Agent Contact 3, Telephone Number Atz4DIto. A PRODUCER Aon Risk Services, Inc of PA One Liberty Place, Suite 1000 •adelphia, PA 19103 INSURED Asplundh Tree Expert Co 708 Blair Mill Road Willow Grove, PA 190901784 VERA 6 AL;5" 4 OF; d 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 THE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO LTR A GENERAL LIABILITY tg A ANY AUTO E ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS OTHER TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY El El CLAIMS MADE Broad Form Contractual OCCURRENCE Owners Contractors Protective GEN'L AGGREGATE LIMIT APPLIES PER 0 POLICY PROJECT LOC AUTOMOBILE LIABILITY E NON AUTOS GARAGE LIABILITY ANY AUTO n EXCESS LIABILITY E OCCUR 0 CLAIMS MADE DEDUCTIBLE Ell RETENTION WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY ff #::400 CERTIFICATE OF INSURANCE tERTIFICAtt 110 of Port Angeles lic Works Utilities Department Box 1150 Port Angeles WA 98362 Region Code 072 POLICY NUMBER TB2-631-004328-156 8/1/2006 8/1/2007 AS2-631-004328-056 8/1/2006 8/1/2007 (AOS) WA7-63D-004328-016 8/1/2006 8/1/2007 (AOS) WC 7-631-004328-026 (WI,AK,ID,MT,OR) DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIRESTRICTIONS/SPECIAL ITEMS RE Tree Trimming contract #06 See "Attachment A" additional insured endorsement INSURER A INSURER B INSURER C INSURER D INSURER E THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW LIBERTY MUTUAL FIRE INSURANCE COMPANY POLICY EFFECTIVE DATE (MM/DD/YY) INSURERS AFFORDING COVERAGE POLICY EXPIRATION DATE (MM/DD/YY EACH OCCURRENCE FIRE DAMAGE (Any One Fire) MED EXP (Any One Person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY EACH OCCURRENCE AGGREGATE DATE (MM/DD/YY) 8/23/2006 LIMITS EA ACC AGG E WC STATU- OTHER TORY LIMITS EL EACH ACCIDENT E L DISEASE EA EMPLOYEE E L DISEASE POLICY LIMIT AUTHORIZED REPRESENTAT 100,000 10,000 1,000,000 2468483 1,000,000 1,000,000 1,000,000 CAktELL:AtION''' SHOULD ANY OF THE ABOVE DES S BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY R TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LENTxmownyamexzwyn-motni NO XXXCOMOMMIX=08000 A ''AV -,0A40R6 :000 zORA Tio N4 960 STPAUL TRAVELERS Attorney -In Fact No. 11391 1 State of Connecticut City of Hartford ss 0 Witness Whereof, I hereunto set my hand and official seal y Commission expires the 30th day of June, 2006. 58440 -9 -05 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Darella White, Richard G. Dicciani, Richard A Jacobus, Mary C O'Leary, Douglas R. Wheeler, Annette M Leuschner, Maureen McNeill, and Nancy K Wallace of the City of Philadelphia State of Pennsylvania their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their of,guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law iiray WITN SS WHEREOF, the Comp�a es have caused this mstrumentto'be signed=and their'corporate seals to be hereto affixed, this 'of 1-cbruary U06 Farmington Casualty Company Fidelity and Guaranty Instirance j Fidelity and Guaranty Insur`ance'Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company By St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 000129674 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 2nd St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 2nd February 2006 On this the day of before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer �7►I w� C Marie C Tetreault, Notary Public WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Conipany, Fide1ii and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc Seaboard Surety Company, St Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second VI President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behal of the Company and may give such appointee such authority as his or her certificate of authonty may prescribe to sign with the Company's name and seal with the Company's seal bonds, recogmzances, contracts of indemnity, and other wntings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her, and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authonty to one or more officers or employees of this Company, provided that each such delegation is in wnting and a copy thereot is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or wnting obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authonty or by one or more Company officers pursuant to a written delegation of authonty; and it is FURTHER RESOLVED, that the signature of each of the following officers President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other wntmgs obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I, Kori M Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwnters, Inc Seaboard Surety Company, St. Paul Fire and Manne Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety -of America; and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power-Of Attorneyexecuted by aid Companies, which is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hand and the -seals of said Companies this 2 3rd day of August WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Kon M Johansco/Assistant Secretary 20 To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www.stpaultravelersbond com Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached TOTAL ASSETS STATE OF CONNECTICUT 'COUNTY OF HARTFORD CITY OF HARTFORD ASSETS CASH INVESTED CASH BONDS STOCK MORTGAGE LOANS AND REAL ESTATE OTHER INVESTED ASSETS INVESTMENT INCOME DUE AND ACCRUED PREMIUM BALANCES REINSURANCE RECOVERABLE CURRENT FEDERAL AND FOREIGN INCOME TAX RECOVERABLE NET DEFERRED TAX ASSET RECEIVABLE FOR SECURITIES RECEIVABLE FROM PARENT, SUBSIDIARIES AFFILIATES OTHER ASSETS )SS SUBSCRIBED AND SWORN TO BEFORE ME THIS 29TH DAY OF MARCH, 2006 TRAVELERS CASUALTY AND SURETY COMPANY HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 2005 CAPITAL STOCK 25,000,000 .TETgk. A R� T' oNNECZic" 4 rrrre- 234,753,241 8,869,888,573 2,500,139,022 19,083,098 198,792,396 110,945,598 1,018,400,838 6,153,162 80,705,306 265,346,709 430,975,000 69,325,471 82,103,516 13,886,611,930 TOTAL LIABILITIES SURPLUS LIABILITIES SURPLUS UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES COMMISSIONS TAXES, LICENSES AND FEES OTHER EXPENSES PAYABLE FOR SECURITIES INTEREST DEPOSIT LIABILITY OTHER ACCRUED EXPENSES AND LIABILITIES TOTAL LIABILITIES CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS TOTAL SURPLUS TO POLICYHOLDERS LAWRENCE A SIUTA, BEING DULY SWORN, SAYS THAT HE IS CHIEF FINANCIAL OFFICER BOND, OF TRAVELERS CASUALTY AND SURETY COMPANY, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31st DAY OF DECEMBER, 2005. C H IEF'FINANCIAL OFFICER BOND 1,566,386,305 6,477,340,134 1,415,248,260 116,019,496 102,621, 717 66.696,627 45,965,156 330.689,716 59,046,571 10.180.013,982 25,000,000 2.041,092,700 1,640,505,248 3.706.597,948 13.886.611,930 NOTARY PUBLIC (7) (.7 r), ASPLUN.DH TR EXPERT CQ, 1 }u o 115 a ecif -t turir iota• it �Ju ni riztl litsur2uucc .uifu of illy tztte of Uztsljili}3tou (gffertitic' OC TUf3ER 1, 1988 ?lt pnrfineitt of Jiabur �uii J tld li t'it' Qrcrf Yo. lO9,Q19) -109 lecNifical4e of Oudifi rertifica flint ate Ott Oltungiia, �1,t,(litt tutt a 1101111X DilEcT011 INSURANCt: ALUrwSTIIATO Ocrourii 26 1488_,._ Attachment A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AC NDORSEMENT, EFFECTIVE 12:01 A.M. 8/1/2006, FORMS A PART OF POLICY ER TB2- 631 004328 -156 ISSUED TO THE ADDITIONAL INSUREDS OF ASPLUNDH TREE EXPERT CO.. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION Name of Person or Organization: City of Port Angeles is SCHEDULE APO IS AN INSURED is amended to include as an insured the or or erson organization shown in P g the Schedule as an insured but only with respect to liability arising out of operations performed by: or any of their subsidiary companies or premises owned by or rented to any of them. It is further agreed that LIMITS OF INSURANCE applicable to this insurance are as follows: GENERAL AGGREGATE LIMIT (other than completed operations) COMPLETED OPERATIONS AGGREGATE LIMIT PERSONAL ADVERTISING INJURY LIMIT EACH OCCURRENCE LIMIT $2,000,000 $2,000,000 $2,000,000 $1,000,000 2468483 Where required by written contract or permit this LIMITS OF INSURANCE are primary and non contributory with any other insurance available to the person or organization shown in the Schedule. I A CORDTM PRODUCER Insurance Agent 410 Address City, State, Zip Code Telephone Fax No. (Including Area Code) INSURED Contractor Name Address 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 ADD'L LTR INSRD TYPE OF INSURANCE A I GENERAL LIABILITY X (COMMERCIAL GENERAL LIABILITY B A City, State, Zip Code Telephone No. (Including Area Code) I 1 I CLAIMS MADE OCCUR tX l X X X OCCUR OTHER 1 ACORD 25 -S (7 97) CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Per Protect Aeereeate 1 GEN'L AGGREGATE LIMIT APPLIES PER- T 'POLICY n PRO- LOC JECT AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS EXCESS /UMBRELLA LIABILTY DEDUCTIBLE RETENTION CLAIMS MADE WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY WA Stop Gap ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, descnbe under SPECIAL PROVISIONS BELOW INSURERS AFFORDING COVERAGE NAIC INSURER A: ABC Insurance Company INSURER B: XYZ Insurance Company INSURER C: INSURER D: INSURER E: POLICY POLICY NUMBER DATE (MM/DD/Yl'E EFFECTIVE (MM/DD/YY) I I SAMPLE COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ANY AUTO OTHER THAN AUTO ONLY DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS City of Port Angeles is added as general liability additional insured (SEE ATTACHED ENDORSEMENT). Insert Project Name and Number here 1 CERTIFICATE HOLDER ilio tty of Port Angeles lie Works Utilities Dept. Box 1150 ort Angeles, WA 98362 AUTHORIZED REPRESENTATIVE DATE (MM/DD/YY) LIMITS EACH OCCURENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) PERSONAL 8 ADV INJURY GENERAL AGGREGATE PRODUCTS Comp /Op Agg AUTO ONLY Ea Accident I EACH OCCURRENCE AGGREGATE WC STATU- TORY LIMITS x EL EACH ACCIDENT EL DISEASE EA EMPLOYEE EL DISEASE POLICY LIMIT EA ACC 1 AGG OTH- ER 1,000,000 100,000 5,000 1,000,000 1 2,000,000 S 2,000,000 1,000,000 1,000,000 11,000,000 1,000,000 I CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED, OR REDUCED AS TO COVERAGE, BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL FND AVAR -7O MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BY CERTIFIED MAIL. w,TAI 1 ACORD CORPORATION 1988 1 d p SPECIAL PROVISIONS I CHANGES IN WORK The City may, during the progress of this project, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefor to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be matenally decreased by any such change or subtraction, the City shall deduct an appropnate amount in accordance with an agreement signed by the City and the Contractor. II PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall: A. Be on a City- furnished form; B. Be signed by an approved surety (or sureties) that; 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authonzed Insurance List in the State of Washington published by the Office of the Insurance Commissioner, C. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and D. Guarantee that the surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and 2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, matenal person, or any other person who provides supplies or provisions for carrying out the work. The City may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. 3 -1 do III CONTRACTOR DEFAULT If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor, for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. IV TERMINATION OF CONTRACT In the event that the Contractor persistently or repeatedly refuse or fail to supply competent supervision, enough properly skilled workmen, or proper materials, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and a serve written notice of intention to terminate the Contract upon the Contractor, which notice shall specify the reasons therefor. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate, and the Surety will become responsible for the performance of the work unless otherwise agreed in writing by the City. The rights and remedies of the City under this Termination Of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. 3 -2 0 PART IV CONTRACTOR'S APPLICATION FOR PAYMENT *WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower -tire subcontractors /suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be 4110 made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of APPROVAL: Project Manager City Engineer OP CONTRACTOR'S APPLICATION FOR PAYMENT Notary Public in and for the State of residing at My appointment expires Date Date CONTRACTOR'S APPLICATION FOR PAYMENT TO: City of Port Angeles FROM: Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 DATE: PROJECT NAME: City Wide Tree Trimming PAYMENT REQUEST NO. PROJECT NUMBER: 06 -34 PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Contract Amount Thru Approved Change Order No. [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] 3 Sales Tax (Port Angeles is 8.4% of [2]) 4 Amount Retained (5% of [2]) 5 Subtotal ([2] +[3] -[4]) 6 Total Previously Paid [Deduction] 7 AMOUNT DUE THIS REQUEST ([5] -[6]) *correspond to column letters shown on the continuation sheet. *Enter zero if a retainage bond has been approved. ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY Statement of Intent to Pay Prevailing Wages Page 1 of 2 Drpartmcnl of 1,ABOR ANI} INDUSTRIES Received: 08/23/2006 Company Information: License History Payment Type: Company Signature: Public Agency: County: City: Project Name: Contract Number: Bid Due Date: Award Date: Prime Contractor: County CLALLAM Intent Id: 124669 COMPANY ASPLUNDH TREE EXPERT CO ASPLUTE246DZ 409 019 409 7524 NE 175TH ST ATTN• TAX DEPARTMENT Search for Industnal KENMORE, WA 98028 Insurance Premium Status (425) 483 -9339 Electronic Electronic Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? Yes Amount: $40,000.00 Number of Owners 1 Filed by: Sarah Thorne PROJECT PORT ANGELES, CITY OF PO BOX 1150 PORT ANGELES, WA 98362 CLALLAM Multiple Counties? No Port Angeles Tree Trimming Contract No 06 -34, City of Port Angeles 06 -34 07/28/2006 08/17/2006 ASPLUNDH TREE EXPERT CO ASPLUTE246DZ (425) 483 -9339 Trade POWER LINE CLEARANCE TREE TRIMMERS Statement of Intent to Pay Prevailing Wage Time and Materials No EMPLOYEES' WAGES Journey Level Trades /Occupations Occupation JOURNEY LEVEL IN CHARGE https://fortress.wa.gov/lni/pwiapub/IntentPrint.asp?ID=124669 Prevailing Wage Section Department of Labor Industries PO Box 44540 Olympia, WA 98504 -4540 (360) 902 -5335 Status: Approved on 08/23/2006 Wage Fringe Workers $25.61 $9.14 1 8/23/2006 loy Statement of Intent to Pay Prevailing Wages POWER LINE CLALLAM CLEARANCE TREE TREE TRIMMER TRIMMERS POWER LINE TREE TRIMMER CLALLAM CLEARANCE TREE GROUNDPERSON TRIMMERS Page 2 of 2 $22.10 $9.00 1 $15.50 $7.93 1 https: fortress. wa. gov /lni/pwiapub /IntentPrint.asp ?ID 124669 8/23/2006 September 18, 1997 DENNIS A STAPOLA ASPLUNDH TREE EXPERT CO BLAIR MILL ROAD WILLOW GROVE PA 19090 UBI NO: 409,019,409 ACCT ID: 706,035 SUBJECT: Adding a Subsidiary Dear Mr Stapola: 'ilkinson Certification Services Manager Self Insurance CC: Eberle Vivian STATE OF WASHINGTON saVA RWETEAFIEPI'II3N AMN" 7273 LINDERSON WAY SW, TUMWATER WA 98501, PO BOX 44891, OLYMPIA WA 98504 -4891 Worker hours for these employees must be included in your quarterly report of Self Insurer. If you have any questions, please feel free to call me at (360) 902 -6867. Sincerely, We have included Utility Pole Technologies Inc under your self insurance certification effective August 15, 1997. Please ensure that these employees are informed of their rights and obligations under self insurance. Also, an effective written accident prevention program must be in place at each location. se ensure that any claims filed for any of these employees be filed under UBI number 601 813 641 for Utility Pole Technologies Inc. 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 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $33.46 1N 5D BOILERMAKERS JOURNEY LEVEL $44.97 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $41.17 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $40.23 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $40.07 1M 5D CARPENTER $40.07 1M 5D CREOSOTED MATERIAL $40.17 1M 5D DRYWALL APPLICATOR $40.22 1M 5D FLOOR FINISHER $40.20 1M 5D FLOOR LAYER $40.20 1M 5D FLOOR SANDER $40.20 1M 5D MILLWRIGHT AND MACHINE ERECTORS $41.07 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $40.27 1M 5D SAWFILER $40.20 1M 5D SHINGLER $40.20 1M 5D STATIONARY POWER SAW OPERATOR $40.20 1M 5D STATIONARY WOODWORKING TOOLS $40.20 1M 5D CEMENT MASONS JOURNEY LEVEL $33.46 1N 5D DIVERS 8 TENDERS DIVER $83.19 1M 5D 8A DIVER TENDER $39.51 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $40.77 1T 5D 8L ASSISTANT MATE (DECKHAND) $40.28 1T 50 8L BOATMEN $40.77 1T 5D 8L ENGINEER WELDER $40.82 1T 5D 8L LEVERMAN, HYDRAULIC $42.34 1T 5D 8L MAINTENANCE $40.28 1T 5D 8L MATES $40.77 1T 5D 8L OILER $40.40 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $40.29 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 Page 1 1 Classification CLALLAM COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING lime Holiday Note WAGE Code Code Code ELECTRICIANS INSIDE CABLE SPLICER $50.60 1D 5A CABLE SPLICER (TUNNEL) $54.40 1D 5A CERTIFIED WELDER $48.88 1D 5A CERTIFIED WELDER (TUNNEL) $52 50 1D 5A CONSTRUCTION STOCK PERSON $26.72 1D 5A JOURNEY LEVEL $47.15 1D 5A JOURNEY LEVEL (TUNNEL) $50.60 1D 5A ELECTRICIANS MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $50 84 4A 5A CERTIFIED LINE WELDER $46.37 4A 5A GROUNDPERSON $33.64 4A 5A HEAD GROUNDPERSON $35.46 4A 5A HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A JACKHAMMER OPERATOR $35.46 4A 5A JOURNEY LEVEL LINEPERSON $46.37 4A 5A LINE EQUIPMENT OPERATOR $39.50 4A 5A POLE SPRAYER $46.37 4A '5A POWDERPERSON $35.46 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $52.27 4A 6Q MECHANIC IN CHARGE $57.41 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $28.78 1N 5D GLAZIERS JOURNEY LEVEL $41.15 1H 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $43.18 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $33.94 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $35.14 1K 5B COOK $30.11 1K 5B DECKHAND $29.09 1K 5B ENGINEER/DECKHAND $31.66 1K 5B MATE, LAUNCH OPERATOR $33.24 1K 5B Page 2 CLALLAM COUNTY Effective 08 -31 -05 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.35 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $44.62 10 5A LABORERS ASPHALT RAKER $33.94 1N 5D BALLAST REGULATOR MACHINE $33.46 1N 5D BATCH WEIGHMAN $28 78 IN 5D BRUSH CUTTER $33.46 1N 5D BRUSH HOG FEEDER $33.46 IN 5D BURNERS $33.46 1N 5D CARPENTER TENDER $33.46 1N 5D CASSION WORKER $34.30 1N 5D CEMENT DUMPER/PAVING $33.94 1N 5D CEMENT FINISHER TENDER $33.46 1N 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $33.46 1N 5D CHIPPING GUN (OVER 30 LBS) $33.94 1N 5D CHIPPING GUN (UNDER 30 LBS) $33.46 1N 5D CHOKER SETTER $33.46 1N 50 CHUCK TENDER $33.46 1N 50 CLEAN -UP LABORER $33.46 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $33.94 1N 5D CONCRETE FORM STRIPPER $33.46 IN 5D CONCRETE SAW OPERATOR $33.94 1N 5D CRUSHER FEEDER $28.78 IN 5D CURING LABORER $33.46 1N 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED $33.46 1N 5D DITCH DIGGER $33.46 IN 5D DIVER $34.30 1N 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $33.94 IN 5D DRILL OPERATOR, AIRTRAC $34.30 1N 50 DUMPMAN $33.46 1N 5D EPDXY TECHNICIAN $33.46 1N 50 EROSION CONTROL WORKER $33.46 1N 5D FALLER/BUCKER, CHAIN SAW $33.94 1N 5D FINAL DETAIL CLEANUP (i e., dusting, vacuuming, window cleaning; NOT $26.46 1N 5D construction debris cleanup) FINE GRADERS $33.46 IN 5D FIRE WATCH $28.78 1N 5D FORM SETTER $33.46 1N 5D GABION BASKET BUILDER $33.46 1N 5D GENERAL LABORER $33.46 IN 5D GRADE CHECKER TRANSIT PERSON $33.94 1N 5D GRINDERS $33.46 1N 5D GROUT MACHINE TENDER $33.46 IN 5D Page 3 O 1 Classification CLALLAM COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code GUARDRAIL ERECTOR $33.46 IN 5D HAZARDOUS WASTE WORKER LEVEL A $34.30 IN 5D HAZARDOUS WASTE WORKER LEVEL B $33.94 IN 5D HAZARDOUS WASTE WORKER LEVEL C $33.46 1 N 5D HIGH SCALER $34.30 IN 5D HOD CARRIER/MORTARMAN $33.94 1N 5D JACKHAMMER $33.94 1N 5D LASER BEAM OPERATOR $33.94 IN 5D MANHOLE BUILDER MUDMAN $33.94 IN 5D MATERIAL YARDMAN $33.46 1N 5D MINER $34.30 IN 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $33.94 IN 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $33.94 IN 5D PILOT CAR $28.78 1N 50 PIPE POT TENDER $33.94 1N 5D PIPE RELINER (NOT INSERT TYPE) $33.94 1N 5D PIPELAYER CAULKER $33.94 1N 50 PIPELAYER CAULKER (LEAD) $34.30 1N 5D PIPEWRAPPER $33.94 1N 5D POT TENDER $33.46 1N 5D POWDERMAN $34.30 1N 5D POWDERMAN HELPER $33.46 1N 5D POWERJACKS $33.94 1N 5D RAILROAD SPIKE PULLER (POWER) $33.94 IN 5D RE- TIMBERMAN $34.30 IN 5D RIPRAP MAN $33.46 1N 5D RODDER $33.94 IN 5D SCAFFOLD ERECTOR $33.46 1N 5D SCALE PERSON $33.46 1N 5D SIGNALMAN $33.46 1N 5D SLOPER (OVER 20 $33.94 1N 5D SLOPER SPRAYMAN $33.46 1N 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $33.94 1N 5D SPREADER (CONCRETE) $33.94 1N 513 STAKE HOPPER $33.46 1N 5D STOCKPILER $33.46 1N 5D TAMPER SIMILAR ELECTRIC, AIR GAS $33.94 1N 5D TAMPER (MULTIPLE SELF PROPELLED) $33.94 1N 5D TOOLROOM MAN (AT JOB SITE) $33.46 1 N 5D TOPPER TAILER $33.46 IN 5D TRACK LABORER $33.46 1N 5D TRACK LINER (POWER) $33.94 1N 5D TRUCK SPOTTER $33.46 1N 5D TUGGER OPERATOR $33.94 1N 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $33.46 1N 5D VIBRATOR $33.94 1N 5D VINYL SEAMER $33.46 1 N 5D WELDER $33.46 1N 5D WELL -POINT LABORER $33.94 1N 5D Page 4 I Classification CLALLAM COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING lime Holiday Note 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 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $40.22 1M 5D METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $32 00 2B 5A PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND PARK EQUIPMENT INSTALLERS JO RNEY LEVEL $7.93 1 PLUMBRS PIPEFITTERS JOURNEY LEVEL $52 41 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 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $42.13 IT 5D 8L BACKHOES, (75 HP UNDER) $40.71 IT 5D 8L BACKHOES, (OVER 75 HP) $41.12 1T 5D 8L BARRIER MACHINE (ZIPPER) $41.12 IT 5D 8L BATCH PLANT OPERATOR, CONCRETE $41.12 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $40.71 IT 5D 8L BOBCAT (SKID STEER) $38.42 IT 5D 8L BROOMS $38.42 1T 5D 8L BUMP CUTTER $41.12 1T 5D 8L CABLEWAYS $41.59 IT 5D 8L CHIPPER $41.12 IT 5D 8L COMPRESSORS $38.42 1T 50 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 IT 5D 8L CONVEYORS $40.71 IT 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40 71 IT 5D 8L CRANES, 20 44 TONS, WITH ATTACHMENTS $41.12 IT 50 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 IT 5D 8L CRANES, A- FRAME, OVER 10 TON $40.71 IT 5D 8L Page 5 CLALLAM COUNTY Effective 08 -31 -05 (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 IT 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 IT 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 IT 5D 8L ELEVATOR AND MANLIFT, 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 50 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 MANLIFTS), AIR TUGGERS $40.71 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $41.12 IT 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $38.42 IT 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $40.71 IT 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 IT 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 IT 5D 8L POSTHOLE DIGGER, MECHANICAL $38.42 IT 50 8L POWER PLANT $38.42 1T 5D 8L PUMPS, WATER $38.42 1T 5D 8L QUAD 9, 0-10, AND HD-41 $41.59 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 IT 5D 8L EQUIP RIGGER AND BELLMAN $38.42 1T 5D 8L ROLLAGON $41.59 IT 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $38 42 IT 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $40.71 1T 5D 8L ROTO -MILL, ROTO- GRINDER $41.12 1T 5D 8L SAWS, CONCRETE $40.71 IT 5D 8L Page 6 CLALLAM COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.12 IT 5D 8L OFF -ROAD EQUIPMENT UNDER 45 YD) SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $41.59 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $40.71 1T 5D 8L SCREED MAN $41.12 1T 50 8L SHOTCRETE GUNITE $38.42 1T 5D 8L SLIPFORM PAVERS $41.59 IT 50 8L SPREADER, TOPSIDE OPERATOR BLAW KNOX $41.12 1T 5D 8L SUBGRADE TRIMMER $41.12 1T 5D 8L TOWER BUCKET ELEVATORS $40.71 IT 5D 8L TRACTORS, (75 HP UNDER) $40.71 1T 5D 8L TRACTORS, (OVER 75 HP) $41.12 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $41.12 1T 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $41.59 1T 5D 8L TRENCHING MACHINES $40.71 IT 5D 8L TRUCK CRANE OILER/DRIVER UNDER 100 TON) $40.71 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON OVER) $41.12 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $41.12 1T 5D 8L WI-4EEL TRACTORS, FARMALL TYPE $38.42 1T 50 8L YO YO PAY DOZER $41.12 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.88 4A 5A SPRAY PERSON $32.16 4A 5A TREE EQUIPMENT OPERATOR $32.59 4A 5A TREE TRIMMER $30.31 4A 5A TREE TRIMMER GROUNDPERSON $22.76 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27.68 1 RESIDENTIAL BRICK MARBLE MASONS JOURNEY LEVEL $41.17 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14.60 1 Page 7 CLALLAM COUNTY Effective 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION AIR CONDITIONING JOURNEY LEVEL $49.71 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $31.02 1E 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 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 $19.29 1 SIGN MAKERS INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $12.15 1 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 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 1D 5A TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER/GROUND PERSON $16.22 2B 5A INSTALLER (REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $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 LINEPERSON /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 08 -31 -05 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $37.94 IT 5D 8L ASPHALT MIX (OVER 16 YARDS) $38.52 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK TRAILER $20.23 1 OTHER TRUCKS $38.52 IT 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9.45 1 WELL DRILLER $11.60 1 Page 9 a i ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING BEFORE: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT AFTER: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT BEFORE: OVERHANG TRIMMING AFTER: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT I'RIMARY It BEFORE: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY r- ti- 10 FT AROUND TRANSFORMER 1 AFTER: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY NOTE: 10 FEET FORM NEUTRAL CONDUCTOR IF POSSIBLE. 10 FT TOP LATERAL TRIMMING SIDE ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT fif it h Electrical Workers Chapter 296-45 WAC WAC 296 45455 Line clearance tree- trimming operations. This section provides additional requirements for line clearance tree trimming operations and for equipment used in these operations. This section does not apply to qualified employees. (1) Before an employee climbs, enters, or works around any tree, a determination shall be made of the nominal voltage of electric power lines posing a hazard to employees. However, a determination of the maximum nominal voltage to which an employee will be exposed may be made instead, if all lines are considered as energized at this maximum voltage. (2) There shall be a second line clearance tree trimmer within normal (that is, unassisted) voice communication under any of the following conditions: h e eec c e h (a) If a line clearance tree trimmer is to approach more closely than 10 feet (305 cm) any conductor or electrical apparatus energized at more than 600 volts; or (b) If branches or limbs being removed are closer to lines energized at more than 600 volts than the distances listed in Table 1, Table 4, and Table 5; or (c) If roping is necessary to remove branches or limbs from such conductors or apparatus. Rule Content% 1 For printing (3) Line clearance tree trimmers shall maintain the minimum approach distances from energized conductors given in Table 1, Table 4, and Table 5. (4) Branches that are contacting exposed energized conductors or equipment or that are within the distances specified in Table 1, Table 4, and Table 5 may be removed only through the use of insulating equipment. Note: A tool constructed of a material that the employer can demonstrate has insulating qualities meeting WAC 296 -45- 305(1) are considered as insulated under this section if the tool is clean and dry. (5) Ladders, platforms, and aerial devices may not be brought closer to an energized part than the distances listed in Table 1, Table 4, and Table 5. (6) Line clearance tree trimming work may not be performed when adverse weather conditions make the worl. hazardous in spite of the work practices required by this section. Each employee performing tine clearance tree trimming work in the aftermath of a storm or under similar emergency conditions shall be trained in the special hazards related to this type of work. Note: Thunderstorms in the immediate vicinity, high winds, snow storms, and Ice storms are examples of adverse weather conditions that are presumed to make line clearance tree- trimming work too hazardous to perform safely. (7) A tree trimmer may climb out of a basket into a tree or from a tree back into the basket so long as he is property tied into the tree during the entire maneuver and the employer can demonstrate that this is the safest way to perform the work. [Statutory Authority: RCW 49.17.040.99 -09 -080 (Order 99 -04), 5 296 -45 -455, filed 04/20/99, effective 08/01/99. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296 -45 -455, filed 03/06/98, effective 05/06/98.) WAC 296 -45 -45505 Brush chippers. (1) Brush chippers shall be equipped with a locking device in the ignition system. (2) Access panels for maintenance and adjustment of the chipper blades and associated drive train shall be in place and secure during operation of the equipment. (3) Brush chippers not equipped with a mechanical infeed system shall be equipped with an infeed hopper of length sufficient to prevent employees from contacting the blades or knives of the machine during operation. Electrical Workers 296 -45 Part 3 do h g (4) Trailer chippgrs detached from trucks shall be chocked or otherwise secured. (5) Each employee in the immediate area of an operating chipper feed table shall wear personal protective equipment as required by Subpart 1 of this Part. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45505, filed 03/06/98, effective 05/06/98.] WAC 296-45 -45510 Sprayers and related equipment. (2) Equipment on which employees stand to spray while the vehicle is in motion shall be equipped with guardrails around the working area. The guardrail shall be constructed in accordance with chapter 296 -24 WAC, Part J -1 and WAC 296 -800 -260. Page 2 of (1) Walking and working surfaces of sprayers and related equipment shall be covered with slip- resistant material. If slipping hazards cannot be eliminated, slip- resistant footwear or handrails and stair rails meeting the requirements of chapter 296 -24 WAC, Part J -1, and WAC 296 -800 -260 may be used instead of slip resistant material. [Statutory Authority: RCW 49.17.010, .040, .050. 01 -11 -038 (Order 99 -36), 296 -45- 45510, filed 05/09/01, effective 09 /01 /01Statutory Authority: Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45510, filed 03/06/98, effective 05/06/98.] WAC 296 -45 -45515 Stump cutters. (1) Stump cutters shall be equipped with enclosures or guards to protect employees. (2) Each employee in the immediate area of stump grinding operations (including the stump cutter operator) shall wear personal protective equipment as required by WAC 296 -45- 25505. [Statutory Authority: RCW 49.17.010, .040, 050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45515, filed 03/06/98, effective 05/06/98.] WAC 296 -45 -45520 Backpack power units for use in pruning and clearing. (1) While a backpack power unit is running, no one other than the operator may be within 10 feet (305 cm) of the cutting head of a brush saw. (2) A backpack power unit shall be equipped with a quick shutoff switch readily accessible to the operator. (3) Backpack power unit engines shall be stopped for all cleaning, refueling, adjustments, and repairs to the saw or motor, except as the manufacturer's servicing procedures require otherwise. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45520, filed 03/06/98, effective 05/06/98.] WAC 296-45 -45525 Rope. (1) Climbing ropes shall be used by employees working aloft in trees. These ropes shall have a minimum diameter of 0.5 inch (1.2 cm) with a minimum breaking strength of 2300 pounds (10.2 kN). Synthetic rope shall have elasticity of not more than 7 percent. (2) Rope shall be inspected before each use and, if unsafe (for example, because of damage or defect), may not be used. (3) Rope shall be stored away from cutting edges and sharp tools. Rope contact with corrosive chemicals, gas, and oil shall be avoided. (4) When stored, rope shall be coiled and piled, or shall be suspended, so that air can circulate through the coils. (5) Rope ends shall be secured to prevent their unraveling. (6) Climbing rope may not be spliced to effect repair. WAC 296-45 -45530 Fall protection. h e eec c e h CI back to top (7) A rope that is wet, that is contaminated to the extent that its insulating capacity is impaired, or that is otherwise not considered to be insulated for the voltage involved may not be used near exposed energized lines. [Statutory Authority: RCW 49.17 010, 040, .050, .060 98 -07 -009 (Order 97 -17), §296 -45- 45525, filed 03/06/98, effective 05/06/98.] Electrical Workers 296 -45 Part 3 Page 3 of ei t Each employee shall be tied in with a climbing rope and safety saddle when the employee is working above the ground in a tree, unless he or she is ascending into the tree. (Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45530, filed 03/06/98, effective 05/06/98.] WAC 296 -45 -465 Communication facilities. (1) Microwave transmission. The employer shall ensure that no employee looks into an open waveguide or antenna that is connected to an energized microwave source. (2) If the electromagnetic radiation level within an accessible area associated with microwave communications systems exceeds the radiation protection guide given in chapter 296-62 WAC, Part J -1. The area shall be posted with the waming symbol described in chapter 296 -62 WAC, Part J -1. The lower half of the waming symbol shall include the following statements or ones that the employer can demonstrate are equivalent: Radiation in this area may exceed hazard limitations and special precautions are required. Obtain specific instruction before entering. (3) When an employee works in an area where the electromagnetic radiation could exceed the radiation protection guide, the employer shall institute measures that ensure that the employee's exposure is not greater than that permitted by that guide. Such measures may include administrative and engineering controls and personal protective equipment. (4) Power line carrier. Power line carrier work, including work on equipment used for coupling carrier current to power line conductors, shall be performed in accordance with the requirements of this section pertaining to work on energized lines. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -465, filed 03/06/98, effective 05/06/98.] Voltage in kilovolts phase to phase* O to 0.050 0.051 to 0.300 0.301 to 0.750 0.751 to 15 15.1 to 36.0 36.1 to 46.0 46.1 to 72.5 72.6 to 121 138 to 145 161 to 169 230 to 242 345 to 362 500 to 550 765 to 800 TABLE 1: AC LIVE WORK MINIMUM APPROACH DISTANCE Phase to ground (m) (ft -in) not specified avoid contact 0.31 1 -0 0.65 2 -2 0.77 2 -7 0.84 2 -9 1.00" 3 -3" 0.95" 3 -2" 1.09 3 -7 1.22 4.0 1.59 5 -3 159 8 -6 3.42 11 -3 4.53 14-11 Distance to employee II Phase to phase (m) (ft -In) not specified Avoid contact 0.31 1-0 0.67 2 -3 0.86 2 -10 0.96 3 -2 1.20 3 -11 1.29 4 -3 1.50 4 -11 1.71 5 -8 2.27 7 -6 3.80 12 -6 5.50 18 -1 7.91 26 -0 For single -phase systems, use the highest voltage available. For single -phase lines off three phase systems, use the phase -to -phase voltage of the system. The 46.1 to 72.5 kV phase -to- ground 3 -3 distance contains a 1 -3 electrical component and a 2 -0 inadvertent movement component while the 72.6 to 121 kV phase -to- ground 3 -2 distance contains a 2 -2 electrical component and a 1 -0 inadvertent movement component. Note 1: These distances take into consideration the highest switching surge an employee will be exposed to on any system with air as the insulating medium and the maximum voltages shown. Note 2: The dear live -line tool distance shall equal or exceed the values for the indicated voltage ranges. Note 3: See Appendix B to this section for information on how the minimum approach distances listed in the tables were derived. (Statutory Authority: RCW 49.17.010, .040, .050, and .060. 03 -17 -071 (Order 03 -08), 296-45 -325, filed 08/19/03, effective 11/01/03. Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -325, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296- 45 -325, filed 03/06/98, effective 05/06/98.] 0 AC 296- 45-901 (Cont.) W t (m) 900 1200 1500 1800 2100 2400 2700 3000 3600 4200 4800 5400 6000 Table 5: Altitude Correction Factor Altitude (ft) 3000 4000 5000 6000 7000 8000 9000 10,000 12,000 14,000 16,000 18,000 20,000 Note: If the work is performed at elevations greater than 3000 ft (900 m) above mean sea level, the minimum approach distance shall be determined by multiplying the distances in Table 1 through Table 4 by the correction factor corresponding to the altitude at which work is performed. [Statutory Authority: RCW 49.17.040. 99- 09-080 (Order 99 -04), 296 -45 -901, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -901, filed 03/06/98, effective 05/06/98.] Page 4 07/2001 Issue Correction factor 1.00 1.02 1.05 1.08 1.11 1.14 1.17 1.20 125 1.30 1.35 1.39 1.44 Prepared by: Project Enginee PROJECT MANUAL for TREE TRIMMING PROJECT NO. 05 21 PORT q N O -o IL. w N wee il0 RKS At CITY OF PORT ANGELES WASHINGTON GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES SEPTEMBER 2005 Reviey6ed by: City Attorney 5,a3 September 19, 2005 TO: Asplundh Tree Expert Co. 708 Blair Mill Road Willow Grove, PA 19090 CITY OF PORT ANGELES NOTICE OF AWARD PROJECT Description: Tree Trimming Purchase Contract No. 05 -21 The Owner has considered the quote submitted by you for the above described work in response to its request for quotes dated August 29, 2005 You are required, as stated in the Information for Contractors, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. cc: City Clerk You are hereby notified that your quote has been accepted for items in the amount of $35,000 You are required to return an acknowledged copy of this Notice of Award to the Owner. Dated this 19th day of September, 2005 N \pwks \fight \engr \projects \tree trim 2005 \notice of award CITY OF PORT ANGELES By Title 2:0-44 I N c iL ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledg this 2 2 ,d"ay of Se tember 2005. Print Name Title STGNATURE Gary Johnston Supervisor Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: Gail McLain PROJECT MANUAL TABLE OF CONTENTS PART I CONTRACT REQUIREMENTS: TREE TRIMMING 2005 PROJECT NO. 05 -21 Contractor's Checklist 1 -1 Non Collusion Affidavit 1 -2 Contractor's Construction Experience 1 -3 Bid Form 1 -5 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 2 -1 Performance and Payment Bond 2 -8 Certificate of insurance [provided by bidder] SAMPLE Statement of Intent to pay Prevailing Wages [WA Dept of Labor Industries] PART III SPECIAL PROVISIONS Special Provisions 3 -1 PART IV APPLICATION FOR PAYMENT Contractor's Application for Payment Form 4 -1 ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING CONTRACTOR'S CHECKLIST 1. Have the contract forms been properly signed? 4. Do the written amounts of the contract forms agree with the amounts shown in figures? 5. Have you quoted on all items? 6. Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract To be executed by the successful contractor and the City. B. Performance bond To be executed on the form provided by Owner, by the successful contractor and its surety company. To include name. contact and phone number. and address of surety and power of attorney of sianatorv. C. Insurance certificate(s) To be executed on a form that complies with the specifications. D. Washington Department of Labor and Industries "Statement of Intent to Pay Prevailing Wages" Form No. F700 -029 -000. 1 -1 VORTA O G 92::'2. f ii t y '-'0(.5 Aso STATE OF WASHINGTON COUNTY OF CLALLAM NON COLLUSION AFFIDAVIT The undersigned, being first duly swom on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Subscribed and swom to before me this day of rl ue' 2005. Signature of Bidder /Contractor Notary Public in and for the State of Washington. Residing at w. S. L` My Comm. Exp.: CONTRACTOR'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of contractor: Asp1 „ndh TrPP FxpPrt rn 2. Registration Number: ASPLUTE246DZ 3. Permanent main office address: 7524 NE 175th St Kenmore, WA 98028 4. When organized: 1929 5. Where incorporated: Pennsylvania 6. How many years have you been engaged in the contracting business under your present firm name? 76 III 7. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. SPP Ai1 8. General character of work performed by your company: See Attached 9. Have you ever failed to complete any work awarded to you? nn If so, where and why? 10. Have you ever defaulted on a contract? See Attached 1 -3 No 11. List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed, contact name and phone number. 12. List your major equipment available for this contract: See Attached 13. Experience of contractor in construction work similar to this project in work and importance: See Attached 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Contractor Signature Date: August 30, 2005 Print Name: Michael Kavran Title: 1 -4 Vice President Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 CONTRACTOR: Asplundh Tri=!e. ExpPr1 Cn Registration Number. ASPLUTE246DZ DATE: August 30. 2005 UBI Number:409 -01 n -40A The undersigned, herein after called the contractor, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The contractor declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the project manual, for tree trimming; that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the project manual; and that this quote is made in accordance with the provisions and the terms of the contract included in the project manual. The contractor further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Electrical Engineer, hereinafter also referred to as the City, and such other source of information as it determined necessary in arriving at its conclusion. If the contractor is awarded a contract on this quote, the name and address of the surety who will provide the performance bond is: Reliance Insurance Surety 4 Penn Center. Phil pa Surety Address _Ivy RnP1 nw 71 7 84 4203 Surety Contact and Phone Number BID FORM 1 -5 Aon Risk Services Inc.. PA Agent 1 Liberty P1. St. 1000 Agent Address Ivy Buelow 215 784 4203 Agent Contact and Phone Number To: City of Port Angeles 321 East Fifth Street P.O. Box 1150 Port Angeles, Washington 98362 (Hereinafter called "City") Basic Equipment: Mobilization Cost Total Cost 5. Any alterations or exceptions: BID FORM The undersigned (hereinafter called "Contractor hereby proposes to provide a tree trimming crew with equipment to perform tree trimming, as detailed in the specifications and elsewhere in these documents, upon the terms and conditions herein stated: The total cost of work completed on this project is not to exceed $35,000. 1. Mobilization of crew and equipment to and from Port Angeles: 0 0 2. Tree Trimming Crew and Equipment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, Ground person, flagger Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. Total hourly price for crew and equipment 185.17 proceed 3. Start date (ARO)2 wks from notice to The Contractor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license Number ASPLUTE246DZ for the State of Washington, in which the project is located, and said license expires on 1 -6 5. Any alterations or exceptions: 6. The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent, and other employees as required. CONTRACTOR: Asolundh Tree Fxpart rn BY: ADDRESS: 7524 NE 175th Street Kenmore, WA 98028 TELEPHONE: 425 483 -9339 FAX NUMBER: 425 806 -9750 DATE: August 30, 2005 \ck, Authorized Signature 1 -7 Statement of Contractor's Qualifications and Experience Asplundh offers the experience of 70 years in the line clearance industry. We strive to create sound working relationships with our customer and the public. Employees are certified to perform the work in accordance with WAC 296 -45 -66001 and 296 -45- 660011 and O.S.H.A. 2910.269. In addition, all Journeymen have been qualified through the State of Washington JATC program with the I.B.E.W. or have over 4,000 hours in overhead power line maintenance. Asplundh Tree Expert Co. has an ongoing training program with the use of video training through our Safety Department, Weekly Safety Meetings, Monthly Safety Poster, General Foreman Monthly Training Guide and Safety Audit Checks. Asplundh can offer you a storm emergency response program to effectively help you put your system back in order if that need would ever arise. It is our goal to help to apply the best right -of -way program possible for your system by having the most professional personnel on all levels, and by using the innovative ideas that have helped put Asplundh at the top of the line clearance industry. We appreciate the opportunity to submit our proposal and hope we may be of service to you. If you have questions concerning our proposal or require additional information, please contact us at your convenience. ASPLUNDB TREE,EXPERT CO. Michael Kavran Vice President _august 1, 2005 Date ASPLUNDH TREE EXPERT CO. 0 EQUIPMENT SPECIFICATIONS Asnlundh 55' LRIII 4x4Trim Lift w /20.000lb winch: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 G.V.W. 29,250 Platform Height: 55'4" Working Height: With Hydraulic Saw tools 65.4 Side Reach: 45'1" Outriggers: Yes Man Lift Power: Truck Engine Powered P.T.O. Auxiliary Power: Kubota Engine Hydraulic Dump: Yes Chip Box Capacity: 14 Cubic Yards Asolundh 55' LRIII: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 G.V.W. 29,250 Platform Height: 55'4" Working Height: With Hydraulic Saw tools 65.4 Side Reach: 45'1" Outriggers: Yes Man Lift Power: Truck Engine Powered P.T.O. Auxiliary Power: Kubota Engine Hydraulic Dump: Yes Chip Box Capacity: 14 Cubic Yards Altec AM 900 65' lift Manufacturer GMC Model Year 5 year or newer G.V.W. 54,000 Axle Single Platform Height: 65' Working Height: With Hydraulic Saw tools 75' Side Reach: 37' ,Outriggers: Yes Trim Lift Power: Truck Engine Altec AM 900 95' lift Manufacturer GMC Model Year G.V.W. Axle Platform Height: Working Height: Side Reach: Outriggers: Trim Lift Power: Chipper Dump Truck: Manufacturer: Type of Equipment: Model Series: G.V.W.: Model Year Chip Box Capacity: Hydraulic Dump: Chipper: Manufacturer: Type of Equipment: Model Model Year: Size of Chipper: Power 5 year or newer 54,000 Single 95' With Hydraulic Saw tools 105' 37' Yes Truck Engine GMC Asplundh Split Dump with Man Cab 6000 22,000 5 Years or newer 14.1 Cubic Yards Yes Altec Asplundh Brush Chipper JEY Drum Chipper 5 Years or newer 12" 6 cylinder /300 Cubic inch Asplundh Background The Asplundh Tree Expert Co. is a privately held company, owned and managed by the Asplundh Family. Founded in 1928 By Lester, Carl and Griffith Asplundh, the company began its operations serving telephone and electric utilities in Pennsylvania and New Jersey. We have now provided line clearance services for 76 years, and have grown to become the world's leader in utility vegetation management. The company has long been noted for innovation, and was instrumental in developing and perfecting now widely used items such as aerial lifts and chippers. Asplundh helped pioneer the use of herbicides in right -of -way- clearing management. These traditions in innovation continue to this day. Asplundh employs over 25,000 people in the U.S., Canada, Australia and New Zealand. In recent years, the company has diversified and now offers a broad range of utility specialty services, summarized below. Asplundh performs line clearance services for hundreds of customers, large and small, investor owned, municipals, PUD's and AEC's. Because of our broad range of experience and customer diversity, we are able to tailor our operations to meet the expectations of each Customer. Various Utilities have specific needs and concerns. It is our objective to understand those needs and concerns, and to build an operations that will address them, while at the same time being able to adapt as conditions change. Though This proposal; focuses on line clearance and vegetation management, we felt that we should emphasize that Asplundh's range of service extends beyond just those items. Additional service we offer include: Construction and Maintenance Asplundh has built a solid reputation over the past 30 years in underground and overhead utility construction. Our operations are full service, from design to completion Pole Maintenance Asplundh pole maintenance specialists now operate nationwide, extending the lift of existing utility poles. Asplundh can manage the complete job, recording, tracking, and locating each pole. Underground Locating Asplundh, through its CLS subsidiary, is now the largest supplier of underground locating services in the country. CLS has extensive experience in both electric and gas facility locating, including distribution and transmission. Project Name Client Sunervisor Time Materials Snohomish PUD K. Ellison •ime Materials Grays Harbor PUD D Fuher Three Lakes Snohomish PUD East Arlington Snohomish PUD 7 Miori Lewis County PUD Lewis County PUD R Raff Time Materials Avista S Vore Time Materials Puget Sound Energy B Rogers Time Materials Seattle City Light D. Vaughn ASPLUNDH TREE EXPERT CO. PREVIOUS EXPERIENCE Phone 425- 347 -5590 800 -562 -7726 M Munsterman 425- 347 -5595 425- 347 -5591 800 -562 -5612 509- 482 -4059 425- 462 -3958 206 386 -1733 Amount $1,800,000.00 750,000 00 597,333.00 518,333 00 325,000 00 2,000,000 00 $80,000,000.00 9,000,000.00 Contract Term 2004 2003 -2004 2004 2003 2001 2003 -2004 1999 -2004 1998 -1999 -2000 4 .d PART 11 CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) This Contract is made and entered into in duplicate this 5 -day of bet/ADJ. 2005 by and between the City of Port geles a non charter code city of the State of Washington, hereinafter referred to as "the City and ,r� s e 0 I�,tl�O.t,t (1 hereinafter referred to as "the Contractor WITNESSETH: 1. Scone of Work. PUBLIC WORKS CONTRACT Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: CITY WIDE TREE TRIMMING PROJECT No. 05 21 in accordance with and as described in this Contract and the project manual, which include the special provisions, performance bond, and the standard specifications for tree trimming as may be specifically modified in the attached specifications and/or special conditions, 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 completing the work provided for in this Contract, except as may otherwise be provided in the project manual. The City will provide maps indicating the areas to be trimmed. The areas will be prioritized to assure the most urgent is completed first. Work will continue until all designated areas have been trimmed or the cost has reached the $35,000.00 Contract limit, whichever comes first, at which time work will cease. 4 2. Time for Performanc and Liquidated Damanes. A Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 50 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $90.00 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the project manual. Total payment not to exceed $35,000.00. 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. Monthly 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 form(s). 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 under the Contract provisions. 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. 2 -2 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. Prevailine Wale Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractors negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. 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. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. 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. i. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess 2 -4 ii. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. S C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. of the Contractor's insurance and shall not contribute with it. 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. Assisnment 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. 2 -5 B. The Contractor shall not subcontract any part of the services to be preformed hereunder without first obtaining the consent of the City and complying with the provision of this section. C. In the event the Contractor does assign this contract or employ any subcontractor the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall. Before commencing any work. Notify the Owner in writing of the names of any subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), weather initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organizations 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 ofthe Owner to pay or 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 violaions 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 the 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. I. 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 subcontractor and lower -tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The Contractor, each approved subcontractor and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. 11 Contract Administration. This Contract shall be administered by _ill 7 ,A\f tZA t. on behalf of the Contractor and by Gail McLain 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. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above CONTRACTOR: CITY OF PORT ANGELES. Asplundh Tree Expert rn_ Name of Contractor By. M, N t 41 Michael Kavran Title: Vice President 2 -7 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 Attest: App ved as to Fo City Attorney r' KNOWAA MEN BY THESE PRESENTS: Travelers C at we y Surety, dorsig As hat Tree Expert Co. as Principal, and mpany of t nerica a corporation, organized and existing under the laws of the State of CT as a surety corporation, and qualified under the laws of the State of Washington to become surety upbrr bonds of contractors with municipal corporations as surety, are Jointly and severally held and firmly bound to the City of Pont Angeles in the penal sum of 5,925.44 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. Dateh at Philadelphia this 31st day of August 2005. The conditions of the above obligation are such that WHERR ,,the City of Port Angeles has let or is about to let to the said Asplundh Wert C the abrivA,bourided Principal, a certain contract, the said contract being numbered e5 a sj, and praovidNig Ire, Trfmqilnp (which contract Is referred to herein and Is made a past hereof as though attached her and WHERigte said Principal has accepted, or la about to accept, the saki contract, and undertake to perform the work therein provtted4or In the manner and within the time eel felt: now, therefore, "a sold PrfClpalr Asplundh Tree Expert Co. shall faithfully perform all of the provisiongof' aid contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under Bald contract, and shall pay all laborers. mechanics. subcontractors and material men, and all persona who shall Supply bald Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall Indemntfyanti 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 perfomted irhtler saki 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, +t shaft be end remain In full force and effect S n thter velars ¢ompanv surety S i icnara A. uaoc Attorney -in -Fact Tit 31st =day of Cgs SuretyAciefrA °J Chris Vahey 610- 65Q -5429 Surety CorAlit:ti&&Tetephone Number PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles ety ,2005 Bldg. Asplundh Tree Expert Co. Principal 'Jim Hines Assistant Secretary James M. Hines B Tate Aon Risk Services 7 Market St., Philadelphia, PA 19103 S Agent Address Richard A. Jacobus (215) 255 -2000 Agent Contact Telephone Number 2 -g Bond 104601545 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY mESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the Companies hath made, constituted and appointed, and do by these presents make, constitute and appoint: Darella White, Richard G. Dicciani, Richard A. Jacobus, Neil C. Donovan, Mary C. O'Leary, Douglas R. Wheeler, Annette M. Leuschner, Maureen McNeill, of Philadelphia, Pennsylvania, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attomeys -in Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. Revised (01 -03) Standard IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 12th day of July, 2003. STATE OF CONNECTICUT }SS. Hartford COUNTY OF HARTFORD CER ICATE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By George W. Thompson Senior Vice President On this 12th day of July, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. Marka, My commission expires June 30, 2006 Notary Public Marie C. Tetreauit I, the undersigned, Vice President, Bond of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31st day of August 20 05 By rk A. rtrone Vice Ftfresident, Bond vemtaatedasoutuoissesesawawaeopp CASH INVESTED CASH BONDS STOCK OTHER INVESTED ASSETS INVESTMENT INCOME DUE AND ACCRUED PREMIUM BALANCES REINSURANCE RECOVERABLE CURRENT FEDERAL INCOME TAX RECOVERABLE NET DEFERRED TAX ASSET RECEIVABLE FOR SECURITIES RECEIVABLE FROM PARENT, SUBSIDIARIES AFFIUATES OTHER ASSETS TOTAL ASSETS SUBSCRIBED AND SWORN TO BEFORE ME THIS 24TH DAY OF MARCH, 2005 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 2004 CAPITAL STOCK $6,000,000 S 2,721,251 2,103,575,828 11,873,755 24,085,845 139,148,258 48,827,434 37,424,124 300,000 (72,723,020) 2,295,233,475 UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES COMMISSIONS TAXES, LICENSES AND FEES OTHER EXPENSES CURRENT FEDERAL AND FOREIGN INCOME TAXES PAYABLE FOR SECURITIES PAYABLE TO PARENT, SUBSIDIARIES AFFIUATES OTHER ACCRUED EXPENSES AND LIABLLMES TOTAL LIABILmES CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS TOTAL SURPLUS TO POLICYHOLDERS TOTAL LIABILITIES SURPLUS STATE OF CONNECTICUT COUNTY OF HARTFORD CITY OF HARTFORD LAWRENCE A. SKUTA, BEING DULY SWORN, SAYS THAT HE IS CHIEF FINANCIAL OFFICER BOND, OF THE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS ATRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31st DAY OF DECEMBER, 2004. NOTARY PUBLIC j CHIEF FINANCIAL OFFICER BOND 1R( COISAISSSONEXPIRES JUNE 30, 2006 s 517,322,211 542,595,31: 97,587,041 19,228,11: 10,738,45; 18,724,52: 43,827,23( 35,395,26( 139,,?.t2.85? 51.424.751.022 6,000,00C 303.297,402 561, 870.472,452 2,295,233,475 .STPA{ �r TRAVELE L RS ILT -1018 (9/04) IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in-the-Act.- The- -Act further provides -that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of an insurer's statutorily established deductible for that year. The Act also caps the amount of terrorism related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional 'premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. .A.411- 4111:90. PRODUCER Aon Risk Services, Inc of PA e Liberty Place, Suite 1000 adelphia, PA 19103 INSURED Asplundh Tree Expert Co 708 Blair Mill Road Willow Grove, PA 190901784 COVERAGES ERAGES A CO LTR A GENERAL LIABILITY CLAIMS MADE n OCCURRENCE Broad Form Contractual Owners Contractors Protective GEN'L AGGREGATE LIMIT APPLIES PER POLICY PROJECT LOC AUTOMOBILE LIABILITY A 51 ANY AUTO 0 ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS TYPE OF INSURANCE COMMERCIAL GENERAL LIABILITY GARAGE LABILITY ANY AUTO n EXCESS LIABILITY OCCUR DEDUCTIBLE RETENTION CERTIFICATE OF INSURANCE CLAIMS MADE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY OTHER GER1IfICATE HOLDER 411Y OF PORT ANGELES OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 Region Code. 072 POLICY NUMBER DATE (MM /DD/YY) 9/27/2005 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER A INSURER B INSURER C INSURER D INSURER E LIBERTY MUTUAL FIRE INSURANCE COMPANY 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 THE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DDM') DATE (MM/DD/YY RG2- 631 004328 -155 8/1/2005 8/1/2006 1 I I AS2- 631 004328 -055 8/1/2005 8/1/2006 (AOS) WA7- 63D- 004328 -015 8/1/2005 8/1/2006 (AOS) WC7- 631 004328 -025 (WI,AK,ID,MT,OR) AUTHORIZED REPRESENTAT INSURERS AFFORDING COVERAGE EACH OCCURRENCE FIRE DAMAGE (Any One Fire) MED EXP (Any One Person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY EACH OCCURRENCE AGGREGATE IJ LIMITS EA ACC WC STATU- TORY LIMITS E L EACH ACCIDENT E L DISEASE EA EMPLOYEE E L DISEASE POLICY LIMIT AGG OTHER ,/'171..'' 100,000 10,000 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLESIRESTRICTIONS !SPECIAL ITEMS 2473385 SEE ATTACHMENT "A" ADDITIONAL INSURED ENDORSEMENT THE ABOVE COVERAGE IS CONSIDERED PRIMARY AND NON CONTRIBUTORY AS RESPECTS OTHER INSURANCE CARRIED BY CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED OR REDUCED AS TO COVERAGE BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BY CERTIFICATE MAIL CAI4GELLATIQN SHOULD ANY OF THE ABOVE DES S BE CANCEID BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY MOM TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEI Mg§Z IIgRSE NO =MN ..r' 4 1,4., 1.1s i, tP 'UV •701■9!v,r'. yI IVES AcOR 25.8 OM) CACORb CORPOMTION 1988 1,000,000 1,000,000 1,000,000 Attachment A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT, EFFECTIVE 12:01 A.M. 8/1/2005, FORMS A PART OF POLICY N BER RG2- 631 004328 -155 ISSUED TO THE ADDITIONAL INSUREDS OF ASPLUNDH TREE EXPERT CO.. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF PORT ANGELES ITS OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 2473385 WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of operations performed by: or any of their subsidiary companies or premises owned by or rented to any of them. It is further agreed that LIMITS OF INSURANCE applicable to this insurance are as follows: GENERAL AGGREGATE LIMIT (other than completed operations) $2,000,000 COMPLETED OPERATIONS AGGREGATE LIMIT $2,000,000 PERSONAL ADVERTISING INJURY LIMIT $2,000,000 EACH OCCURRENCE LIMIT $1,000,000 Where required by written contract or permit this LIMITS OF INSURANCE are primary and non contributory with any other insurance available to the person or organization shown in the Schedule. PART 111 SPECIAL PROVISIONS is SPECIAL PROVISIONS I CHANGES IN WORK The City may, during the progress of this project, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefor to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. II PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall: A. Be on a City furnished form; B. Be signed by an approved surety (or sureties) that; 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, C. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and D. The City may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. Guarantee that the surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and 2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work. III CONTRACTOR DEFAULT If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor, for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. IV TERMINATION OF CONTRACT In the event that the Contractor persistently or repeatedly refuse or fail to supply competent supervision, enough properly skilled workmen, or proper materials, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and serve written notice of intention to terminate the Contract upon the Contractor, which notice shall specify the reasons therefor. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate, and the Surety will become responsible for the performance of the work unless otherwise agreed in writing by the City. The rights and remedies of the City under this Termination Of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. 3 -2 1 PART IV CONTRACTOR'S APPLICATION FOR PAYMENT WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower -tire subcontractors /suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of APPROVAL: Project Manager City Engineer 0 CONTRACTOR'S APPLICATION FOR PAYMENT Notary Public in and for the State of residing at My appointment expires Date Date CONTRACTOR'S APPLICATION FOR PAYMENT TO: City of Port Angeles FROM: Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 DATE: PROJECT NAME: City Wide Tree Trimming PAYMENT REQUEST NO. PROJECT NUMBER: 05 21 PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Contract Amount Thru Approved Change Order No. [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] 3 Sales Tax (Port Angeles is 8.3% of [2]) 4 Amount Retained (5% of [2]) 5 Subtotal ([2] +[3] -[4]) 6 Total Previously Paid [Deduction] 7 AMOUNT DUE THIS REQUEST ([5] -[6]) *correspond to column letters shown on the continuation sheet. *Enter zero if a retainage bond has been approved. 4 4 i b 4 6 ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY CLALLAM COUNTY Effective 09-01 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $43.12 1B 5A LABORERS ASPHALT RAKER $33.09 1N 5D BALLAST REGULATOR MACHINE $32.61 1N 513 BATCH WEIGHMAN $27.93 1N 5D BRUSH CUTTER $32.61 1N 5D BRUSH HOG FEEDER $32.61 1N 5D BURNERS $32.61 1N 5D CARPENTER TENDER $32.61 1N 5D CASSION WORKER $33.45 1N 5D CEMENT DUMPER/PAVING $33.09 1N 5D CEMENT FINISHER TENDER $32.61 1N 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $32.61 1N 5D CHIPPING GUN (OVER 30 LBS) $33.09 1N 5D CHIPPING GUN (UNDER 30 LBS) $32.61 1N 5D CHOKER SETTER $32.61 1N 5D CHUCK TENDER $32.61 IN 5D CLEAN -UP LABORER $32.61 IN 5D CONCRETE DUMPER/CHUTE OPERATOR $33.09 1N 5D CONCRETE FORM STRIPPER $32.61 1N 5D CONCRETE SAW OPERATOR $33.09 IN 5D CRUSHER FEEDER $27.93 1N 5D CURING LABORER $32.61 1N 50 DEMOLITION, WRECKING MOVING (INCLUDING CHARRED $32.61 1N 50 DITCH DIGGER $32.61 IN 5D DIVER $33.45 1N 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $33.09 1N 5D DRILL OPERATOR, AIRTRAC $33.45 1N 5D DUMPMAN $32.61 1N 5D EPDXY TECHNICIAN $32.61 1 N 5D EROSION CONTROL WORKER $32.61 1N 50 FALLER/BUCKER, CHAIN SAW $33.09 1N 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $25.61 1N 5D construction debris cleanup) FINE GRADERS $32.61 1N 5D FIRE WATCH $27.93 IN 5D FORM SETTER $32.61 1N 5D GABION BASKET BUILDER $32.61 1N 5D GENERAL LABORER $32.61 1N 5D GRADE CHECKER TRANSIT PERSON $33.09 IN 5D GRINDERS $32.61 1N 5D GROUT MACHINE TENDER $32.61 1N 5D Page 3 CLALLAM COUNTY Effective 09 -01 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $32.61 1N 5D HAZARDOUS WASTE WORKER LEVEL A $33.45 1N 5D HAZARDOUS WASTE WORKER LEVEL B $33.09 1N 5D HAZARDOUS WASTE WORKER LEVEL C $32.61 1N 5D HIGH SCALER $33.45 1N 5D HOD CARRIER/MORTARMAN $33.09 1N 5D JACKHAMMER $33.09 1N 5D LASER BEAM OPERATOR $33.09 1N 5D MANHOLE BUILDER MUDMAN $33.09 1N 5D MATERIAL YARDMAN $32.61 1N 5D MINER $33.45 1N 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $33.09 1N 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $33.09 IN 5D PILOT CAR $27.93 1N 5D PIPE POT TENDER $33.09 IN 5D PIPE RELINER (NOT INSERT TYPE) $33.09 IN 50 PIPELAYER CAULKER $33.09 1N 5D PIPELAYER CAULKER (LEAD) $33.45 IN 5D PIPEWRAPPER $33.09 1N 5D POT TENDER $32.61 1N 5D POWDERMAN $33.45 1N 5D POWDERMAN HELPER $32.61 IN 5D POWERJACKS $33.09 1N 5D RAILROAD SPIKE PULLER (POWER) $33.09 1N 5D RE- TIMBERMAN $33.45 IN 5D RIPRAP MAN $32.61 IN 5D RODDER $33.09 IN 5D SCAFFOLD ERECTOR $32.61 1N 5D SCALE PERSON $32.61 1N 5D SIGNALMAN $32.61 1N 5D SLOPER (OVER 20 $33.09 1N 5D x, SLOPERSPRAYMAN $32.61 1N 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $33.09 1N 5D SPREADER (CONCRETE) $33.09 IN 5D STAKE HOPPER $32.61 IN 5D STOCKPILER $32.61 1N 50 TAMPER SIMILAR ELECTRIC, AIR GAS $33.09 1N 5D TAMPER (MULTIPLE SELF PROPELLED) $33.09 1N 5D TOOLROOM MAN (AT JOB SITE) $32.61 1N 5D TOPPER TAILER $32.61 IN 5D TRACK LABORER $32.61 1N 5D TRACK LINER (POWER) $33.09 1N 5D TRUCK SPOTTER $32.61 1N 5D TUGGER OPERATOR $33.09 1N 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $32.61 1N 50 VIBRATOR $33.09 1N 5D VINYLSEAMER $32.61 1N 50 WELDER $32.61 IN 50 WELL -POINT LABORER $33.09 1N 5D Page 4 e- ._i..,zL u...... CLALLAM COUNTY Effective 09 -01 -04 Classification (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code LABORERS UNDERGROUND SEWER WATER GENERAL LABORER $32.61 1N 5D PIPE LAYER $33.09 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $39.63 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $30.76 2B 5A PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $48.86 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD UNDER) $39.88 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD UNDER 6 YD) $40.34 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.86 1T 5D 8L BACKHOES, (75 HP UNDER) $39.49 1T 5D 8L BACKHOES, (OVER 75 HP) $39.88 1T 5D 8L BARRIER MACHINE (ZIPPER) $39.88 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $39.88 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $39.49 1T 5D 8L BOBCAT $37.26 1T 50 8L BROOMS $37.26 1T 5D BL BUMP CUTTER $39.88 1T 5D 8L CABLEWAYS $40.34 1T 5D 8L CHIPPER $39.88 1T 5D 8L COMPRESSORS $37.26 1T 5D 8L CONCRETE FINISH MACHINE LASER SCREED $37.26 1T 5D 8L CONCRETE PUMPS $39.49 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 1T 5D 8L CONVEYORS $39.49 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $39.49 1T 5D 8L CRANES, 20 44 TONS, WITH ATTACHMENTS $39.88 1T 5D 8L CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $40.34 1T 5D 8L JIB WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40.86 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $41.40 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $37.26 1T 5D 8L Page 5 r Classification CLALLAM COUNTY Effective 09 -01 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note WAGE Code Code Code CRANES, A- FRAME, OVER 10 TON $39.49 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.92 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $39.88 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $40.34 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $40.86 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.86 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $41.40 1T 5D 8L CRUSHERS $39.88 1T 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $39.88 1T 5D 8L DERRICK, BUILDING $40.34 1T 5D 8L DOZERS, D -9 UNDER $39.49 1T 5D 8L DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $39.49 1T 5D 8L DRILLING MACHINE $39.88 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $37.26 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $39.49 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.88 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $39.49 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $37.26 1T 5D 8L GRADE ENGINEER $39.49 1T 5D 8L GRADECHECKER AND STAKEMAN $37.26 IT 5D 8L GUARDRAIL PUNCH $39.88 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $39.49 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.88 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $37.26 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $39.49 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $40.34 1T 5D 8L LOADERS, OVERHEAD (8 YD OVER) $40.86 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.88 1T 5D 8L LOCOMOTIVES, ALL $39.88 IT 5D 8L MECHANICS, ALL $40.34 1T 5D 8L MIXERS, ASPHALT PLANT $39.88 1T 5D MOTOR PATROL GRADER (FINISHING) $39.88 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $39.49 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $40.34 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 1T 5D 8L OPERATOR PAVEMENT BREAKER $37.26 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $39.49 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $37.26 1T 5D 8L POWER PLANT $37.26 IT 5D 8L PUMPS, WATER $37.26 1T 5D 8L QUAD 9, D -10, AND HD-41 $40.34 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 1T 5D 8L EQUIP RIGGER AND BELLMAN $37.26 1T 5D 8L ROLLAGON $40.34 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $37.26 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $39.49 1T 5D 8L ROTO -MILL, ROTO- GRINDER $39.88 1T 5D 8L SAWS, CONCRETE $39.49 1T 5D 8L Page 6 CLALLAM COUNTY Effective 09 -01 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.88 1T 5D 8L OFF -ROAD EQUIPMENT UNDER 45 YD) SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $40.34 IT 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $39.49 1T 5D 8L SCREED MAN $39.88 1T 5D 8L SHOTCRETE GUNITE $37.26 1T 5D 8L SLIPFORM PAVERS $40.34 1T 5D 8L SPREADER, TOPSIDE OPERATOR BLAW KNOX $39.88 1T 5D 8L SUBGRADE TRIMMER $39.88 1T 5D 8L TOWER BUCKET ELEVATORS $39.49 1T 5D 8L TRACTORS, (75 HP UNDER) $39.49 1T 5D 8L TRACTORS, (OVER 75 HP) $39.88 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $40.34 1T 5D 8L TRENCHING MACHINES $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER UNDER 100 TON) $39.49 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON OVER) $39.88 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $39.88 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $37.26 1T 5D 8L YO YO PAY DOZER $39.88 IT 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27.68 1 RESIDENTIAL BRICK MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14.60 1 Page 7 CLALLAM COUNTY Effective 09 -01 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION AIR CONDITIONING JOURNEY LEVEL $46.41 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30.22 1J 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $46.74 1J 6L SIGN MAKERS INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 1 SIGN MAKERS INSTALLERS (NON ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $28.29 2B 5A HOLE DIGGER/GROUND PERSON $15.91 2B 5A INSTALLER (REPAIRER) $27.13 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $26.32 2B 5A SPECIAL APPARATUS INSTALLER I $28.29 2B 5A SPECIAL APPARATUS INSTALLER II $27.72 28 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28.29 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26.32 2B 5A TELEVISION GROUND PERSON $15.10 2B 5A TELEVISION LINEPERSON /INSTALLER $20.11 2B 5A TELEVISION SYSTEM TECHNICIAN $23.80 2B 5A TELEVISION TECHNICIAN $21.43 2B 5A TREE TRIMMER $26.32 2B 5A TERRAZZO WORKERS TILE SETTERS JOURNEY LEVEL $37.03 1H 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $30.86 111 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $31.90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $36.89 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $37.47 1T 5D 8L Page 8 CLALLAM COUNTY Effective 09 -01 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code DUMP TRUCK $20.23 1 DUMP TRUCK TRAILER $20.23 1 OTHER TRUCKS $37.47 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9.45 1 WELL DRILLER $11.60 1 Page 9 x 4 ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING 1 4 4 t P BEFORE: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES UGHT DEPARTMENT Arr go 4 A FTER; SIDE TRIMMING ENGINEERING 8 EPAATMENT CITY OF PORT ANGELES ENGINEERING SPECIFICATION CITY OF PORT ANGELES UGHT DEPARTMENT BEFORE: OVERHANG TRIMMING 1 N s e PRIMARY z Ns. AFTER: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT BEFORE: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY t k i 10 FT AROUND TRANSFORMER AFTER: TOP REMOVAL-LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PROJECT MANUAL CONTRACT DOCUMENTS for TREE TRIMMING PURCHASE AGREEMENT NO. 04 09 pORT4 y /0 1 Q- 1611: 111111111 4 P Pi t li S ANw CITY OF PORT ANGELES WASHINGTON SEPTEMBER 2004 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MICHAEL PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS GARY KENWORTHY, DEPUTY DIRECTOR OF ENGINEERING SERVICES Reviewed by: Reviewed by: L6 William Bloor, City Attorney Gary KenvYorthy',.Deputy Director of Engineering Services Dated this 23rd day of September, 2004 Aftemb-P ft September 22, 2004 TO: Asplundh Tree Expert Co. 708 Blair Mill Road Willow Grove, PA 19090 PROJECT Description: Tree Trimming Purchase Contract No. 04 09 The Owner has considered the quote submitted by you for the above described work in response to its request for quotes dated September 13, 2004 You are required, as stated in the Information for Contractors, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. Receipt of the above Notice of Award is hereby acknowl Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: Gail McLain cc: City Clerk You are hereby notified that your quote has been accepted for items in the amount of $30,000 N \pwks \light \engr \projects \tree trim 2004 \notice of award CITY OF PORT ANGELES NOTICE OF AWARD You are required to return an acknowledged copy of this Notice of Award to the Owner. CITY OF PORT ANGELES By t_„ Title LtT1 x Title t S SI4:5NAT9RE Supervisor t ACCEPTANCE OF NOTICE s day of S ptember Print Name Gary Johnston 2004. PART 1 CONTRACT REQUIREMENTS: PROJECT MANUAL TABLE OF CONTENTS TREE TRIMMING 2004 PROJECT NO. 04 -09 Contractor's Checklist 1 -1 Non Collusion Affidavit 1 -2 Contractor's Construction Experience 1 -3 Contract Form 1 -5 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 2 -1 Performance and Payment Bond 2 -7 Certificate of Insurance [provided by bidder] SAMPLE Statement of Intent to pay Prevailing Wages [WA Dept of Labor Industries] PART III SPECIAL PROVISIONS Special Provisions 3 -1 PART IV APPLICATION FOR PAYMENT Contractor's Application for Payment Form 4 -1 ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING CONTRACTOR'S CHECKLIST 1. Have the contract forms been properly signed? 4. Do the written amounts of the contract forms agree with the amounts shown in figures? 5. Have you quoted on all items? 6. Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract To be executed by the successful contractor and the City. B. Performance bond To be executed on the form provided by Owner, by the successful 'contractor and its surety company. To include name. contact and phone number. and address of surety and Dower of attorney of sianatorv. C. Insurance certificate(s) To be executed on a form that complies with the specifications. D. Washington Department of Labor and Industries "Statement of Intent to Pay Prevailing Wages" Form No. F700- 029 -000. 1 -1 pORT4 C 'mKS p.t' STATE OF WASHINGTON COUNTY OF CLALLAM NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this c 1 day of SUl►d 2004. C`c\t( v•1 Michael Kavran, V.P. Signature of Bidder /Contractor Notary Public in and for the State of Washington. Residing at c/vn6J- crv,n_ My Comm. Exp.: L e i CONTRACTOR'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of contractor: 2. Registration Number: 3. Permanent main office address: 4. When organized: 5. Where incorporated: Asplundh Tree Expert Co. ASPLUTE246DZ 6. How many years have you been engaged in the contracting business under your present firm name? 76 years 7. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. See Attached 8. General character of work performed by your company: Tree Trimming R -O =W Clearing 9. Have you ever failed to complete any work awarded to you? If so, where and why? 10. Have you ever defaulted on a contract? 708 Blair Mill Rd Willow Grove, PA 19090 1925 PA NO NO 11. List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed, contact name and phone number. See Attached 1 -3 1 12. List your major equipment available for this contract: 13. Experience of contractor in construction work similar to this project in work and importance: 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes Add separate sheets if necessary. The undersigned hereby authorizes and re•uests an •erso firm or corporation to furnish any information requested by the City of 'ort ngel Dater 9 -28 -04 See Attached Contract& 4gT ture Print Name: Title: See Attached 1L Gary Johnston Supervisor Utility Attachment; for 7 Contracts on Hand Gross amount Completion Date Contacts Clark Public Utilities T &M 12 -31 -06 Duane Northrup 360+992 -8838 Snohomish County PUD $1,938,116.00 12 -31 -04 Mike Munsterman 425- 347 -5595 City of Ellensburg T M 10/31/04 Coreen Reno 509 -962 -7204 Project Name Time Materials Time Materials So. Lk. Goodwin East Arlington Lewis County PUD Time Materials Time Materials Time Materials ASPLUNDH TREE EXPERT CO. PREVIOUS EXPERIENCE Client Snohomish PUD Grays Harbor PUD Snohomish PUD Snohomish PUD Lewis County PUD Avista Puget Sound Energy Seattle City Light Supervisor K. Ellison D. Fuher M. Munsterman J. Miori Ron Raff Sharon Vore B. Rogers D. Vaughn Phone 800 -562 -7726 425- 347 -5595 425- 347 -5591 800 -562 -5612 509- 482 -4059 425- 462 -3958 206 386 -1733 Amount 425- 347 -5590 $1,800,000 00 750,000.00 93,366.00 518,333.00 325,000.00 2,000,000.00 $16,000,000.00 9,000,000.00 ASPLUNDH TREE EXPERT CO. EQUIPMENT SPECIFICATIONS Asnlundh 55' LRIII 4x4Trim Lift w /20.0001b winch: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 G.V.W. 29,250 Platform Height: 55'4" Working Height: With Hydraulic Saw tools 65.4 Side Reach: 45'1" Outriggers: Yes Man Lift Power: Truck Engine Powered P.T.O. Auxiliary Power: Kubota Engine Hydraulic Dump: Yes Chip Box Capacity: 14 Cubic Yards Asnlundh 55' LRIII: Manufacturer: GMC Model Year 5 years or newer Model Series: 7000 G.V.W. 29,250 Platform Height: 55'4" Working Height: With Hydraulic Saw tools 65.4 Side Reach: 45'1" Outriggers: Yes Man Lift Power: Truck Engine Powered P.T.O. Auxiliary Power: Kubota Engine Hydraulic Dump: Yes Chip Box Capacity: 14 Cubic Yards Altec AM 900 65' lift Manufacturer GMC Model Year 5 year or newer G.V.W. 54,000 Axle Single Platform Height: 65' Working Height: With Hydraulic Saw tools 75' Side Reach: 37' Outriggers: Yes Trim Lift Power: Truck Engine Altec AM 900 95' lift Manufacturer GMC Model Year G.V.W. Axle Platform Height: Working Height: Side Reach: Outriggers: Trim Lift Power: Chipper Dump Truck: Manufacturer: Type of Equipment: Model Series: G.V.W.: Model Year Chip Box Capacity: Hydraulic Dump: Chipper: Manufacturer: Type of Equipment: Model Model Year: Size of Chipper: Power 5 year or newer 54,000 Single 95' With Hydraulic Saw tools 105' 37' Yes Truck Engine GMC Asplundh Split Dump with Man Cab 6000 22,000 5 Years or newer 14.1 Cubic Yards Yes Altec Asplundh Brush Chipper JEY Drum Chipper 5 Years or newer 12" 6 cylinder /300 Cubic inch ASPLUNDH TREE EXPERT CO. 708 BLAIR MILL ROAD WILLOW GROVE, PA 19090 215/784 -4200 The Asplundh Tree Expert Co has been in the tree trimming /vegetation management business since 1928 During its 75 years of experience in this field, it has worked for the investor- owned, municipal electric, rural electric and cooperative power companies throughout the United States, Canada, England, Australia and New Zealand Services provided include tree trimming, line clearance, traffic system and street lighting maintenance and installation, capital clearing, underground and overhead line construction, substation maintenance and installation and related types of work The technical background of its managerial staff includes numerous advanced in- service training programs at the corporate office in Pennsylvania and at colleges and technical schools in this region Asplundh's organizational structure is primarily decentralized, allowing each division manager the flexibility to utilize his /her particular managerial skills Specifically, division managers are responsible to a vice president Each division manager may supervise one or more mid- management personnel, who in turn supervise the day -to -day activities of general foremen The general foremen are responsible for work crews General foremen may have between 5 to 15 individual line clearing crews, depending on customer contract specifications. Asplundh has professionally- staffed service departments which are available to the division manager, such as safety, legal, equipment, training and personnel, affirmative action and research development Division managers generally have worked in various supervisory jobs during their careers with the company, enabling them to fully understand all aspects of the work being performed ARKQ XLS RESUME Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 CONTRACTOR: Asplundh Tree Expert Co. Registration Number: ASPLUTE246DZ DATE: CONTRACT FORM 9-28-04 UBI Number: 409-019-409 The undersigned, herein after called the contractor, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The contractor declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the project manual, for tree trimming; that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the project manual; and that this quote is made in accordance with the provisions and the terms of the contract included in the project manual. The contractor further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Electrical Engineer, hereinafter also referred to as the City, and such other source of information as it determined necessary in arriving at its conclusion. If the contractor is awarded a contract on this quote, the name and address of the surety who will provide the performance bond is: Travelers Casualty Surety Surety Company of America Hartford, Connecticut Surety Address Richard Jacobus Surety Contact and Phone Number 061 83 1 -5 Aon Risk Service Agent one Liberty Pl, 1650 Market St. STE #1000 Philadelphia, PA 19103 Agent Address Ivy Buelow 215 784 -4203 Agent Contact and Phone Number To: City of Port Angeles 321 East Fifth Street P.O.Box 1150 Port Angeles, Washington 98362 (Hereinafter called "City") The undersigned (hereinafter called "Contractor hereby proposes to provide a tree trimming crew with equipment to perform tree trimming, as detailed in the specifications and elsewhere in these documents, upon the terms and conditions herein stated: The total cost of work completed on this project is not to exceed $30,000. 1. Mobilization of crew and equipment to and from Port Angeles: 2. Tree Trimmin g Equipment Crew and E ui ment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, Ground person, flagger Basic Eauinment: Mobilization Cost Total Cost Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. Hourly price for crew with equipment Total hourly price for crew and equipment 3. Start date (ARO) Immediately BID FORM 300.00 300.00 175.64 175.64 The Contractor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license Number ASPLUTE246D for the State of Washington, in which the project is located, and said license expires on 8 5. Any alterations or exceptions: N/A 6. The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent, and other employees as required. CONTRACTOR: Asplundh Tree Expert Co. BY: Michael Kavran, V.P. ADDRESS: 7524 NE 175th St Kenmore, WA 98028 TELEPHONE: 425- 483 -9339 FAX NUMBER: 425- 806 -9750 DATE: 8 -12 -04 Authorized Signature PART 11 CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) This Contract is made and entered into in duplicate this 28th 'day of September 2004 by and between the City of Port Angeles, a non charter code city of the State of Washington, hereinafter referred to as "the City", an d Asplundh Tree Expert Co hereinafter referred to as "the Contractor WINES SETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. PUBLIC WORKS 'CONTRACT The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: CITY WIDE TREE TRIMMING PROJECT No. 04 -09 in accordance with and as described in this Contract and the project manual, which include the special provisions, performance bond, and the standard specifications for tree trimming as may be specifically modified in the attached specifications and/or special conditions, 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 maybe required for the transfer of materials and for completing the work provided for in this Contract, except as may otherwise be provided in the project manual. The City will provide maps indicating the areas to be trimmed. The areas will be prioritized to assure the most urgent is completed first. Work will continue until all designated areas have been trimmed or the cost has reached the $30,000.00 Contract limit, whichever comes first, at which time work will cease. 2 -1 2. Time for Performance A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 50 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $90.00 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the project manual. Total payment not to exceed $30,000.00. 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. Monthly 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 form(s). 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 under the Contract provisions. 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 2 -2 compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B: Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractors negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. 2 -3 A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. 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. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional, Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. b. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. 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. i. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. ii. 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. 2 -4 D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing ,of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in, a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A.. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other 2 -5 event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. This Contract shall be administered by Gary Johnston on behalf of the Contractor and by Gail McLain on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the fpllowing addresses:, Contractor: Asplundh Tree Expert Co. City of Port Angeles 7524 NE 175 St. P.O. Box 1150 Kenmore, WA 98028 321, East Fifth Street Port Angeles, WA 98362 -0217 12. Internretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington: IN WITNESS WHEREOF, the parties hereto have caused this Contract to be exec4ted the day and year first set forth above. CONTRACTOR: Asplundh Tree Expert Co. Name of Contractor By: N I N., Michael Kavran Title: Vice President 2 -6 CITY OF PORT ANGELES: Mayor Appr n edd as to Form Attest: City Attorney KNOW'ALL MEN BY THESE PRESENTS: That we, the undersigned, Asplundh Tree Expert Co. as Principal, and Travelers Casualty and Surety Company or America a corporation, organized and existing under the laws of the State of Connecticuras a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal co orations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $30 000. 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. WHEREAS, the City of Port Angeles has let or is about to let to the said the above;1pounded Principal, a certain contract, the said contract being numbered 04 and providing for Tree Trimmino (which contract is referred to herein and is made a part hereof es though 'attached t}ereto), and WHEREAb`,; the said Principal has accepted; or is about to accept. the said contract,�and• undertake to perform the work erein pro)ided.for in the manner and within the time set forth; now, therefore, if the said shall faithfully perform all of the provisions o A spl u ndh T ree Expert Co. f 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 material men, 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 specked in said contract or from defects appearing or developing in thamaterial or workmanship provided or performed 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. .c Signed th 2atla 2004 Travelers s Pennsylvania Dated at Dhi1adelnhi g this The conditions of the above obligation are such that Asplundh Tree Company if Surety Richard A. Jacobus\ a±S2DPV-ix Title.. 25`0 Eisenhower e., Bldg. `,roouer, PA 1993 Surety Addros0, Chris Vahey 610 -65(x' 6429 Surety Contact Telephone Number L.J ember Surety PERFORMANCE and PAYMENT BOND' Bond to the City of Port Angeles 28thaay of 'September 2004. Asplundh Tree Expert Co. Principal By 1) 19 2 7 Dennis A. Stariola Assistant B Title Aon Risk Services 1650 Market St., Philadelphia, Surety Agent Address Richard A. Jacobus (215) 255 -2000 Agent Contact Telephone Number Bond 10437716G Expert Co., Secretary PA 19103 2 "OW ALL PERSONS BY T1iESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies hath made, constituted and appointed, and do by these presents make, constitute and appoint: Dare lla White, Richard G. Dicciani, Richard A. Jacobus, Neil C. Donovan, Mary C. O'Leary, Douglas R. Wheeler, of Philadelphia, Pennsylvania, their true and lawful Attorney (s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VO l Ell: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. TED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recogni7 uce, or conditional dertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 -00 Standard) TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 12th day of September 2002. STATE OF CONNECTICUT )SS. Hartford COUNTY OF HARTFORD CERTIFICATE On this 12th day of September, 2002 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. TRAVELERS CASUALTY AND-SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By George W. Thompson Senior Vice President ei.ALA., C, tatcuald+ My commission expires June 30, 2006 Notary Public Marie C. Tetreault I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 32i:tarter ,2004. By `--7- u- Kori M. Johanson --,.4 Assistant Secretary, Bond 28th day of AS:aE s CASH INVESTED CASH BONDS STOCK OTHER INVESTED ASSETS INVESTMENT INCOME DUE AND ACCRUED PREMIUM BALANCES REINSURANCE RECOVERABLE CURRENT FEDERAL INCOME TAX RECOVERABLE NET DEFERRED TAX ASSET RECEIVABLE FOR SECURITIES RECEIVABLE FROM PARENT, SUBSIDIARIES AFFILIATES OTHER ASSETS TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF JUNE 30, 2004 CAPITAL STOCK 6,000,000 51,672,364 1,900,711,942 21,472,221 20,688,590 148,202,446 52,235,274 34,303,735 1,356,735 (48,890,840) TOTAL $2,181.752.467 TOTAL STATE OF CONNECTICUT •NTY OF HARTFORD CITY OF HARTFORD )SS. UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES COMMISSIONS TAXES, LICENSES AND FEES OTHER EXPENSES CURRENT FEDERAL AND FOREIGN INCOME TAXES PAYABLE FOR SECURITIES PAYABLE TO PARENT, SUBSIDIARIES AFFILIATES OTHER ACCRUED EXPENSES AND LIABILITIES TOTAL LIABILITIES CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS TOTAL SURPLUS TO POUCYHOLDERS LAWRENCE A. SIUTA, BEING DULY SWORN, SAYS THAT HE IS VICE PRESIDENT, BOND, OF THE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BEUEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 30TH DAY OF JUNE, 2004. ..'Atli STIES 3 RPl.U.i VICE'PRESIDENT, BOND (Lt a, J11 f Q SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY 23RD DAY OF AUGUST, 2004 495,854,177 496,611,406 107,672,652 9,858,790 7,779,413 10,293,898 17,056,324 58,488,883 875,951 63.261,427 $1 267,752,921 6,000,000 303,297,402 604,702,144 913.999.546 2,181,752,467 Travelers IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act The Act establishes a short-term program under which the Federal Govemment will share in the payment of covered losses caused by certain acts of international terrorism. We areproviding you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Govemment will pay a share of such losses. Specifically, the Federal Govemment will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Govemment or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall..,.: premium, and is no more than one percent of your premium. COVERAGES ..§..404o11eo11E .PRODUCER Aon Risk Services, Inc of PA One Liberty Place, Suite 1000 Philadelphia, PA 19103 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 THE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TYPE OF INSURANCE POLICY NUMBER I POUCY EFFECTIVE 1 LIMITS LTR DATE (MWDONY) A A SURED Asplundh Tree Expert Co. 708 Blair Mill Road Willow Grove, PA 190901784 GENERAL LIABILITY COMMERCIAL GENERAL LIABIUTY CLAIMS MADE OCCURRENCE Broad Form Contractual Owners Contractors Protective GEM- AGGREGATE UMIT APPUES PER POLICY PROJECT LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO n EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION A WORKERS' COMPENSATION AND EMPLOYERS LIABILITY OTHER CERTIFICATE HOLDER CITY OF PORT ANGELES iili OFFICIALS, EMPLOYEES AND AGENTS 1 EAST FIFTH STREET PO BOX 1150 ORT ANGELES WA 98362 -1150 CERTIFICATE OF INSURANCE Region Code. 072 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER A LIBERTY MUTUAL FIRE INSURANCE COMPANY INSURER B INSURER C I INSURER D INSURER E POUCY EXPIRATION GATE (MM/DD/YY RG2- 631 -004328 -154 8/1/2004 8/1/2005 AS2- 631 -004328 -054 8/1/2004 8/1/2005 (AOS) INSURERS AFFORDING COVERAGE AS2- 631 004328 -064 O H 8/1/2004 8/1 /2005 BODILY INJURY (Per accident) WA7 -63D -004328 -014 (AOS) WC7- 631 004328 -024 (WI,AK,ID,MT,OR) 8/1/2004 8/1/2005 1 CANCELLATION SHOULD ANY OF THE ABOVE DESC THEREOF, THE ISSUING COMPANY AUTHORIZED REPRESENTAT EACH OCCURRENCE FIRE DAMAGE (Any One Fire) MED EXP (Any One Person) PERSONAL ADV INJURY GENERAL AGGREGATE PRODUCTS —COMP/OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) PROPERTY DAMAGE (Per accident) 1 AUTO ONLY —EA ACCIDENT I OTHER THAN EA ACC I AUTO ONLY AGG I EACH OCCURRENCE AGGREGATE I I$ WC STATU• OTHER TORY LIMITS EACH ACCIDENT I DISEASE EA EMPLOYEE I DISEASE POLICY LIMIT EL EL EL DATE (MM/DD/YY) 9/29/2004 100,000 10,000 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES!RESTRICTIONS /SPECIAL ITEMS 940158631 SEE ATTACHMENT "A" ADDITIONAL INSURED ENDORSEMENT THE ABOVE COVERAGE IS CONSIDERED PRIMARY AND NON CONTRIBUTORY AS RES3ECTS OTHER INSURANCE CARRIED BY CERTIFICATE HOLDER. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED OR REDUCED AS TO COVERAGE BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BY CERTIFICATE MAIL. 1,000,000 1,000,000 1,000,000 BE CANCELjD BEFORE THE EXPIRATION DATE T• V- THE ^S r: d V y 4.44 1 .4, e E NO 4 J Vv Y 441:A aV Wr VES ACORD 25-S (7137) ©ACORD CORPORATION 1988 THIS ENDORSEMENT, EFFECTIVE 12:01 A.M. 8/1/2004, FORMS A PART OF POLICY NUMBER RG2- 631 004328 -154 ISSUED TO THE ADDITIONAL INSUREDS OF ASPLUNDH TREE EXPERT CO.. Attachment A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: CITY OF PORT ANGELES ITS OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 940158631 WHO IS AN INSURED is amended to include as an insured the person or organization shown in the Schedule as an insured but only with respect to liability arising out of operations performed by: or any of their subsidiary companies or premises owned by or rented to any of them. It is further agreed that LIMITS OF INSURANCE applicable to this insurance are as follows: GENERAL AGGREGATE LIMIT (other than completed operations) COMPLETED OPERATIONS AGGREGATE LIMIT PERSONAL ADVERTISING INJURY LIMIT EACH OCCURRENCE LIMIT $2,000,000 $2,000,000 $2,000,000 $1,000,000 Where required by written contract or permit this LIMITS OF INSURANCE are primary and non- contributory with any other insurance available to the person or organization shown in the- Schedule. SPECIAL PROVISIONS I CHANGES IN WORK The City may, during the progress of this project, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefor to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. II PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall: A. Be on a City furnished form; B. Be signed by an approved surety (or sureties) that; 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authonzed Insurance list 'in the State of Washington published by the Office of the Insurance Commissioner, C. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and D. Guarantee that the surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and 2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work. The City may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. 3 -1 III ,CONTRACTOR DEFAULT If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner hmitmg its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor; for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. IV TERMINATION OF CONTRACT In the event that the Contractor persistently or repeatedly refuse or fail to supply competent supervision, enough properly skilled workmen, or proper materials, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and serve written notice of intention to terminate the Contract upon the Contractor, which notice shall specify the reasons therefor. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate, and the Surety will become responsible for the performance of the work unless otherwise agreed in writing by the City. The rights and remedies of the City under this Termination Of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. 3 -2 PART IV CONTRA CTOR'S APPLICATI FOR PAYMENT CONTRACTOR'S APPLICATION FOR PAYMENT TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 DATE: PAYMENT REQUEST NO. PERIOD From: STATEMENT OF CONTRACT ACCOUNT Contract Amount Thru Approved Change Order No.. [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] 3 Sales Tax (Port Angeles is 8.3% of [2]) 4 Amount Retained (5% of [2]) 5 Subtotal ([2] +[3] -[4]) 6 Total Previously Paid [Deduction] 7 AMOUNT DUE THIS REQUEST ([5] -[6]) *correspond to column letters shown on the continuation sheet. *Enter zero if a retainage bond has been approved. FROM: Asplundh Tree Trimming Expert Co. 7524 NE 175 Street Kenmore, WA 98028 PROJECT NAME: City Wide Tree Trimming PROJECT NUMBER: 04 -09 to [end of period]: WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower -tire subcontractors /suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance, of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. 1 further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. ID Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and 'assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Notary Public in and for the State of residing at My appointment expires 4 -1 Date Date ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY CLALLAM County Effective: 9/1/2004 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 pub/ works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. CLALLAM County Effective 9/1/2004 Benefit Code Kt Prevailing Overtime Holiday Not Classification Wage Code Code Cod ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $32.61 1N 5D BOILERMAKERS JOURNEY LEVEL $43.47 13 at BRICK AND MARBLE MASONS JOURNEY LEVEL $39.87 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $39.11 1M 512 BRIDGE, DOCK AND WARF CARPENTERS $38.95 1M 5D CARPENTER $38.95 1M 5D CREOSOTED MATERIAL $39.05 1M 51 DRYWALL APPLICATOR $39.63 1M 5D FLOOR FINISHER $39.08 1M 511 FLOOR LAYER $39.08 1M 5D FLOOR SANDER $39.08 1M 5D MILLWRIGHT AND MACHINE ERECTORS $39.95 1M 51) PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $39.15 1M 50 SAWFILER $39.08 1M 5D SHINGLER $39.08 1M 5D STATIONARY POWER SAW OPERATOR $39.08 1M 5D STATIONARY WOODWORKING TOOLS $39.08 1M 50 CEMENT MASONS JOURNEY LEVEL $32.61 1t4 5D DIVERS Et TENDERS DIVER $80.62 1M 511 8A DIVER TENDER $41.72 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $39.52 1B. 5J2 al_ ASSISTANT MATE (DECKHAND) $38.76 13 5 8. CLALLAM County Effective: 9/1/2004 Page 3 of 9 JOURNEY LEVEL 1$33.09 111 INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $35.14 1K 511 COOK $30.11 1K 511 DECKHAND $29.09 1.K 5� ENGINEER /DECKHAND $31.66 1K 5B MATE, LAUNCH OPERATOR $33.24 1K 5B INSPECTION /CLEANING /SEALING OF SEWER a WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.16 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $43.12 1_B 5A LABORERS ASPHALT RAKER $33.09 1±4 BALLAST REGULATOR MACHINE $32.61 11 BATCH WEIGHMAN $27.93 IN 5D BRUSH CUTTER $32.61 114 5� BRUSH HOG FEEDER $32.61 IN 5D BURNERS $32.61 1±4 5D CARPENTER TENDER $32.61 1N 5D CASSION WORKER $33.45 IN 512 CEMENT DUMPER /PAVING $33.09 1N 5D CEMENT FINISHER TENDER $32.61 111 5D. CHANGE HOUSE MAN OR DRY SHACKMAN $32.61 1N Sp CHIPPING GUN (OVER 30 LBS) $33.09 1N CHIPPING GUN (UNDER 30 LBS) $32.61 11 CHOKER SETTER $32.61 111 SD CHUCK TENDER $32.61 111 51) CLEAN -UP LABORER $32.61 111 512 CONCRETE DUMPER /CHUTE OPERATOR $33.09 114 5D CONCRETE FORM STRIPPER $32.61 in 5N CONCRETE SAW OPERATOR $33.09 111 511 CRUSHER FEEDER $27.93 11±I 5D CURING LABORER $32.61 1N DEMOLITION, WRECKING Ft MOVING (INCLUDING CHARRED $32.61 11 5D MATERIALS) DITCH DIGGER $32.61 1 N 5D DIVER $33.45 1 N 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $33.09 111 512 DRILL OPERATOR, AIRTRAC $33.45 1N. 512 DUMPMAN $32.61 111. 5_Q file: /C:\ DATA\ DATA\ CLALLAM% 20County% 20- %20Effective %209 -1- 2004 %20 -.htm 8/24/2004 CLALLAM County Effective: 9/1/2004 EPDXY TECHNICIAN $32.61 IN 52 EROSION CONTROL WORKER $32.61 1N 512 FALLER /BUCKER, CHAIN SAW $33.09 IN 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window $25.61 IN 512 cleaning; NOT construction debris cleanup) FINE GRADERS $32.61 IN 52 FIRE WATCH $27.93 IN 512 FORM SETTER $32.61 IN 511 GABION BASKET BUILDER $32.61 111 512 GENERAL LABORER $32.61 IN 5D GRADE CHECKER a TRANSIT PERSON $33.09 IN 5D GRINDERS $32.61 IN 512 GROUT MACHINE TENDER $32.61 11Y 52 GUARDRAIL ERECTOR $32.61 IN 512 HAZARDOUS WASTE WORKER LEVEL A $33.45 IN 512 HAZARDOUS WASTE WORKER LEVEL B $33.09 1N 5D HAZARDOUS WASTE WORKER LEVEL C $32.61 IN 5J2 HIGH SCALER $33.45 1-II 5D HOD CARRIER /MORTARMAN $33.09 1N JACKHAMMER $33.09 1N 5D LASER BEAM OPERATOR $33.09 IN 511 MANHOLE BUILDER MUDMAN $33.09 IR 5D MATERIAL YARDMAN $32.61 IN 5_D MINER $33.45 1N 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $33.09 1N 5D PRESSURE AIR Et WATER ON CONCRETE a ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER 1 PAVEMENT, BREAKER $33.09 IN 512 PILOT CAR $27.93 1N 512 PIPE POT TENDER $33.09 114 512 PIPE RELINER (NOT INSERT TYPE) $33.09 IN 512 PIPELAYER a CAULKER $33.09 IN 50 PIPELAYER a CAULKER (LEAD) $33.45 1N 5D PIPEWRAPPER $33.09 IN 5,E2 POT TENDER $32.61 114 5D POWDERMAN $33.45 1N 5D POWDERMAN HELPER $32.61 1N 5D POWERJACKS $33.09 111 512 RAILROAD SPIKE PULLER (POWER) $33.09 IN 512 RE- TIMBERMAN $33.45 11 512 RIPRAP MAN $32.61 111 5D RODDER $33.09 111 512 SCAFFOLD ERECTOR $32.61 IN 5I? SCALE PERSON $32.61 IN 512 SIGNALMAN $32.61 14 511 SLOPER (OVER 20 $33.09 111. 511 SLOPER SPRAYMAN $32.61 NN 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $33.09 1N 5D SPREADER (CONCRETE) $33.09 1N 511 STAKE HOPPER $32.61 IN 5D STOCKPILER $32.61 :1_K _Ks Page 4 of 9 file: /C:\ DATA\ DATA\ CLALLAM% 20County% 20- %20Effective %209 -1- 2004 %20 -.htm 8/24/2004 CLALLAM County Effective: 9/1/2004 Page 5 of 9 TAMPER Et SIMILAR ELECTRIC, AIR Et GAS ■$33.09 1d 5D TAMPER (MULTIPLE E SELF PROPELLED) $33.09 11 5D TOOLROOM MAN (AT JOB SITE) $32.61 111 52 TOPPER- TAILER $32.61 114 TRACK LABORER $32.61 114 5D TRACK LINER (POWER) $33.09 114 5D TRUCK SPOTTER $32.61 111 5D. TUGGER OPERATOR $33.09 114 512 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $32.61 111. 5D VIBRATOR $33.09 114 5D VINYL SEAMER $32.61 111. 51? WELDER $32.61 111 5D WELL -POINT LABORER $33.09 114 512 LABORERS UNDERGROUND SEWER Et WATER GENERAL LABORER $32.61 111 512 PIPE LAYER $33.09 111 511 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $39.63 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER /WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $30.76 25 5A PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND Et PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS Et PIPEFITTERS JOURNEY LEVEL $48.86 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $37.26 11 5D 81 BACKHOE, EXCAVATOR, SHOVEL (3 YD Et UNDER) $39.88 11 5D 81, BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD a UNDER 6 YD) $40.34 11 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.86 1I 51) 81 ATTACHMENTS) BACKHOES, (75 HP Et UNDER) $39.49 11 5D BACKHOES, (OVER 75 HP) $39.88 11 5D_ BARRIER MACHINE (ZIPPER) $39.88 11 5D 81_ BATCH PLANT OPERATOR, CONCRETE $39.88 11 512 8.L BELT LOADERS (ELEVATING TYPE) $39.49 11 512 $L BOBCAT $37.26 11 5D 8L BROOMS $37.26 11 5.12 BL file: /C:\ DATA\ DATA\ CLALLAM% 20County% 20- %20Effective %209 -1- 2004 %20 -.htm 8/24/2004 CLALLAM County Effective: 9/1/2004 Page 6 of 9 BUMP CUTTER 1$39.88 11 5D El CABLEWAYS $40.34 11 5D EL CHIPPER $39.88 11 5.12 al, COMPRESSORS $37.26 11 5D aL CONCRETE FINISH MACHINE LASER SCREED $37.26 11 512 $L CONCRETE PUMPS $39.49 1T 5D $L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $39.88 11 5D aL CONVEYORS $39.49 11 512 aL CRANES, THRU 19 TONS, WITH ATTACHMENTS $39.49 11 5D aL CRANES, 20 44 TONS, WITH ATTACHMENTS $39.88 1I 5D EL CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $40.34 11 512 aL JIB WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING $40.86 1I 5D 81, JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING $41.40 11 5D aL JIB WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $37.26 11 5D aL CRANES, A- FRAME, OVER 10 TON $39.49 11 512 aL CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.92 11 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $39.88 1_T 5D L CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $40.34 IT 5_D BI- CRANES, OVERHEAD, BRIDGE TYPE (100 TONS a OVER) $40.86 1I 5D $4 CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.86 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $41.40 11 51/ aL CRUSHERS $39.88 1T 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $39.88 1T 5D SL DERRICK, BUILDING $40.34 11 5D aL DOZERS, D -9 UNDER $39.49 11 511 aL DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $39.49 11 51I aL DRILLING MACHINE $39.88 1T 511 El ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $37.26 IT 5D aL EQUIPMENT SERVICE ENGINEER (OILER) $39.49 11 5D 81 FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $39.88 IT 5D aL FORK LIFTS, (3000 LBS AND OVER) $39.49 1I 5D al FORK LIFTS, (UNDER 3000 LBS) $37.26 IT 5_D aL GRADE ENGINEER $39.49 IT 512 aL GRADECHECKER AND STAKEMAN $37.26 1I 512 aL GUARDRAIL PUNCH $39.88 11 5D aL HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $39.49 11 5D aL HORIZONTAL /DIRECTIONAL DRILL LOCATOR $39.49 1T 5D aL HORIZONTAL /DIRECTIONAL DRILL OPERATOR $39.88 11 5D aL HYDRALIFTS /BOOM TRUCKS (10 TON Lt UNDER) $37.26 11 SD aL HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $39.49 1T 511 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $40.34 11 5D aL LOADERS, OVERHEAD (8 YD a OVER) $40.86 11 5D EL LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.88 1I 50 aL LOCOMOTIVES, ALL $39.88 1I 5D BL MECHANICS, ALL $40.34 11 5D aL MIXERS, ASPHALT PLANT $39.88 1I aQ aL MOTOR PATROL GRADER (FINISHING) $39.88 1T 5D 8L file: /C:\ DATA\ DATA\ CLALLAM%2OCounty%20- %2OEffective %209 -1- 2004 %20 -.htm 8/24/2004 CLALLAM County Effective: 9/1/2004 Page 7 of 9 MOTOR PATROL GRADER (NON- FINISHING) $39.49 11 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $40.34 11 512 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $37.26 1I 5D 8L OPERATOR PAVEMENT BREAKER $37.26 IT 512 131. PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 11 5D L. PLANT OILER (ASPHALT, CRUSHER) $39.49 11 512 81 POSTHOLE DIGGER, MECHANICAL $37.26 11 512 BI- POWER PLANT $37.26 11 512 $L PUMPS, WATER $37.26 11 512 8L QUAD 9, D -10, AND HD -41 $40.34 11 5D 81. REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $40.34 11 5D 8L EQUIP RIGGER AND BELLMAN $37.26 11 51 81. ROLLAGON $40.34 11 512 131. ROLLER, OTHER THAN PLANT ROAD MIX $37.26 11 52 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $39.49 11 511 8L ROTO -MILL, ROTO- GRINDER $39.88 11. 512 BL SAWS, CONCRETE $39.49 1I 512 $1. SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, $39.88 11 52 8L ARTICULATING OFF -ROAD EQUIPMENT UNDER 45 YD) SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, $40.34 11 5.D 8L ARTICULATING OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $39.49 71 512 $L SCREED MAN $39.88 1T 512 8L SHOTCRETE GUNITE $37.26 11 5D 8L SLIPFORM PAVERS $40.34 '11 8L SPREADER, TOPSIDE OPERATOR BLAW KNOX $39.88 11 512 8L SUBGRADE TRIMMER $39.88 11 512 8L TOWER BUCKET ELEVATORS $39.49 1T 512 81 TRACTORS, (75 HP UNDER) $39.49 11 512 8L TRACTORS, (OVER 75 HP) $39.88 11 512 8L TRANSFER MATERIAL SERVICE MACHINE $39.88 11 5L) 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $40.34 11 51 8L TRENCHING MACHINES $39.49 11 512 81. TRUCK CRANE OILER /DRIVER UNDER 100 TON) $39.49 11 5.D 81, TRUCK CRANE OILER /DRIVER (100 TON ft OVER) $39.88 1I 51). 81 TRUCK MOUNT PORTABLE CONVEYER $39.88 11 512 8L WHEEL TRACTORS, FARMALL TYPE $37.26 11 512 8L YO YO PAY DOZER $39.88 11 512 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER 8 WATER (SEE POWER EQUIPMENT OPERATORS) 50.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $33.06 4A 5A SPRAY PERSON $31.34 4A 5A TREE EQUIPMENT OPERATOR $31.76 4A 5A TREE TRIMMER $29.48 4A 5A TREE TRIMMER GROUNDPERSON $21.94 4A 5A REFRIGERATION a AIR CONDITIONING MECHANICS MECHANIC $27.68 1 RESIDENTIAL BRICK Et MARBLE MASONS file: /C:\ DATA\ DATA\ CLALLAM%20County%20- %20Effective %209 -1- 2004 %20 -.htm 8/24/2004 CLALLAM County Effective: 9/1/2004 Page 8 of 9 JOURNEY LEVEL ,$39.87. 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 RESIDENTIAL PLUMBERS Et PIPEFITTERS JOURNEY LEVEL $14.60 1 RESIDENTIAL REFRIGERATION a AIR CONDITIONING MECHANICS JOURNEY LEVEL $46.41 1� 'A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30.22 1.1 al RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 ROOFERS JOURNEY LEVEL $34.53 111 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 111 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $46.74 11 41 SIGN MAKERS a INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 1 SIGN MAKERS a INSTALLERS (NON ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $32.24 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 16 59_ SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $28.29 2B 5A file: /C:\ DATA\ DATA\ CLALLAM% 20County% 20- %20Effective %209 -1- 2004 %20 -.htm 8/24/2004 CLALLAM County Effective: 9/1/2004 Labor and Industnes, Washington State HOLE DIGGER /GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER 11 TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON /INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS 4 TILE SETTERS JOURNEY LEVEL TILE, MARBLE TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS, ASPHALT MIX (TO 16 YARDS) ASPHALT MIX (OVER 16 YARDS) DUMP TRUCK DUMP TRUCK ft TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS IRRIGATION PUMP INSTALLERS. IRRIGATION PUMP INSTALLER OILER WELL DRILLER About L &I 1 Find a iob at L &I 1 lnformaci6n en esoanol 'Site Feedback 11-800-547-8367 Washington State Dept. of Labor and Industries. Use of this site is subject to the laws of the state of Washington. Access Agreement 1 Pnvacv and security statement 1 Intended use /external content policy' Staff only link $15.91 26 5A_ $27.13 2.11 5A $26.32 2B 5A $28.29 21 5A $27.72 2.0 5A $28.29 '2>B 5A $26.32 2.@ 5A $15.10 213 5A $20.11 2B M $23.80 2B 5A $21.43 �B 5A $26.32 2B 5A $37.03 1Li 5A $30.86 Ili 5A $31.90 1K 5A l $36.89 11 5D $.L $37.47 1T SD_ $20.23 1 $20.23 1 $37.47 .1 T M $L $23.73 1 $11.60 1 $9.45 1 $11.60 1 Page 9 of 9 Visit AccessWA, the Wa State Gov Portal Visit access.wa.t?ov file: /C:\ DATA\ DATA\ CLALLAM %2OCounty %20- %2OEffective %209 -1- 2004 %20 -.htm 8/24/2004 ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING BEFORE: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT AFTER: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY g IIl BEFORE: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT soi AFTER: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT i BEFORE: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY 10 FT AROUND TRANSFORMER AFTER: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT 1 1 PRIMARY NOTE: 10 FEET FORM NEUTRAL CONDUCTOR IF POSSIBLE. i 10 FT s 2: z--(// --'../.,,N.:\(' V -.7 s...` i r..` AFTER: TOP LATERAL TRIMMING SIDE VIEW ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT .........._,_.0.- ELECTRICAL WORKERS Department et 296 -45 Contents ELECTRICAL WORKERS Chapter 296 -45 (Continued) Page 1 of 25 ID For Printina yVAC 296- 45-455 Line clearance tree trimming operations. This section provides additional requirements for Tine- clearance tree trimming operations and for equipment used in these operations. This section does not apply to qualified employees. (1) Before an employee climbs, enters, or works around any tree, a determination shall be made of the nominal voltage of electric power lines posing a hazard to employees. However, a determination of the maximum nominal voltage to which an employee will be exposed may be made instead, if all lines are considered as energized at this maximum voltage. (2) There shall be a second line- clearance tree trimmer within normal (that is, unassisted) yoice communication under any of the following conditions: (a) If a line- clearance tree trimmer is to approach more closely than 10 feet (305 cm) any conductor or electrical apparatus energized at more than 600 volts; or (b) If branches or limbs being removed are closer to lines energized at more than 600 volts than the distances listed in Table 1, Table 4, and Table 5; or (c) If roping is necessary to remove, branches or limbs from such conductors or apparatus. (3) Line clearance tree trimmers shall maintain the minimum approach distances from energized conductors given in Table 1, Table 4, and Table 5. (4) Branches that are contacting exposed energized conductors or equipment or that are within the distances specified in Table 1, Table 4, and Table 5 may be removed only through the use of insulating equipment. Note: A tool constructed of a material that the employer can demonstrate has insulating qualities meeting WAC 296 -45- 305(1) are considered as insulated under this section if the tool is clean and dry. (5) Ladders,i platforms, and aerial devices may not be brought closer to an energized part than the distances listed in Table 1, Table 4, and Table 5. (6) Line clearance tree trimming work may not be performed when adverse weather conditions make the work hazardous in spite of the work practices required by this section. Each employee performing Tine- clearance tree trimming work in the aftermath of a storm or under similar emergency conditions shall be trained in the special hazards related to this type of work. Note: Thunderstorms in the immediate vicinity, high winds, snow storms, and ice storms are examples of adverse weather conditions that are presumed to make line- clearance tree trimming work too hazardous to perform safely. (7) A tree trimmer may climb out of a basket into a tree or from a tree back into the basket so long as he is properly tied into the tree during the entire maneuver and the employer can demonstrate that this is the safest way to perform the work. [Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -455, filed 04/20/99, effective 08/01/99. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -455, filed 03/06/98, effective 05/06/98.] httn. /wwu, lni wa unv /wisha/rees/WACS /45/45 -3 .htm 8/22/2002 ELECTRICAL WORKERS Page 3 of 25 pr defect), may not be used. (3) Rope shall be stored away from cutting edges and sharp tools. Rope contact with corrosive chemicals, gas, and oil shall be avoided. (4) When stored, rope shall be coiled and piled, or shall be suspended, so that air can circulate through the coils. (5) Rope ends shall be secured to prevent their unraveling. (6) Climbing rope may not be spliced to effect repair. (7) A rope that is wet, that is contaminated to the extent that its insulating capacity is impaired, or that is otherwise not considered to be insulated for the voltage involved may not be used near exposed energized lines. rStatutor _Authority:_RCW 4917 010,_._040,,D5O, _.060. 98- 07- 009-(Order 97 =17), §296 -x'- 45525, filed 03/06/98, effective 05/06/98.] WAC 296-45 -45530 Fall protection. Each employee shall be tied, in with a climbing rope and safety saddle when the employee is working above the ground in a tree, unless he or she is ascending into the tree. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45- 45530, filed 03/06/98, effective 05/06/98.] WAC 296- 45-465 Communication facilities. (1) Microwave transmission. The employer shall ensure that no employee looks into an open waveguide or antenna that is connected to an energized microwave source. (2) If the electromagnetic radiation level within an accessible area associated with microwave communications systems exceeds the radiation protection guide given in chapter 296i62 WAC, Part 3 -1. The area shall be posted with the warning symbol described in chapter 296 -62 WAC, Part 3 -1. The lower half of the warning symbol shall include the following statements or ones that the employer can demonstrate are equivalent: Radiation in this area may exceed hazard limitations and special precautions are required. Obtain specific instruction before entering. (3) When an employee works in an area where the electromagnetic radiation could exceed the radiation protection guide, the employer shall institute measures that ensure that the employee's exposure is not greater than that permitted by that guide. Such measures may include administrative and engineering controls and personal protective equipment. (4) Power line carrier. Power line carrier work, including work on equipment used for coupling carrier current to power line conductors, shall be performed in accordance with the requirements of this section pertaining to work on energized lines. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -465, filed 03/06/98, effective 05/06/98.] WAC 296- 45-475 Substations. This section provides additional requirements for substations and for work performed in them. (1) Access and working space. Sufficient access and working space shall be provided and maintained about electric equipment to permit ready and safe operation and maintenance of such equipment. Note: Guidelines for the dimensions of access and working space about electric equipment in substations are contained in American National Standard National Electrical Safety Code, ANSI C2 -1997. Installations meeting the ANSI provisions comply with WAC 296 -45- 475(1). An http:/ /www.Ini.wa.gov /wisha/regs/WACS /45/45 -3.htm 8/22/2002 1 E LECTRICAL WORKERS (15) Noncurrent carrying metal parts. Noncurrent carrying metal parts of equipment,or devices,, h as transformer cases and circuit breaker housings, shall be treated as energized at the est voltage to which they are exposed, unless the employer inspects the installation and e rmines that these parts are grounded before work is performed. (16) Opening circuits under load. Devices used to open circuits under load conditions shall be designed to interrupt the current involved. ,TABLE 1: AC LIVE WORK MINIMUM APPROACH DISTANCE Voltage in kilovolts phase to phase* 0 to 0.050 0.051 to 0.300 0.301 to 0.750 0.751 to 15 15.1 to 36.0 36.1 to 46.0 46.1 to 72.5 72.6 to 121 138to145 161 to 169 230 to 242 345 to 362 500 to 550 765 to 800 1 1 Phase to ground (m) (ft-in) not specified avoid contact 0.31 1 -0 0.65 2 -2 0.77. 2 -7 0.84 2 -9 1.00 3 -3 0.95 3 -2 1.09 3 -7 1.22 4.0 1.59 5 -3 2.59 8 -6 3.42 11 -3 4.53 14 -11 Distance to employee Page 4 of 4 Phase to phase (m) (ft -in) not specified Avoid contact 0.31 1 -0 0.67 2 -3 0.86 2 10 0.96 3 -2 1.20 3 -11 1.29 4 -3 1.50 4 -11 1.71 5 -8 2.27 7 -6 3.80 12 -6 5.50 18 -1 7.91 26 -0 *For single -phase systems, use the highest voltage available. For single -phase lines off three phase systems, use the phase -to -phase voltage of the system. *The 46.1 to 72.5 kV phase -to- ground 3 -3 distance contains a 1 -3 electrical component and q 2- 0 inadvertent movement component while the 72.6 to 121 kV phase -to- ground 3 -2 distance contains a 2 -2 electrical component and a 1 -0 inadvertent movement component. Note 1: These distances take into consideration the highest switching surge an employee will be exposed to on any system with air as the insulating medium and the maximum voltages shown. Note 2: The clear live -line tool distance shall equal or exceed the values for the indicated voltage ranges. Note 3: See Appendix B to this section for information on how the minimum approach distances listed in the tables were derived. [Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -325, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97- §296 -45 -325, filed 03/06/98, effective 05/06/98.] http:/ /www.lni.wa.gov /wishalregs/WACS /45/45 -2.htm 8/21/2002 )IIVAC 296 45-901 (Cont.) (m) 900 1200 1500 1800 2100 2400 2700 3000 `°36011". 4200 4800 5400 6000 Table 5: Altitude Correction Factor Altitude (ft) 3000 4000 5000 6000 7000 8000 9000 10,000 12,000 14,000 16,000 18,000 20,000 Note: If the work is performed at elevations greater than 3000 ft (900 m) above mean sea level, the minimum approach distance shall be determined by multiplying the distances in Table 1 through Table 4 by the correction factor corresponding to she altitude at which work is performed. [Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -901, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -901, filed 03/06/98, effective 05/06/98.] Page 4 07/2001 Issue Correction factor 1.00 1.02 1.05 1.08 1.11 i.i4 1.17 1.20 1.25 1.30 1.35' 1.39 1.44 Craig D. Knudson, City Attorney C \DATA \DATA \WP \contracts \CONTCOVR wpd (August, 2003) PROJECT MANUAL CONTRACT DOCUMENTS for TREE TRIMMING PURCHASE CONTRACT NO. 03.14 O F pORTgN of VIM r �N. ORKS ANO CITY OF PORT ANGELES WASHINGTON SEPTEMBER 2003 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES KEN RIDOUT, DEPUTY DIRECTOR OF OPERATIONS GARY KENWORTHY, DEPUTY DIRECTOR OF ENGINEERING SERVICES Reviev d by: Reviewed by: Gary Ken rthy, eputy Direct o of Engineering Services <l. 343 September 4, 2003 TO: Asplundh Tree Expert Co. 708 Blair Mill Road Willow Grove, PA 19090 PROJECT Description: Tree Trimming Purchase Contract No. 03 14 The Owner has considered the bid submitted by you for the above described work in response to its Advertisement for Bids dated August 18, 2003. You are hereby notified that your bid has been accepted for items in the amount of $30,000 You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. If you fail to execute said contract and to furnish said bonds within ten (10) days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner. cc City Clerk Dated this 4th day of September, 20003. Receipt of the above Notice of Award is hereby acknowled Please return signed original to the City of Port Angeles Public Works Utilities Department, attn: Gail McLain c data\ data \wp \contracts \tree2003award wpd CITY OF PORT ANGELES NOTICE OF AWARD CITY OF PORT ANGELES By Title C .e t•+(eit f' ACCEPTANCE OF NOTICE l AGNIATURE Print Name l'• R• J a 1NS 1 66 Title ,�c.e..®.s.12C.) so 2 PROJECT MANUAL TABLE OF CONTENTS TREE TRIMMING 2003 PART I BIDDING REQUIREMENTS: Bidders' Checklist 1 -1 Non Collusion Affidavit 1 -2 Bidders's Construction Experience 1 -3 Bid Form 1 -5 PART 1I CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 2 -1 Performance and Payment Bond 2 -7 Certificate of Insurance [provided by bidder] SAMPLE Statement of Intent to pay Prevailing Wages [WA Dept of Labor Industries] PART III SPECIAL PROVISIONS Special Provisions 3 -1 PART IV APPLICATION FOR PAYMENT Contractor's Application for Payment Form 4 -1 ATTACHMENT A: STATE PREVAILING WAGE RATES ATTACHMENT B: STANDARD SPECIFICATIONS FOR TREE TRIMMING BIDDERS' CHECKLIST 1. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6, Has the non collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you filled out the bidder's construction experience form? The following forms are to be executed after the contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance bond To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name and address of surety and power of attorney of sianatorv. C. Insurance certificate(s) To be executed on a form that complies with the specifications. D. Washington Department of Labor and industries "Statement of Intent to Pay Prevailing Wages" Form No. F700- 029 -000. 1 -1 STATE OF WASHINGTON COUNTY OF CLALLAM The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him /her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this 7 day of 2003. Notary Public in and fo State of Washington. Residing at My Comm. Exp.: NON COLLUSION AFFIDAVIT Michael Kavran Signature of Bidder /Contractor 1 -2 BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: Asplundh Tree Expert Co. 2. Registration Number: ASPLUTE246DZ 3. Permanent main office address: 708 Blair Mill Road., Willow Grove, PA 19090 4. When organized: August, 1928 5. Where incorporated: Pennsylvania 6. How many years have you been engaged in the contracting business under your present firm name? 75 7. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion.) See Attached 8. General character of work performed by your company: Utility Line Clearance 9. Have you ever failed to complete any work awarded to you? No If so, where and why? 10. Have you ever defaulted on a contract? 11. List the more important projects recently completed by your company, stating approximate cost for each, and the month and year completed. See Attached No 12. List your major equipment available for this contract: 55' Man Lifts, 60' 70' Man Lifts, Split Dumps. Chippers 13. Experience in construction work similar in importance to this project: 75 Years 1 -3 Attachment Ouestions 7 11 Puget Sound Energy 18 Million Open End Seattle City Light 3 Million End 2005 Clark County PUD 4 Million End 2004 Chelan County PUD 1 /2 Million End 2006 14. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. M63L)ck a,.�.. \I Bidder Signature Date: 9 -9 -03 Print Name: Michael Kavran Title: 1 -4 Vice President Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: Asplundh Tree Expert Co. DATE: 9 -9 -03 BID FORM Registration Number: ASPLUTE246DZ The bidder declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the project manual, for tree trimming; that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the project manual; and that this bid is made in accordance with the provisions and the terms of the contract included in the project manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Electrical Engineer, hereinafter also referred to as the City, and such other source of information as it determined necessary in arriving at its conclusion. If the bidder is awarded a contract on this bid, the name and address of the surety who will provide the performance bond is: Travelers Casualty Surety Co. of America Richard Jacobus Surety Agent Aon Risk Services One Liberty Place 1650 Market St Hartford, CT 06183 -9062 Surety Address Agent Address Philadelphia;!, PA 19103 215 784 -4203 Contact Ivy Buelow Surety Contact and Phone Number 1 -5 215 784 -4203 Contact Ivy Buelow Agent Contact and Phone Number To: City of Port Angeles 321 East Fifth Street P.O.Box 1150 Port Angeles, Washington 98362 (Hereinafter called "City") BID FORM The undersigned (hereinafter called "Contractor hereby proposes to provide a tree trimming crew with equipment to perform tree trimming, as detailed in the specifications and elsewhere in these documents, upon the terms and conditions herein stated: The total cost of work completed on this project is not to exceed $30,000. 1. Mobilization of crew and equipment to and from Port Angeles: 2. Tree Trimming Crew and Equipment shall be as follows: Crew Size: Tree Trimming Foreman, Tree Trimmer, Ground person, flagger Basic Eauinment: Mobilization Cost Total Cost 600.00 600.00 Manlift Truck with Chip Box Chipper Truck Chipper Misc. Power saws, hand tools etc. Hourly price for crew with equipment 1 6 8.9 9 Total hourly price for crew and equipment 168.99 3. Start date (ARO)Upon notice to procce.d. The Contractor shall work continuously on this project, other than weekends and holidays, until the work is completed. 4. The Contractor acknowledges that a Contractor's License is required and warrants that he possesses Contractor's license Number ASPLUTE246DZ for the State of Washington, in which the project is located, and said license expires on 8-31-0 5 1 Any alterations or exceptions: N/A 6. The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent, and other employees as required. CONTRACTOR: Asplundh Tree Expert Co. BY: Michael Kavran, Vice President ADDRESS: 7524 NE 175th Street KPnJnnra. WA 98028 TELEPHONE: (425) 483 -9339 FAX NUMBER: (425) 806 -9750 DATE: 9 03 Authorized Signature PART 11 CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) WITNESSETH: PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this 9 th day of September 2003 by and between the City of Port Angeles, a non charter code city of the State of Washington, hereinafter referred to as "the City and Asplundh Tree Expert Company, hereinafter referred to as "the Contractor Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: TREE TRIMMING PROJECT No. 03.14 in accordance with and as described in this Contract and the project manual, which include the special provisions, performance bond, and the standard specifications for tree trimming as may be specifically modified in the attached specifications and/or special conditions, 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 completing the work provided for in this Contract, except as may otherwise be provided in the project manual. The City will provide maps indicating the areas to be trimmed. The areas will be prioritized to assure the most urgent is completed first. Work will continue until all designated areas have been trimmed or the cost has reached the $30,000.00 Contract limit, at which time work will cease. 2 -1 2. Time for Performance a. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 50 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. b. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $90.00 for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. a. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the project manual. Total payment not to exceed $30,000.00. 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. Monthly 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 design clarification/variation request (DCVR) and/or change order process as set forth in the project manual. Following approval of the DCVR and/or change order, the Contractor shall submit the standard payment request form(s). 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 under the Contract provisions. 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 2 -2 all federal, state, and local taxes or contribitions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Waae Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. a. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. b. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractors negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. a. Minimum Scope of Insurance 2 -3 The Contractor shall obtain insurance of the types described below: i. 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. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. iii. Workers' Comnensation coverage as required by the Industrial Insurance laws of the State of Washington. b. Minimum Amounts of Insurance III The Contractor shall maintain the following insurance limits i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. 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. i. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 2 -4 d. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. e. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. 8. Compliance with Laws. a. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the project manual. b. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. c. The Contractor shall comply with all legal and permitting requirements as set forth in the project manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: a. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. b. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment. a. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. b. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except 2 -5 as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. This Contract shall be administered by Gary Johnston on behalf of the Contractor and by Gail McLain on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: City: Asplundh Tree Expert Co. City of Port Angeles 7524 NE 175` St. P.O. Box 1150 Kenmore, WA 98028 321 East Fifth Street Port Angeles, WA 98362 -0217 12. Internretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: Asplundh Tree Expert Co. Name of Contractor By: t-k Ni. Title: Vice President CITY OF PORT ANGELES: By: k Mayor Approv gl as to Form: Attest: AA6A City •orney PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond 104147109 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, ASPLUNDH TREE EXPERT CO. as Principal, and UNEEERS CASATEZ ?NJ SCREIY CLMEMZ CF AVERI A a corporation, organized and existing under the laws of the State of CONNECTICUT 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 30 000.00 for the payment of which sum on demand we bind ourselves and our,successors. heirs, administrators or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles, Dated at Washington, this 18TH day of AUGUST 2003. 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 ASPLUNDH TREE EXPERT CO. the above,bounded Principal, a certain contract. the sald contract being numbered 03.94 and providing for Tree Trimming (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. ASPLUNDH TREE EXPERT CO. 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 jranted under sald contract, and.shall pay all laborers, mechanics, subcontractors and material men, 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. 1 Signed s ay of FTEKEMBER 2003 TRA •S AL SURETY MANY OF i_R CA, 1 ASPLUNDH TREE EXPERT CO. rety ,7 Principal y RIC A. JACOBUS A $TY -IN -FACT Title Cne 'Its 2?" Hartford. C� 06183 Surety Address Chris Vahey (610) 650 -6429 Surety Contact Telephone Number Dennis, A. Staoola Asst. Secretary Title Am Risk Services, 1650 Market St., Fh; llase a, PA 19103 Surety Agent Address Richard A. Jaad (215) 255 -2000 Agent Contact Telephone Number 2 -7 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws State of Connecticut, and having their principal offices to the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies hath made, constituted and appointed, and do by these presents make, constitute and appoint: Darella White, Richard G. Dicciani, Richard A. Jacobus, Neil C. Donovan, Mary C. O'Leary, Douglas R Wheeler, of Philadelphia, Pennsylvania, their true and Lawful Attomey(s) -m -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recogruzances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authonty of the following Standing Resolutions of said Companies, which Resolutions are no« in full force and effect VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recogiivances, contracts of indemnity, and other wntmgs obligatory m the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remoye any such appointee and revoke the power given him or her. 41) VOTF.D That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in «riting and a copy thereof is filed in thc office of the Secretary. VOTTD That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with thc Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authonty or b■ one or more Company officers pursuant to a written delegation of authonty This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED That the signature of each of the following officers. President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsunile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and bindug upon the Company in the future with respect to any bond or undertaking to which it is attached. CASH INVESTED CASH BONDS STOCK OTHER INVESTED ASSETS INVESTMENT INCOME DUE AND ACCRUED PREMIUM BALANCES REINSURANCE RECOVERABLE EDERAL INC TAX RECOVERABLE RECEIVABLE FOR SECURITIES OTHER ASSETS TOTAL STATE OF CONNECTICUT COUNTY OF HARTFORD CITY OF HARTFORD ASSETS )SS SUBSCRIBED AND SWORN 70 BEFORE ME THIS 13TH DAY OF MARCH, 2003 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31, 2002 AS FILED IN THE STATE OF NEW JERSEY CAPITAL STOCK 5 6,000,000 3 273,843,790 1,677,446,8166 24,767,760 17,774,761 103,906,338 50, 822, 902 26,247,667 6,059,188 1 1,1 16,982 5 2 196 986 204 TOTAL UNEARNED PREMIUMS LOSSES LOSS ADJUSTMENT EXPENSES ACCRUED EXPENSES AND OT; -ER LIABILITIES PROVISION FOR REINSURANCE PAYABLE FOR SECURIT;ES TOTAL LIABILITIES CAPITAL STOCK PAID IN SURPLUS OTHER SURPLUS SURPLUS TO POLICYHOLDERS LASILI I IES 5 6,000 000 303 297 4 3 808 LAWRENCE A. SIUTA, BEING DULY SWORN, SAYS THAT HE IS VICE PRESIDENT, BOND, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER, 2002 5 4 06 256 369 252 81 361 1 5 2 195 935 2C VICE PRESIDENT, BOND s L-- irraai. NOTARY PUBLIC 3239185 27 483,= 230,464,2_ 1 43' 241,5 707 74_ 2' 411 Travelers MPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE Ch November 26, 2002, President Bush stoned into ia`Pi the Terrorism Rtsk Insurance Act of 2002 (tne "Act") The Act establishes a short -term program under which EEi Federal Government will share in the payment of covered losses caused by certain acts of international terronsm. Wei, are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium Under the Act, insurers are required to provide coverage for certain tosses caused by tnternattonat acts of terrorism as defined in the Act. The-Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year The Act also caps the amount of terrorism related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted) Please also note that no separate additional premium charge has been made for the terronsm coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. AGO PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles —.1 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, ASPLUNDH TREE EXPERT CO. as Principal, and TRAVELERS QTY 2 D SZIEIY al CF P1ER1.CA a corporation. organized and existing under the laws of the State of CONNECTICUT 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 30 000.00 for the payment of which sum on demand we bind ourselves and our,successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles, Dated at Washington, this 18TH day of AUGUST 2003. The conditions of the above obligation are such that: Bond 104147109 WHEREAS, the City of Port Angeles has let or is about to let to the said ASPLUNDH TREE EXPERT CO. the above bounded Principal, a certain contract. the said contract being numbered 03.94, and providing for Tree Trimmina (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, ASPLUNDH TREE EXPERT CO. 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 .ranted under said contract, and.shall pay all laborers, mechanics, subcontractors and material men, 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. r Signed this 8THday of SEPTEMBER TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety 2003 ASPLUNDH TREE EXPERT CO. Principal By By RICHARD A. JACOBUS ATTOF I Y -IN -FACT Title Title Crre 'Itver Sq. fiartfard, Ct 06183 Pcn Risk C 1650 Nbrkat St. fhi l delis i a PA 19103 Surety Address Surety Agent Address Chris Vah y (610) 650 -6429 Richard A. Jacobus (215) 255 -2000 Surety Contact Telephone Number Agent Contact Telephone Number 2 -7 Aoki September 8, 2003 Ivy Buelow ASPLUNDH TREE EXPERT CO. 708 Blair Mill Road Willow Grove, PA 19090 RE: Bond No. 104147109 CITY OF PORT ANGELES Contract #03.14: Tree Trimming Dear Ivy Buelow: Aon Commercial Surety Services One Liberty Place Philadelphia, PA 19103 Enclosed please find the above referenced bond executed at your request in the amount of 30,000.00, dated 9/8/03 for CITY OF PORT ANGELES. Please note the bond must be properly signed and the corporate seal affixed. Please forward the original to CITY OF PORT ANGELES; a copy has been enclosed for your files. Our agency invoice in the amount of $100.00 will follow under separate cover. If you should have any questions or if I may be of further assistance, please do not hesitate to call me at 215- 255 -2000. Sincerely, Aon Commercial Surety Services DAACti Sandi Bronson Enclosure Record 1820772 ACORD Th, CERTIFICATE OF LIABILITY INSURANCE PRODUCER Aon Risk Services, Inc of PA e Liberty Place, Suite 1000 hiladelphia, PA 19103 ASPLUND -002 PTANG INSURED ASPLUNDH TREE EXPERT CO 708 BLAIR MILL ROAD WILLOW GROVE, PA 19090 -1784 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 CO LTR A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE X OCCUR X BROAD FORM CONTRACTUAL X OWNERS CONTRACTUAL PROT GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO- LOC JECT AUTOMOBILE LIABILITY A X GARAGE LIABILITY ANY AUTO TYPE OF INSURANCE POLICY NUMBER ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION WORKERS' COMPENSATION AND A EMPLOYERS' LIABILITY OTHER CERTIFICATE HOLDER CITY OF PORT ANGELES ITS OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 ACORD 25 -S (7/97) REGION CODE 072 RG2- 631 004328 -153 AS2- 631 004328 -053 (AOS) AS2- 631 004328 -063 (OH) WA2 -63D- 004328 -013 (AOS) WC2- 631 004328 -023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 1 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 14626 INSURERS AFFORDING COVERAGE INSURER A LIBERTY MUTUAL FIRE INSURANCE COMPANY INSURER B INSURER C INSURER D INSURER E POLICY POLICY EXPIRATION EFFECTIVE DATE DATE 1MM /DDNY) 8/1/03 8/1/04 8/1/03 8/1/04 8/1/03 8/1/04 8/1/03 8/1/04 8/1/03 8/1/04 AUTHORIZED REPRESENTATIVE ISSUE DATE MM /DD/YY) 9/8/03 LIMITS EACH OCCURRENCE S FIRE DAMAGE (Any one fire) S MED EXP (Any one person) S PERSONAL ADVINJURY S GENERAL AGGREGATE S PRODUCTS COMP/OP AGG S Combined Single Limit (Ea accident) BODILY INJURY (Per Person) BODILY INJURY (Per Accident) PROPERTY DAMAGES (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN AUTO ONLY EACH OCCURENCE AGGREGATE EA ACC AGG X WC STATU- OTH- TORY ER 50,000 5,000 PER ATTACHED ENDORSEMENT ACORD CORPORATION 1988 1,000,000 E L EACH ACCIDENT S 1,000,000 E L DISEASE EA EMPLOYE S 1,000,000 E L DISEASE POLICY LIMIT S 1,000,000 DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /SPECIAL ITEMS SEE ATTACHMENT "A" ADDITIONAL INSURED ENDORSEMENT THE ABOVE COVERAGE IS CONSIDERED PRIMARY AND NON CONTRIBUTORY AS RESPECTS OTHER INSURANCE CARR BY CERTIFICATE HOLDER SHOULD ANY OF TI ;C ABOVE DESCRIBED roL:r:7 RE CANCEu.. vD OR REDUCED A`= TO CC,ER..GE REF• „RF THP EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BY CERTIFICATE MAIL ADDITIONAL INSURED, INSURER LETTER y CANCELLATION SHOULD AN OE TEE ?BCVE DESCRIBED 'POLICIES BE C =NC °iron BEFORE Tl-3 EXPIRATION DATE TPEREOE, T'i_ L: :i' CY`IPANi :JILL EXEEA11DR hL�IL 30 Di IS NRJTTE:. HOTIDE 70 T -E CEsT_FIC: TE a0LDER -i•IE- LEFT, <ESSTXEFTI.NRE 0EOXMATL .S1 £::.z.. EELISA3 =EN DF EEAEI %IEE Efi ANY XIXE XEEX THE :E }I£AXs, ITS ASENIS F.F EEERESENTA3IYES Name of Person or Organization CITY OF PORT ANGELES ITS OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 Attachment A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 411 THIS ENDORSEMENT, EFFECTIVE 12:01 A.M. 8/1/03, FORMS A PART OF POLICY NUMBER RG2 -631- 004328 -153 ISSUED TO THE ADDITIONAL INSUREDS OF ASPLUNDH TREE EXPERT CO ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE WHO IS AN INSURED is amended to include as an insured the person or organization shown in the schedule as an insured but only with respect to liability arising out of operations performed by Asplundh Tree Expert Co., Asplundh Brush Control Co. or any of their subsidiary companies or premises owned by or rented to any of them. It is further agreed that LIMITS OF INSURANCE applicable to this insurance are as follows: GENERAL AGGREGATE LIMIT (other than completed operations) COMPLETED OPERATIONS AGGREGATE LIMIT PERSONAL ADVERTISING INJURY LIMIT EACH OCCURENCE LIMIT 2,000,000 2,000,000 2,000,000 1,000,000 Where required by written contract or permit the LIMITS OF INSURANCE are primary and Non contributory with any other insurance available to the person or organization shown in the Schedule. Department of Labor and Industries Prevailing Wage (360) 902-5335 Incomplete forms ca. -not be processed and will be retuned without approval. Large, bold numbers match instructions on bads of form. P r o w woo s alaarw. o l N u v M a *11.a. Ow doe the Darenee,t row rasa ALL FORMS WILL BE MAILED TO. THUS ADDRESS Organization Orgartion name, address, city, stated aP +4 i Prime contractor 3 Notary Public in and for the State of By THIS FORM MUST BE TYPED OR PRINTED IN INK Craft/trade/occupation ►athasiar Aseaicwa I hereby certify that the above intommation u and that all worker 1 employ on this Public Works Project will be paid no lee than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. I understand that contractors who *dam Prevailing Wage Laws. le.. incorrect classification/scope of went of worker, improper payment of prevailing wage*, etc.. are subject to fines and/or debarment and will be required to pay any back wages due to workas. ROW 39.12050 7 NOTARY: Complete all 4 copies and notarize sat;h page with stamp or seal Subscribed and sworn to before me this date: My commission expires on For Litt the Only 11163 P ROVED: Department of Labor and Industries STATEMENT OF INTENT TO PAY PREVAILING WAGES Public Works Contract 25.00 Filing Fee Required a issued By: Pa tan Mrs Pm ar.a 0111, 2 Contractor Registration No. Do you intend to use subwnvaaas7 Yes La No CD indicate total dollar amount of your contract —10- 1 Signature Check Number. Project Name Contract a Coruna Awarding Agency Address Comity where weds will be performed city wham we& will be performed Bid due dam (rnar/ddh'y) 4 Rate of 5 Rate of Hourly 6 Estimated Number Hourly Pay Fringe Benefits of Workers 4 a 8 Company name Address City State ZIP 4 Phone number Contractor Registration No. Signature Title I Amount. Dam comet awarded (mnumdVyy) Do you intad to use appraitios7 Ys ID No Cal State 711 +4 Flop-029 -0W t or met to pay 5-9g Distribution of Approved Copes: Whim Awarding Agency Canary LA1 Pink Prime Cauuaor Goldauod Subcaunaor SPECIAL PROVISIONS I CHANGES IN WORK The City may, during the progress of this project, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefor to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. II PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall: A. Be on a City furnished form; '\/"_D) B. Be signed by an approved surety (or sureties) that; 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, C. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and D. Guarantee that the surety shall indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure: 1. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and 2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work. The City may require sureties or surety companies on the contract bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. 3 -1 0 III LIQUIDATED DAMAGES: The City finds it impractical to calculate the actual cost of delays. Therefore, it has adopted the following formula to calculate liquidated damages for failure to complete the physical work of a contract on time. Accordingly, the Contractor agrees: A. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for physical completion, and B. To authorize the City to deduct these liquidated damages from any money due or coming to the Contractor. LIQUIDATED DAMAGES FORMULA LD 0.15 C/T Where: LD liquidated damages per working day(rounded to the nearest dollar) C original contract amount T original time for physical completion For overruns in contract time occurring after the substantial completion date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual physical completion date of all the contract work. The Contractor shall complete the remaining work as promptly as possible. Upon request by City Representative, the Contractor shall furnish a written schedule for completing the physical work on the contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire contract. IV CONTRACTOR DEFAULT If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor, for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. V TERMINATION OF CONTRACT In the event that the Contractor persistently or repeatedly refuse or fail to supply competent 3 -2 supervision, enough properly skilled workmen, or proper materials, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and serve written notice of intention to terminate the Contract upon the Contractor, which notice shall specify the reasons therefor. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate, and the Surety will become responsible for the performance of the work unless otherwise agreed in writing by the City. The rights and remedies of the City under this Termination Of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. CONTRACTOR'S APPLICATION FOR PAYMENT TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 DATE: PROJECT NAME: PAYMENT REQUEST NO. PROJECT NUMBER: PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Contract Amount Thru Approved Change Order No. [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] 3 Sales Tax (Port Angeles is 8.2% of [2]) 4 Amount Retained (5% of [2]) 5 Subtotal ([2] +[3] -[4]) 6 Total Previously Paid [Deduction] 7 AMOUNT DUE THIS REQUEST ([5] -[6]) *correspond to column letters shown on the continuation sheet. *Enter zero if a retainage bond has been approved. FROM: CONTRACTOR'S AFoLICATION FOR PAYMENT WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower -tire subcontractors /suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of APPROVAL: Project Manager City Engineer Notary Public in and for the State of residing at My appointment expires Date Date ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY CLALLAM County Effective: 3/5/2003 Page 1 of 9 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 by clicking on the benefit code. CLALLAM County Effective 3/5/2003 Benefit Code Key Prevailing Overtime Holiday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.86 1M 5D BOILERMAKERS JOURNEY LEVEL $42.02 1B 6R O RICK AND MARBLE MASONS JOURNEY LEVEL $36.87 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $37.01 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $36.85 1M 5D CARPENTER $36.85 1M 5D CREOSOTED MATERIAL $36.95 1M 5D DRYWALL APPLICATOR $36.79 1M 5D FLOOR FINISHER $36.98 1M 5D FLOOR LAYER $36.98 1M 5D FLOOR SANDER $36.98 1M 5D MILLWRIGHT AND MACHINE ERECTORS $37.85 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $37.05 1M 5D SAWFILER $36.98 1M 5D SHINGLER $36.98 1M 5D STATIONARY POWER SAW OPERATOR $36.98 1M 5D STATIONARY WOODWORKING TOOLS $36.98 1M 5D CEMENT MASONS JOURNEY LEVEL $30.86 1M 5D j ag VERS TENDERS IVER $78.52 1M 5D 8A DIVER TENDER $39.62 1M 5D http://www.lni.wa.gov/prevailingwage/jwages/20031/co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 2 of 9 DREDGE WORKERS ASSISTANT ENGINEER $37.22 18 50 8L *ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $37.27 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $36.64 1J 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 ELECTRICIANS INSIDE CABLE SPLICER $48.36 1D 6H CABLE SPLICER (TUNNEL) $52.24 1D 6H CERTIFIED WELDER $46.59 10 6H CERTIFIED WELDER (TUNNEL) $50.30 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $44.83 10 6H JOURNEY LEVEL (TUNNEL) $48.36 1D 6H ELECTRICIANS MOTOR SHOP CRAFTSMAN $15.37 2A 6C gi JOURNEY LEVEL $14.69 2A 6C IMIELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A POWDERPERSON $32.34 4A 5A ELECTRONIC TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 •i.AGGERS JOURNEY LEVEL $26.18 1M 5D GLAZIERS http: /www.lni .wa.gov /prevailingwage /jwages /20031 /co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 3 of 9 JOURNEY LEVEL $37.46 2E 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS 0 MECHANIC $37.93 1F 5E HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $31.34 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $32.28 1K 5B COOK $28.31 1K 56 DECKHAND $27.65 1K 5B ENGINEER/DECKHAND $29.95 1K 5B MATE, LAUNCH OPERATOR $31.25 1K 5B INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.01 1 TV TRUCK OPERATOR $10.53 1 MN SULATION APPLICATORS J OURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $39.02 18 5A LABORERS ASPHALT RAKER $31.34 1M 5D BALLAST REGULATOR MACHINE $30.86 1M 5D BATCH WEIGHMAN $26.18 1M 5D CARPENTER TENDER $30.86 1M 5D CASSION WORKER $31.70 1M 5D CEMENT DUMPER/PAVING $31.34 1M 5D CEMENT FINISHER TENDER $30.86 1M 5D CHIPPING GUN (OVER 30 LBS) $31.34 1M 5D CHIPPING GUN (UNDER 30 LBS) $30 86 1M 5D CHUCK TENDER $30.86 1M 5D CLEAN -UP LABORER $30.86 1M 5D CONCRETE FORM STRIPPER $30.86 1M 5D CONCRETE SAW OPERATOR $31.34 1M 5D CRUSHER FEEDER $26.18 1M 5D CURING LABORER $30.86 1M 5D DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $30.86 1M 5D DITCH DIGGER $30.86 1M 5D •J $31.70 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $31.34 1M 5D DRILL OPERATOR, AIRTRAC $31.70 1M 5D http: /www.lni.wa.gov /prevailingwage /jwages /20031 /co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 4 of 9 DUMPMAN $30.86 1M 5D FALLER/BUCKER, CHAIN SAW $31.34 1M 5D "'FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $23.86 1M 5D construction debris cleanup) FINE GRADERS $30.86 1M 5D FIRE WATCH $30.86 1M 5D FORM SETTER $30.86 1M 5D GABION BASKET BUILDER $30.86 1M 5D GENERAL LABORER $30.86 1M 5D GRADE CHECKER TRANSIT PERSON $31.34 1M 5D GRINDERS $30.86 1M 5D GROUT MACHINE TENDER $30.86 1M 5D HAZARDOUS WASTE WORKER LEVEL A $31.70 1M 5D HAZARDOUS WASTE WORKER LEVEL B $31.34 1M 5D HAZARDOUS WASTE WORKER LEVEL C $30.86 1M 5D HIGH SCALER $31.70 1M 5D HOD CARRIER/MORTARMAN $31.34 1M 5D JACKHAMMER $31.34 1M 5D LASER BEAM OPERATOR $31.34 1M 5D MINER $31.70 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $31.34 1M 5D PRESSURE AIR WATER ON CONCRETE ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $31.34 1M 5D "'PILOT CAR $26.18 1M 5D PIPE RELINER (NOT INSERT TYPE) $31.34 1M 5D PIPELAYER CAULKER $31.34 1M 5D PIPELAYER CAULKER (LEAD) $31.70 1M 5D PIPEWRAPPER $31.34 1M 5D POT TENDER $30.86 1M 5D POWDERMAN $31.70 1M 5D POWDERMAN HELPER $30.86 1M 5D POWERJACKS $31.34 1M 5D RAILROAD SPIKE PULLER (POWER) $31.34 1M 5D RE- TIMBERMAN $31.70 1M 5D RIPRAP MAN $30.86 1M 5D SIGNALMAN $30.86 1M 5D SLOPER SPRAYMAN $30.86 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $31.34 1M 5D SPREADER (CONCRETE) $31.34 1M 5D STAKE HOPPER $30.86 1M 5D STOCKPILER $30.86 1M 5D TAMPER SIMILAR ELECTRIC, AIR GAS $31.34 1M 5D TAMPER (MULTIPLE SELF PROPELLED) $31.34 1M 5D TOOLROOM MAN (AT JOB SITE) $30.86 1M 5D TOPPER TAILER $30.86 1M 5D RACK LABORER $30.86 1M 5D TRACK LINER (POWER) $31.34 1M 5D http://www.lni.wa.gov/prevailingwage/jwages/20031/co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 5 of 9 TUGGER OPERATOR $31.34 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $30.86 1M 5D ,VIBRATOR $31.34 1M 5D WELDER $30 86 1M 5D WELL -POINT LABORER $31.34 1M 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER $30.86 1M 5D PIPE LAYER $31.34 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 1 LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS JOURNEY LEVEL $36.79 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $29.53 2B 5A P LASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS PIPEFITTERS JOURNEY LEVEL $46.81 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD UNDER) $37.60 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD UNDER 6 YD) $38.04 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $38.54 1T 5D 8L BACKHOES, (75 HP UNDER) $37.24 1T 5D 8L BACKHOES, (OVER 75 HP) $37.60 1T 5D 8L BARRIER MACHINE (ZIPPER) $37 60 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $37.60 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $37.24 1T 5D 8L BOBCAT $35.14 1T 5D 8L BROOMS $35.14 1T 5D 8L BUMP CUTTER $37.60 1T 5D 8L CABLEWAYS $38.04 1T 5D 8L CHIPPER $37.60 1T 5D 8L COMPRESSORS $35.14 1T 5D 8L CONCRETE FINISH MACHINE LASER SCREED $35.14 1T 5D 8L CONCRETE PUMPS $37.24 1T 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $37.60 1T 5D 8L http: /www.lni .wa.gov /prevailingwage /jwages /20031 /co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 6 of 9 CONVEYORS $37.24 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $37.24 1T 5D 8L *CRANES, 20 44 TONS, WITH ATTACHMENTS $37.60 1T 5D 8L CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH $38.04 1T 5D 8L ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH $38.54 1T 5D 8L ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH $39.04 1T 5D 8L ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $35.14 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $37.24 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $39.54 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $37.60 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $38.04 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $38.54 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $38.54 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $39.04 IT 5D 8L CRUSHERS $37.60 IT 5D 8L DECK ENGINEER /DECK WINCHES (POWER) $37.60 1T 5D 8L DERRICK, BUILDING $38 04 1T 50 8L DOZERS, D -9 UNDER $37.24 17 5D 8L DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $37.24 1T 5D 8L DRILLING MACHINE $37.60 1T 5D 8L *ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $35.14 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $37.24 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $37.60 1T 5D 8L FORK LIFTS, (3000 LBS AND OVER) $37.24 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $35.14 1T 5D 8L GRADE ENGINEER $37.24 1T 5D 8L GRADECHECKER AND STAKEMAN $35.14 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $37.24 1T 5D 8L HORIZONTAL /DIRECTIONAL DRILL LOCATOR $37.24 1T 5D 8L HORIZONTAL /DIRECTIONAL DRILL OPERATOR $37.60 IT 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $35.14 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $37.24 1T 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $38.04 1T 5D 8L LOADERS, OVERHEAD (8 YD OVER) $38.54 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $37.60 IT 5D 8L LOCOMOTIVES, ALL $37.60 1T 5D 8L MECHANICS, ALL (WELDERS) $37.60 1T 5D 8L MIXERS, ASPHALT PLANT $37.60 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $37.60 1T 5D 8L MOTOR PATROL GRADER (NON FINISHING) $37.24 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $38.04 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $35.14 1T 5D 8L O PERATOR PAVEMENT BREAKER $35.14 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $3T60 1T 5D 8L http: /www.lni.wa.gov /prevailingwage /jwages /20031 /co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 7 of 9 PLANT OILER (ASPHALT CRUSHER) $37.24 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $35.14 1T 5D 8L •POWER PLANT $35.14 1T 5D 8L PUMPS, WATER $35.14 1T 5D 8L QUAD 9, D -10, AND HD -41 $38.04 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $38.04 1T 5D 8L RIGGER AND BELLMAN $35.14 1T 5D 8L ROLLAGON $38.04 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $35.14 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $37.24 1T 5D 8L ROTO -MILL, ROTO- GRINDER $37.60 1T 5D 8L SAWS, CONCRETE $37.24 1T 5D 8L SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF- $37.60 1T 5D 8L ROAD EQUIPMENT UNDER 45 YD) SCRAPERS SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF- $38.04 1T 5D 8L ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $37.24 1T 5D 8L SCREED MAN $37.60 1T 5D 8L SHOTCRETE GUNITE $35.14 IT 5D 8L SLIPFORM PAVERS $38.04 1T 5D 8L SPREADER, TOPSIDE OPERATOR BLAW KNOX $37.60 1T 5D 8L SUBGRADE TRIMMER $37.60 1T 5D 8L TRACTORS, (75 HP UNDER) $37.24 1T 5D 8L TRACTORS, (OVER 75 HP) $37.60 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $37.60 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.04 1T 5D 8L TRENCHING MACHINES $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER UNDER 100 TON) $37.24 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON OVER) $37.60 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $35.14 1T 5D 8L YO YO PAY DOZER $37.60 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION AIR CONDITIONING MECHANICS MECHANIC $27.68 1 RESIDENTIAL BRICK MARBLE MASONS JOURNEY LEVEL $36.87 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 R ESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS http: /www.lni .wa.gov /prevailingwage /jwages /20031 /co05.htm 7/28/2003 CLALLAM County Effective: 3/5/2003 Page 8 of 9 JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS •JOURNEY LEVEL $27.78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 1 RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14.60 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS JOURNEY LEVEL $44.76 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $28.69 1J 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 ROOFERS JOURNEY LEVEL $33.78 1R 5A A USING IRRITABLE BITUMINOUS MATERIALS $36.78 1R 5A HEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $42.63 1J 6L SIGN MAKERS INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 1 SIGN MAKERS INSTALLERS (NON ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION OUTSIDE CABLE SPLICER $25.42 28 5A HOLE DIGGER/GROUND PERSON $13.51 2B 5A •NSTALLER (REPAIRER) $24.31 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 28 5A SPECIAL APPARATUS INSTALLER I $25.42 2B 5A http: /www.lni .wa.gov /prevailingwage /jwages /20031 /co05.htm 7/28/2003 SPECIAL APPARATUS INSTALLER 11 $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A e TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 2B 5A TELEVISION LINEPERSON /INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TELEVISION TECHNICIAN $18.82 2B 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS TILE SETTERS JOURNEY LEVEL $34.23 1H 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $28.06 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1K 5,A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $34.89 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $35.47 IT 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK TRAILER $20.23 1 01 HER TRUCKS $35.47 1T 50 81 TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 im OILER $9.45 1 NW WELL DRILLER $11.60 1 CLALLAM County Effective: 3/5/2003 Page 9 of 9 http: /www.lni .wa.gov /prevailingwage /jwages /20031 /coO5.htm 7/28/2003 ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING ATTACHMENT B STANDARD SPECIFICATIONS FOR TREE TRIMMING II BEFORE: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY a t 10 FT AFTER: SIDE TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT BEFORE: OVERHANG TRIMMING AFTER: OVERHANG TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY BEFORE: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT s PRIMARY t -1 1 I 10 FT AROUND TRANSFORMER AFTER: TOP REMOVAL LATERAL TRIMMING ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT PRIMARY NOTE: 10 FEET FORM NEUTRAL CONDUCTOR IF POSSIBLE. i 10 FT 1 AFTER: TOP LATERAL TRIMMING SIDE VIEW ENGINEERING SPECIFICATION CITY OF PORT ANGELES LIGHT DEPARTMENT ELECTRICAL WORKERS 'VISOR AND iNDUSTR$ES Department et 296 -45 Contents ELECTRICAL WORKERS Chapter 296 -45 (Continued) (a) If a line clearance tree trimmer is to approach more closely than 10 feet (305 cm) any conductor or electrical apparatus energized at more than 600 volts; or (b) If branches or limbs being removed are closer to lines energized at more than 600 volts than the distances listed in Table 1, Table 4, and Table 5; or (c) If roping is necessary to remove branches or limbs from such conductors or apparatus. Page 1 of 25 TA For Printing WAC 296- 45-455 Line clearance tree trimming operations. This section provides additional requirements for Tine- clearance tree trimming operations and for equipment used in these operations. This section does not apply to qualified employees. (1) Before an employee climbs, enters, or works around any tree, a determination shall be made of the nominal voltage of electric power lines posing a hazard to employees. However, a determination of the maximum nominal voltage to which an employee will be exposed may be made instead, if all lines are considered as energized at this maximum voltage. (2) There shall be a second line- clearance tree trimmer within normal (that is, unassisted) voice communication under any of the following conditions: (3) Line clearance tree trimmers shall maintain the minimum approach distances from energized conductors given in Table 1, Table 4, and Table 5. (4) Branches that are contacting exposed energized conductors or equipment or that are within the distances specified in Table 1, Table 4, and Table 5 may be removed only through the use of insulating equipment. Note: A tool constructed of a material that the employer can demonstrate has insulating qualities meeting WAC 296 -45- 305(1) are considered as insulated under this section if the tool is clean and dry. (5) Ladders, platforms, and aerial devices may not be brought closer to an energized part than the distances listed in Table 1, Table 4, and Table 5. (6) Line clearance tree trimming work may not be performed when adverse weather conditions make the work hazardous in spite of the work practices required by this section. Each employee performing line- clearance tree trimming work in the aftermath of a storm or under similar emergency conditions shall be trained in the special hazards related to this type of work. Note: Thunderstorms in the immediate vicinity, high winds, snow storms, and ice storms are examples of adverse weather conditions that are presumed to make line- clearance tree trimming work too hazardous to perform safely. (7) A tree trimmer may climb out of a basket into a tree or from a tree back into the basket so long as he is properly tied into the tree during the entire maneuver and the employer can demonstrate that this is the safest way to perform the work. [Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -455, filed 04/20/99, effective 08/01/99. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -455, filed 03/06/98, effective 05/06/98.] http:/ /www.lni.wa.gov /wisha/regs/WACS /45/45 -3.htm 8/22/2002 ELECTRICAL WORKERS defect), may not be used. (3) Rope shall be stored away from cutting edges and sharp tools. Rope contact with corrosive chemicals, gas, and oil shall be avoided. (4) When stored, rope shall be coiled and piled, or shall be suspended, so that air can circulate through the coils. (5) Rope ends shall be secured to prevent their unraveling. air. (6) Climbing rope may not be spliced to effect rep (7) A rope that is wet, that is contaminated to the or that is otherwise not considered to be insulated exposed energized lines. [Statutory Authority: RCW 49.17.010, .040, .050, 45525, filed 03/06/98, effective 05/06/98.] WAC 296- 45-465 Communication facilities. WAC 296 -45 -475 Substations. Page 3 of 25 extent that its insulating capacity is impaired, for the voltage involved may not be used near .060. 98 -07 -009 (Order 97 -17), 5296 -45- WAC 296-45 -45530 Fall protection. Each employee shall be tied in with a climbing rope and safety saddle when the emnlnvee is working above the ground in a tree, unless he or she is ascending into the tree. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296 -45- 45530, filed 03/06/98, effective 05/06/98.] (1) Microwave transmission. The employer shall ensure that no employee looks into an open waveguide or antenna that is connected to an energized microwave source. (2) If the electromagnetic radiation level within an accessible area associated with microwave communications systems exceeds the radiation protection guide given in chapter 296 -62 WAC, Part 3 -1. The area shall be posted with the warning symbol described in chapter 296 -62 WAC, Part 3 -1. The lower half of the warning symbol shall include the following statements or ones that the employer can demonstrate are equivalent: Radiation in this area may exceed hazard limitations and special precautions are required. Obtain specific instruction before entering. (3) When an employee works in an area where the electromagnetic radiation could exceed the radiation protection guide, the employer shall institute measures that ensure that the employee's exposure is not greater than that permitted by that guide. Such measures may include administrative and engineering controls and personal protective equipment. (4) Power line carrier. Power line carrier work, including work on equipment used for coupling carrier current to power line conductors, shall be performed in accordance with the requirements of this section pertaining to work on energized lines. [Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), 5296 -45 -465, filed 03/06/98, effective 05/06/98.] This section provides additional requirements for substations and for work performed in them. (1) Access and working space. Sufficient access and working space shall be provided and maintained about electric equipment to permit ready and safe operation and maintenance of such equipment. Note: Guidelines for the dimensions of access and working space about electric equipment in substations are contained in American National Standard National Electrical Safety Code, ANSI C2 -1997. Installations meeting the ANSI provisions comply with WAC 296 -45- 475(1). An http:/ /www.lni.wa.gov /wisha/regsfWACS /45/45 -3.htm 8/22/2002 ELECTRICAL WORKERS Page 4 of 4 (15) Noncurrent carrying metal parts. Noncurrent carrying metal parts of equipment or devices, 0 uch as transformer cases and circuit breaker housings, shall be treated as energized at the ghest voltage to which they are exposed, unless the employer inspects the installation and etermines that these parts are grounded before work is performed. (16) Opening circuits under Toad. Devices used to open circuits under load conditions shall be designed to interrupt the current involved. 1 1 TABLE 1: AC LIVE WORK MINIMUM APPROACH DISTANCE Voltage in kilovolts phase to phase* 0 to 0.050 0.051 to 0.300 0.301 to 0.750 0.751 to 15 15.1 to 36.0 36.1 to 46.0 46.1 to 72.5 72.6 to 121 138 to 145 161 to 169 230 to 242 345 to 362 500 to 550 765 to 800 II Phase to ground (m) (ft-in) not specified avoid contact 0.31 1 -0 0.65 2 -2 0.77 2 -7 0.84 2 -9 1.00 3 -3 0.95 3 -2 1.09 3 -7 1.22 4.0 1.59 5 -3 2.59 8 -6 3.42 '11-3 4.53 14 -11 Distance to employee 1 1 1 11 Phase to phase (m) (ft-in) not specified Avoid contact 0.31 1 -0 0.67 7 -3 0.86 2 -10 0.96 3 -2 1.20 3 -11 1.29 4 -3 1.50 4 -11 1.71 5 -8 2.27 7 -6 3.80 12 -6 5.50 18 -1 7.91 26 -0 *For single -phase systems, use the highest voltage available. For single -phase lines off three phase systems, use the phase -to -phase voltage of the system. *The 46.1 to 72.5 kV phase -to- ground 3 -3 distance contains a 1 -3 electrical component and a 2- 0 inadvertent movement component while the 72.6 to 121 kV phase -to- ground 3 -2 distance contains a 2 -2 electrical component and a 1 -0 inadvertent movement component. Note 1: These distances take into consideration the highest switching surge an employee will be exposed to on any system with air as the insulating medium and the maximum voltages shown. Note 2: The clear live -line tool distance shall equal or exceed the values for the indicated voltage ranges. Note 3: See Appendix B to this section for information on how the minimum approach distances listed in the tables were derived. [Statutory Authority: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -325, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97- 7), §296 -45 -325, filed 03/06/98, effective 05/06/98.] http:/ /www.lni.wa.gov /wisha/regs/WACS /45/45 -2.htm 8/21/2002 ip WAC 296-45 -901 (Cont.) (m) 900 1200 1500 1800 2100 ?qOn 2700 3000 3 4200 4800 5400 6000 Table 5: Altitude Correction Factor Altitude (ft) 3000 4000 5000 6000 7000 8000 9000 10,000 12,000 14,000 16,000 18,000 20,000 Page 4 07/2001 Issue Correction factor 1.00 1.02 1.05 1.08 117 120 1.25 1.30 1.35 1.39 1.44 Note: If the work is performed at elevations greater than 3000 ft (900 m) above mean sea level, the minimum approach distance shall be determined by multiplying the distances in Table 1 through Table 4 by the correction factor corresponding to the altitude at which work is performed. [Statutory Authonty: RCW 49.17.040. 99 -09 -080 (Order 99 -04), 296 -45 -901, filed 04/20/99, effective 08/01/99. Statutory Authority: RCW 49.17.010, .040, .050, .060. 98 -07 -009 (Order 97 -17), §296 -45 -901, filed 03/06/98, effective 05/06/98.] PUBLIC HEARINGS OTHER: (Cont' d) Street Vacation STV 03 -01 Blake and Ferrellgas Portion of 2/3 Alley East of Marine Drive Ordinance No. 3144 (Coned) FINANCE: Reject Bids, Peabody Creek Water Main Award Tree Trimming Contract served no public purpose Only the two property owners wish to have the property vacated; the remaining property abutting Unocal will stay open. The vacated area will allow for business expansion, and both the staff and Planning Commission have recommended approval. Councilman Williams queried as to why the entire right -of- way wasn't vacated as originally presented to and approved by the Real Estate Committee. He was reluctant to not vacate the entire area, as he felt it likely the right of -way would be used as a parking lot. Director Collms provided further clarification, noting that the City would require a Right -of -Way Use Permit should that type of use be planned. He further indicated that, absent a street vacation, the batch plant could be placed m jeopardy. The property owners were unwilling to purchase property that would not be used. In the ensuing discussion, Director Collins clarified that Blake Sand Gravel currently has a Right -of -Way Use Permit, and that this vacation would supersede that permit. Mayor Wiggins opened the public hearing at 7:52 p.m. There being no testimony, the public hearing was closed at 7:52 p.m. Mayor Wiggins read the Ordinance by title, entitled AN ORDINANCE of the City of Port Angeles, Washington, vacating a portion of the 2/3 alley between Marine Dnve and Tumwater Street. Councilman Braun moved to adopt the Ordinance as read by title, subject to Condition 1 and citing Findings 1 11 and Conclusions A C, as set forth in Exhibit "A" which is attached to and becomes a part of these minutes. The motion was seconded by Councilman Campbell and carried unanimously. 1 Reject Bids, Peabody Creek Water Main, Project 02 -20 Public Works Utilities Director Cutler reviewed the circumstances of the Peabody Creek Water Main project being awarded to Vision Builders, who was unable to provide a performance bond that subsequently had to be forfeited to the City Consideration was given to awarding the contract to the second lowest bidder; however, following further review by the City's consultant, it was recommendedthat all bids be rejected and the project rebid later this winter for construction m June of 2004. Attorney Knutson explained that a performance bond is a requirement of the contract, and Councilman Williams was hopeful there could be a refund if the contractor showed due diligence in the bid preparation. Deputy Director of Engmeenng Services Kenworthy responded to Council inquiries that the engineer's estimate was low as well, something that was realized after a comprehensive review of the bids submitted. Following further brief discussion, Councilman Braun moved to reject all remaining bids for Peabody Creek Water Main and authorize staff to rebid the project at a later date. Councilman Headrick seconded the motion, which carried unanimously. 2 Award Tree Trimming Contract -5- ORDINANCE NO. 3144 CITY COUNCIL MEETING September 2, 2003 Director Cutler informed the Council that only one bid was received for tree trimming, and it should be noted that the cost has increased due to the addition of a flagging person. He indicated he was pleased with Asplundh's past performance forthe City. Councilman Campbell indicated that tree trimming around high voltage lines is a major safety issue, and Asplundh has a highly trained staff for this purpose. Accordingly, Councilman Campbell moved to accept the bid of Asplundh Tree Expert Co. for tree trimming services in the amount of $168.99 per hour, not to exceed $30,000.00, and authorize the Mayor to sign the contract. The motion was q. 3023 CITY COUNCIL MEETING September 2, 2003 Award Tree Trimming Contract (Cont'd) CONSENT AGENDA: CITY COUNCIL COMMITTEE REPORTS CALENDAR: ORDINANCES NOT REQUIRING PUBLIC HEARINGS: RESOLUTIONS: OTHER CONSIDERATIONS: Lodging Tax Advisory Committee Recommenda- tion 2004 Budget seconded by Councilman Braun. Discussion followed with regard to most of the tree trimming occurring in the right -of -way, and Director Cutler informed the Council that staff works with the abutting property owners so they are aware of the tree- tnmming efforts. A vote was taken on the motion, which carried unanimously. In considering the acceptance of the Consent Agenda, Mayor Wiggins referenced Page 9 of the August 19, 2003, City Council minutes concerning Councilman's Headrick's motion on the UGA Sewer Connection. He queried as to whether the motion was complete and, following further deliberation, it was agreed the motion should also include the language that a Scope of Work should be included in the information to be returned to the Council. Councilman Braun moved to accept the Consent Agenda, to include: 1.) Corrected City Council Minutes of August 19, 2003; 2.) Expenditure Approval List August 22, 2003 $433,095.56; 3.) Electronic Payments August 22, 2003, $142,104 00; 4.) Final Acceptance, Upgrade of Leachate Pump Station #2, Project 03 -02; 5.) Final Acceptance, Front Street Waterline, Project 22 -19. The motion was seconded by Councilman Headrick and carried unanimously. Councilmember Erickson reported on a Finance Committee meeting with the State Auditor at which time the City was found to be adequate for its audit, which is the highest rating that can be received. Manager Quinn, referencing the Council calendar, indicated the AWC is commencing its regional meetings It appears that the October 9 meeting in Poulsbo would be the best for attendance by Port Angeles officials. Councilmember Rogers reminded Council of the Governor's upcoming economic summit. None. None. I Lodging Tax Advisory Committee Recommendation Regarding 2004 Budget Economic Development Director Smith introduced the recommendation forwarded by the Lodging Tax Advisory Committee for the 2004 Budget, a recommendation that was developed by the Port Angeles Chamber of Commerce for tounsmpromotion activities. The budget was developed in a somewhat different fashion than previous years, and Mr. Smith indicated that the Chamber Director, although acknowledging that 2003 revenues are below target, is confident that the lodging situation is improving. Russ Veenema, Chamber of Commerce Executive Director, distributed to the Council a spreadsheet reflecting revenues collected since 2000, as well as occupancy rates since 2002. Mr. Veenema had done a projection of 2004 revenues which were set forth on the second sheet of the handout, which also itemized proposed expenditures for the year, totaling $410,137. He discussed the various categories of fundmg being proposed, and he felt that, once the final numbers are available, there could be a need to make some minor changes. Councilman Campbell indicated that the Lodging Tax Advisory Committee members had these same numbers in front of them during their deliberations, and they recognized there could be some changes made prior to the final adoption of the budget Further, he indicated the Chamber of Commerce, as well as the committee members, were aware that spending could not exceed the level of revenues Councilman Campbell, referencing the past eight years of lodging tax allocations, indicated that the Chamber of Commerce has positioned itself as a leader in making certain the process goes smoothly in terms of allocations to various agencies and the like. This is evidenced by the fact that the City receives very few complaints regarding the activities that have been funded under the auspices of the Chamber. From the perspective of the Lodging Tax Advisory Committee, this program has been working extremely well Finance -6- Name of Person or Organization CITY OF PORT ANGELES ITS OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 Attachment A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT, EFFECTIVE 12:01 A.M. 08/01/2003, FORMS A PART OF POLICY NUMBER RG2 -631- 004328 -153 ISSUED TO THE ADDITIONAL INSUREDS OF ASPLUNDH TREE EXPERT CO. ADDITIONAL INSURED DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE WHO IS AN INSURED is amended to include as an insured the person or organization shown in the schedule as an insured but only with respect to liability arising out of operations performed by Asplundh Tree Expert Co., Asplundh Brush Control Co. or any of their subsidiary companies or premises owned by or rented to any of them. It is further agreed that LIMITS OF INSURANCE applicable to this insurance are as follows: GENERAL AGGREGATE LIMIT (other than completed operations) COMPLETED OPERATIONS AGGREGATE LIMIT PERSONAL _ADVERTISING INJURY LIMIT EACH OCCURENCE LIMIT 2,000,000 2,000 000 2,000,000 1,000,000 Where required by written contract or permit the LIMITS OF INSURANCE are primary and Non contributory with any other insurance available to the person or organization shown in the Schedule. :ACORD PRODUCER Aon Risk Services, Inc. of PA One Liberty Place, Suite 1000 Philadelphia, PA 19103 ASPLUND- 002 PTANG INSURED 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 CO LTR A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE l X OCCUR X BROAD FORM CONTRACTUAL A A X OWNERS CONTRACTUAL PROT I GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO- B LOC JECT AUTOMOBILE LIABILITY X TM ASPLUNDH TREE EXPERT CO 708 BLAIR'MILL ROAD WILLOW GROVE, PA 19090 -1784 ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS LIABILITY OCCUR 1 CLAIMS MADE DEDUCTIBLE RETENTION WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY OTHER TYPE OF INSURANCE CERTIFICATE OF LIABILITY INSURANCE REGION CODE 072 POLICY NUMBER RG2- 631 004328 -153 POLICY EFFECTIVE DATE 08/01/2003 AS2- 631 004328 -053 (AOS) 08/01/2003 AS2- 631 004328- 063(OH) 08/01/2003 ISSUE DATE MM /DDNY) 10/25/2002 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER A INSURER B INSURER C INSURER D INSURER E POLICY EXPIRATION DATE (MM/DD/WI I 08/01/2004 08/01/2004 08/01/2004 WA2 -63D- 004328 -013 (AOS) 08/01/2003 08/01/2004 V:C2 -631- 00432; 023 08/01/2003 06/01/2004 INSURERS AFFORDING COVERAGE LIBERTY MUTUAL FIRE INSURANCE COMPANY EACH OCCURRENCE FIRE DAMAGE (Any one fire) 5 50,000 5,000 PERI GENERAL AGGREGATE ATTACHED $ENDORSEMENT{ MED EXP (Any one person) PERSONAL ADV INJURY PRODUCTS COMP /OP AGG Combined Single Limit (Ea accident) BODILY INJURY (Per Person) BODILY INJURY (Per Accident) PROPERTY DAMAGES (Per accident) AUTO ONLY EA ACCIDENT OTHER THAN EA ACC AUTO ONLY AGG EACH OCCURENCE AGGREGATE X WC STATU- TORY E L EACH ACCIDENT IE L DISEASE EA EMPLOYE E L DISEASE POLICY LIMIT Lt!.CT.. 5 5 OTH- ER 5 5 1,000,000 1. 000.000 I 000_0_09_i 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONSNEH CLES /SPECIAL ITEMS SEE ATTACHMENT "A" ADDITIONAL INSURED ENDORSEMENT THE ABOVE COVERAGE IS CONSIDERED PRIMARY AND NON CONTRIBUTORY AS RESPECTS OTHER INSURANCE CARRIED BY CERTIFICATE HOLDER SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED OR REDUCED AS TO COVERAGE BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BY CERTIFICATE MAIL CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL KNNERt( ®R K® MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, XBMTXB XXYNREXKOXMRILXSNKHXIMXKEXSHALSXXMILOSKXNMXI3H &X3AXI ®N OR KXRHXKXXX ®K RNX KKN® NRON KHE K ®NXAMX, ZXS RNKXXS OR REERRSKNXRTf ES CITY OF PORT ANGELES ITS OFFICIALS, EMPLOYEES AND AGENTS 321 EAST FIFTH STREET PO BOX 1150 PORT ANGELES WA 98362 -1150 ACORD 25-S (7/97) 14626 AUTHORIZED REPRESENTATIVE ACORD CORPORATION 1988 City of Pt. Angeles 2003 Asplundh 2003 Billing Rates Regular time Overtime Foreman 43.94 79.09 J. Trimmer 38.83 69.89 Groundman 28.28 50.90 Apprentice 4 34.69 62.44 Apprentice 3 31.45 56.61 Apprentice 2 29.85 53.73 Apprentice 1 26.62 47.92 Operator 43.94 79.09 Spray Foreman 41.48 74.66 Spray Helper 31.45 56.61 Flagger 35.84 64.51 Foreman 43.94 79.09 J. Trimmer 38.83 69.89 Groundman 28.28 50.90 Flagger 35.84 64.51 Lift 12.95 12.95 S/D 5.95 5.95 Chipper 3.20 3.20 Total crew cost 168.99 286.50 Asplundh Tree Expert Co. Confidential 9/9/2003 Page 1 September 9, 2003 City of Port Angeles Attn: Gail McLain 321 E 5 Street Port Angeles, WA 98362 Dear Ms. McLain, rvQ, Sarah Thorne Administrative Assistant A/P AS LU1IDEI ASPLUNDH TREE EXPERT CO. 7524 NE 175TH STREET, KENMORE, WA 98028 AREA CODE 425 TELEPHONE 483 -9339 FAX 806 -9750 Per your request, we are returning the project manual for Tree Trimming, signed and completed. We have also enclosed the cost break down of labor and equipment billing rates for your convenience. <l 3a3 We look forwarded to working with you again this year. If you have any questions please feel free to call us at the number above.