Loading...
HomeMy WebLinkAbout4.629 Original ContractPART I BIDDING REQUIREMENTS: PART IV ATTACHMENTS TABLE OF CONTENTS SYSTEM PROTECTION PROJECT NO. CL -0107 Pace No(si Advertisements for Bids 1 -3 Information for Bidders 1 -4 Bidder's Checklist 1 -5 Non - Collusion Affidavit 1 -6 Bidder's Construction Experience 1 -7 Bid Form 1 -9 -16 Bid Security Transmittal form 1 -11 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11-1 -8 Performance and Payment Bond 11- 9 Certificate of Insurance ... (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS 111 -1 -7 A. Clallam County Wage Rates B. Forms C. Project Plans (7 pages) D. City of Port Angeles Construction Standards 1 1 1 1 1 BIDDING REQUIREMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART! 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 September 28, 2009, and not later, and will then and there be opened and publicly read at that time in the Pittis Conference Room at Port Angeles City Hall for the construction of the following improvements: Installation of 15kV fused switches at various locations throughout the City of Port Angeles power distribution system. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: / /www bxwa.com. Click on "Posted Projects ", "Small Public Works Roster", "City of Port Angeles ". Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List ". Contact the Builders Exchange of Washington (425- 258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360 -417- 4700). 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. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, P.E. Director of Public Works & Utilities ADVERTISEMENT FOR BIDS SYSTEM PROTECTION PROJECT CL -0107 City of Port Angeles INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "City "), 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 City 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 accepted 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. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The City 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. The City 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 City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. 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 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 City, 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 City may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the City The City, 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 City 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 City. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the City 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 City 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 -2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond "? 2. Is the amount of the bid deposit at least five percent (5 %) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non - collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance and Payment Bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number. and address of surety and Dower of attorney of sianatorv. C. Insurance certificate(s). 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STATE OF WASHINGTON COUNTY OF Snohomish 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 24th day of September Notary Public State of Washington TAMI RAE CALLISON My Appointment Expires Nov 1 3, 2010 NON- COLLUSION AFFIDAVIT ,___L- nature of Bidder /Contractor • Notary Public in and for the State of Washington. Residing at Snohomish My Comm. Exp.: Nov 1 3 , 2010 l ge 7 Non - Collusion Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ,20 09 mil. V DCMJ1UJffUi •fb!t93 MO; j 2 3010 lH641i ilVE C/1118O14 �lt1 3 Ot Ai!a.Jiil ltOv plowitA 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: 9 -24 -09 coo �tt �..hc.i Add separate sheets if necessary. BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: City Electric, Inc. dba City Pacific Services Registration Number: CITyPS *9sSP12 2. Permanent main office address. 1 1 9 Ave B, Ste 102 Snohomish. WA 98290 3. When organized: 1 9 46 4. Where incorporated: Alaska 5. How many years have you been engaged in the contracting business under your present firm 2 name? 66 years 6. " Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. 7. * General character of work performed by your company: Construct Power anti Communication Systems 8. " Have you ever failed to complete any work awarded to you? No . If so, where and why? 9. * Have you ever defaulted on a contract? No • 10. " List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. See attached. 11 * List your major equipment available for this contract: 55 Bucket Truck, Crewcab, Road Tractor 12. * Experience of bidder in construction similar to this project in work and importance: SPP atf"ar hPd _ 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes . The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Bidder's Signature: Print Name: Del -. Brown Title. Vice President 1 - 5 'age 8 Bidder's Construction Experience Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale E CITY ELECTRIC, INC_CITY PACIFIC SERVICES PROJECTS - 5 YEARS Job Ref. # JOB # 1 000414.000 6 F01400.000 9 D00500.000 JOB NAME 138 kV Transmission 1 D00356.000 Line - International to S. Anchorage 2 D00436.000 AC Rebuild Phase 2 8 D00501.000 Substation #6 Upgrade Pogo Transmission Line 8 000481.000 Eklutna Transmission Line 230KV UVOC 115 kV Transmission Line Chugach Electric Structure 32 -6 Association Replacement OWNER FINAL AMOUNT Chugach Electric Association 2 D00333.000 Schrock Road Rebuild Matanuska Electric $ 361,194.00 Association Matanuska Electric Association $ 2,771,872.31 $ 251,981.98 $ 355,757 18 2 000437.000 C Line Rebuild Phase Matanuska Electric $ 254,516.00 2 Association 4 000328.000 HAARP ELEC DIST British Areo Industries $ 1,248,187.65 EXPANSION Dryden & Larue HEA Unit Price UG Homer Electric Construction 2006 Association AMEC $ 9,197,558.61 C -61 Municipality Of Anchorage Municipality Of Anchorage Utility W.O. # 1 DESCRIPTION 1 COMPLETION DATES #E0120203 Construction of 3 miles 01138 kV Line. Installed steel, self supporting structures on concrete July 2004 to Feb 2005 footers with 795 ACSR conductor #E0320236 Changed out existing 95' H structure with new H - Structure in 36" steel piling March 2005 #91172 Conversion of 4.5 miles 011 phase overhead line to 3 phase Spring 2004 #91187 Conversion of 7 miles of 1 phase overhead line to 3 phase Summer 2005 #91188 Pole Change out & Reconductor of Approx 2.5 miles of 3 phase overhead Line Summer 2005 Installation 0110,000 feet underground primary and secondary distribution in remote eastem Alaska Construction of 44 miles of 138kV wood H- structure fine to new Gold mine near Delta Junction, Alaska $11 MILLION NO.25 -0065 22.5 Miles of 230Kv 795 ACSR Double Circuit on Steel Valmont Towers $ 2.416,860.78 This project is for Homer Electric ,Association Small Job Projects. It generally consists of unit priced underground line extensions $ 1,317,207 72 No.C264116 Retiring and Rebuilding a new Substation 2 New Metal Clad switchgear 7 WA0101.000 Lynwood Circuit Snohomish County $ 130,811.01 341202 Reconduct 1850' of overhead three -phase line and replace 9 poles near the City of Lynnwood in Snohomish County, WA 3 F01437.000 Camey Substation Golden Valley Electric $ 1043 148 37 138kV Placed Concrete footers, erected the steel for the dead -end structures. Install buss bars, Association switches, breakers. Placed cables tray Camano Hill Rd 7 WA0114.000 Relocation of 115kV Snohomish County $ 413,817.03 42498 1.5 miles of construction of a 115kV line with 12kV underbuild to replace the existing 115kV line and 12kV with 12kV underbuild on Camano Island 2004 2004 Feb 2006 to June 2007 2006 2006 Summer 2006 2005 Summer 2007 M ME I OM NM = NM I MI = M IIMM I = WA0121.000 and Arco Central -Portal 11 VyA0121.001 Way Beverly Anderson Puget Sound Energy $ Canyon Phase 2 7 WA0115.000 115kV Reroute Snohomish County $ 7 WA0120.000 13 000560.000 12 WA0123.000 13 7 14 D00551.000 0R0104.000 Glenwood- 20th Ave Polaris 115kV Tap Lincoln Ave Grade Seperation- Utility Relocation PWC- PEMC 12kV OH WA0137.000 to UG Feeder Conversion Transmission Line Restoration Work Line 72 -1 14 OR0106.000 Line 37 Transmission Line Install 414.848.01 418,914.97 508,000 1,162,003.12 Port of Tacoma $ 2,762,310.43 1,668,913.53 5315,477.82 Pacificorp $776,710.82 Pacificorp Snohomish County $ Juneau Emergency Alaska Electrical Light & $ Work Power Lake Dorothy 138kV Alaska Electrical Light & Transmission Line Power Project Snohomish County Columbia River WA0135.000 Carbonates 3 -Phase Ferry County PUD Line Extension 5268,209.57 Replacing transmission and distribution poles, reframing transmission and distribution poles, 4600004737 reconductor of transmission and distribution wire, replace transmission and distribution switches, resagging etc. Reroute approx. one mile of overhead 115kV line to the proposed Hardeson Substation. Work 42894 included construction of drilled caisson foundations, erecting steel poles, pulling and or transferring of 1272KCM MC conductor, and removal of existing facilities. Construct approx. .6 mile of OH 115kV line with associated 12kV under -build to the proposed 43897 Polaris Substation. Work included the construction of UG distribution feeder work, setting wood poles, erecting steel poles, pulling and or transferring of 336KCM AL, 1272KCM AAC and fiber ootic cables. Install (5) Aluminum lattice towers taken down by an avalanche on mountainside in Juneau, AK. Installed 12 drilled shaft concrete foundations and tubular steel poles, new wood poles, guys and 68030 anchors, new 13.8kV UG feeders, including vaults. risers, and terminations, new UG 110kV and 13.8kV primary assemblies and conductors. Transferring conductors and assemblies to new poles. Also transferred communication facilities to the new poles. Remote Alaska helicopter transmission line construction. Install 36 steel slip towers. Construct approx. 800' of 12.47kV 1000KCM URD feeder system and remove 3 -spans of 47154 overhead feeder along 13'" Street and is in support of the Providence Everett Medical Center project. 10032709 Installation and removal of transmission poles( h -frame structures), conductors, associated braces, anchors and guys. Also installed the OPGW fiber optic cable on this line. $409,638.98 5210413/5186565 Install the new Transmission Line from Nickel Mountain Substation to Riddle- Veneer Substation. Also transferred the existing distribution in the area to the new Transmission structures Rebuilt approximately four miles of single phase, #4 ACSR, 7.2 kV overhead distribution line to three phase 1/0 ACSR, 12.47kV overhead distribution line. An approximate 1.6 miles of new three phase 1/0 ACSR, 12.47kV line was also built along Toroda Cr Rd. Summer 2007 June to Sept. 2007 July 2007 to Jan. 2008 May 2008 to June 2008 Sept 2007 to June 2008 Spring 2008 April 2008 to June 2008 Fall 2009 Winter 2009 Jul -08 Job Reference t; Name Reference Sheet Chugach Electric Association 1 _ P O Box 196300, Anchorage, Alaska 99519 Gary Meadows, Contract Administrator Dora Gropp, Mgr Transmission & Special Projects 2 I Matanuska Electric Association j P O Box 2929, Palmer, Alaska 99645 Eric Sandford, Construction Engineer 3 I Golden Valley Electric Association 1 758 Illinois Street, Fairbanks Alaska 99701 Greg Wyman 4 I Dryden And Larue Consulting Engineers 1 3305 Arctic Blvd. Suite 201 , Anchorage, Ak 99503 -4575 Dale Larue, Owner Greg Huffman, Professional Engineer 5 1 Copper Valley Electric Association 1 P 0 Box 45, Glenallen Alaska 99588 -0045 Bill Caynor, Operations Manager 6 1 AMEC E &C Services Limited 111 Dunsmuir Street, Suite 400, Vancouver, BC.Canada V6B5W3 7 1 Snohomish PUD County 1 1 P 0 Box 1107, Everett, WA 98206 Address Telephone /Fax 907 - 762 -4618 / 907 242 2191 907 - 762 -4626 / 907 - 762 -4514 907 - 689 -9274/ 907 -761 -9339 907 -451 -5629/ 907 -458 -6371 907 - 349 -6653/ 907 -522 -2534 907 - 349 - 6653/907 -522 -2534 907 - 822 - 8362/907- 822 -5586 604 - 664 -4699 = N MN OM NM IIIII NUM MO = MIIMMM MI I IIIIII Ed Pride, Principal Engineer 8 Municipality Of Anchorage Mio Johnson, Engineering Administrator 9 Homer Electric Association Jon Cress 10 Central Lincoln PUD Douglas Moss 11 Puget Sound Energy Landis Smaalden 12 Port of Tacoma Lance Wadkins 13 Alaska Electrical Light and Power Eric Erickson 14 PacifiCorp- A Midamerican Energy Holding Company Tim Turnbull, Project Manager - Construction Services 15 Olgoonik Tom Tyler, Project Manager- Construction 16 Ferry County PUD No 1 Steve VanSlyke, Engineer 1200 East 1st Avenue, Anchorage, AK 99501 3977 Lake St., Homer AK 99603 P O. Box 1126, Newport, OR 97365 355 110th Ave. NE, Bellevue, WA 98004 P O Box 1837, Tacoma, WA 98401 -1837 5601 Tonsgard Court, Juneau, AK 99801 825 NE Multnomah Street, Portland, OR 97232 PO box 5329 Fort Richardson, Alaska 99505 P O Box 1039, Republic, WA 99166 425- 783 - 4748/425 - 783 -5575 907 - 343 -4431/ 907 -343 -7180 907 -283 -2337 / 907- 398 -4942 541 -574- 2073/541 -574 -2098 425-462-3955/425456-2724 253 -383- 9413 /253 - 593 -4506 907-321-6336/907-463-4883 503 -813 -5874 907- 440 -8371 509- 775- 3325/509- 775 -3326 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM SYSTEM PROTECTION Page 1 of 2 BIDDER: City Electric, Inc. dba City Pacific Services The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: Western Surety Company Surety P.O. Box 5077 Sioux Falls,_ SD 57117 -5077 Surety address George Hankey, (206)587 -2064 Surety Contact and Phone Number I - s Marsh USA Agent 1031 W 4th Ave Anchorage, AK 99501 Agent Address Betty Cox, ( 907 ) -)q-7-6319 Agent Contact and Phone Number l age 10 Bid Form 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Address: BID FORM Page 2 of 2 SYSTEM PROTECTION The bidder hereby bids the following amounts for all work (including labor, equipment, time, and materials) required to perform all work described in the Contract Documents. Lump Sum $ 52, 232.45 Sales Tax (8.4 %) $ 4,387.53 Total Bid $ 56,619.98 The bidder hereby acknowledges that it has received Addenda No(s). One (1 ) (Enter "N /A" if none were issued) to this Project Manual. The Contractor further warrants that he is not disqualified from bidding on this project, and 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 foreman, 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. Company Name: City Rl Pctri c:, TnC _ rtha City Pacific services 119 Ave B, Ste 102 (Street address) Snohomish, WA 98290 (City) (State) (Zip) Contractor Registration Number: CITYPS *955PR UBI Number: 578 (96 265 Telephone No. WA State Industrial Insurance Account Number: 235, 963 -01 WA State Employment Security Department Number: 21 6843009 State Excise Tax Registration Signed by Title Printed Name: Del E. Brown Date: Vice President 9 -24 -2009 (360)563 -0642 92- 0012068 1 -7 Pge 11 r ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Herewith find an executed Bid Bond or a deposit in the form of a cashiers 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. KNOW ALL MEN BY THESE PRESENTS: City Electric, Inc. That we, dba City Pacific Services as Principal and Western Surety Company as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5 %) of Bid Amount 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: 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. City EI, tri•� �Pfincipal Western Surety Company Surety P.O Box 5077 Dated: BID SECURITY TRANSMITTAL FORM SIGN y %, SEALED AND DATED THIS 28th day of ity Pacific Services an, President Sioux Falls, SD 57117-5077 Surety address Shawn McCartney Surety Contact and Phone Number Received return of deposit in the sum of $ SIGN HERE BID BOND SYSTEM PROTECTION PROJECT CL -0107 Age - t • dress g nt C• r. ct a • one Number Kristy K. • te, Attorney -in -Fact 1 -8 September Jvtarsh LISA. In Agent 1031 W 4th Ave.. Suite 400 Anchorage, AK 99501 I Page 12 Bid Security Transmittal Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale , 2009. 907 - 276 -5617 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint James K Brady, Betty A Cox, Susan Spindler, Kelly Michael Layman, Kristy M Konte, Kirk C Leadbetter, Individually of Anchorage, AK, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 19th day of May, 2009 State of South Dakota County of Minnehaha On this 19th day of May, 2009, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires November 30, 2012 Form F4280 -09 -06 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT } ss Western Surety Company f D. KRELL i • NOTARY PUBLIC • SOUTH DAKOTA i + - In Unlimited Amounts - t r r 1 1 i r CERTIFICATE WESTERN SURETY COMPANY `7 Paul Bruflat, Senior Vice President D Krell, No awry Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this air day of S C04e^^b <.r QVc" WESTERN SURETY COMPANY 2/ YL/ L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company Section 7 All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT This Contract is made and entered into in duplicate this day of October, 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 City Electric, Inc. dba City Pacific Services, 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: System Protection, Project No. CL -0107 in accordance with and as described in: A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and C. the 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications ", and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, E. Electrical construction standards of the City of Port Angeles Department of Public Works and Utilities, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damaues. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within 10 days after receiving a notice to proceed from the City, and said work shall be physically completed within 120 calendar days from the notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request 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 [[ -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 suits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event 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: 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. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub - contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 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. iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 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. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their subcontractors, lower tier subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 8. Compliance with Laws. I A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and 11 -5 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. Assianment 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. 11 -6 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. 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 Del E . Brown 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: City Electric, Inc. dba City Pacific Services 119 Ave B, Suite 102 Snohomish, WA 98290 12. Internretation and Venue. City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 11 -7 City: 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 Electric, Inc. dba City Pacific Services Name of Contractor By: 1 Mayo6I Del E. o' Approved as to Form: Title: Vice President CITY OF PORT ANGELES: By: Attest: AL' ./i ce City Attorney OuteAfiA)64,L, /�`ity Clerk 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS INTRODUCTION /ORDER OF PRECEDENCE See Section 1 -04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages III - 1 through III - 7 . 2. Submittal requirements, as listed on pages 111 - 6 through III - 7 . 3. Technical Specifications, Section 16315, Pages 16315 -1 through 16315 -8. 4. Project Plans, as set forth in Attachment C. 5. Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. 6. The most recent edition of the City of Port Angeles' Peetrical Engineering Construction Specifications and Standards, the appropriate parts of which are hereby incorporated into Attachment D of this Project Manual. 7. Attachments (exclusive of the above - mentioned) as listed in the Table of Contents of the Project Manual. STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1 -01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City ui -1 of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works and Utilities for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1 -02.2 PLANS AND SPECIFICATIONS Section 1 -02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 1 -02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1 -02.5 of the Standard Specifications for this project. 1 -02.9 DELIVERY OF PROPOSAL Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1 -03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1 -03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power -of- attorney appointing the signatory of the bond as the person authorized to execute it. 1 -04.4 CHANGES IN WORK Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the following: 111 -2 All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or Engineer by using the RFI form contained in Attachment B of this project manual. Definitions: a. RFI: Request for Information b. CCO: Construction Change Order C. CPR: Contractor Payment Request PLANS AND WORKING DRAWINGS Unless otherwise required by the Submittal Requirements, Section 1 -05.3 of the Standard Specifications shall apply. The Contractor is advised that soils in the project area contain large percentages of river rocks. Backhoe excavating for poles and plate type anchors will likely be required in lieu of using an auger or screw -in helix anchors. Allowance for such conditions shall be included in the bid price. No changes for additional cost will be considered due to excavation difficulties. 1 -05.5 AS -BUILT DRAWINGS Section 1 -05.5 is supplemented with the following: As -built drawings are required to be maintained by the Contractor. The as -built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as -built conditions. These as -built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. 111 - 3 b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. 1 -07.6 PERMITS AND LICENSES All requirements of any permits included in this Project shall be adhered to by the Contractor. No additional permits are required for this project. 111 -4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 -07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. This Contractor will furnish all work necessary to adjust, relocate, replace, or construct utility facilities unless otherwise provided for in the Plans or these Special Provisions. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1- 800 - 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. 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. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY Section 1 -07.23 is supplemented with the following: No power outages will be allowed to extend overnight. HOURS OF WORK Section 1 -08.0 is further supplemented by the following: The hours for of operation of the Port Angeles Light Operations Division is limited to Monday through Friday, 7:30 am to 3:30 pm, excluding holidays. Switching requirements shall be scheduled to occur during those times. 111 - 5 TIME FOR COMPLETION Section 1 -08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence within 10 days of receiving the Notice to Proceed, and work must be substantially complete with relocation energizing, and removal of overhead power lines within 120 days of the Notice to Proceed, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $100 per day for each and every day said work remains uncompleted after the expiration of the specified time. PAYMENTS Section 1 -09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. 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. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR -01 Material Submittals SR -04 As -Built Drawings SR -01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals for the following items: 1. Fused Cutouts 2. Fuses 3. Cutout Mounting Brackets 111 -6 All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1 -05.3, "Plans and Working Drawings ", of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR -04 AS -BUILT DRAWINGS Requirements for maintaining As- Builts for the work completed under this Contract are specified in Section 1 -05.5 of the Special Provisions above. Final As- Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. SECTION 16315 - OVERHEAD ELECTRICAL DISTRIBUTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes medium - voltage, overhead electrical power distribution and the following: 1. Conductors, connectors, and splices. 2. Hardware and accessories. 3. Cutouts, switches, and fuses. 1.3 DEFINITIONS A. ACSR: Aluminum conductor, steel reinforced. B. BIL: Basic impulse level, stated in kilovolts. C. PALO: City of Port Angeles, Department of Public Works and Utilities, Light Operations Division. D. PAES: City of Port Angeles, Department of Public Works and Utilities, Engineering Services Division. E. RUS: Department of Agriculture, Rural Utilities Service. F. Secondary: Conductors and components for circuits operating at the utilization voltage of 600 V or less. 1.4 SUBMITTALS A. Product Data: For the following: 1. Insulators. 2. Cutouts. B. Listing Documentation: Indicate products comply with RUS listing requirements specified in "Quality Assurance" Article. C. Time- Current Coordination Curves: Submit for each fuse size specified on drawings. 16315 - 1 1.5 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. B. Overhead -Line Components, Devices, and Accessories: Currently listed in RUS Informational Publication 202 -1 without restriction for the intended application. C. Comply with IEEE C2, except where stricter requirements are indicated. D. New construction and strength shall be as required by IEEE C2 for Grade B construction for heavy line loading, unless otherwise indicated. 1.6 PROJECT CONDITIONS A. Existing Utilities: Contractor shall coordinate activities with City of Port Angeles, Public Works and Utilities Light Operations (PALO) crews. Work may need to be halted at any time if emergency conditions develop. B. Any power outages required for installation of new material shall be scheduled with PALO personnel at least 72 hours in advance. Any system switching shall be done by PALO crews and coordinated by PALO dispatch. PALO reserves the right to postpone or delay any Contractor requested outage depending on specific circumstances, at no increase to Contract cost. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified herein. 2.2 CONDUCTORS, CONNECTORS, AND SPLICES A. Available Manufacturers - Conductors: 1. BICC Cables Company. 2. General Wire & Cable Co. 3. Hendrix Wire and Cable Inc. 4. King Wire Inc. 5. Okonite Company (The). 6. Southwire Company. B. Available Manufacturers - Connectors and Splices: 1. AB Chance Co.; Hubbell, Inc. 16315 - 2 1 1 1 1 1 1 1 1 1 1 1 1 ' A. PAES Stock #320- 0xx- 000xx: Ferrous -metal items include, but are not limited to, bolts, nuts, washers, insulator pins, eyebolts, and staples. 1 1 1 ' 1. Line Post shall be porcelain insulators, wet - process type, complying with the following types: 1 1 2. Cooper Power Systems. 3. Hubbell, Inc.; Anderson Electrical Products, Inc. 4. Hubbell, Inc.; Fargo Manufacturing Company. C. Medium- Voltage Line Conductors (PAES Stock #280- 016- 000xx): 1. Bare all- aluminum (AAC), Alloy 1350 -H19, complying with ASTM 13 230/B 230M and ASTM B 231/B 231M 2. Aluminum Conductor, Steel Reinforced (ACSR), complying with ASTM B 232/B 232M 3. Hard -drawn copper (CU), complying with ASTM B 1 and ASTM B 8. D. Connectors, Splices, and Conductor Securing and Protecting Components (PAES #285-097 - 000xx): Items include wire clamps, ties, conductor armor, fittings, connectors, and terminals. Listed for the specific applications and conductor types and combinations of materials used. Descriptions as follows for various applications: 1. Copper to Copper: Copper alloy, complying with UL 486A. 2. Aluminum Composition to Aluminum Composition: Aluminum alloy, complying with UL 486B. 3. Copper to Aluminum Composition: Type suitable for this purpose, complying with UL 486B. 4. Taps for Medium - Voltage Line Conductors (PAES #285- 097 - 00005): Hot -line clamps, screw type, with concealed threads and bare, hard -drawn copper stirrups. Listed for the combination of materials being connected. 5. Splices under Tension: Compression type with strength exceeding the conductors spliced. E. Taps of 336 or 4/0 aluminum conductor shall be made with stirrup clamps attached to the aluminum, and the jumper wires attached to the stirrups with hot line clamps suitable for aluminum or copper taps. Hubbell /Anderson #GA108S6L and #AH4GPXB, or equals. 2.3 HARDWARE AND ACCESSORIES 1. Comply with ANSI C135.1, ANSI C135.2, ANSI C135.4, ANSI C135.14, ANSI C135.22, ANSI C135.33, and RUS Informational Publication 202 -1 listings, and finish shall be hot -dip galvanized. B. PAES Stock #285- 074 - 00038, 00039 - Insulator Pins: Hot -dip galvanized steel, style as indicated, designed to hold vertical -post- or - pin -type insulators, with one -bolt attachment to pole. C. PAES Stock #285- 074 -00031 - Insulators: Units shall be free from radio interference. a. Pin: ANSI C29.5. 16315 - 3 b. Line Post: ANSI C29.7. Include mounting stud of length suitable for each mounting arrangement used. c. Secondary Spool: ANSI C29.3, Class 53 -2. (PAES Std N001) 2. PAES Stock #285- 074 - 00010, 00011: Suspension shall be polymer- composite, fiberglass- reinforced insulators, complying with the following: a. Dead End/Suspension: Comply with CEA LWIG -01. D. Grounding Materials: Comply with PAES Standards using materials listed by RUS for the intended purpose without restriction. Grounding conductors shall be No. 6 AWG, minimum; bare, solid, annealed copper, complying with ASTM B 8, unless otherwise indicated. E. Fiberglass Brackets: Fiberglass conductor brackets (PAES Stock Number 285- 078 - 00017) shall be 24" fiberglass rod with gray ultraviolet protective coating, hot dip galvanized ductile iron base, aluminum end mounting plate for up to 3 devices, rated for 10,000 lbs. horizontal tension load and 900 lbs. vertical load. MacLean Power Systems #G1MDAl24AG, or equal. Cutout mounting bracket for crossarms (PAES #285- 078 - 00001) to be Aluma -Form #TB- EMB -1, or equal. 2.4 CUTOUTS AND FUSES A. Available Manufacturers: 1. ABB Inc.; Distribution Automation Equipment Division. 2. AB Chance Co.; Hubbell, Inc. 3. Cooper Power Systems. 4. S &C Electric Company. B. Fuse Cutouts: Open type, 15kV, 110 kV BIL rating, rated 100 or 200 A, continuous, as noted on the drawings, complying with ANSI C37.42. 1. Fuses: Enclosed link, Type K, complying with ANSI C37.42. 2. Fuse Current Rating: As noted on the drawings. 3. Switch Current Interrupting Rating: Minimum of 12,000 Asymmetrical Amps. 4. Composite polymer silicone construction. C. S &C Type XS Fused Cutouts, or equal, with extended mounting bracket. 1. PAES #285- 028 -00001 - 100 Amp: S &C #89031 R10 -P -BD 2. PAES #285- 028 -00004 - 200 Amp: S &C #89071R11 -P -BD PART 3 - EXECUTION 3.1 GENERAL INSTALLATION REQUIREMENTS A. Comply with all work procedures required by IEEE C2, Part 4, and State of Washington rules and regulations. 16315 - 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 B. Apply both pole and cutout numbers to poles per PAES Standard 0M002. Pole numbers to be black text on yellow reflective tape with adhesive backing applied directly to fiberglass poles. On wood poles, apply numbers to black nylon mounting plate. Cutout numbering to be 2" numbers oriented vertically; pole numbers to be 1" high oriented horizontally. DuraLabel or equal. C. Solidly bonded connections shall be maintained for system neutrals between main lines and taps. Where not currently installed per NESC requirements, neutral bonding conductors shall be #6 solid copper securely stapled at 6 -inch intervals to pole and crossarm. D. Selected PAES construction standards are included in an appendix to these specifications. Where these standards are referenced, Contractor shall provide and install all material for the cutout installation detailed thereon, with any modifications noted on the drawings. Re- insulating of conductors or complete re- framing of poles is not required unless noted on the drawings. Some clearances or positions may need to be adjusted to accommodate existing field conditions, but all NESC minimum clearances shall be maintained. 3.2 MEDIUM- VOLTAGE LINE CONDUCTOR INSTALLATION A. Application: Install bare conductors, unless otherwise indicated. B. Armor Rod: Install to protect conductors if line conductors are supported by insulators. C. Flat Aluminum Armor Wire: Install to protect conductors if they are supported by, or attached to, galvanized or coated iron or steel clamps or fittings. D. Support line conductors and taps as follows: 1. Use pre - formed wire ties for conductor attachment to pin and vertical post insulators, unless otherwise indicated. 2. Install wire ties tight against conductor and insulator, and turn ends back, flat against conductor, to eliminate exposed wire ends. 3. Use wire clamps on horizontal post, dead end, and suspension insulators, unless otherwise indicated. 4. Connect taps to 336 conductor with stirrup clamps. Hot line clamps for jumper wires shall connect to the stirrups. 3.3 BRACKET INSTALLATION A. Where specifically noted on the drawings or indicated to follow a PAES standard specification, remove existing steel brackets and install fiberglass bracket for insulators and cutouts as shown in the specifications. Orient position as noted on the drawings. 3.4 HARDWARE AND ACCESSORIES INSTALLATION A. Install washers against wood and under nuts, including eyenuts and locknuts. Install nuts and locknuts wrench -tight on threaded connections. 16315 - 5 3.5 INSULATOR INSTALLATION A. Medium - Voltage Line Application: Existing insulators are to remain and be reused, except as noted. Install pin type, except install suspension type at comers, angles, dead ends, and other locations where horizontal forces exceed rated values for pin or line- post -type units. 1. Install suspension insulators and hardware that have mechanical strength exceeding rated breaking strength of attached conductors. B. Post - Insulator Conductor Support: Where installed horizontally and for line angles more than 15 degrees, install clamp -top conductor clamps. C. Install spool -type insulators for secondary lines mounted on clevis attachments or secondary racks. 3.6 CUTOUT, SWITCH, AND FUSE INSTALLATION A. Hook - Stick - Operated Switches: Install to maximize safe operating access. Switches shall be operable from streets or public rights -of -way. B. Unless noted otherwise, mount new cutouts on existing crossarms in positions shown on the drawings. C. Where construction to a specific PAES standard is called for, mount cutouts on a fiberglass bracket arm according to the standard. 3.7 FIELD QUALITY CONTROL A. Final inspection shall be by PAES personnel. Contractor shall receive a list of those deficiencies needing correction, and shall complete corrections prior to final acceptance. B. After completing equipment installation, inspect equipment. Remove spots, dirt, and contamination. END OF SECTION 16315 D 16315 - 6 1 1 1 1 ATTACHMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PART IV ATTACHMENT A CLALLAM COUNTY WAGE RATES 1 1 1 CLALLAM COUNTY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 50 BOILERMAKERS JOURNEY LEVEL $53.61 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39 49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8.55 1 SHAMPOOER $8.97 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14 67 1 CARPENTERS ACOUSTICAL WORKER $48.63 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $48.47 1M 5D CARPENTER $48.47 1M 5D CREOSOTED MATERIAL $48.57 1M 5D DRYWALL APPLICATOR $48.47 1M 5D FLOOR FINISHER $48 60 1M 50 FLOOR LAYER $48.60 1M 5D FLOOR SANDER $48 60 1M 50 MILLWRIGHT AND MACHINE ERECTORS $49 47 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1M 5D SAWFILER $48.60 1M 5D SHINGLER $48.60 1M 50 STATIONARY POWER SAW OPERATOR $48 60 1M 5D STATIONARY WOODWORKING TOOLS $48.60 1M 50 CEMENT MASONS JOURNEY LEVEL $40.03 1H 5D DIVERS & TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 50 DIVING MASTER $56.68 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $48.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49.06 IT 513 8L BOATMEN $49.57 1T 5D 8L Page 1 CLALLAM COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ENGINEER WELDER $49.62 1T 5D 8L LEVERMAN, HYDRAULIC $51 19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 ELECTRICIANS - INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER (TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER (TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57 74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERUNE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 60 MECHANIC IN CHARGE $70.60 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 $33.93 1H 5D HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 CLALLAM COUNTY EFFECTIVE 09-02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $59.22 1 COOK $34.81 1 DECKHAND $34.52 1 ENGINEER/DECKHAND $58.62 1 MATE, LAUNCH OPERATOR $50.20 1 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 $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 50 BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40 03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40 03 11-1 5D CASSION WORKER $41.28 1H 50 CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40 03 1H 50 CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40 03 111 5D CHOKER SETTER $40.03 1H 50 CHUCK TENDER $40 03 1H 50 CLEAN -UP LABORER $40 03 1H 50 CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 50 CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40 03 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $40 03 1H 5D DITCH DIGGER $40.03 11 50 DIVER $41.28 1H 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $40 77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 1H 5D DUMPMAN $40 03 1H 5D EPDXY TECHNICIAN $40 03 1H 5D EROSION CONTROL WORKER $40.03 1H 50 FALLER/BUCKER, CHAIN SAW $40.77 1H 50 FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 1 H 5D construction debris cleanup) Page 3 CLALLAM COUNTY EFFECTIVE 09 -02 -2009 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40 03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40 03 1H 5D GRADE CHECKER & TRANSIT PERSON $41.28 1H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40 03 1H 5D GUARDRAIL ERECTOR $40 03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40 03 1H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER/MORTARMAN $41.28 1H 5D JACKHAMMER $40 77 1H 5D LASER BEAM OPERATOR $40 77 1H 50 MANHOLE BUILDER - MUDMAN $40 77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40 77 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 1H 50 PILOT CAR $33.93 1H 5D PIPE POT TENDER $40 77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40 77 1H 5D PIPELAYER & CAULKER $40 77 1H 5D PIPELAYER & CAULKER (LEAD) $41.28 1H 5D PIPEWRAPPER $40 77 1H 5D POT TENDER $40 03 1H 5D POWDERMAN $41.28 1H 5D POWDERMAN HELPER $40 03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER (POWER) $40 77 1H 5D RE- TIMBERMAN $41.28 1H 5D RIPRAP MAN $40 03 1H 5D RODDER $40 77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40 03 1H 5D SIGNALMAN $40 03 11-1 5D SLOPER (OVER 20 ") $40 77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40 77 1H 50 SPREADER (CONCRETE) $40.77 1H 5D STAKE HOPPER $40 03 1H 5D STOCKPILER $40 03 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $40.77 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN (AT JOB SITE) $40 03 1H 5D TOPPER - TAILER $40.03 1H 5D TRACK LABORER $40 03 1H 5D TRACK LINER (POWER) $40 77 1H 5D Page 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY EFFECTIVE 09-02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40 77 1H 5D VINYL SEAMER $40 03 1H 5D WELDER $40.03 1H 5D WELL -POINT LABORER $40 77 1H 50 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $40.03 1H 5D PIPE LAYER $40.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1 LANDSCAPING OR PLANTING LABORERS $12.89 1 LATHERS JOURNEY LEVEL $46.42 1M 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION (IN SHOP) JOURNEY LEVEL $16 00 1 PAINTERS JOURNEY LEVEL $21.86 1 PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $64.84 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 1T 50 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P BACKHOES, (75 HP & UNDER) $49 48 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 50 8P CONVEYORS $49.48 1T 5D 8P Page 5 CLALLAM COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $50.39 1T 5D 8P• CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 1T 50 8P CRANES, TOWER CRANE UP'TO 175 IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50.39 1T 5D 8P DOZERS, D -9 & UNDER $49.48 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 50 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 50 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49 48 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49 48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $47 12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 1T 50 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 50 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 50 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47 12 1T 5D 8P Page 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code POWER PLANT $47.12 1T 50 8P PUMPS, WATER $47 12 1T 50 8P QUAD 9, D -10, AND HD-41 $50.39 1T 50 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 50 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 50 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 50 8P ROLLERS, PLANTMIX OR MULTILUFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 IT 50 8P SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 50 8P SCREED MAN $50.39 1T 50 8P SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 IT 50 8P TOWER BUCKET ELEVATORS $49 48 1T 50 8P TRACTORS, (75 HP & UNDER) $49.48 1T 513 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 50 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49.90 IT 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER $49.90 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0 00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27 68 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 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 Page 7 CLALLAM COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL GLAZIERS JOURNEY LEVEL $20 05 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $20 00 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $14.60 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $60.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $21.82 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $8.55 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $18.29 1 ROOFERS JOURNEY LEVEL $27 00 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32.56 1H 6W HEAT & FROST INSULATOR $48.28 1S 5J LABORER $12.16 1 MACHINIST $17 16 1 SHIPFITTER $14.66 1 WELDER/BURNER $14 66 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 1 SIGN MAKERS & INSTALLERS (NON - ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 18 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS STONE MASON $46.35 1M 5A Page 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLALLAM COUNTY EFFECTIVE 09 -02 -2009 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $16.00 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34 09 1E 5A TELEPHONE UNE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32.23 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 28 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON /INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $29.97 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A TILE SETTERS JOURNEY LEVEL $45.26 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $39 09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $46.47 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 BENEFIT CODE KEY - EFFECTIVE 09 -02 -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. 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 AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS 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. 0 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. Q. BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -2- 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 PM SATURDAY TO 6 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. ✓ 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, 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. 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. 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 R. S. BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -3- 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. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. 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. T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP 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. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 - W 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. ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE. ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE 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 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 (I I). G. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY. AND CHRISTMAS (6). 1. 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). BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -5- 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). V PAID HOLIDAYS. SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION 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 l- IOLIDAYS• 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 YEARS 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 (I 1). 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 BENEFIT CODE KEY - EFFECTIVE 09 -02 -2009 -6- 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). V PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR. DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS 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, EMPLOYEE'S BIRTHDAY (11). 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' - 52.00 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' - SI.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 SO25. 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: SO 75, LEVEL C: 50.50, AND LEVEL D. $0.25 WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2.00, CLASS B SUIT $1.50, CLASS C SUIT S1.00, AND CLASS D SUIT $0.50. ATTACHMENT B FORMS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 � , 0 � 90RT A,�, �� =D H y RKS A$' PROJECT NAME. PROJECT /CONTRACT NUMBER: ORIGINATOR: 0 Owner ❑ Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION DESCRIPTION OF CLARIFICATION /REQUEST DATE REPLY REQUESTED ORIGINATOR SIGNATURE. COMMENTS. REQUEST FOR INFORMATION (RFI) FORM CRITICAL TO SCHEDULE 0 YES 0 NO DATE: RFI Number 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: Item Description No. 1 2 CONTRACT CHANGE ORDER (CCO) NO. RFI # Qty Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days O I 1 1 1 1 1 Rev I 1 I 1 1 I Orig. I 1 1 1 1 Rev. I 1 I 1 1 ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS. I 1 I I• 1 - 1 1 I DAYS. 1 DAYS: ZZ 1 DAYS. XX +ZZ -YY 1 DAYS: YY +ZZ • Amount with applicable sales tax included 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. APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE. SIGNATURE: DATE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 41 ' 1 %5 0 TO: City of Port Angeles Public Works & Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: PERIOD From: Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT SYSTEM PROTECTION, PROJECT NO. CL -0107 Page 1 of 2 DATE: PAYMENT REQUEST NO. I to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] 2 Approved Change Order No(s) [Excluding Sales Tax] 3 Adjusted Contract Amount (1 +2) 4 Value of Work Completed to Date [per attached breakdown] 5 Material Stored on Site [per attached breakdown] 6 Subtotal (4 +5) 7 8.4% Sales Tax [at 8 4% of subtotal], As Applicable 8 Less Amount Retained [at 5% of subtotal] 9 Subtotal (6 +7 -8) 10 Total Previously Paid [Deduction] 11 AMOUNT DUE THIS REQUEST (9 -10) WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. 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 C PROJECT PLANS V 40 /?Ks a ° ,; CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES LIGHT UTILE SYSTEM PROTECTION PROJEC CL -0107 SEPTEMBER, 2009 CITY OF PORT ANGELES 321 E. FIFTH STREET PO BOX 1150 PORT ANGELES, WA 98362 PROJECT ENGINEER: TERRY DAHLQUIST TEL: (360) 417 -4702 DRAWING INDEX: SHEET 1 SHEET 2 SHEET 3 SHEET 4 SHEET 5 SHEET 6 SHEET 7 - WEST SIDE LOCATIONS - EAST SIDE LOCATIONS - WORK DESCRIPTIONS - WORK DESCRIPTIONS - POLE DETAILS - POLE DETAILS - POLE DETAILS 1 ,3/ 1 L/ 7 \ �/ 22 GP 04 1ST POLE EAST OF JONES 0 3/4 ALLEY 7 I L1 8 \ 101 r � 1 1 12 15 X 1 7/ u l 28 FT 02 B 0 9/10 ALLEY \ 26/ POLE NUMBER C Y OF POR ANGELES - SYSE Vi PROECT 0 ' LOCATION 64 AQ 10 PORTER W HIGHLAND /GRANT ALLEY 64 BQ 09 (INTERSECTION OF PORTER & GRANT 64 CO 14 (INTERSECTION OF PORTER & CRAIG 59 ER 01 (INTERSECTION OF LOPEZ AND EUNICE 31 GP 01 I EUNICE 0 10/11 ALLEY 22 FR 02 19 GQ 09 29 8Q 09 29 CQ 10 18 GP 02 28 AP 02 28 BP 02 28 CP 02 28 FP 02 25 FR 04 27 ET 06 26 EQ 03 26 FT 03 26 CO 09 44 AR 08 26 BP 12 27 BT 12 28 CT 02 1 1ST POLE EAST OF ENNIS 0 2/3 ALLEY OAK 0 3/4 ALLEY OAK 0 5/6 ALLEY OAK 0 6/7 ALLEY PINE 0 3/4 ALLEY I PfNE 0 4/5 ALLEY PINE 0 5/6 ALLEY PINE 0 6/7 ALLEY PINE 0 9/10 ALLEY INTERSECTION OF 10TH & WESTVIEW DRIVE G 0 8/9 ALLEY I ®8/9 ALLEY INTERSECTION OF 10TH & L I ® 6/7 ALLEY INTERSECTION OF 18TH & BUTLER H 0 5/6 ALLEY G 0 5/6 ALLEY B 0 6/7 ALLEY 28 GT 02 IB © 10/11 ALLEY NEW CUTOUT NUMBER FUSE SIZE 0 -430 100K k1) STIRRUP, (2) HOT LINE CLAMPS, AND (1) JUMPER TO TAP 0 -431 100K k2) HOT LINE CLAMPS, AND (1) JUMPER TO TAP 0 -432 3 -200K (3) JUMPERS TO TAP 0 -433 100K (2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP C -434 100K 6) HOT UNE CLAMPS, AND (2) JUMPERS TO TAPS 1 -10K CROSSARMS, BRACES, INSULATORS, JUMPERS, CUTOUT, AND HARDWARE ABOVE 0-435 3 --200K TRANSFORMER, EXCLUDING GUYING 0 -436 0 -437 C -438 C -439 C -440 C -441 C -442 0 -443 C -444 0 -445 0 -446 0 -447 C -448 C -449 0 -450 C -451 C -452 C-453 100K 3 -100K 100K 3 -100K 100K 100K 100K 100K 100K 100K 100K 100K 100K 100K 100K 100K 10010 100K k 2) HOT UNE CLAMPS, (2) JUMPERS TO TAPS, AND (2) PIN —TYPE 6 ) HOT UNE CLAMPS, AND (3) JUMPERS TO TAPS K2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN —TYPE INSULATOR, PIN, AND MOUNTING BRACKET I (6) HOT UNE CLAMPS, K2) HOT UNE CLAMPS, MOUNTING BRACKET K2) HOT UNE CLAMPS, OUNTING BRACKET 2) HOT UNE CLAMPS, MOUNTING BRACKET 2) HOT UNE CLAMPS, !MOUNTING BRACKET k 2) HOT UNE CLAMPS, k 2) HOT UNE CLAMPS, REMOVAL. DETAIL AND (3) JUMPERS TO TAPS (1) JUMPER TO TAP, (1) PIN —TYPE (1) JUMPER TO TAP, (1) PIN —TYPE (1) JUMPER TO TAP, (1) PIN —TYPE (1) JUMPER TO TAP, (1) PIN —TYPE AND (1) JUMPER TO TAP AND (1) JUMPER TO TAP 0 -455 100K k2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP SHEET 3 OF INSULATOR, INSULATOR, INSULATOR, INSULATOR, INSULATORS AND PIN, PIN, PIN, PIN, AND AND AND AND (6) HOT UNE CLAMPS, (3) JUMPERS TO TAPS, AND EXTENSION LINKS FROM 15kV C -454 100K SUSPENSION INSULATORS, TRANSFER SUSPENSION INSULATORS FROM POLE TO EQUIPMENT BRACKET (eq) 7 k 2 ) HOT IJNE CLAMPS, AND (1) JUMPER TO TAP k 2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP k 2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP k 2) HOT LINE CLAMPS, (1) JUMPER TO TAP, AND (1) PIN —TYPE INSULATOR AND PIN k 2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP, TRANSFER 15kV INSULATOR & EYENUT I M HOT UNE CLAMPS, AND (1) JUMPER TO TAP K2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN —TYPE INSULATOR, PIN. AND pAOUNTING BRACKET k 2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP DEPT WORK DESCRIPTIONS 1.0 PROJECT LT 10646 WF 1 01 61 1/03 INSTALLATION DETAIL (1) STIRRUP, (2) HOT LINE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT I ( 2 ) HOT UNE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT I(6) AMPACTS. (6) 4/0 AAC JUMPERS. AND (3) 200A CUTOUTS I (2) HOT UNE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT I (4) HOT UNE CLAMPS, (3) #6 CU JUMPERS, AND (1) 100A CUTOUT REBUILD TO PF 3 07 SPECIFICATIONS, INSTALL (6) AMPACTS, (6) 4/0 AAC JUMPERS (1) STIRRUP & HOT UNE CLAMP, (2) #6 CU JUMPERS, (3) 200A CUTOUTS, AND (1) 100A CUTOUT, FUSE TRANSFORMER AT 10K USING 100A CUTOUT USE STIRRUP & CLAMP W TH #6 JUMPERS FOR TRANSFORMER TAP PIN (2 �[1) S1IPIN — RRUP, (2N) SUL HOATT UNE E CLAMPSAND PINS , (2) #6 CU JUMPERS, (1) 100A CUTOUT, AND I (3) STIRRUPS, (6) HOT UNE CLAMPS, (6) #6 CU JUMPERS, AND (3) 100A CUTOUTS REBUILD TO PF 1 13 SPECIFICATIONS USING (1) STIRRUP ON ALUMINUM CONDUCTOR (3) STIRRUPS, (6) HOT LINE CLAMPS, (6) #6 CU JUMPERS, AND (3) 100A CUTOUTS REBUILD TO PF 1 13 SPECIFICATIONS REBUILD TO PF 1 13 SPECIFICATIONS REBUILD TO PF 1 13 SPECIFICATIONS REBUILD TO PF 1 13 SPECIFICATIONS (2) HOT UNE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT (2) HOT UNE CLAMPS, (2) # CU JUMPERS, AND (1) 100A CUTOUT (1) STIRRUP, (2) HOT UNE CLAMPS, (2) #6 CU JUMPERS. AND (1) 100A CUTOUT (2) HOT UNE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT (1) STIRRUP, (2) HOT UNE CLAMPS, (2) #6 CU JUMPERS. AND (1) 100A CUTOUT (2) HOT UNE CLAMPS, (2) # CU JUMPERS, (1) 100A CUTOUT, AND (1) PIN —TYPE INSULATOR AND PIN (2) HOT UNE CLAMPS, (2) #6 CU JUMPERS. AND (1) 100A CUTOUT, INSTALL 15kV SUSPENSION INSULATOR WITH EXTENSION AND EYENUT TO CROSSARM BOLT REBUILD TO PF 1 12 SPECIFICATIONS REBUILD TO PF 1 12 SPECIFICATIONS, MOUNT EQUIPMENT BRACKET WHERE SHOWN (2) HOT LINE CLAMPS, (2) # CU JUMPERS, AND (1) 100A CUTOUT (6) HOT UNE CLAMPS, (4) # CU JUMPERS, (1) 100A CUTOUT, AND (1) PIN —TYPE INSULATOR AND PIN, MOUNT CUTOUT AND PIN —TYPE INSULATOR ON EQUIPMENT BRACKET USE EXISTING STIRRUP TO CONNECT FROM LINE TO CUTOUT RUN NEUTRAL BOND WIRE UNDER CROSSARM TO POLE THEN DOWN TO LOWER NEUTRAL. ATTACH USING STAPLES EVERY 6 INCHES SECURING BOND WIRE TO ARM AND POLE 1( HOT UNE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT 3 A 411._:11 PArt: Fr _ 7901 1113EINIts1 sip Li d P 1 \ s• -9194 6.0 B 64-AQ-1 CB A C 'Y OF POR ANGELES - SYS'Evl PRUICT 0 64-BQ-09 64-CQ-14 59-ER-01 31-GP-01 CB A C B A CB NA CB N A _ 40! • • • N A B 41 r r 0 29-BQ-09 SEE SPEC. PF 1 13 CD 29-CQ-10 BN CA - ! 18-GP-02 28-AP-0 • SHEET 5 OF 28-BP-02 B SEE SPEC. PF 1 13 SEE SPEC. PF 1 13 A SEE SPEC. PF 1 13 DEPT. I.D. LT 10646 . WF 101611/0 POLE DETAILS ® 0 CD 22-GP-04 22-FR-02 19-GQ-09 C B A BN C A 4 4 I . 4 i,------41-- .A ' 4 41-1 ....---1...— .0,r . 1 h 1 I SEE SPEC. PF 3 07 \ // \ \ ,,. +. \ \ ..••••■••,,. Al , ' 1 28-CP-02 SEE SPEC. PF 1 13 0 28-FP-02 AB NC I 25-FR-0 C N B • B -tp,m M ° 1 } 32 34 i 35 1 3 4_/I 7 42 POLE NUMBER 39 BT 02 39 CT 02 27 DQ 01 27 EP 01 27 GR 02 38 AR 02 38 EP 05 38 GP 05 29 GP 06 40 AP 08 40 BP 10 41 AQ 05 58 DP 02 58 EP 02 57 FR 01 61 AP 10 62 GV 01 C - Y OF POR A \JGELES - SYSE V PRO ON LOCATION B 0 12/13 ALLEY B 0 13/14 ALLEY 1ST POLE WEST OF C 0 7/8 ALLEY C 0 8/9 ALLEY D 0 10/11 ALLEY D 0 11/12 ALLEY C 0 15/16 ALLEY C 0 17/18 ALLEY LAUREL 0 10/11 ALLEY LAUREL 0 11/12 ALLEY LAUREL 0 12/13 ALLEY CHASE 0 11/12 ALLEY UNCOLN 0 ORCAS/LOPEZ ALLEY LINCOLN 0 LOPEZ /WHIDBY ALLEY INTERSECTION OF CHERRY & FOGARTY INTERSECTION OF OAK & PARK INTERSECTION OF PEABODY & HILLCREST CUTOUT FUSE NUMBER SIZE C -457 100K C -458 100K C -459 100K C -460 100K C -461 2 -100K C -462 100K C -463 100K C -4.64 3 -200K C -465 100K C -466 100K C -467 100K C -468 100K C -469 100K C -470 100K C -471 100K C -472 2 -100K C -473 100K REMOVAL DETAIL SHEET 4 OF 7 )(2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP (2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP (3) HOT UNE CLAMPS, AND (2) JUMPERS TO TAPS (2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN -TYPE INSULATOR, PIN, AND MOUNTING BRACKET (4) HOT UNE CLAMPS, AND (2) JUMPERS TO TAPS (2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP (2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN -TYPE INSULATOR, PIN, AND MOUNTING BRACKET (6) JUMPERS, AND (3) ARM MOUNTED 600A DISCONNECTS INCLUDING ASSOCIATED HARDWARE AND BRACKETS (1) STIRRUP FROM CENTER PHASE, (8) HOT UNE CLAMPS, AND (4) JUMPERS TO TAPS (2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN -TYPE INSULATOR, PIN, AND MOUNTING BRACKET (2) HOT LINE CLAMPS, (1) JUMPER TO TAP, (1) PIN -TYPE INSULATOR, PIN, AND MOUNTING BRACKET (2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN -TYPE INSULATOR, PIN, AND MOUNTING BRACKET (2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP (2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP (2) HOT UNE CLAMPS, AND (1) JUMPER TO TAP (4) HOT UNE CLAMPS, AND (2) JUMPER TO TAP (2) HOT UNE CLAMPS, (1) JUMPER TO TAP, (1) PIN -TYPE INSULATOR, PIN, AND MOUNTING BRACKET DEPT LT WORK DESCRIPTIONS I.D. PROJECT 10646 V1WF 101611/03 INSTALLATION DETAIL 1(2) HOT UNE CLAMPS, (2) # CU JUMPERS, AND (1) 100A CUTOUT 1(2) HOT UNE CLAMPS, (2) #6 CU JUMPERS, AND (1) 100A CUTOUT 1(3) HOT UNE CLAMPS, (3) #6 JUMPERS, (1) 100A CUTOUT, AND (1) PIN -TYPE INSULATOR AND PIN 1 REBUILD TO PF 1 12 SPECIFICATIONS, MOUNT EQUIPMENT BRACKET WHERE SHOWN 1(2) STIRRUPS, (4) HOT UNE CLAMPS, (4) #6 JUMPERS, AND (2) 100A CUTOUTS '(2) HOT UNE CLAMPS, (2) #6 JUMPERS, AND (1) 100A CUTOUT REBUILD TO PF 1 13 SPECIFICATIONS 1 (6) AMPACTS, (6) 336 AAC JUMPERS, (3) 200A CUTOUTS, AND (6) PIN -TYPE INSULATORS AND PINS (1) STIRRUP FOR CENTER PHASE, (8) HOT LINE CLAMPS, (8) #6 JUMPERS, (3) 100A CUTOUTS, AND (2) PIN -TYPE INSULATORS AND PINS REBUILD TO PF 1 13 SPECIFICATIONS UTIUZING EXISTING STIRRUP 'REBUILD TO PF 1 13 SPECIFICATIONS UTIUZING EXISTING STIRRUP !REBUILD TO PF 1 13 SPECIFICATIONS UTIUZING EXISTING STIRRUP 1(2) HOT UNE CLAMPS, (2) #6 JUMPERS, AND (1) 100A CUTOUT 1(2) HOT UNE CLAMPS, (2) #6 JUMPERS, AND (1) 100A CUTOUT 1(2) HOT UNE CLAMPS, (2) #6 JUMPERS, AND (1) 100A CUTOUT 1(4) HOT UNE CLAMPS, (4) X16 JUMPERS, AND (2) 100A CUTOUTS !REBUILD TO PF 1 12 SPECIFICATIONS, MOUNT EQUIPMENT BRACKET WHERE SHOWN C OF POR ANGE.-ES SYSTEM PROTEC �0\1 � 33 38-AR-02 C B A A i 41 58 -EP -02 BA ' C fI�EAD 34 35 0 05 29 -GP -06 38 -GP - 38 -EP -05 C B A \ IIIHT I 1 I SEE SPEC. PF 1 13 42 57 -FR -01 C N ` A B N N A 43 61 -AP -10 O N B A B C A B 44 62 -GV -01 C NBA SEE SPEC. PF 1� 12 106 WF 1016111[13 SHEET OF 7 LT M POLE DETAILS 39 4D 37 38 58 -DP -02 40 -AP -08 41 - 40-BP-10 41-OS C B A C SEE SPEC. PF 1 13 � � r ' SEE SPEC, PF 1 13 SEE SPEC. PF 1 13 DEPT 1.D PROJECT ` ms s 17 27 -ET -06 C B N A i A B N C B C - Y OF POR ANGEES • SYSE VI PRO - EC - ON 25 28 -FT -02 C N B A A B N 18 26-EQ-03 AB NC I .k 0 28 -GT -02 CN BA it C 19 26 -FT -03 CN B A 27 39 -AT -02 CN BA i I e B N C N 28 39 -BT -02 CN BA N SHEET 6 29 3 9 -CT -02 C N B A B N OF 7 SEE SPEC. PF 1 12 30 27 -DQ -01 C N Lu. F'KVJtI..I LT 10646 WE 101611/03 POLE DETAILS 23 26 -BP -12 27 -BT -12 CN BA SEE SPEC. PF; 1 12 ( 31 27 -EP -01 AB NC SEE SPEC. PF 1 ;12 C B B 24 28 -CT -02 CN BA 1 I I 32 27 -GR -02 C B A Ticr A B C ATTACHMENT D CITY OF PORT ANGELES CONSTRUCTION STANDARDS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date' 7/09 Appd. Eng' TJI System Protection 26.5' i 26• T 11 12' TOP VIEW 21.5' 24' 48' 1 50' SIDE VIEW DEADENDS TANGENTS 1 14' TYPICAL 9' CROSSARM DETAIL CUTOUT PLACEMENT CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATI ❑N Date: 3/2007 Appd. Eng: TD Appd. Ops: JK Revised: 7/09 CUTOUT C NUMBER 2 INSTALL IDENTIFICATION TAGS ON STREET OR ALLEY SIDE OF POLE 3 4 64AQ 101 POLE NUMBER 6 FT 1. Clamp, hot tap, bronze #8 -2/0 2. Cutout, 200A 15 KV 3. Bracket, cutout, mounting 4. Wire, #4/0 AAC 10 FT ITEM QUANTITY 1 1 1 10 FT CUTOUT /JUMPER ASSEMBLY 200 AMP CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Fl STOCK No. 285 097 00005 285 028 00004 285 078 00001 280 016 00011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 oMOOZ 1 1 Sheet 1 of 1 NOTE. 1 See ES 0 04 for maximum line angle 2 Orient spring washers to cross grain. 3. Cutout only required where main conductors are larger than tap conductor. ITEM MATERIAL c Bolt, machine, 5/8" x 12" d Washer, 2 1/4" x 2 1/4", flat dl Washer, curved, 3 -1/4" k Insulator, suspension, 15kV extended I Clamp, Deadend P Clamp, hot tap aa Nut, eye, 5/8" of Cutout, distribution, fused, 100A eq av aw2 za Note: PF 3 02 Shown as existing. Other three -phase or single phase assemblies may be used. Date: 1/08 Appd. Eng: Appd. Ops: Revised: 2/09 12" 1 60" M Cutout mounting bracket #6 CU Solid Washer, spring, 5/8" Eyelet, 5/8 ", straight, oval Add d1 4 9" CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION aa QTY 3 1 2 1 1 2 1 1 1 SINGLE PHASE OVERHEAD TAP Position of guy when required av Position of guy when required Note: Guy angle of top down guy must be Less than 39 degrees (4:5 guy lead ratio). Install fiberglass guy strain insulator in top down guy. STOCK # 320 020 00015 320 092 00001 320 092 00003 285 074 00011 285 097 00002 285 097 00005 320 043 00001 285 028 00001 285 078 00017 10' 280 016 00006 3 320 092 00010 1 320 043 00005 Sheet 1 of 1 PF 1 12 10 4 ,_ 4 . cm Date: 12/07 Appd. Eng: Appd. Ops: Revised: 2/09 ek ALLEY SIDE NOTE: 1. See ES 0 04 for maximum line angle 2 Orient spring washers to cross grain. ITEM MATERIAL a Insulator, pin type (12 47/7 2 kV) c Bolt, machine, 5/8" x 10" f Pin, arm, short shank, 5/8" aw2 Washer, spring, 5/8" of Cutout, Fused, 100A cm Neutral Bracket eq Bracket, fiberglass, insulator /equipment av #6 CU Solid Jumper ek Hot Line Clamp I iq 11. 4 .v 411 , i ° -:1-H-* CITY OF PORT ANGELES ALLEY TAP 1- PHASE 12.47/7.2 kV ELECTRICAL ENGINEERING SPECIFICATION av av ek QTY STOCK # 1 285 074 00031 2 320 020 00014 1 285 074 00038 2 320 092 00010 1 285 028 00001 1 Std N001 or N 0 02 1 285 078 00017 12' 280 016 00015 2 285 097 00005 Sheet 1 of 1 PF 1 13 apt avt" L{ apt C Oate. 7IQ9 Appd. Eng: TJO System Protection 22 -GP -04 DOUBLE DEADEND, CROSSARM THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION apt/ �avt A Sheet 1 of 2 PF3O Modified 22 -GP -04 ITEM MATERIAL QTY STOCK # a Insulator, pin type, phase (12.47/7.2 kV) 5 285 074 00031 k Insulator, suspension, 15kV 4 285 074 00010 k1 Insulator, suspension, 15kV extended 2 285 074 00011 b Pin, pole top, 20" 1 285 074 00038 c Bolt, machine, 5/8" x 12" 3 320 020 00015 cl Bolt, machine, 5/8" x 22" 1 320 020 00020 d Washer, 2 1/4" x 2 1/4", flat 15 320 092 00001 as Eye Nut, 5/8" oval 6 320 043 00001 f Pin, crossarm, steel, 5/8" x 5 3/4° 4 285 074 00039 9 Cross arm, wood, 3 1/2" x 4 1/2" x 10ft 3 540 091 00008 i Bolt, carriage, 1/2" x 7" 2 320 020 00045 awl Washer, spring, 1/2" 2 320 092 00011 aw2 Washer, spring, 5/8" 9 320 092 00010 bi Gain, pole, 4" x 4" 1 285 074 00013 cu Brace, wood 36" 2 540 091 00005 n Double arming bolt, 5/8" x 22" 2 320 020 00034 apt Stirrup & Hot Line Clamp 1 285 097 00005 ap2 Ampact Connector, 336 -4/0 6 285 097 00057 av1 4/0 aac Jumper 6 280 016 00011 av2 #6 cu Solid Jumper 2 280 016 00015 aft Cutout, 100A 1 285 028 00001 af2 Cutout, 200A 3 285 028 00004 Date: 7/09 Appd. Eng: TJD System Protection DOUBLE DEADEND, CROSSARM THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 PF307 Modified