Loading...
HomeMy WebLinkAbout4.649 Original ContractFor information regarding this project, contact: Eric Wairath, City of Port Angeles 360 417 -4806 2010 Water Main Replacements PROJECT MANUAL for 2010 WATER MAIN REPLACEMENTS PROJECT NO. WT 02 -2006 Cr pORT ffilem t S ANA CITY OF PORT ANGELES WASHINGTON APRIL 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES ORIGINAL #1 1 June 3, 2010 TO Henderson Partners, LLC 11302 Burnham Drive NW Gig Harbor, WA 98332 PROJECT Description 2010 Water Main Replacements, Project WT 02 -2006 The Owner has considered the bid submitted by you for the above described work in response to its Advertisement for Bids dated May 25, 2010. You are hereby notified that your bid, including Additive No.1, has been accepted for items in the amount of $308,592.04. You are required, as stated in the Information for Bidders, to execute the contract and furnish the required Contractor's Performance and Payment Bond and certificates of insurance within ten (10) calendar days from the date of this notice to you. Two copies of the contract are enclosed for your execution and return. If you fail to execute said contract and to furnish said bonds within ten (10) calendar days from the date of this Notice, said Owner will be entitled to consider all of your rights arising out of the Owner's acceptance of your bid as abandoned and as a forfeiture of your bid bond. The Owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the Owner Dated this 3rd day of June, 2010. CITY OF PORT ANGELES NOTICE OF AWARD CITY OF PORT ANGE ES By Title ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged this b day of JUtn2 20/6 SIGNATURE Print Name Title inl Yte, Y 1 14€4 4 v Please return signed original to the City of Port Angeles Public Works Utilities Department, attn Eric Wafrath, Engineering Projects Supervisor cc: City Clerk N \PROJECTS \WT06 -02 Biannual Water Main Replacements 2009 \14 Award NTP\Award wpd City Enaineer Project Engineer 2010 Water Main Replacements PROJECT MANUAL for 2010 WATER MAIN REPLACEMENTS PROJECT NO. WT 02 -2006 -oG st \IIIIII/ 1*( 0KS AN CITY OF PORT ANGELES WASHINGTON APRIL 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES S stant orney PART I BIDDING REQUIREMENTS: Paae No(s Advertisements for Bids 1 -3 Information for Bidders 1 -4 Bidder's Checklist 1 -5 Non Collusion Affidavit 1 -6 Bidder's Construction Experience 1 -7 List of Proposed Subcontractors 1 -8 Bid Form 1 -9 -12 Bid Security Transmittal Form 1 -13 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11 -1 -5 Contract Bond 11 -6 Escrow Agreement for Retained Percentage 11 -7 Certificate of Insurance (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Request For Information (RFI) and Construction Change Order (CCO) Forms C. Contractor's Application for Payment Form D. Request for Approval of Material Form E. Request to Sublet and Subcontract Certification Forms F. Amendments to the Standard Specifications G. Project Plans 2010 Water Main Replacements TABLE OF CONTENTS 2010 WATER MAIN REPLACEMENTS PROJECT NO. WT 02 -2006 2010 Water Main Replacements PART I BIDDING REQUIREMENTS ADVERTISEMENT FOR BIDS 2010 WATER MAIN REPLACEMENTS PROJECT WT 02 -2006 City of Port Angeles Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. 0. Box 1150, Port Angeles, Washington 98362, until 1:30 PM, Tuesday, May 25, 2010, and not later, and will then and there be opened and publicly read at that time in the Jack Pitts Conference Room for the construction of the following improvements: Water Main replacement work and service connections in several locations in the City including disconnection of water services from Dry Creek Water Association water main and connection to the adjacent City water main. The City Engineer's estimate for this project is between $200,000 and $400,000. The time of completion (performance period) for this project is 35 working days. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: /www.bxwa.com. Click on: Posted Projects "Public Works "City of Port Angeles Bidders are encouraged to "Register as a Bidder", in order to receive automatic 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). All questions regarding the plans and specifications shall be submitted in writing or electronically to Eric Wairath, Project Manager, at ewalrath @cityofpa.us. 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 Publish: Peninsula Daily News [dates 5/09/10 5/16/10] Cc: NPBA 2010 Water Main Replacements INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the Project Manual. All blank spaces for bid pnces 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 Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. if all bids are rejected, the City may elect to re- advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. 2010 Water Mam Replacements BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract To be executed by the successful bidder and the City. B. Performance and Payment Bond To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number, and address of surety and power of attorney of skinatorv. C. Insurance certificate(s). 2010 Water Main Replacements STATE OF WASHINGTON COUNTY OF Aiks)h 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 2010 Water Main Replacements #oivaort1.4 Y L, y "VP A t N•ol si410,202 '4,00 aomesm NON COLLUSION AFFIDAVIT a t u re of BiKler Contractor c 6 day of O Notary Public in and for the State of Washington. Residing at c7 4-1-it. `60 A v ia- aoia2., My Comm. Exp.: ,Page 8 Non Collusion Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com Always Verify Scale 20/0. I I BIDDER'S CONSTRUCTION EXPERIENCE I Answer all questions and provide clear and comprehensive information. 1. Name of bidder: PAO --P DVI PCB vhieifs, Lu' Registration Number: N FN DE' 1 Q I 2. Permanent main office address: IMO?. exl,,dajlatalig Alj.,) CI i ca. t- kri.vlocw WA °19,9393:), 3. When organized: ROCY5 km I 4 5. Where incorporated 1 //4 How many years have you been engaged in the contracting business under your present firm name? 4✓6 I 6. Contracteon hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. Vzw► 'DV 52tu0C.lt1 it 102. 6 1 4 60 MAry- .17oveA4 G€ 3ISO 559 Ltoici t jolts 9iiiij a .c, �z ,..I (P, 4 i (49 L1 i& vt F e lovthit.z0 G -25 qt./2_13./3 ikulervz.010 I ii vi'i Leaf-PeAd,lbprnu2t 11, ro &AI A/WA i) JO(P•1lo` 2,11-% Juni_tOt 7. General character o UGc� f work performed by your company. E 1Ok? c4 (,1 Ofi /i He koc«,( afld Sr4' L/i /devc. eorie,i ->°E, eclio( II )n,ot rr ina 8. Have you ever failed to complete any work awarded to you? NU If so, where and why? 9. Have you ever defaulted on a contract? A/D 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. A ke`tne5 NVAAA v Wat P v- n P h la(eintrlk l Goo, Sepi'- Zoo (-5e.o 4t Rowvaxo Amo M- 0 .6522- tit -eA "Atli vt JAI 11 S. C)oD „Ob. (t uvl tic v G �u its i� 1 i 1,n y 9-3 .01-1 rl_ apic- Colt I hNvtcnr��{ie5 6taci uv�i �n (Ina �6 OOD fat I 1 e. Pat. 1 7 5 3t 7 d ✓-tn ove- �rv►v vn2�t f� t Q1�r� Rrl rnpvaue.t ic 3 Rt alk. NltiSavtC1l t=vri netvf2 %o Ya9.• yrpia 11. Add separate sheets if necessary. List your major equipment available for this contract: j")ol C-1 1 Y 315C,C. E X Oa) i-Ot loads- vtA Peaacs c X P C. I too EX atom, h- c V Iq4 4 1q41. G nd 1'S5 12. Experience of bidder in construction similar to this project in work and importance: a S c.1OU C&41 wee dam co v veA4.rvl tau Conrx- PI.i -e c( O,v e Lt-- I n.{v o t,u1. (1)e dtctVe- oc. eo_s-, -o run let -t.ed mru vt (A)G A --bAl` aJi wcufeA Ii rt- v LM4'vtevlf t I a.n A- Ovb, P tA- 13 Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? ye s The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date 5 L l 2010 Water Main Replacements Bidder's Signature: Print Name. Title: g/0 DiaJ t Page 9 Bidder's Construction Experience Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com Always Verify Scale Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name 2010 Water Main Replacements. Project WT 02 -2006 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non- responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed 2010 Water Main Replacements 1 BID Project ���V����-����X FORM ���Uo�=� Page 1 of 4 Honorable Mayor and City Council Port Angeles City Hail 321 East Fifth Street Port Angeles, WA 98362 BIDDER: l'i REGISTRATION NO.: L LeDE PLA g.aitA DATE: 5 in UB|NUMBER: "na 0 aq STATE EXCISE TAX NO• 29-a?)3--- EMPLOYMENT SECURITY NO: Lj The undersi ned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the hid 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 Pr ject Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: c N Ome� S \LoD() ���i uw� e�� Surety addreYs -T� `C�{4. `~�4��� Surety Contact and Phone Number 2010 Watcr Main Rcplaccracnts (kte_ Agent k�\ �����m �u'^u0� 4 Agent Address 9AI{7a- 2��x� ��6~ Agent Contact and Phone Number Page 11 Bid Form Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see vvww bxwa corn Always Verify Scale Standard ITEM Specification DESCRIPTION Water Main Replacements (A) 1 -04 I MINOR CHANGE 2 1 -07 SPILL PREVENTION CONTROL PLAN 1 09 I MOBILIZATION 1 -10 I TEMPORARY TRAFFIC CONTROL 31 4 16 17 I 18 BID FORM Project WT Page 2 of 4 (A) West Fifth Street "A" Street to (A) East Fifth Street Chambers Street (B) Dry Creek Water Disconnects US 101 5 7 -09 PVC PIPE FOR WATER MAIN 2 IN. DIAM. 6 7 -09 DUCTILE IRON PIPE FOR WATER MAIN 6 IN DIAM. 7 7 -09 DUCTILE IRON PIPE FOR WATER MAIN 8 IN. DIAM. 8 7 -09 DUCTILE IRON PIPE FOR WATER MAIN 12 IN. DIAM. 9 7 -12 GATE VALVE 2 IN. 10 I 7 -12 GATE VALVE 6 IN. 11 1 7 -12 GATE VALVE 8 IN. 12 I 7 -14 HYDRANT ASSEMBLY 13 7 -15 SERVICE CONNECTION 1 IN. DIAM. 14 I 8 -01 INLET PROTECTION 15 I 2010 Water Main Replacements 8 -02 I ROADSIDE RESTORATION 1 -09 1 -10 7 -15 Dry Creek Water Disconnects (B) I MOBILIZATION TEMPORARY TRAFFIC CONTROL I SERVICE CONNECTION QTY. UNIT 1 F.A 1 L.S. 1 10 I L.S. L.S. L.F. 450 L.F. 540 L.F. 10 L.F. 1 2 1 I 43 02-2006 `C" Street and to Liberty Street Fairmount to Eclipse I EACH I EACH I EACH I EACH EACH 10 I EACH 1 L.S. 1 I L.S. 1 I L.S. 7 I EACH UNIT PRICE AMOUNT 5000 00 I 30,66 39.00 37. /b/.0 /x400.Ocn g /0,0x1 433ooI Sub -Total Tax (8 4% of Sub Total) Total Bid (A) /000.0 500 -00 Sub Total Tax (8.4% ofSub- Total) Total Bid (B) Total Base Bid (A -i-B) I Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com Always Verify Scale $5,000.00 i 00.00 I500000 5 1 0(D.Od. 300 ,od s340. l9. q% CO 610/ �a9,o6 ,24(r OO R_M,0 4 -500 00 /0 553 -oil 750 00 7 5o0 o0 1 I 0 0 I /4, 773.v4 I a/�y /00000 /.000. 00 I 0,500,Uil /02,6'00 1056 00 /33 550.001 a3c. ON). ail 1 1 1 1 1 1 1 1 1 1 1 1 1 16 I 1 -04 17 1 1 -09 18 I 1 -10 19 7 -09 20 7 -15 21 I 8 -01 8 -02 22 2010 Water Main Replacements BID FORM Project WT 02 -2006 Page 3 of 4 Additive No. 1 West Eleventh Street "A" Street to "C" Street Additive No. I MINOR CHANGE 1 F.A. I MOBILIZATION I 1 L.S. I TEMPORARY TRAFFIC CONTROL I L.S. DUCTILE IRON PIPE FOR WATER 10 L.F. MAIN 8 IN DIAM. SERVICE CONNECTION 1 IN. DIAM. INLET PROTECTION I ROADSIDE RESTORATION 1500.00 ?500, Go 75'0,001 3 5(le O d 4 EACH 75_ao1 L.S. 1 a 600_001 Sub -Total Additive No. 1 15 EACH 'Page 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale 1 1 $1,500 00 6C1.).0 0 l -2,660, 00 i 500 00 3x3. 0c) I L20043,00 7a,5O0. Od Tax (8.4% of Sub- Total) 6,,094.. d 61 Total Additive No. I 7 %5g0 o0 I No. of Additional Working Days for Additive No. I BID FORM Project WT 02 -2006 Page 4 of 4 ADDENDA ACKNOWLEDGMENT AND RESPONSIBLE BIDDER CRITERIA The bidder hereby acknowledges that it has received Addenda No(s). to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. n Bidder's firm name PVII�.PV YI PaVtile 'S: L_LO_ Complete address _Al 0Vl'ika I 4_ NW 1 (1 AGt.090 tAl 9. s (Street address) J (State) (Zip) Telephone No. ot�i J. 5 Current Contractor's Registration No. RN OE PEA o Q Current UBI No. (400. c b?) t J oay Current Industrial Insurance Acct. No. Po 00 Current Employment Security Acct. No. y jq '1000( Current State Excise Tax No. acG1) aag3- -5 a oZ I By signing below the bidder acknowledges it has received any and all Addenda and represents it is not disqualified from bidding on this Contract Signed by Printed N De? is A Title 0.4 Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. 2010 Water Main Replacements I Page 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa corn Always Verify Scale Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of which amount is not less than five (5%) percent of the total bid, KNOW ALL MEN BY THESE PRESENTS: American Contractors That we, Henderson Partners, LLCes Principal and Indemnity Comoa nor as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of ive Percent (5 of Attached Bid Bond 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 2010 WATER MAIN REPLACEMENTS PROJECT WT 02 -2006 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, Princi Dated: SIGNED, SEALED AND DATED THIS 25th day of May 20 10 201D W alcr Main itcplaccmcnls Page 15 Bid Security Transmittal Form Surety Karen Ingram A$arney in Fact 601 S. Figueror uit 1600 Los Angeles, CA 90817 Surety address Adam Feinberg 31n-742-6761 Surety Contact and Phone Number Received return of deposit in the sum of BID SECURITY TRANSMITTAL FORM SIGN HERE BID BOND Hentschell Assoc., Inc. Agent 621 Pacific Ave. #400 Tacoma, WA 98402 Agent Address Brad Roberts 253 272 -1151 Agent Contact and Phone Number Bid Bond No.: 100000782344 -06 IIIII ryl III', 11 II I INI Iry =R iP Il lllllllb ll��' ROFATT( EE I� I I I 111" IIIIU01 AMERICAN CONTRACTORS INDEMNIT. COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY I 1 KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United States Surety Company,, =a Maryland corporation ancW.RSi ecialty Insurance i Company; al fexas corporation (collectively,=the I `Companies do by these presents cl=e svn _ute anint: 1 II I I! l Thomas P. Hentschel, Karen=J. Sian, Karen Ingram, Bradl I A. It l b z Is o i Joa I I ne Reinkensmeyer of Tacoma, Washington I its true and lawful Attorney(s) -in -fact, each in their separate capacity if more than one is named above, with full power and authority hereby c n tru_me_� or contracts of e cu acknowledge and deliver any antl alL bonds, recognizances, undertakings ere con err nin -tts name, place and stead Ilull!o gal !IIIloam III I�UI! te II ':'9hIdIIP'i9ill!u does -euceed I ll IIII I N J e ll N i III!*t4 I I mil 1 po!a ride am o rs, endllmee g =tt►e_ bond rid e onsellt ts of sur ety, p ovidin 1 .peniAty I I Dollars This =I werf Attorney shall expire Ni tlidut1ifurthe ction on December a W2012 TEis Power of Attorney is granted under=and authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice- President, any Assistant Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full I power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following I provisions. o 'l Iii III II I III I I ill IIIIII, Attorney n-Euct may b liiven full power a- td_afth fi nd=in thi _r• of and on behaii £�tlie exe u:e, acknowledge and deliver; any andiil bonds, Eo pany liability the eunder, and any such- anstnimnenf�so exte any such Attorne ak l and anyl !II! ail no�t�c documents c Y Y Y nfract sh llllbe binding upon the Company as if signed by =the =President and sealed and effected by the Corporate Secretary Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached II gib d I 1plollIIII' I II fl WIT WH REOF, The Companies ha e I c au >ei this 5 instrument to sr and-theircorpTrrate seals to be=lierefo�affixed =this° r ayof June -809. Tull IIJ II I l I II N I, 11 11 �Jlll lllIIlli I IIIIIIIII�I° 1l State of California I Corporate Seals 1 I I 1 1 Corporate Seals Bond No. Q =67 8 Agenlvo° I I IIIII IIIII` Illlllo'I IIII IIIII AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY County of Los Angeles SS: IIIIIIIII' lllllll By: Ip p �p plllq) II tlllll I I 'd NIQ l I I d mil, I IIIIIIIIlul6 ar, Vice President =0n=this :f5 y� 7une, 2009, befo e' e, IIl,, IIIr111 rrigl t a� I rotary public, personall`yr= appeare aniel P. Aguilar; Vice°Presidenrof— American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument IIII II llli l IN 4 lulu Illlulll re II III II I -certr �znder PENALTY OF PER,���undl�th�h laws -of the State of I Irma th it fY= Calif( fc' the fo' 'going paragraph is= true and correct WITNESS my hand and official seal. II IIIII IllIllllllllllllllllllluu'' 'I °II V. WRIGHT Commission 1826148 Los Angeles ngcin C pppp i,� No ng Calif aornia nty aia f z Lo Signature e (Seal) My _t:ornm tros Dsc 8 8. 2012 dl (I IIIII II III (I I I II t c III CCCC ri s Indemnity p r UnirettStatesSnrety Com U S. Specialty- 1 'III 1111P "IIIII l 111 'IIII l o'n r "'l A ql ll Insurance Company, do hereby certify I at t�, h4 ove and foregoing is a truecar_ o O Power of Attorney =ezecdted =by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this Th in –0 day oft L7 ql I' I l llllll I I IIIII I Jeannie J. Kim, Assistant Secretary c•nducted regulations, Information sn corn lance rovad d D par me tL!c sing t� Dui HENDERSON PARTNERS LLC NARROWS PACIFIC CONSTRUCTORS 11126 VIPOND RD NW GIG HARBOR WA 98329 TAX REGISTRATION INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE CITY LICENSES /REGISTRATIONS: GIG HARBOR GENERAL BUSINESS REGISTERED TRADE NAMES: NARROWS PACIFIC CONSTRUCTORS Tfi'�licen fished B.y tithe a p phis or he nowle I appiicabie Wash ab +ve has •een issu d the +usiness egistra s o licenses his docume t tth lice see ce ti ies� 'p eye licenses was eompiete true nd c urate� i e e r and at business wt11 1 on state ciun y and U Un n fi d &mules ID 602 X834 X02 UsXR SS Ippatironi Expires:~ 05 731 =2011 V) EC 0 F U J Ets N O 3 N Hi W U Z M Z Q o Et u. 0 d U 3 a Zaao .4. VI N W Z H U Z C Z K O O Z W H(A HZ H Z O F -1 la CC N S O hi I I6 2 5-052-000 (8/97) DEPARTMENT OF LABOR AND INDUSTRIES REGISTERED AS PROVIDED BY LAW AS CONST CONT GENERAL REGIST. EXP. DATE, ccor HENDEPL922MQ 07/18/2010 EFFECTIVE DATE 07/18/2008 HENDERSON PARTNERS LLC 11302 BURNHAM DR NW GIG HARBOR WA 98332 II 1 I 1 I 1 I 1 I I I 1 I I 1 I I I I 1 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate th j day of SUrve. 20((3 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 0 ',Ind .61f OVt patir +VIP1rC a I-- \./C hereinafter referred to as "the Contractor." WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scone of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: 2010 Water Main Replacements, Project WT 02 -2006 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 2010 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and /or Special Provisions, hereinafter referred to as "the standard specifications and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within fifty (50) working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. 2010 Water Main Replacement 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 contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall document compliance 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 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. 2010 Water Main Replacement II -2 A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the 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 insurance coverage shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications Division 1- 07.18. A. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. B. Subcontractors 8. Compliance with Laws. The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 2010 Water Main Replacement 11 -3 9. Non Discrimination. Non discrimination shall be in accordance with and as described in the Washington State Department of Transportation Standard Specifications and the Special Provisions Division 1- 07.11. 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. This Contract shall be administered by C ifLt S+ c j 3rc ee v' on behalf of the Contractor and by Eric C. Walrath. Project Manager. 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: lAff1aerSOY\ ?ark La �1�02 6vrnhawl. M OcoilsoY vJA °1V332- 12. Interpretation and Venue. City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 2010 Water Main Replacement II -4 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: gxso» lark ntrs LL. Name of Contractor By: Title: (�w n-2,x 1 kvl tM (teeY 2010 Water Main Replacement I1 -5 CITY OF PORT ANGELES: B ayor Atroved as to Forjn: City ttorney Attest: KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Henderson Partners, LLC as Principal, and American Contractors Indemnity Company a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of 308,592.04 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at t") A Washington, this 'day of June 20 9. J The conditions of the above obligation are such that. WHEREAS, the City of Port Angeles has let or is about to let to the said Henderson Partners, LLC the above bounded Principal, a certain contract, the said contract being numbered WT 02 -2006 and providing for 2010 Water Main Replacements (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth, now, therefore, If the said Principal, Henderson Partners. LLC shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this 7th day of June American Contractors Indemnity Company Surety BY Karen Ingram Attorney in Fact Title CITY OF PORT ANGELES Project No 06 -21 CONTRACT BOND Bond to the City of Port Angeles Bond 270421 20 10, 601 S. Figuerora #1600 Los Angeles, CA 90017 Surety Address Henderson Partners, LLC Principal By °I/JAW Title 621 Pacific Ave. #400 Tacoma, WA 98402 Agent Address Adam Feinberg 310 242 6261 Brad Roberts 253 272 1151 Surety Contact and Phone Number Agent Contact and Phone Number 11 May 2008 q 1' I I !1 111 11 1 1 1 1111 1 11 11 'dll 10,, 11 11414111 1,11111,,, 111111,m 1 Illp W, ER OF ATTO1tNEY 'll 111 i 1 lollop j1' I'd du, d1 irh,1111,0 1 Corporate Seals- ocrok t 1 I Corporate Seals Bond No. a-► of-t Agenoy_No -°1130( AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United States Surety _Company; -a. Maryland corporation =and J:s� ecialty Insurance IIIIIICo I mpa ll ny;!I a Texas corporation (collectively, =the_ =`Companies-) lO by =these presents3 nstitut =aniI= apoint: ,I II III III !IIII i 0 111'111 l 1 0 4 IIII 1140 of Tacoma, Washington 1 Thomas P. Hentsch Smith, Karen Ingram, its true and lawful Attorney(s) -in -fact, each in their separate capacity if more than one is named above, with full power and authority hereby name, place stead, to execute; acknowledge and deliver any and_all_bonds, recognizances, undertakings_ umen Sulu d1111 81111 k 11 ortit instrts or contracts of tyshipl to include riders, amench cents, n d= c onsents of surety, providing the bond` penalty= does =not exceed II 11111h11111II41111111 dllllllllll' Illh ul *u*m*i,®,ne Million Dollars *I This =P r =o y f Attorne shall ex p fu er' irelua ithb t i rtlie Boa io ,;=2 n on December 8O 1 Tfis Power of Attorney is granted under and by authority of the followin g resolutions the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice- President, any Assistant Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company subject to the following_ provisions. °gplaul 111911II IIIIIUI] iJ IIII r Ilill4dllb 'QI141JIO11 III IIII1111 Idlhdli,Id 6dh,m °A reco izances ttorney_n- -Fact may be_given full power d- authority for=_andlin the name of and on behalflofltNe Company,Itolexecute; acknowledge and delivea any= andall--bonds° contracts; a reements or mdemni and -other -iconditianaLa obligatory undertak' 1 p ns liability thereunder, and any such =ii ummntss; o extented by an such A ttorney -ids F'aet lick lb aia�gl °oticen the documents as if d b tmmatmg_th Com t shall be bidding upon the Cumpany as if signed by °the President and sealed and effected by the Corporate Secretary Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate beanng facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertakine.to which it is attached a °I on, gI1v1' p41111 1111144 V @14111,1 IIIIfIIIV, 14i'd'li'1IIII' Idllidhdll ItlP' i -1N =W_ --ITNESSVI-IBREOF, The Co „panies �!hav„e caused) thi 1= 5 day=of .Tune; 2009. 1111 I Ilil1 IIIIIII1� IIIII" 4hIIIIIl1111 lllu'llil 11'11 AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY State of California instrument to be_signnd and their cor -rate seals to be_hereto_affiked, =this wINW, 1 1 1 1 111 11 1 1 ,111111111111111111110lll0'11 11 '14g II gUlh i ll m l 16 1 11 ti 1 j1111111 1N�1 1h1,4i111 h,.'�1m1 l l l i,dlli, 1 '11 1" B i 111 III��II1 Daniel' Vice President County of Los Angeles SS: I9pu IIII U4' 1,114 tl'I I' II i I II 111 1 11 1 11111 OnAfiis=1 -5 d= af cOune, 2009, before me, ,1 ?liY'nght, a notary public, personally= appeared=Daniel P. Aguilar, Nice of Ilid1611116�� American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of which the person(s)_acted, executed the instrument 4IIIIIII'II PgIUIp 7_ 11 146 ,11 1 II VIII °11 11 11 lul 111 11 a g lllll IIII IP' _I- certify_ -under PENALTY OF PERIL t=Y_under-the_ laws of the State of Calllilforniallllltllhat the foregoing paragraph is -true and= correct_"__ WITNESS my hand and official seal.— V. WRIGHT ssion 1828118 tom' Notary colon 1028148 California F z Los Angeles County Signature 1 (Seal) MV- Comm..E. oa Doc 8.2012 t 1, o1'p'11u111u'u IOlplglll IIII q uullq II IlOI Commi lull 1i1 American u6 dulldl,1' 11[11 1[:,,, UIIh11111 1 Jeann e=J.Xim_Assistant Secretar� i nto ntn Indemnity C U Company and U.S. Specialty I II o t =Insurance Company, do hereby certify'llt' e1l,abov andll�foregoing is a true and°correet= copy >of a -Power of Attorney „_executed by said e1, Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witne Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 5, 1' llllq II 1111” 1 oIIIIp11III 111111 11111 I I� I I VI' q II u 1 III Jeannie J. Kim,_ Assistant Secretary of =u ab► I I,Ill I� U '111111141, d 9 II 111,,III111111h PRODUCER (253)272 -1151 FAX (253)272 -8953 Hentschell Associates, Inc. One Pacific Building 621 Pacific Ave., Suite 400 Tacoma, WA 98402 INSURED INSR 4DD' POLICY EFFECTIVE POLICY EXPIRATION I LTR TYPE OF INSURANCE POLICY NUMBER DATE (MM!OD!YY) DATE (MM/DO/YY1 GENERAL LIABILITY CCP654246 05/14/2011 05/14/2011 I A B D ACORQ CERTIFICATE OF LIABILITY INSURANCE Henderson Partners, LLC 11302 Burnham Dr. NW Gig Harbor, WA 98332 X X COMMERCIAL GENERAL LIABILITY I CLAIMS MADE I X J OCCUR WA Stop Gap GEN'L AGGREGATE LIMIT APPLIES PER POLICY n MT JEC AUTOMOBILE LIABILITY X X X X X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS See below for X Physical Damage GARAGE LIABILITY ANY AUTO EXCESS /UMBRELLA LIABILITY CERTIFICATE HOLDER OCCUR I CLAIMS MADE DEDUCTIBLE RETENTION I 1 LDC WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes descnbe under SPECIAL PROVISIONS below OTHER Scheduled Equipment C Hire /Rent /Lease 24CC2810161 QT6602806N865TIL10 DATE (MM!DDIYYYY) 06/07/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC INSURER A I INSURER B INSURER C INSURER D INSURER E Century Surety Company I General Ins. Co. of America I Travelers'Prop Cas Co of America! Companion Specialty Ins. Co. 1 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS 05/14/2010 05/14/2011 VUE0911117 02/12/2010 05/14/2011 EACH OCCURRENCE DAMAGE TO RENTED I c o of MED EXP (Any one person) I S I PERSONAL E ADV INJURY I GENERAL AGGREGATE S I PRODUCTS COMP /OP AGG S COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) OTHER THAN AUTO ONLY EACH OCCURRENCE AGGREGATE LIMITS I 0TH. FR S S PROPERTY DAMAGE (Per accident) AUTO ONLY EA ACCIDENT I S EA ACC I$ AGGI$ 1,000,000 50,000! 5,0001 1,000,0001 2,000,000 2,000,000 1,000,000 5,000,0001 5,000,0001 Is Is 1$ WC STATU 1 TORY I IMITS E L EACH ACCIDENT I E L DISEASE EA EMPLOYEE! I E L DISEASE POLICY LIMIT I 05/14/2010 05/14/2011 See below for scheduled $200,000 Hire /Rent /Lease I$ DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS E: 2010 Water Main Replacements, Project WT 02 -2006 :ity of Port Angeles, It's Officers, Officials, Employees and Volunteers are all included as additional insureds per policy forms and conditions (forms attached) 3lanket primary non contributory additional insured and blanket waiver of subrogation applies in favor any person or organization as required by written contract per policy form CGL1816 01/06, CGL1818 11/07 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Bradley Robert s/DRP ACORD 25 (2001/08) ©ACORD CORPORATION 1988 City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362 -0217 City of Port Angeles Certificate issued to City of Port Angeles 06/07/2010 Hentschell Associates, Inc. 06/07/2010 Blanket completed operations additional insured for commerical work if required by written contract per policy form IL12 01 11 85 ACORD 25 (2001 /08) IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. 1 1 COMMERCIAL GENERAL LIABILITY CGL 1817 1107 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE FORM CONTRACTORS COMMERCIAL GENERAL LIABILITY COVERAGE FORM Designated Construction Projects: ALL OPERATIONS OF THE NAMED INSURED. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), which can be attributed only to ongoing opera- tions at a single designated construction project shown in the Schedule above 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products completed operations hazard regardless of the number of. a. Insureds; b. Claims made or "suits" brought, or c. Persons or organizations making claims or bringing "suits CGL 1817 1147 SCHEDULE 3. Any payments made under COVERAGE A for damages shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above 4. The limits shown in the Declarations for Each Occurrence and Damage To Premises Rented To You continue to apply However, instead of being subject to the General Ag- gregate Limit shown in the Declarations, such limits will be subject to the applicable Desig- nated Construction Project General Aggre- gate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under COVERAGE A (SECTION I), which cannot be attributed only to ongoing opera- tions at a single designated construction project shown in the Schedule above' 1. Any payments made under COVERAGE A for damages shall reduce the amount available under the General Aggregate Limit or the Products- Completed Operations Aggregate Limit, whichever is applicable, and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 2 Copyright, Insurance Services Office, Inc 1998 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION PRIMARY AND NON CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following CONTRACTORS LIMITED CLAIMS MADE GENERAL LIABILITY COVERAGE FORM CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART CGL 1816 0106 Name Of Additional Insured Person(s) Or Organization(s): A. Section II Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by. 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply. This insurance does not apply to "bodily injury" or "property damage" occurring after 1. All work. including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or SCHEDULE BLANKET AS REQUIRED BY WRITTEN CONTRACT VARIOUS CGL 1816 0106 Location(s) Of Covered Operations 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. It is agreed that the insurance provided for the benefit of the above additional Insured(s) shall be primary and non contributory, but only with respect to liability for "bodily injury", 'property damage" or "personal and advertising injury" caused, in whole or in part, by 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above Includes copyrighted material of Insurance Services Office, Inc, with its Page 1 of 1 permission. ISO Properties, Inc., 2004 CGL18181107 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS LIMITED CLAIMS MADE GENERAL LIABILITY COVERAGE PART CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE PART Name of Person or Organization: BLANKET AS REQUIRED BY WRITTEN CONTRACT. SCHEDULE The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products completed operations hazard This waiver applies only to the person or organization shown in the Schedule above. CG L 1818 11 07 Includes copynghted matenal of Insurance Services Office, Inc with its permission Copynght 1992, Insurance Services Office, Inc, Page 1 of 1 PART III SPECIAL PROVISIONS 2010 Water Main Replacements III 1 I I I SPECIAL PROVISIONS I The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. I Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: I (date) General Special Provision (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision I General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference I from one project to another is the inclusion of variable project data, inserted as a "fill -in Region Special Provisions are commonly applicable within the designated Region. Region I designations are as follows: Reaions' ER Eastern Region I NCR North Central Region NWR Northwest Region OR Olympic Region I SCR SWR South Central Region Southwest Region I WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they I typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in Project Specific Special Provisions normally appear only in the contract for which I they were developed. INTRODUCTION TO THE SPECIAL PROVISIONS I (July 31, 2007 APWA GSP) I The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2010 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public I Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which I are made a part of the Contract Documents, shall govern all of the Work. 2010 Water Main Replacements III 2 These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: "(May 18, 2007 APWA GSP)" "(August 7, 2006)" WSDOT GSP Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition City of Port Angeles' Urban Services Standards and Guidelines, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 2010 Water Main Replacements III 3 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of water mains and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: DIVISION 1 All references in the Standard Specifications to the terms "State "Department of Transportation "Washington State Transportation Commission "Commission "Secretary of Transportation "Secretary", "Headquarters and "State Treasurer" shall be revised to read "Contracting Agency All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. 2010 Water Main Replacements III 4 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following 1 -02.1 Qualifications of Bidder (October 1, 2005 APWA GSP) Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 2010 Water Main Replacements III 5 1 -02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17 and Contract Provisions Large plans (e.g., 22" x 34 and Contract Provisions No. of Sets Basis of Distribution 2 Furnished automatically upon award 2 Furnished only upon request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following. At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices, extensions, summations, the total bid amount, signatures; date, and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement 2010 Water Main Replacements III 6 A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following Bid bonds shall contain the following 1. Contracting Agency assigned number for the project, 2. Name of the project; 3. The Contracting Agency named as obligee, 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded, 5 Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6 The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions 1 02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read Each proposal shall be submitted in a sealed envelope. with the Project Name and Proiect Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope. or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 1 02.13 Irregular Proposals (October 1, 2005 APWA GSP) Revise item 1 to read: 1 A proposal will be considered irregular and will be rejected if a The bidder is not prequalified when so required, b The authorized proposal form furnished by the Contracting Agency is not used or is altered, c. The completed proposal form contains any unauthorized additions, deletions, alternate bids, or conditions, d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the contract, e A price per unit cannot be determined from the bid proposal; f The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if 2010 Water Main Replacements III 7 1 -02.14 Disqualification of Bidders (September 12 2007 APWA GSP) Revise this section to read: applicable, as required in Section 1 02.6. h The bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02 6; or The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation 1 A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39 04 2 A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids, c. The bidder. in the opinion of the Contracting Aaencv. is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized preaualification amount as may have been determined by a preaualification of the bidder. d An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others. as iudaed from the standpoint of conduct of the work; workmanship: proaress: affirmative action: equal employment opportunity practices: or Disadvantaaed Business Enterprise. Minority Business Enterprise. or Women's Business Enterprise utilization, e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts, g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read. Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2 Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4 A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 2010 Water Main Replacements III 8 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located 7. A copy of State of Washington Contractor's Registration, or Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read* Copies of the Contract Provisions. including the unsigned Form of Contract. will be available for sianature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03 4 Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1 -02.15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1 Be on a Contracting Agency- furnished form; 2 Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4 Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure. a Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material- person, or any other person who provides supplies or provisions for carrying out the work; 2010 Water Main Replacements III 9 5 Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond, and 6 Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner) If the Contractor is a corporation, the bond must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e corporate resolution, power of attorney or a letter to such effect by the president or vice president). 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3 Special Provisions, includina APWA General Special Provisions. if they are included, 4 Contract Plans, 5. Amendments to the Standard Specifications, 6 Current edition of the City of Port Angeles Urban Services Standards and Guidelines, 7 WSDOT Standard Specifications for Road. Bndae and Municipal Construction, and 8 WSDOT Standard Plans for Road. Bridae. and Municioal Construction 1 04.4 CHANGES IN WORK Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, 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 Architect/Engineer by using the RFI form contained in Part IV, Attachments. Definitions: a. RFI: Request for Information b. CCO: Construction Change Order CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes Add the following two new sub sections: 1- 05.4(1) Roadway and Utility Surveys (October 1, 2005 APWA GSP) The Engineer shall furnish to the Contractor one time only all principal lines, grades, and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Slope stakes for establishing grading; 2. Curb grade stakes; 2010 Water Main Replacements III 1 3. Centerline finish grade stakes for pavement sections wider than 25 feet; and 4. Offset points to establish line and grade for underground utilities such as water, sewers, and storm drains. On alley construction projects with minor grade changes, the Engineer shall provide only offset hubs on one side of the alley to establish the alignment and grade. 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. b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval As -built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: 2010 Water Main Replacements III 11 If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required 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. 2010 Water Main Replacements III 12 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05 7 The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled 1- 05.11(3) Operational Testing 2010 Water Main Replacements III 13 It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract 1 -05.13 Superintendents, Labor and Equipment of Contractor (May 25, 2006 APWA GSP) Revise the seventh paragraph to read. Whenever the Contracting Agency evaluates the Contractor's aualifications pursuant to Section 1- 02 1. it will take these performance reports into account. 1 -05.15 Method of Serving Notices (October 10, 2008 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence to the Project Enaineer's office must be in paper format. hand delivered or sent via mail delivery service. Electronic copies will be treated as informational only, and do not constitute official notice Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 2010 Water Main Replacements III 14 Add the following new section 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work This requirement shall apply continuously, and not be limited to normal working hours The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site 1 -07.2 State Sales Tax Delete this section, including its sub sections, in its entirety and replace it with the following. 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1 -07 2(4) are meant to clarify those rules. The Contractor should contact 2010 Water Main Replacements III 15 the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts In some cases, however, state retail sales tax will not be included. Section 1 -07 2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract related taxes have been paid (RCW 60.28 050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1- 07.2(2) State Sales Tax Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work 1- 07.2(3) State Sales Tax Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington, water mains and their appurtenances, sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system, and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception Exception. The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project Such sales taxes shall be included in the unit bid item prices or in any other contract amount 1- 07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 2010 Water Main Replacements III 16 State Taxes Section 1 -07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. Permits And Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Wages (April 2, 2007) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at htto: /www.wdol.aov /docs /sf1444.odf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State 2010 Water Main Replacements III 17 Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Reauirement For Affirmative Action to Ensure Eaual Employment O000rtunitv (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women Statewide Timetable Goal Until further notice 6.9% Minorities by Standard Metropolitan Statistical Area (SMSA) Spokane, WA. SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia, WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 2010 Water Main Replacements III 18 5.4 3.6 Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Eaual Emolovment Opportunity Construction Contract Specifications f Executive Order 11246) 1. As used in these specifications. 2010 Water Main Replacements III 19 a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4 The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total 2010 Water Main Replacements III 20 hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c Maintain a current file of the names, addresses and telephone numbers of each minority and female off the street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. 2010 Water Main Replacements III 21 d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. g. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer 2010 Water Main Replacements III 22 and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8 Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for 2010 Water Main Replacements III 23 women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (September 17, 2007) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non responsive on that basis. 2010 Water Main Replacements III 24 DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. Contractors are encouraged to 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community -based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov /directory/directory htm) or by telephone at (360) 704 -1181. Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race neutral participation. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment 2010 Water Main Replacements III 25 leased by the DBE (except supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race neutral participation. In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count as race neutral participation. Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. 1 A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. Two party checks are not allowed. 2010 Water Main Replacements III 26 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an owner operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner operator is entitled to count race neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner operator situation, as described in paragraphs 5 6 above, the following rules shall apply: A written lease /rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not apply to owner operator arrangements. 2010 Water Main Replacements III 27 Only the vehicle, (not the operator) is leased or rented. Does not apply to owner operator arrangements. 8. In order for payments to be counted as race neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT-0E0 to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT-0E0. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual, course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in 2010 Water Main Replacements III 28 this specification, if the person both owns and operates distribution equipment for the products Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by- contract basis To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT -OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20 April 20 July 20 and October 20 of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. 2010 Water Main Replacements III 29 I I 1 I I I I I I 1 I I 1 I I I I I I In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 1 07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday The telephone number for the One Call Center for this project is 1- 800 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following 1 -07.18 Insurance (May 10, 2006 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or 2010 Water Main Replacements III 30 reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period "tail or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business 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 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s). the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this 2010 Water Main Replacements III 31 Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1 An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits. $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products Completed Operations Aggregate $1,000,000 Personal Advertising Injury, each offence 2010 Water Main Replacements III 32 Stop Gap Employers' Liability $1,000,000 Each Accident $1,000,000 Disease Policy Limit $1,000,000 Disease Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 07.23 PUBLIC CONVENIENCE AND SAFETY Section 1 -07.23 is supplemented with the following: The construction safety zone for this project is 10 feet from the outside edge of the traveled way. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling public. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. In addition to the requirements of Section 1- 07.23(1) of the Standard Specifications, the following provisions shall apply 1 There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer at least one work day in advance of the need to restrict parking within the project limits. The Engineer will notify the Police Department of the required restricted parking. 3 Prior to cutting across driveways and business or parking accesses, the 2010 Water Main Replacements III 33 1 1 Contractor MUST NOTIFY ALL OWNERS AT LEAST 24 HOURS IN ADVANCE. 4 Every effort shall be made to limit restrictions to access of businesses to short periods of time. The Contractor may be required to address business access concerns on short notice. Modification(s) to the contract to compensate the Contractor for changes due to access concerns shall only be made if such change results in an impact on the delivery schedule of more than one day and /or a significant change in labor or equipment requirements. 1- 07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks. and oaths within the project limits, keeping them open, and in good, clean, safe condition at all times Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense The Contractor shall also maintain roads, streets sidewalks, and oaths adjacent to the project limits when affected by the Contractor's operations Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense The Contractor shall perform the following. 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2 Keep existing traffic signal and highway lighting systems in operation as the work proceeds (The Contracting Agency will continue the route maintenance on such system 3 Maintain the striping on the roadway at the Contracting Agency's expense The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5 Keep drainage structures clean to allow for free flow of water Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations 1- 07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay The Contractor shall maintain existing roads, streets, sidewalks and oaths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense The Contractor shall also maintain roads, streets, sidewalks and oaths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all 2010 Water Main Replacements III 34 I I I I I I I I I I I I I I I projects Cleanup of snow and ice control debris will be at the Contracting Agency's expense The Contractor shall perform the following 1 Remove or repair any condition resulting from the work that might impede traffic or create a hazard 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system 3 Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: I I I 2010 Water Main Replacements III 35 I Minimum Work Zone Clear Zone Distance (August 7, 2006) i i Lane closures are subject to the following restrictions: If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend 1- 07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read. Posted Speed Distance' From Traveled Way (Feet) 10 15 20 30 35 mph or less 40 mph 45 to 55 mph 60 mph or greater or 2 -feet beyond the outside edge of sidewalk Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed 1 Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk. or oath during construction, 2 Detour crossings of intersecting highway, and 3 Temporary approaches. 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this 2010 Water Main Replacements III 36 are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established 1 08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 2010 Water Main Replacements III 37 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2 A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7.00 a m and 6 00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7.00 a.m or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7.00 a m and 6 00 p m is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work Permission to work between the hours of 1000 p m. and 7 00 a m. during weekdays and between the hours of 10 00 p m and 9 00 a m. on weekends or holidays may also be subject to noise control requirements Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer These conditions may include but are not limited to• requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time, and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period Assistants may include, but are not limited to, survey crews, personnel from the Contracting Agency's material testing lab, inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence Add the following new section: 1 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) 2010 Water Main Replacements III 38 Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8- hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. Revise this section to read: 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be aiven after the contract has been executed and the contract bond and evidence of insurance have been aooroved and filed by the Contractina Aaencv. The Contractor shall not commence with the work until the Notice to Proceed has been aiven by the Enaineer The Contractor shall commence construction activities on the oroiect site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. Section 1 08.4 is supplemented with the following: The first order of work shall be construction of all work shown on plan sheets W- 3 and W-4. The Contractor shall diligently pursue this work to its physical completion prior to commencing work at any other location indicated in the Plans. 1 -08.5 Time for Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within 35 working days. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days. (1) charged to the contract the week before; (2) specified for the physical completion of the contract, and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the 2010 Water Main Replacements III 39 I Contractor shall file a written protest of any alleged discrepancies in it To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charaed as a workina day then the fifth day of that week will be charged as a workina day whether or not the Contractor works on that day. Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete, and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract The following documents must be received by the Project Engineer prior to establishing a completion date: a Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d Final Contract Voucher Certification e Property owner releases oer Section 1 -07 24 Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 30 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1 09.6 Force Account (October 10, 2008 APWA GSP) 2010 Water Main Replacements III 40 Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 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. 1 09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 2010 Water Main Replacements III 41 3. Materials on Hand 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Traffic Control Management 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.1(2) Description (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide signs and other traffic control devices not otherwise specified as being furnished by the Contracting Agency The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. General (December 1, 2008) Section 1 -10 2(1) is supplemented with the following Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers Employers Training Trust 2010 Water Main Replacements III 42 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 Construction Signs Section 1- 10.3(3) is revised to read: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor, except for the project sign. All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All signs shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the Plans. Construction signs will be divided into two classes Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi- permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. The following Class A signs shall be installed by the Contractor at locations designated by the Project Engineer: "Construction Ahead" "End Construction" "Project Sign" provided by the City Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on 2010 Water Main Replacements III 43 impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Furnishing Class B signs will be in accordance with Section 1 -10 3(3). Payment for setup and take down of Class B signs will be paid for under the lump sum bid item "Maintenance and Protection of Traffic Section 1 -07 23. The condition of the signs shall be new or "Acceptable" as defined in the book, Quality Standards For Work Zone Traffic Control Devices. The Engineer's decision on the condition of a sign shall be final. The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898 -5400, FAX: (703) 898 -5510. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. Measurement (August 2, 2004) Section 1- 10.4(1) is supplemented with the following: The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply Payment Section 1 10.4(1) is supplemented with the following: Payment for "Project Temporary Traffic Control," lump sum, shall include installation and removal of the City provided project sign. The contractor shall provide posts, appropriate fasteners, labor, equipment, and tools necessary for installation of the project sign at a location designated by the Project Engineer and all costs thereof shall be included in the contract bid amount for "Project Temporary Traffic Control," lump sum. 2010 Water Main Replacements III 44 Control Section 5- 04.3(10)B is deleted DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS HOT MIX ASPHALT Construction Requirements Soil Residual Herbicide The first sentence of Section 5- 04.3(5)D is replaced with the following: Soil residual herbicide shall be applied in areas to be paved with granular base Application of soil residual herbicide shall not be required in areas of non- granular base such as paving over cement concrete, asphalt treated base, or controlled density fill. Acceptance Sampling and Testing HMA Mixture (January 5, 2004) Section 5- 04.3(8)A is supplemented with the following: Commercial HMA Evaluation The following HMA will be accepted by commercial HMA evaluation: Commercial HMA for Patching Joints Section 5- 04.3(12) is supplemented with the following: HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. All cold joints, whether they are butt or lap joints, shall be sealed on the surface at the joint with AR -4000. Surface Smoothness (January 5, 2004) The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 2010 Water Main Replacements III 45 DIVISION 6 STRUCTURES CONCRETE STRUCTURES Construction Requirements Commercial Concrete Section 6- 02.3(2)B is supplemented with the following: Where concrete Class 4000 is specified for driveways, acceptance shall be as specified in Section 6- 02.3(5)A for Commercial Concrete. 2010 Water Main Replacements III 46 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS WATER MAINS Materials Section 7 09 2 of the Standard Specifications shall be supplemented by the following: Agency Supplied Materials The contracting agency has the following type and size material to contribute to the project: 396 linear feet of 6" Ductile Iron pipe for water main 396 linear feet of 8" Ductile Iron pipe for water main The material is located at the City of Port Angeles Corporation Yard at 1703 South "B" Street. The contractor shall bear all cost of and be responsible for loading the material and delivering it to the project site. A. All water main pipe shall be ductile iron pipe with flexible gasketed joints and shall comply with the following. DUCTILE IRON PIPE: Ductile iron pipe shall conform to AWWA C151 Class 52 and have a cement mortar lining conforming to AWWA C104 and WSDOT 9- 30.1(1), pressure class 200 minimum. All pipes shall be joined using non restrained and restrained joints. Non restrained joints shall be rubber gaskets, push on type or mechanical joint conforming to AWWA C111. Restrained joints shall be accomplished by the use of either a bolted or boltless system. Mechanical joint retainer glands utilizing set screws or flange coupling adapters utilizing anchor studs will not be allowed. Restrained joints shall be placed at pipe connections that are located within a designated horizontal distance from pipe bends, fire hydrant spools, tees, dead ends, and crosses. The minimum designated horizontal distance that water main pipe shall be restrained from fittings, based on pipe diameters, is as follows: 12" diam. pipe 42" 10" diam. pipe 36" 8" diam. pipe 30" 6" diam. pipe 22" Restrained joints shall be accomplished by the use of either a bolted or boltless system. Mechanical joint retainer glands utilizing set screws or flange coupling adapters utilizing anchor studs will not be allowed. No thrust blocking will be required where adequate joint restraint is used. B. All fittings for ductile iron pipe shall be ductile iron compact fittings conforming to AWWA C153 or Class 250 gray iron conforming to AWWA C110 and C111 and WSDOT 9- 30.2(1). All shall be cement mortar lined conforming to AWWA C104 Plain end fittings shall be ductile iron if mechanical joint retainer glands are installed on the plain 2010 Water Main Replacements III 47 ends All fittings shall be connected by flanges, or mechanical joints, unless restrained joints are required as specified above. C. All pipe and services shall be installed with continuous tracer tape installed 12" to 18" under the final ground surface. The marker shall be plastic non biodegradable, metal core or backing marked "Water" which can be detected by a standard metal detector. Tape shall be Terra Tape "D" or approved equal. D. The minimum cover for all water mains from top of pipe to finished grade shall be 36 inches, unless otherwise approved. Construction Requirements Removal of Existing Street Improvements Section 7- 09.3(4) of the Standard Specifications is deleted and replaced with the following: Removal and disposal of existing cement and asphalt concrete street pavement, curbing, sidewalks, and driveways, including any necessary pavement sawing, concrete coring, and concrete breaking, shall be considered incidental to and included in the unit contract price bid for water main construction. Backfilling Trenches The second paragraph of Section 7 -09 3(10) is deleted and replaced with the following: Backfill above the pipe zone within the roadway shall be controlled density fill. Controlled density fill shall be placed to within 4" of finished grade outside the traveled way (parking lane and shoulder) and to within 6" of finished grade in the traveled way. The remainder shall be filled with hot mix asphalt, placed and compacted per the Standard Specifications, to finished grade. The edges abutting the HMA shall be thoroughly tacked and the surface joint shall be sealed. Connections to Existing Mains Section 7- 09.3(19A) is supplemented with the following. The Contractor shall provide the City a minimum of 72 hours notice prior to scheduling a planned cut -in, live tap or other connection to the existing system. The Contractor shall notify all customers involved or affected by any water service interruption 24 hours prior to interrupting service. The Contractor shall install temporary physical connections, or jumpers, from an adjacent water supply pipe to the existing water service. In certain situations, the City may need to restrict the scheduling of water main shutdowns, so as not to impose unnecessary shutdowns during specific periods to existing customers The Contractor shall bear the cost to install and maintain temporary service connections during service interruptions. The Contractor shall also notify the City of Port Angeles Fire Department before any shutoffs or interruptions of service to fire hydrants or building sprinkler systems Longer than temporary service interruptions to building sprinkler systems may require temporary physical connections, or jumpers, from an adjacent water supply pipe to the sprinkler system. The Contractor shall bear the cost to install and maintain any temporary service connections to building sprinkler systems, if required by the Fire Department. Existing fire hydrants.that are taken out of service shall be bagged by the Contractor. The Contractor will have access and use of City -owned water to perform work required under the contract, and provide employees and subcontractors water reasonably needed for personal consumption during working days of the contract. All water provided to the Contractor will be metered by the City. All material and equipment necessary to provide the metered water, excluding the meter(s), shall be provided and paid for by the Contractor. Meter(s) will be provided by the City Any water used by the Contractor that is not metered by the City will be 2010 Water Main Replacements III 48 deducted from Contract at a reasonable pro -rated commercial rate, based on the amount of water used as estimated by the City Engineer. Section 7- 09.3(19)A of the Standard Specifications is supplemented by the following paragraphs: Not less than 72 hours prior to the time that the extension is partially or fully completed and connection to the City Water System is needed, the Contractor shall contact the City to schedule the connection to the City System. The actual connection to the City system shall be made by a licensed tapping Contractor. The connection shall not be made until the Contractor demonstrates through acceptable test results that the extension has been properly hydrostatically tested and disinfected. It shall be the Contractor's responsibility to field verify the location and depth of the existing main and the fittings required to make the connections to the existing mains. The Contractor shall completely excavate and patch in kind the area where the connection is to be made. Existing water mains indicated on the plans to be abandoned shall be plugged with commercial concrete. The concrete shall be placed within the pipe a minimum distance equal to two times the inside diameter of the pipe to be plugged. Payment The second paragraph of Section 7 -09.5 is deleted and replaced by the following: The unit contract price per linear foot for each size and kind of Pipe for Water Main In. Diam." Shall be full pay for all Work to complete the installation of the water main including but not limited to boring, trench excavation, bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline, and cleanup The third paragraph of Section 7 -09.5 is deleted and replaced by the following: All costs associated with removal and in kind restoration of existing improvements for which there is no specific bid item, connection of the new system to the existing system, removal and cut in replacement of portions of existing water mains, abandoning mains indicated to be abandoned, plugging of mains to be abandoned, removal and disposal of valve boxes, CDF backfill, and haul and disposal of trench spoils shall be included in the unit contract price bid for Pipe for Water Main In. Diam. VALVES FOR WATER MAINS Materials Section 7 -12.2 of the Standard Specifications shall be supplemented by the following: All valves and fittings shall be ductile iron with ANSI flanges or mechanical joint ends. All existing valves are to be operated only by City employees. Valves shall open counterclockwise and shall be equipped with a 2 -inch square AWWA standard operating nut. a. Gate valves shall be resilient seat, double -disc, parallel seat, double "0" ring Stem Seal, or resilient seat modified wedge disk gate valve with epoxy- coated interior, opened by turning counter clockwise. Joints as indicated on the plan, conforming to those specified for cast iron fittings. b. Gate Valves shall conform with the requirements of AWWA C509 -87 for gate valves for ordinary water works service, except as superseded by the following: They shall be iron body with epoxy coating inside and out, resilient seat rubber attached to gate The valves shall be non rising stem, open by turning counterclockwise, and shall be 2010 Water Main Replacements III 49 equipped with standard 2 -inch square operating nuts. Valves shall be equipped with "0-ring" packing. Valves to be Mueller, M &H Kennedy, Clow RNV or Waterous Series 500. c. Valve Boxes shall be cast iron valve boxes, Olympic Foundry VB2B, VB2C, RICH 940A, 940B or equal. Valve box ears shall be installed on valve box lids in line with the main or hydrant lead. HYDRANTS Materials Section 7 -14.2 of the Standard Specifications shall be supplemented by the following: a. The lead from the service main to the fire hydrant shall be ductile iron cement mortar lined Class 52 ductile iron no less than 6 inches in diameter. b. Fire hydrants shall be rated to 250 PSI operating pressure and in all other respects comply with AWWA Standard C502 Standard for Dry- Barrel fire hydrants with 5 -1/4 inch main valve opening, two 2 -1/2 inch hose nozzles (National Standard thread), one 4 -inch pumper nozzle (Pacific Coast Thread) with a Storz" fitting compatable with a 5" Storz hose coupling that meets the NFPA Fire Hose Connection Standard in Chapter 6 of the latest edition of NFPA 1963. The hydrant shall have a 6 -inch mechanical joint shoe connection, with a minimum 42" bury depth. c. Hydrants shall be bagged until the system is accepted and approved. d. Fire hydrants shall be set as shown in the Plans. e. Fire hydrants must be installed, tested, and accepted per Section 7 -14 prior to the project acceptance. The City of Port Angeles Fire Department will flow test the hydrants prior to final acceptance. f. All hydrants shall be painted chrome yellow. Payment The second paragraph of Section 7 -14.5 of the Standard Specifications is revised to read: The unit contract price per each for "Hydrant Assembly" shall be full pay for all costs for furnishing all labor, equipment, tools, and materials to install fire hydrant assemblies where indicated in the plans, including all costs for sawcutting, excavating, auxiliary gate valve, shackles, tie rods, concrete blocks, gravel, painting, and roadway and sidewalk patch in kind required for the complete installation of the hydrant assembly as specified. The connections to water mains and the six -inch diameter water pipe connecting hydrants to water mains shall be considered incidental to the bid item for "Hydrant Assembly SERVICE CONNECTIONS Section 7 15.1 of the Standard Specifications shall be supplemented by the following: 7 -15.1 General 2010 Water Main Replacements III 50 Work in this section includes the abandonment of existing services and installation of water service connections from the water main to, and including, the customer's service meter connection. 3" diameter schedule 80 PVC service sleeves shall be installed for all street crossings of 1" service lines. The service sleeve shall extend from as near as is practical to the main to outside the existing curb line. All existing meters will be protected and reused by the Contractor, unless the existing meter is determined by the Engineer to be unsatisfactory for use in the re- connection. The Contractor shall provide new meter boxes and setters with all new connections and reconnections shown in the plan. The City shall provide new meters when the existing meter is not suitable for re -use. Work shall also include, where indicated in the plans, exposing existing service connections to the Dry Creek Water Association water main, exposing and tapping the adjoining City of Port Angeles water main, and connecting the existing service line to the new tap on the City water main. Closing the tap and disconnecting the service line on the on the Dry Creek Water Association water main shall be the responsibility of Dry Creek Water Association personnel following a minimum 48 hours notice to the Dry Creek Water Association by the Contractor. Materials Section 7 -15 2 is supplemented with the following: For 1" Water Service: A. Water service lines shall be one inch high density polyethylene pipe, copper tube size, minimum pressure class 200 psi Phillips Drisco 5100 Ultra -Line. No glued joints will be accepted on 1" service lines. 1.5" and 2" PVC services may be glued. Service lines shall be installed 45 degrees off the main. Tracer tape and wire wrapped around the pipe shall be installed on all HDPE service lines. B. Service saddles shall be painted ductile iron or nylon coated ductile iron with stainless steel straps and shall be Romac style 101S on 1" tap, 202S on 1.5" or larger tap. Romac 202N Rockwell 313 or approved equal will be required for hot or corrosive soils. All clamps shall have rubber gasket and iron pipe threaded outlets. C. Corporation stops shall be all bronze and shall be Ford Type F -500 or approved equal with iron pipe threads conforming to AWWA C800. Stainless steel inserts shall be used with pack joints and polyethylene pipe. D. 1" meter setters shall be Ford VH74 -12 (Male swivel end) with Mid States Plastics MSBCF- 1324 -18 meter box and MSCBC- 1324 -R lid. E. 3" diameter schedule 80 PVC service sleeves shall be installed for all street crossings of 1" service lines. The service sleeve shall extend from as near as is practical to the main to outside the existing curb line. Measurement Section 7 -15.4 is supplemented with the following: "Service Connection" shall be measured per each. Payment The firsrt paragraph of Section 7 -15.5, Payment, is supplemented with the following: "Service Connection per each The last paragraph of Section 7 -15.5, Payment, is supplemented with the following: All costs associated with removal and restoration of existing improvements for which there is no specific bid item, connection of the new service to the new or existing system, connection of the new service to the existing private portion of the existing service, pavement sawing, boring, excavation and disposal of excavated material, removal of existing meters and meter boxes, 2010 Water Main Replacements III 51 installation of a 3" diameter service sleeve under the street, installation of meter boxes and setters, flushing lines, connection to existing services, controlled density backfill, shall be included in the unit contract price bid for "Service Connection 1 In. Diam." All costs associated with removal and restoration of existing improvements for which there is no specific bid item, exposing the existing Dry Creek Water Association water main, coordinating the removal of existing Dry Creek Water Association service connection with Dry Creek Water Association personnel, connection of the existing service to the existing City system, excavation and disposal of excavated material, flushing lines, restoration in kind of any paved surface, and installation of a minimum 2" and a maximum 4" of compost and grass seed in grassy areas to be restored, shall be included in the unit contract price bid for "Service Connection 2010 Water Main Replacements III 52 DIVISION 8 MISCELLANEOUS CONSTRUCTION EROSION CONTROL AND WATER POLLUTION CONTROL Measurement The first sentence of section 8 -01.4 is deleted. Payment Section 8 -01.5 is revised as follows: "ESC Lead per day is deleted The work performed by the ESC Lead shall be included in the unit contract price for "Inlet Protection ROADSIDE RESTORATION Description Section 8 -02.1 is replaced with the following' This work consists of placing compost and grass seed in grassy areas disturbed by construction. These areas shall include, but not be limited to, cut slopes, and excavations necessary for construction of formwork. Materials Section 8 -02.2 is replaced with the following: Materials shall meet the requirements of the following: Compost 9- 14.4(8) Grass Seed 9 -14.2 Construction Requirements Section 8 -02.3 is replaced with the following: A minimum of 2" and a maximum of 4" of compost shall be placed in previously grassy areas disturbed by construction and any other area as indicated on the plans. Grass seed shall be mixed into the compost prior to application or raked into the compost immediately following application. Measurement Section 8 -02 4 is replaced with the following: No specific unit of measure shall apply to the lump sum item of roadside restoration. Payment Section 8 -02.5 is replaced with the following: "Roadside Restoration lump sum, shall be full pay for all work and materials required to perform the work described in this section. 2010 Water Main Replacements III 53 DIVISION 9 Materials EROSION CONTROL AND ROADSIDE PLANTING Seed Section 9 -14.2 is replaced with the following' Grass seed shall be accepted prior to installation following submission of an acceptable catalog cut. The approval shall be made pursuant to submission of a Request for Approval of Material. Compost Section 9- 14.4(8) is replaced with the following: The contractor shall either select a compost supplier from the Qualified Products List or submit the following: 1. A Request for Approval of Material Source 2. The supplier shall verify in writing and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173 -350. Acceptance in the field shall be based on visual inspection by the Engineer or the Engineer's representative 2010 Water Main Replacements III 54 STANDARD PLANS August 4, 2008 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 08 -049, effective August 4, 2008 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA B -10 20 and B10 40 Substitute "step" in lieu of "handhold" on plan C -1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION i C -1 a In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. C-lb In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -2q DELETED C -2s Delete reference to Cross Section A. C -3. C -3B. C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 C -3d DELETED C -5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit C -8 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 R. and below another dimension of 1 /2" R the bottom dimension should be 7/8" R. 2010 Water Main Replacements III 55 C -8b (Sheet 1 of 2) Revise SECTION A note as follows: STEEL LIGHT STANDARD SEE STD. PLAN J- 28.60 (Sheet 2 of 2) Revise POLE BASE PLATE note as follows: replace J -1d with J -28.60 C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C -11 DELETED C -11 a DELETED C -11 b DELETED C -12 Note 1 is revised to read: Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations. Products not listed on the Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form. C -14h Revise SECTION B note as follows: STEEL LIGHT STANDARD SEE STD. PLAN J -28.60 C -14i Section C callout: "Sign Bridge End Post (See Std. Plan G -2) "revised to read: "Sign Bridge End Post (See Std. Plan G- 70.10)" C -14k Elevation callout: "Cantilever Sign Structure (See Std. Plan G -2) "revised to read: "Sign Bridge End Post (See Std. Plan G- 70.10)" D -1a throuah 0-1f Deleted. F -40.12 throuah F -40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 J -11 c Delete all references to Type 7 Junction Box. J -12. Sheet 1 of 2. Detail View A (STD. PLAN G -4a) is revised to read: (Std. Plan G- 22.10) 2010 Water Main Replacements III 56 Sheet 2 of 2, Detail View D (STD. PLAN G -8a) is revised to read: (Std. Plan G- 25.10) K- 80.30 -00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A- 10.10 -00 8/07/07 A- 30.15 -00 11/08/07 A- 40.50 -00 11/08/07 A- 10.20 -00 10/05/07 A- 30.30 -00 11/08/07 A- 60.10 -00 10/05/07 A- 10.30 -00 10/05/07 A- 30.35 -00 10/12/07 A- 60.20 -00 10/05/07 A- 20.10 -00 8/31/07 A- 40.10 -00 10/05/07 A- 60.30 -00 11/08/07 A- 30.10 -00 11/08/07 A -40 20 -00 9/20/07 A- 60.40 -00 8/31/07 B- 5.20 -00 6/01/06 B -30 50 -00 6/01/06 B- 75.20 -01 6/10/08 B -5 40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 B -10 60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 B- 15.40 -00 6/01/06 B- 40.40 -00 6/01/06 B- 85.20 -00 6/01/06 B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B -20 20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 B -30 10- 00.......6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -00 6/08/06 B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 C -1 2/06/07 C -3b 10/04/05 C -13c 7/3/08 C -la 7/31/98 C -3c 6/21/06 C -14a 7/3/08 C -lb 10/31/03 C -4 2/21/07 C -14b 7/26/02 C -1c 5/30/97 C -4a 2/21/07 C -14c 7/26/02 C -1d 10/31/03 C -4b 6/08/06 C -14d 7/3/08 C -2 1/06/00 C -4e 2/20/03 C -14e 7/3/08 C -2a 6/21/06 C -4f 6/30/04 C -14h 1/11/06 C -2b 6/21/06 C -5 10/31/03 C -14i 12/02/03 2010 Water Main Replacements III 57 I C -2c 6/21/06 C -6 5/30/97 C -14j 12/02/03 C -2d 6/21/06 C -6a ..3/14/97 C -14k 1/11/06 C -2e 6/21/06 C -6c 1/06/00 C -15a 7/3/08 C -2f 3/14/97 C -6d 5/30/97 C -15b 7/3/08 C -2g 7/27/01 C -6f 7/25/97 C -16a 11/08/05 C -2h... 3/28/97 C -7 10/31/03 C -16b 11/08/05 C -2i 3/28/97 C -7a 10/31/03 C- 20.14 -00 2/06/07 C -2j 6/12/98 C -8 4/27/04 C- 20.40- 00.....2/06/07 C -2k 7/27/01 C -8a 7/25/97 C- 22.40- 01....10/05/07 C -2n 7/27/01 C -8b 1/11/06 C- 23.60- 00.....2/06/07 C -2o 7/13/01 C -8e 2/21/07 C- 25.18 -01 9/20/07 C -2p 10/31/03 C -8f 6/30/04 C- 25.20 -02. 7/3/08 C -2r 3/03/05 C -10 7/31/98 C- 25.22- 01....10/05/07 C -2s 3/03/05 C -12 7/27/01 C- 25.80- 01.......7/3/08 C -2t 3/03/05 C -13 7/3/08 C- 28.40 -00 2/06/07 C -3 10/04/05 C -13a 7/3/08 C- 90.10- 00.......7/3/08 C -3a 10/04/05 C -13b 7/3/08 0- 2.02 -00 11/10/05 D- 2.44 -00. 11/10/05 D -3b 6/30/04 D- 2.04 -00 11/10/05 0- 2.46 -00 11/10/05 D -3c 6/30/04 D- 2.06 -00 11/10/05 D- 2.48 -00 11/10/05 D -4 12/11/98 D- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 D -6 6/19/98 D-2 10-00 11/10/05 D- 2.62 -00 11/10/05 D- 10.10 -00 7/8/08 D- 2.12 -00 11/10/05 D- 2.64 -00 11/10/05 D- 10.15 -00 7/8/08 D- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 D- 10.20 -00 7/8/08 D- 2.16 -00 11/10/05 D- 2.68 -00 11/10/05 0-10 25 -00 7/8/08 0- 2.18 -00 11/10/05 0- 2.78 -00 11/10/05 0- 10.30 -00 7/8/08 D- 2.20 -00 11/10/05 0- 2.80 -00 11/10/05 0- 10.35 -00 7/8/08 D- 2.30- 00.......11/10/05 0- 2.82 -00 11/10/05 D- 10.40 -00 7/8/08 D- 2.32 -00 11/10/05 D- 2.84 -00 11/10/05 D- 10.45 -00 7/8/08 D- 2.34 -00 11/10/05 D- 2.86 -00 11/10/05 D- 15.10 -00 7/8/08 D- 2.36 -01 11/08/07 D- 2.88 -00 11/10/05 D -15 20 -00 7/8/08 D- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 0- 15.30 -00 7/8/08 D- 2.40 -00 11/10/05 D -3 7/13/05 D- 2.42 -00 11/10/05 D -3a 6/30/04 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 F- 10.12 -00 12/20/06 F- 30.10 -00 F- 10.16 -00 12/20/06 F- 40.10 -01 F -10 40 -01 7/3/08 F- 40.12 -00 F- 10.42 -00 1/23/07 F- 40.14 -00 F -10 62 -01 9/05/07 F- 40.15 -00 F- 10.64 -02 7/3/08 F- 40.16 -00 G -9a 6/25/02 G- 24.50 -00 G- 10.10 -00 9/20/07 G- 24.60 -00 G- 20.10 -00 9/20/07 G- 25.10 -00 G- 22.10 -01 7/3/08 G- 30.10 -00 G- 24.10 -00 11/08/07 G- 50.10 -00 2010 Water Main Replacements III 58 1/23/07 F- 40.18 -00 2/07/07 10/05/07 F- 40.16 -00 2/07/07 2/07/07 F- 40.20 -00 10/05/07 2/07/07 F- 42.10 -00 10/05/07 2/07/07 F-80.10-00 1/23/07 2/07/07 11/08/07 G -70 10- 00 10/5/07 11/08/07 G- 70.20 -00 10/5/07 11/08/07 G- 70.30 -00 10/5/07 11/08/07 G- 95.10 -00 11/08/07 11/08/07 G- 95.20 -01 7/10/08 I I I I I I I I I I I I I I I I I I I G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G- 95.30 -01 7/10/08 G- 24.30 -00 11/08/07 G -60 20 -00 8/31/07 G- 24.40 -00 11/08/07 G- 60.30 -00 8/31/07 H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -00 9/05/07 H- 10.15 -00 7/3/08 H- 60.10 -01 7/3/08 H- 70.20 -00 9/05/07 H- 30.10 -00 ....10/ 12/07 H- 60.20 -01 7/3/08 H- 70.30 00.....9/05/07 1- 10.10 -00 8/31/07 1- 30.50 -00 11/14/07 1- 60.10 -00 8/31/07 1- 30.10 -00 9/20/07 1- 40.10 -00 9/20/07 1- 60.20 -00 8/31/07 1- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 1- 80.10 -00 8/31/07 1- 30.30 -00 9/20/07 1- 50.10 -00 9/20/07 1- 30.40 -00 10/12/07 1- 50.20 -00 8/31/07 J-lf 6/23/00 J -8b 5/20/04 J -18 9/02/05 J -3 8/01/97 J -8c 5/20/04 J -19 9/02/05 J -3b 3/04/05 J -8d. 5/20/04 J -20 9/02/05 J -3c 6/24/02 J -9a 4/24/98 J- 28.10 -00 8/07/07 J -3d 11/05/03 J -10 7/18/97 J- 28.22 -00 8/07/07 J -5 8/01/97 J -11 a 10/12/07 J- 28.24 -00 8/07/07 J -6c 4/24/98 J -11 b 9/02/05 J- 28.26 -00 8/07/07 J -6f 4/24/98 J -11 c 6/21/06 J- 28.30 -00 8/07/07 J -6g 12/12/02 J -12 11/08/05 J- 28.40 -00 8/07/07 J -6h 4/24/98 J -15a 10/04/05 J- 28.42 -00 8/07/07 J -7a 9/12/01 J -15b 10/04/05 J- 28.45 -00 8/07/07 J -7c 6/19/98 J -16a 3/04/05 J- 28.50 -00 8/07/07 J -7d 4/24/98 J- 16b... 9/20/07 J- 28.60 -00 8/07/07 J -8a 5/20/04 J -16c 9/20/07 J- 28.70 -00 11/08/07 K- 10.20 -01 10/12/07 K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07 K- 10.40 -00 2/15/07 K- 30.20 -00 2/15/07 K- 40.80 -00 2/15/07 K- 20.20 -01 10/12/07 K- 30.40 -01 10/12/07 K- 55.20 -00 2/15/07 K- 20.40 -00 2/15/07 K- 32.20 -00 2/15/07 K- 60.20 -02 7/3/08 K- 20.60 -00 2/15/07 K -32 40 -00 2/15/07 K -60 40 -00 2/15/07 K- 22.20 01.....10/12/07 K -32 60 -00 2/15/07 K -70 20 -00 2/15/07 K- 24.20 -00 2/15/07 K- 32.80 -00 2/15/07 K- 80.10 -00 2/21/07 K- 24.40 -01 10/12/07 K- 34.20 -00 2/15/07 K- 80.20 -00 12/20/06 K- 24.60 -00 2/15/07 K- 36.20 -00 2/15/07 K- 80.30 -00 2/21/07 K- 24.80 -01 10/12/07 K- 40.20- 00.......2/15/07 K- 80.35 -00 2/21/07 K- 26.20 -00 2/15/07 K- 40.40 -00 2/15/07 K- 80.37 -00 2/21/07 L- 10.10 -00 2/21/07 L -40 10 -00 2/21/07 L- 70.10 -01 5/21/08 L- 20.10 -00 2/07/07 L- 40.15 -00 2/21/07 L- 70.20 -01 5/21/08 L- 30.10 -00 2/07/07 L-40.20-00.... ....2/21/07 M- 1.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 40.10 -00 9/20/07 M- 1.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 40.20- 00....10/12/07 M- 1.60 -01 1/30/07 M- 11.10 -01 1/30/07 M- 40.30 -00 9/20/07 M- 1.80 -02 8/31/07 M- 15.10 -01 2/06/07 M- 40.40- 00.....9/20/07 M- 2.20- 01........1/30/07 M- 17.10- 02.........7/3/08 M- 40.50 -00 9/20/07 M- 2.40 -01 1/30/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 2010 Water Main Replacements III 59 I I I I 1 I I I I I I I I I I I I I I M- 2.60 -01 1/30/07 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.10 -01 1/30/07 M- 20.30 -01 1/30/07 M- 60.20 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 3.30 -01 1/30/07 M- 20.50 -01 1/30/07 M- 80.10 00.....6/10/08 M- 3.40 -01 1/30/07 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 3.50 -01 1/30/07 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 M- 5.10 -01 1/30/07 M- 24.60 -02 2/06/07 2010 Water Main Replacements III 60 2010 Water Main Replacements PART IV ATTACHMENTS 2010 Water Main Replacements Attachment A Washington State Prevailing Wage Rates for Clallam County State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING lime Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 50 BOILERMAKERS JOURNEY LEVEL $56.53 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 $48.60 1H 5D BRIDGE, DOCK AND WARE CARPENTERS $48.47 1H 50 CARPENTER $48.47 1H 50 CREOSOTED MATERIAL $48.57 I H 5D DRYWALL APPLICATOR $48.74 1H 5D FLOOR FINISHER $48.60 1H 50 FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48 60 11-I 50 MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1H 50 SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $40.03 1H 5D DIVERS TENDERS DIVER $100 28 1M 50 8A DIVER ON STANDBY $56 68 1M 50 DIVER TENDER $52.23 1M 5D SURFACE RCV ROV OPERATOR $52 23 1M 5D SURFACE RCV ROV OPERATOR TENDER $48 85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 IT 5D 8L ASSISTANT MATE (DECKHAND) $49.06 IT 50 8L BOATMEN $49.57 IT 5D 8L ENGINEER WELDER $49.62 iT 5D 8L Page 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2090 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code ao.qa Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 IT 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 IT 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 POWERLINE 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 $46.32 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 $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $9 96 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS MASON TENDERS JOURNEY LEVEL $41.28 1I1 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code 0.2de 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 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 IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40 03 1H ED BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40 03 1 H 50 BURNERS $40 03 i H 50 CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPER/PAVING $40.77 1 H 5D CEMENT FINISHER TENDER $40 03 1 H 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 1H 50 CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40.03 11-I 5D CLEAN -UP LABORER $40.03 1 H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1 H 5D CONCRETE FORM STRIPPER $40.03 1 H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 50 CURING LABORER $40.03 1 H 50 DEMOLITION, WRECKING MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1H 5D EPDXY TECHNICIAN $40.03 1 H 5D EROSION CONTROL WORKER $40.03 IH ED FALLER/BUCKER, CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP (i.e dusting, vacuuming, window cleaning; NOT $30 84 1H 5D construction debris cleanup) Page 3 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note cbssificaj2 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 50 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 IN 5D HIGH SCALER $41.28 1H 5D HOD CARRIERJMORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 50 LASER BEAM OPERATOR $40.77 1H 5D 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 50 PIPEWRAPPER $40.77 1H 50 POT TENDER $40.03 1H 5D POWDERMAN $41 28 IN 5D POWDERMAN HELPER $40.03 1 H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE- TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 IN 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40 03 1H 5D SLOPER (OVER 20 $40.77 1H 5D SLOPER SPRAYMAN $40.03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER (CONCRETE) $40.77 1H 50 STAKE HOPPER $40.03 1H 50 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 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 1 w*ww***w***** ww* w********** w**************** w***********wwww www*ww**ww* **ww****w**ww***w *wwwwww**w *w (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Cade 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 5D LABORERS UNDERGROUND SEWER WATER GENERAL LABORER TOPMAN $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 $48.74 1H 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION (IN SHOP) FITTERIWELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 MODULAR BUILDINGS JOURNEY LEVEL $8.55 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 $66.44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 IT 5D 8P ASSISTANT ENGINEERS $47.12 IT 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 IT SD 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 IT 5D 8P BARRIER MACHINE (ZIPPER) $49 90 IT 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 IT 5D 8P BROKK REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 IT 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 IT 5D 8P CHIPPER $49.90 IT 5D 8P Page 5 CLALLAM COUNTY EFFECTIVE 3-03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Caste Code COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47.12 IT 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 IT 50 8P METERS CONVEYORS $49.48 IT 50 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 IT 50 8P CRANE, FRICTION OVER 200 TONS $52.07 IT 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 IT 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49.90 IT 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 IT 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 IT 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 IT 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 IT 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 44 TONS) $49.90 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 99 TONS) $50.39 IT 50 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50.94 1T 5D 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 DOZER, QUAD 9, D -10, AND HD -41 $50.39 1T 5D 8P DOZERS, D -9 UNDER $49 48 1T 5D 8P DRILL OILERS AUGER TYPE, TRUCK OR CRANE MOUNT $49 48 IT 5D 8P DRIWNG MACHINE $49.90 1T 50 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 IT 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 IT 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 IT 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 IT 5D 8P GRADE ENGINEER $49.90 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49 90 IT 50 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 IT 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 IT 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON UNDER) $47.12 IT 5D 81 HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49.48 1T 5D BP LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50.94 1T 50 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 IT 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D 8P MECHANICS, ALL $50.94 IT 5D 8P MIXERS, ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P Page 6 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MOTOR PATROL GRADER (NON- FINISHING) $49.48 IT 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 IT 5D 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 IT 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47.12 IT 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 IT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 50 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 IT 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 IT 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 IT 5D 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 5D 8P SCRAPER-SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 1T 5D 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 IT 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 IT 5D 8P TOWER BUCKET ELEVATORS $49.48 1 5D 8P TRACTORS, (75 HP UNDER) $49.48 IT 5D 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 IT 5D 8P TRUCK CRANE OILER/DRIVER UNDER 100 TON) $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER (100 TON OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 IT 5D 8P WELDER $50.39 IT 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 1T 5D 8P YOYOPAYDOZER $49.90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 4A 5A TREE TRIMMER GROUNDPERSON $27 55 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 Page 7 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 I I I I CLALLAM COUNTY EFFECTIVE 3 -03 -2010 Classification RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27 78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20.05 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $17.76 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 $62.56 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 STONE MASONS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8.55 1 RESIDENTIALTERRAZZOITtLE FINISHERS JOURNEY LEVEL $8.55 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $18 29 1 ROOFERS JOURNEY LEVEL $29.05 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59.32 1 E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32.56 1H 6W HEAT FROST INSULATOR $50.28 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 2X 5A 1 Page 8 PREVAILING WAGE (See Benefit Code Key) Over Time Holiday Note Code Code Code CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAG Cate Lode Cade SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $22.59 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $46.35 1M 5A 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 LINE CONSTRUCTION OUTSIDE CABLE SPLICER $32 27 28 5A HOLE DIGGER /GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 28 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 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 28 5A TREE TRIMMER $30.02 28 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A TILE SETTERS JOURNEY LEVEL $45 26 1M 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $39 09 18 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 IT 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK TRAILER $20 23 1 OTHER TRUCKS $46.47 IT 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11 60 1 OILER $9.45 1 WELL DRILLER $11.60 1 Page 9 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS 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 1, Q. BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -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 HOURS WORKED ON HOLIDAYS AND 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 SHIM I S ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6.00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 SE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (JO 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. BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -3- 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 2. 1 ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0 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 T1 -IE HOURLY RATE OF WAGE Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE I•IOURLY RATE OF WAGE. S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY 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. BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -4- 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. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 P.M. AND 600 A.M. AND ALL HOURS 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 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 (11). G HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY Al- IER THANKSGIVING DAY, AND CHRISTMAS (6). i HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AF 1 tR 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 BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -5- Q PAID HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R. PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 112) 5. S. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T. PAID HOLIDAYS• NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. 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 THANKSGIVNG DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6 A PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 I/2). F. PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VE ILRANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I). G PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10) PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVNG DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 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, NDEPENDENCE'DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY PRESIDENTS' DAY. BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -6- T PAID HOLIDAYS NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). 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' $2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' $4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A: $0.75, LEVEL B $0.50, AND LEVEL C $0 25. M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A B: $1 00, LEVELS C D: $0.50. N. WORKERS ON HAZIv1AT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A. $1.00, LEVEL B $0.75, LEVEL C $0.50, AND LEVEL D: $0 25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00, CLASS B SUIT_ $1.50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50 2010 Water Main Replacements Attachment B Request for Information And Contract Change Order Forms Of pOR?. 1i 1r 4 Ks ANv DATE REPLY REQUESTED: ORIGINATOR SIGNATURE: COMMENTS: 2010 Water Main Replacements REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT /CONTRACT NUMBER: ORIGINATOR: Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION /REQUEST: CRITICAL TO SCHEDULE: YES NO DATE' RFI Number: 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: 1. Describe work here 2. Additional work, etc.... Such work will be compensated by: check one or more of the following as applicable Increase or I 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 RFI ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER I I DAYS: XX I DAYS: YY I DAYS' ZZ Amount with applicable sales tax included APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE 2010 Water Main Replacements CONTRACT CHANGE ORDER (CCO) NO. Qty. Unit Cost Per Unit Cost Net Cost Adj. Days Oriq. I I I I I I Rev. I I I I I Oriq. I I I I I I Rev I 1 1 I DAYS: XX +ZZ -YY I DAYS' YY +ZZ 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. SIGNATURE: DATE: I 2010 Water Main Replacements Attachment C Contractor's Application For Payment 1 1 1 1 cORTg4, 1167 4 TO: City of Port Angeles Public Works Utilities Department P.O. Box 1150 Port Angeles, WA 98362 FROM: PERIOD From: 1 2 3 4 5 6 7 8 9 10 11 CONTRACTOR'S APPLICATION FOR PAYMENT 2010 Bi-Annual Water Main Replacement, Projct No. WT 06 -02 Page 1 of 2 STATEMENT OF CONTRACT ACCOUNT Continued on Page 2 2010 Water Main Replacements DATE: PAYMENT REQUEST NO. to (end of period]: Original Contract Amount [Excluding Sales Tax] Approved Change Order No(s). [Excluding Sales Tax] Adjusted Contract Amount (1 +2) Value of Work Completed to Date [per attached breakdown] Material Stored on Site [per attached breakdown] Subtotal (4 +5) 8.4% Sales Tax [at 8.4% of subtotal], As Applicable Less Amount Retained [at 5% of subtotal] Subtotal (6 +7 -8) Total Previously Paid [Deduction] 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. 1 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 2010 Water Main Replacements CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date 2010 Water Main Replacements Attachment D Request for Approval of Material Form i 11,7 Washington State Department of Transportation Contract Section Contractor This form shall be completed prior to submittal. If this form is not complete at time of submittal it may be returned for information that was omitted. For assistance in completing, see Instructions and Example Bid Item No. Project Engineer 1. Acceptance Criteria: 2. Acceptance Criteria: 3. Acceptance Criteria: 4. Acceptance Criteria 5. Acceptance Criteria: 6. Acceptance Criteria: 7. Acceptance Criteria. 8. Source Approved: 9. Approval Withheld: 10. Approval Withheld: 11. Miscellaneous Acceptance Criteria. Remarks. Project Engineer Distribution Contractor Region Operations Engineer Fabrication Inspection DOT Form 350 -071 EF Revised 12/2008 FA Number Submit samples for preliminary evaluation Region Materials State Materials Lab M/S 47365 Request for Approval of Material SR Date County Subcontractor Material or Name and Location of Fabricator, Product/Type Manufacturer or Pit Number Specification Reference Date State Materials Engineer For WSDOT Use Only RAM PE/QPL Code Acceptance Action Codes for use by Project Engineer and State Materials Laboratory Date Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project. Mfg Cert. of Compliance for 'Acceptance' prior to use of material. Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved Yes No Submit Shop Drawings for 'Approval' prior to fabrication of material. Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used. Submit Certificate of Materials Origin to Project Engineer Office, Request Transmitted to State Materials Laboratory for Approval Action. State Materials Engineer Distribution General File Signing Inspection Other Hdqtr /QPL Code 2010 Water Main Replacements Attachment E Request to Sublet and Subcontract Certification Forms Washington State Val Ir Department of Transportation Subcontractor Lower Tier Subcontractor DBE Prime Contractor Federal Employer I.D. Number State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer [.D. Number Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor If no Federal Employer I D Number, Use Owner's Social Security Number Item No Partial Item Description Amount I understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Department of Transportation Use Only Percent of Total Contract DBE Status Verification This Request Previous Requests Sublet to Date Project Engineer's Signature Approved DOT Form 421 -012 EF Revised 03/2008 Date Request to Sublet Work Prime Contractor Signature Date Approved Region Construction Engineer Date (When Required) Distribution White (Original) Region Canary (Copy) Project Engineer Pink (Copy) Contractor Company By Title P W 0407 25 (New 07/051 Project Number Project Name Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor Contractor and Subcontractor or Lower Tier Subcontractor Certification for City of Port Angeles Projects (Required for each Subcontractor or Lower Tier Subcontractor on all projects) The contract documents for this subcontract include the minimum prevailing wage rates. I certify the above statement to be true and correct. Contractor Certification To be completed and signed by the contractor Date 1. El A written agreement has been executed between my firm and the above subcontractor. 2. A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. The contract documents for (1) or (2) marked above include the minimum prevailing wage rates. I certify the above statements under Contractor Certification to be true and correct. Company By Date Title 2010 Water Main Replacements Attachment F Amendments to the Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2010 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8 -17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item "Reimbursement for Third Party Damage 1 07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. 2010 Water Main Replacements t SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION January 4, 2010 5 -01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9- 07.5(1) SECTION 6 -02, CONCRETE STRUCTURES April 5, 2010 6- 02.3(6) Placing Concrete The third paragraph is revised to read: All foundations, forms, and contacting concrete surfaces shall be moistened with water just before the concrete is placed. Any standing water on the foundation, on the concrete surface, or in the form shall be removed. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 5, 2010 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) I I 8 01.3(1) General In the sixth paragraph, the first sentence is revised to read: 11 When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. II In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: ii Western Washinoton (West of the Cascade Mountain crest) May 1 through September 30 17 Acres I I October 1 through April 30 5 Acres Eastern Washinaton (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres I November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: 2010 Water Main Replacements Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. Western Washinaton (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum July 1 through September 30 10 days maximum 8 01.3(1)B Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 220- 030 EF 8 01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder 8 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washinaton' (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 8 01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 2010 Water Main Replacements 8- 01.3(2)H Inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(9)D Inlet Protection This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. When the depth of accumulated sediment and debris reaches approximately 1 /2 the height of an internal device or a the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). 8 -01.5 Payment The following bid items are relocated after the bid item "Check Dam "Inlet Protection per each. "Gravel Filter Berm per linear foot. SECTION 8 -02, ROADSIDE RESTORATION January 4, 2010 8- 02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http: /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be used. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. 2010 Water Main Replacements The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. SECTION 9-01, PORTLAND CEMENT April 5, 2010 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with 9 -15.18 Detectable Marking Tape The first paragraph is revised to read: Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide for the most positive detection and pipeline location. In the second paragraph, the first and second sentences are revised to read: The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. The last paragraph is revised to read: The width of the tape shall be as recommended by the manufacturer based on depth of installation. SECTION 9 -30, WATER DISTRIBUTION MATERIALS January 4, 2010 9- 30.1(1) Ductile Iron Pipe In the first paragraph, number 1. and 2. are revised to read: 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe shall have a cement mortar lining, and a 1 mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged joints shall be Special Thickness Class 53. All other ductile iron pipe shall be Special Thickness Class 50, minimum Pressure Class 350, or the class indicated on the Plans or in the Special Provisions. 2. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9- 30.1(2) Polyethylene Encasement This section is revised to read: 2010 Water Main Replacements Polyethylene encasement shall be tube -form, high density cross laminated polyethylene film, or linear low density polyethylene film, meeting the requirements of ANSI /AWWA C105. Color shall be natural or black. 2010 Water Main Replacements 2010 Water Main Replacements Attachment G Project Plans 1 1 I� ICHLAND A G T YMPUS A RAIG A 7 PORT ANGELES NO SCALE VICINITY MAP hs\\\a\\\\\A PROJECT SITE, TYP. EWCREST A CITY OF PORT ANGELES 2C WATER VIAI\ REPLACEMENTS PROJECT \o. WT C2 -2C06 r IL a _J AHLVERS RI PARK AVE. re PORT ANGELES HARBOR MPBELL AVE. PENINSULA COLLEGE SHEET INDEX SHEET TITLE PAGE T -1 TITLE SHEET 1 N -1 W -1 -2 W -3 -4 illt c e�e�♦ 4".". As.% *4 tt® ee eee e©,e, MO FOGAR �+'2 E W-7 -8 &at it4 •tN 4 =oR� o AU ZI <1T c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v.._SIQATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS OTHERWSE APPROVED IN WRITING 3 THE CONTRACTOR SHALL GIVE THE CITY AT LEAST 48 HOURS NOTICE FOR REQUIRED INSPECTION OF CONSTRUCTION AND ALL CONCRETE POURS 4 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND rn.., c... ,ON OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES, CONTROL WIRING AND OTHER APPURTENANCES 5 THE CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED TRENCH SHORING IF SHORING IS NOT ADEQUATE, THE CITY CREWS WILL NOT ENTER THE TRENCH AND THE CONTRACTOR WILL BE RESPONSIBLE FOR THE COST OF AN ADDITIONAL TRIP TO THE SITE BY THE CITY CREWS B ALL TRENCH EXCAVATION. BEDDING AND BACKFILL SHALL BE ACCOMPLISHED IN ACCORDANCE WITH WSDOT SECTION 7-08, OTHER APPLICABLE SPECIFICATIONS, AND AS CONTAINED HEREIN A CLEARING AND GRUBBING, WHERE REQUIRED, SHALL BE PERFORMED WTHIN THE EASEMENT OR PUBLIC RIGHT OF WAY AS PERMITTED BY THE CITY AND/OR GOVERNING AGENCY DEBRIS RESULTING FROM THE CLEARING AND GRUBBING SHALL BE DISPOSED OF BY THE CONTRACTOR IN ACCORDANCE WITH THE TERMS OF ALL APPLICABLE PERMITS UNLESS THERE IS A SPECIFIC BID ITEM IN THE BID SCHEDULE FOR CLEARING AND GRUBBING, THE COST OF ALL LABOR EQUIPMENT AND MATERIALS NECESSARY TO COMPLETE THE CLEARING AND GRUBBING SHALL BE INCLUDED IN THE UNIT CONTRACT PRICE FOR THE VARIOUS OTHER ITEMS OF WORK IN THE BID r B THE TRENCH SHALL BE KEPT FREE FROM WATER UNTIL JOINTING IS COMPLETE. SURFACE WATER SHALL BE DIVERTED SO AS NOT TO ENTER THE TRENCH THE CONTRACTOR SHALL MAINTAIN SUFFICIENT PUMPING EQUIPMENT ON THE JOB TO ENSURE THAT THESE:...., 1s ARE CARRIED OUT C TRENCHING AND SHORING OPERATIONS SHALL NOT PROCEED MORE THAN 100 FEET IN ADVANCE OF PIPE LAYING WITHOUT PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER D BACKFILLING WITH NATIVE MATERIALS EXCAVATED FROM THE TRENCHES MAY ONLY OCCUR WITH THE PRIOR WRITTEN APPROVAL OF THE CITY ENGINEER IF THE EXCAVATED TRENCH MATERIAL IS DETERMINED BY THE CITY ENGINEER TO BE SUITABLE FOR BACKFILL, THE CONTRACTOR MAY USE THE MATERIAL TO THE BOTTOM OF SUBGRADE ALL TRENCH BACKFILL MATERIALS SHALL BE COMPACTED TO 95 PERCENT DENSITY E IN PAVED AREAS WITHIN THE PUBLIC RIGHT-OF -WAY THE CONTRACTOR SHALL USE CONTROLLED DENSITY BACKFILL PER CITY STANDARD DETAIL UNLESS ANOTHER ALTERNATIVE METHOD IS SPECIFIED HEREIN, OR APPROVED BY THE CITY ENGINEER ALTERNATIVE MATERIALS MAY ONLY BE ACCEPTED WITH WRITTEN APPROVAL FROM THE CITY ENGINEER ALL OTHER TRENCHING SHALL BE BACKFILLED WITH CRUSHED SURFACING OR OTHER MATERIALS CONFORMING TO WSDOT SPECIFICATIONS 7 ALL ASPHALT TRENCH AND PAVEMENT JOINTS SHALL BE SAWCUT THE CUTS SHALL BE A MINIMUM OF ONE FOOT OUTSIDE THE EXCAVATED TRENCH WIDTH 8 TEMPORARY RESTORATION OF TRENCHES AND STREET PATCHING SHALL BE ACCOMPLISHED BY USING 2' MINIMUM DEPTH HMA CLASS W PG 64-22 WHEN AVAILABLE, MEDIUM-CURING (MC -250) LIQUID ASPHALT (LD MIX), ASPHALT TREATED BASE (ATB), OR TRAFFIC BEARING THICKNESS STEEL PLATES WHEN UTILIZED, STEEL PLATES SHALL BE SHIMMED AS NECESSARY AND SECURED WITH HOT OR COLD MIX ASPHALT CONCRETE A WEDGE OF HOT OR COLD MIX ASPHALT SHALL BE CONSTRUCTED AT 12H 1V ADIOING ALL PLATE EDGES TO BE CROSSED BY TRAFFIC 9 ATB USED FOR TEMPORARY RESTORATION, MAY BE PLACED DIRECTLY INTO THE TRENCH OR PATCH AREA BLADED AND ROLLED AFTER ROWNG, THE TRENCH MUST BEFILLED FLUSH WITH THE EXISTING PAVEMENT TO PROVIDE A SMOOTH RIDING SURFACE 10 ALL TEMPORARY PATCHES SHALL BE MAINTAINED BY THE CONTRACTOR UNTIL SUCH TIME AS THE PERMANENT PATCH IS IN PLACE IF THE CONTRACTOR IS UNABLE TO MAINTAIN A PATCH FOR ANY REASON, THE CITY WILL PATCH THE AREA AT THE EXPENSE OF THE CONTRACTOR 11 TRAFFIC SHALL NOT BE ALLOWED TO CROSS GRAVEL OR CDF TRENCH BACKFILL FOR ME THAN 24 HOURS WITHOUT USE OF TEMPORARY PATCHING MEASURES STATED ABOVE 12 TACK COAT SHALL BE APPLIED TO EXISTING PAVEMENT AND EDGE OF THE CUT AND AT COLD JOINTS PRIOR TO PAVING SPECIFIED IN WSDOT SPECIFICATION SECTION 5-04 3(5)& 13 HMI, CLASS W PG 84-22 EQUAL IN DEPTH TO THE EXISTING PAVEMENT, SHALL BE PLACED IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF WSDOT SPECIFICATIONS OF SECTION 5-04, EXCEPT THAT LONGITUDINAL JOINTS BETWEEN SUCCESSIVE LAYERS OF HMA SHALL BE DISPLACED LATERALLY A MINIMUM OF 12 INCHES HMA OVER 3 INCHES THICK SHALL BE PLACED IN EQUAL UFTS NOT TO EXCEED 3 INCHES EACH 14 PATCHES ON ALL STREET SURFACES, WALKS, OR DRIVEWAYS, SHALL BE FEATHERED AND SHIMMED TO AN EXTENT THAT PROVIDES A SMOOTH RIDING CONNECTION AND EXPEDITIOUS DRAINAGE FLOW FOR THE NEWLY PAVED SURFACE SHIMMING AND FEATHERING AS REQUIRED BY THE CITY ENGINEER SHALL BE ACCOMPLISHED BE RAKING OUT THE OVERSIZED AGGREGATES FROM THE ASPHALT C 3m. ac. c MIX AS A. r n..r HATE 15 SURFACE SMOOTHNESS SHALL BE PER WSDOT SPECIFICATION SECTION 5-04 3(13) UNACCEPTABLE PAVING PATCHES SHALL BE CORRECTED BY REMOVAL AND REPAVING OF THE PATCH 16 WHEN TRENCHING WITHIN THE ROADWAY SHOULDER(S), THE SHOULDER SHALL BE RESTORED TO RS ORIGINAL OR BETTER CONDITION 17 THE FINAL PATCH SHALL BE COMPLETED AS SOON AS POSSIBLE AND SHALL BE COMPLETED WITHIN 30 DAYS AFTER FIRST OPENING THE TRENCH THIS TIME FRAME MAY BE ADJUSTED IF DELAYS ARE DUE TO INCLEMENT PAVING WEATHER OR OTHER ADVERSE CONDITIONS THAT MAY EXIST HOWEVER, DELAYING OF THE FINAL PATCH OR OVERLAY WORK IS ALLOWABLE ONLY SUBJECT TO THE CRY ENGINEERS APPROVAL THE CITY ENGINEER MAY DEEM IT NECESSARY TO COMPLETE THE WORK WITHIN THE 30 DAY TIME FRAME AND NOT ALLOW ANY TIME EXTENSION IF MIS OCCURS, THE CONTRACTOR SHALL PERFORM THE NECESSARY WORK AS ORDERED BY THE CITY ENGINEER 15 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING UTILISES THE CONTRACTOR SHALL VERIFY ALL UTILITY LOCATIONS PRIOR TO CONSTRUCTION BY CALLING THE UNDERGROUND UTILITY LOCATION CENTER AT 1-000-424-5555 A MINIMUM OF 48 HOURS PRIOR TO ANY EXCAVATION THE CONTRACTOR WILL ALSO BE RESPONSIBLE FOR MAINTAINING ALL LOCATE MARKS ONCE THE UTILITIES HAVE BEEN LOCATED WATER NOTES: 1 THE CITY SHALL BE GIVEN AT LEAST 72 HOURS NOTICE PRIOR TO SCHEDULING ANY CUT -IN, LIVE TAP OR OTHER CONNECTION TO THE EXISTING WATER SYSTEM ALL NEW WORK MUST BE SUBJECTED TOA .....mow. ATIC PRESSURE TEST IN WITH WSDOT STANDARD SPECIFICATION 7-083(23) THE WATER MAIN SHALL NOT BE PRESSURE TESTED UNTIL THE UNES HAVE BEEN FLUSHED OF CHLORINE IN EXCESS OF 2 PPM AND A SATISFACTORY BACTERIOLOGICAL TEST RESULT HAS BEEN RECEIVED THE WATER MAIN SHALL BE TESTED BETWEEN VALVES ALL TESTING SHALL BE WITNESSED BY A CITY REPRESENTATIVE 2 THE CONTRACTOR SHALL PROVIDE THE NECESSARY EQUIPMENT AND SHALL PROVIDE ALL WORK AND MATERIALS ASSOCIATED WITH FLUSHING AND PRESSURE TESTS DISINFECTION OF WATERMAINS SHALL BE ACCOMPLISHED ACCORDING TO THE REQUIREMENTS OF WSDOT SPECIFICATION 7-09 3(24) AT NO TIME SHALL CHLORINATED WATER BE FLUSHED INTO DITCHES, STORM DRAINS, OR ANY BODY OF FRESH WATER, INCLUDING ANY SYSTEM LEADING TO A BODY OF FRESH WATER 3 BACTERIOLOGICAL SAMPLES FOR TESTING CAN ONLY BE TAKEN MONDAY THROUGH THURSDAY UNTIL 300 PM WHEN THE TESTING LAB IS OPEN THESE TESTS WILL BE DONE BY THE CITY AT THE CRY'S EXPENSE, UNLESS IT IS A REPEAT SAMPLE, WHICH SHALL BE AT THE CONTRACTORS EXPENSE. 4 THE EXISTING VALVES SHALL BE OPERATED BY CITY EMPLOYEES ONLY, UNLESS OTHERWISE APPROVED BY THE WATER SUPERINTENDENT 5 DURING ......a...UCTION OF NE MAINS AND SERVICES THE CONTRACTOR SHALL CAP, PLUG OR SECURE THE ENDS OF THE UNES WHENEVER THE PROJECT IS SHUT DOWN AT THE END OF EACH DAY SO THAT CONTAMINATES WILL NOT ENTER THE LINES 6 THE CONTRACTOR SHALL rn.., c... AND MAINTAIN ALL EXISTING WATER MAINS, APPURTENANCES AND SERVICE LINES ENCOUNTERED DURING CONSTRUCTION, AND SHALL BE R`r, ....a9LE FOR ANY DAMAGE TO THE EXISTING SYSTEM OCCURRING DURING THE COURSE OF CONSTRUCTION 7 THE CONTRACTOR SHALL MAINTAIN A MINIMUM OF 18' OF VERTICAL SEPARATION BETWEEN CROSSINGS OF SANITARY SEWER AND WATER MAINS THE LONGEST STANDARD LENGTH OF WATER PIPE SHALL BE INSTALLED SO THAT JOINTS FALL EQUIDISTANT FROM THE CLOSEST POINT OF CROSSING IF MINIMUM SEPARATION CANNOT BE MAINTAINED, IT MAY BE NECESSARY TO ENCASE THE WATER AND/OR SEWER PIPE IN CONCRETE NO CONCRETE SHALL BE INSTALLED UNLESS SPECIFICALLY DIRECTED AND INSPECTED BY THE CITY 8 ALL NON-FERROUS PIPE FOR MAINS AND SERVICES SHALL BE INSTALLED WITH CONTINUOUS TRACER TAPE INSTALLED 12' TO IS BELOW THE FINAL GROUND SURFACE TRACER TAPE SHALL BE TERRA TAPED' OR EQUAL AS APPROVED BY THE CITY 9 IF THE CONNECTION TO THE EXISTING SYSTEM REQUIRES TURNING OFF THE WATEN, THE CONTRACTOR SHALL BE RESPONSIBLE FOR NOTIFYING THE RESIDENTS AND/OR BUSINESSES AFFECTED BY THE SHUTOFF THE CITY WILL INFORM THE CONTRACTOR WHICH PROPERTY OWNERS ARE TO BE NOTIFIED PROPERTY OWNERS SHALL BE PROVIDED A MINIMUM OF 48 HOURS ADVANCE NOTICE OF ANY PLANNED INTERRUPTION OF SERVICE NO SHUTOFF OF MAINS WILL BE PERMITTED OVERNIGHT, OVER WEEKENDS, OR ON HOLIDAYS THE CONTRACTOR MAY BE REQUIRED TO PERFORM THE CONNECTION DURING TIMES OTHER THAN NORMAL WORKING HOURS 10 DRY CREEK WATER ASSOCIATION SHALL BE CONTACTED A MINIMUM OF 48 HOURS IN ADVANCE OF ANY WATER SERVICE DISCONNECTION FROM THEIR SYSTEM SEE SHEETS W.6. WA. AND SECTION 7 -15 OF THE SPECIAL PROVISIONS HORIZONTAL DATUM: NAD 83 a VERTICAL DATUM: NAVD 88 TOPOGRAPHIC INFORMATION: CITY OF PORT ANGELES G.I.S CITY OF PORT ANGELES 2006 AERIAL PHOTOGRAPHY ZENOVIC ASSOC., INC. 2005 TOPOGRAPHIIC SURVEY (US 101 RIGHT OF WAY ONLY) CONSTRUCTION PLAN GENERAL CONDITIONS: 1 ALL WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE CURRENT EDITIONS OF THE CITY OF PORT ANGELES URBAN SERVICES STANDARDS AND GUIDELINES, THE WASHINGTON STATE STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION AND ANY PROJECT SPECIFIC SPECIAL PROVISIONS, CONDITIONS AND REQUIREMENTS 2 HORIZONTAL AND VERTICAL CONTROLS/DATUM AS ADOPTED BY THE CITY SHALL BE USED, UNLESS OTHERWISE APPROVED 3 THE CITY CONSTRUCTION INSrca., vn SHALL BE ,w „nw A MINIMUM OF 48 HOURS IN ADVANCE OF THE NEED FOR AN INSPECTION 4 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR THE LOCATION AND PROTECTION OF ALL EXISTING STREET SIGNS, LIGHTS, UTILITIES AND APPURTENANCES LEGEND II- EXISTING SIGN EXISTING WATER VALVE E— EXISTING POLE ANCHOR EXISTING UTILITY POLE xr EXISTING HYDRANT o EXISTING MAILBOX W W EXISTING WATER SERVICE LINE 3 IN AC EXISTING WATER MAIN (SIZE AND TYPE) SD SD EXISTING STORM DRAIN LINE SS SS EXISTING SANITARY SEWER T T EXISTING UNDERGROUND TELECOMMUNICATIONS EXISTING STORM DRAIN CATCH BASIN MANHOLE 1 IN PE PROPOSED WATER SERVICE LINE (SIZE AND TYPE) 8 IN DI PROPOSED WATER MAIN PROPOSED WATER VALVE PROPOSED WATER METER 0• 1' TWO (NOES AT FULL SCALE IF NOT SCALE ACCORDINGLY Lu L S Ho to N I 2!i �o Lu U.2 0 0 S E ao IIIIII MI MI MI MI MI I=I MI rI= MI MN Plot Doter x Sr Ls. PUBLIC WORKS J CITY OF PORT ANGELES STEPHEN P SPERR P E. CITY ENONEER 321 E 5TH STREET PO BOK 1150 PORT ANGELES, WASHINGTON, 98382 PHONE (380) 457 -0411 MATCH LINE STATION 9 +00 SEE ABOVE --I 1 IN PE I IN PE I IN PE 1 IN PE 1 IN PE 1 IN PE a MATCH LINE STA 13 +00 SEE SHEET W-2 IB ST �J CALL 48 HOURS !DESIGNED BY ECW BEFORE YOU DIG I B PROJECT NO' 11V -2000 1 -800- 424 -5555 pCA PROJ ME N \A 02 !SURVEY FILENAME Revision Date, x BEGIN CONSTRUCTION STA 5 +60 STA 0 +00 CL INTERSECTION 5TH AND "D" STREETS DATE' MINTER 2010 (CONTOUR INTERVAL N \A I DATE DATE JANUARY 2010 IV SCALE I'm N \A IH SCALE 1'-1" 20' 0 0 10 PROJECT WT 02 -2006 MATCH LINE STA 9 +00 SEE BELOW REVISION File x BY NM MI MI I MI I S MI MI Plot Dote. x PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, P E. CITY ENGINEER 321 E 5TH STREET P 0 BOX 1150 PORT ANGELES, WASHINGTON. 98382 PHONE (380) 457 -0411 CALL 48 HOURS !DE SIGNED BY ECW BEFORE YOU DIG iROE if 6(502 -2008 1 -800— 424 -5555 3C71 PROJ N O6 -02 1 511RVEY FILENAME RevIslon Dote x DATE. WINIER 2010 OATS JANUARY 2010 MATCH LINE STA 13 +00 SEE SHEET W -1 1 IN PE 1 IN PE o I IN PE CONTOUR INTERVAL N \A DATE V SCALE 1'e NSA H SCALE 1 1' 20 9 20 15 MATCH UNE STA 3 +50 SEE SHEET D -2 PROJECT WT 02 -2006 3 "A "ST REVISION Eller x BY Z (2 H O W LI) 1- W 0 c Q I Cl') Cl) CC 0 Z I— U J Z J 0 S II Q 0 O O O O z 0 Q w Q W C In m 0 I- Q 1034 5 +00 a z 8 r 1133 8 I DI 8 IN DI B IN LI 8 IN DI 8 IN DI 8 IN DI 8 IN DI 8 IP1-DI 8 IN DI— 8 TN DI 8 IN DI 8 11 DI TYP 10+00 EXPOSE COST CONNECTION CLOSE CORP STOP CUT AND PLUG 2' CI EXPOSE EXIST CONNECTION CLOSE CORP STOP CUT NE UG v'SI REI40 0E EXIST. 12' Cl AS SHOWN ALL 1Y DI AND CONNECT TO DTST. w/TRWSSON COUPLWGS I- W 6 +00 HOT TAP EXIST. 12' CI THROUGH NEW 8' GATE VALVE ■NSTAU, B" DI AS SHOWN IN DI 8 IN DI 8 IN DI 8 IN DI REMOVE AND DISPOSE OF EXIST [METE METER BOX AND SETTER. RETURN R METER TO CITY, TIP r 5TH STREET INSTALL NEW METER BOX AND SETTER CONNECT TO EXIST, SERVICE UNE, TYP CONNECT TO EXISTING SERVICE LINE INSTALL HYDRANT ASSEMBLY 1 b IN DI IN Dl- -6 IN DI -6 IN DI INSTALL 81X6' MJ REDUCER„) INSTALL 6' AU TEL 6" GATE VALVE (2) Al TEE 11 +00 7 +00 5TH STREET a ABANDON EXIST 2- Cl IN PLACE z CLOSE VALVES, PULL VALVE BOXES, AND PLUG_ AT ALL U #EAKS EXIST 2' CI 'RE`1OUSLY ABANDONED PLUG AT ALL YEW BREAKS 3', TYP 1113 L i IN DI- -L IN DI -6 IT DI a z 1209 Ti 12 +00 a a ABANDON EXIST Y CI AND GI IN PLACE CLOSE VALVES, PULL VALVE BOXES, 8 +00 AND PLUG AT ALL BREAKS 1220 O 6 IN DI 6 IN DI- 1- 13 (n LJ a W a Z J z I Q 8 IN DI 8 N DI a w U' L• TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2 W -3 F. Plot Dote. PUBUC WORKS CITY OF PORT ANGELES STEPHEN P SPERR P E., or/ ENGINEER 321 E 5Th STREET P 0 B0% 1150 PORT ANGELES, WASHNGTON, 98362 PHONE (360) 457 -0411 CALL 48 HOURS IDESIONEO BY ECW BEFORE YOU DIG VaR CT No- WT 02 -2006 1- 800 424 -5555 tWG PRO _02 IDCA NAME N 0A ISURVEY FDENAME Revision Duty MATCH LINE STA 13 +00 SEE SHEET W -6 I IN PE 8S 2 d P 2 Uy 1 m 2 i d I 2 0 m 8 I e m MATCH LINE STA 3 +50 SEE SHEET D -2 1 6 f z PROJECT WT 02 -2006 DATE WINTER 2010 (CONTOUR INTERVAL N \A DATE DATE JANUARY 2010 Y SCALE 1".»\ A I SCALE. 1 1' 20' 9 20 10 N)' N LIBERTY ST REVISION r ■h AL 5 t4, AC 6 !L>, �C CONDUIT BUNDLE (EMPTY) LOCATION AND DEPTH VARY EXISTING GROUND DRY CREEK 4" AC WATER MAIN 4 LOCATION AND DEPTH VARY 1 APPROXIMA E LOCATION CONDUIT NDLE (EMPTY), TYP 3 5' MIN CITY 16" DI WATER MAIN LOCATION AND DEPTH VARY THE SECTION ABOVE IS PROVIDED AS GENERAL INFORMATION AND IS BASED ON DETAILS FROM THE CONSTRUCTION PLANS FOR INSTALLATION OF THE 16' DUCTILE IRON WATER MAIN AND CONDUIT BUNDLES IT DOES NOT PURPORT TO REPRESENT AS -BUILT DEPTHS OR RELATIVE POSITIONS FOR THE ITEMS SHOWN IT IS PROVIDED TO INDICATE IMPROVEMENTS TYPICALLY EXPECTED TO BE ENCOUNTERED DURING EXCAVATIONS REQUIRED FOR THE DISCONNECTION AND RECONECTION OF THE EXISTING WATER SERVICES LOCATIONS OF OHTER SUBSURFACE UTILITES SHOWN ON THE PLANS ARE BASED ON SURFACE LOCATES PROVIDED BY THE RESPONSIBLE UTILITY AND/OR THEIR REPRESENTAIVE US 101 r 1734 ltP &1 ()HP OIIP&T OHP-&T rE. US 101 EXPOSE 2 1" SERVICE CONNECTIONS ON DRY CREEK WATER ASSOCIATION (DCWA) 4" AC MAIN DCWA PERSONNEL WILL SHUT OFF AND 16 DISCONNECT SERVICES. EXPOSE CITY 16" DI WATER MAIN. INSTALL 2 1" TAPS ON CITY MAIN AND CONNECT TO EXISTING SERVICE LINES. EXPOSE 1 3/4" SERVICE CONNECTION ON DCWA 4" AC MAIN DCWA PERSONNEL WILL SHUT OFF AND DISCONNECT SERVICE. EXPOSE CITY 16" DI WATER MAIN. INSTALL 1 1" TAP ON CITY MAIN AND CONNECT TO EXISTING SERVICE LINE EXPOSE 1 1" SERVICE CONNECTION ON DCWA 4" AC MAIN. DCWA PERSONNEL WILL SHUT OFF AND DISCONNECT SERVICE EXPOSE CITY 16" DI WATER MAIN. INSTALL 1 1" TAP ON CITY MAIN AND CONNECT TO EXISTING SERVICE LINE. 1706 1" QF4P&T 4 AC 4 A" 0 TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2 ac r, 16RV D, v rf. N US 101 4 Iv An 4 4 AC EXPOSE 1 3/4" SERVICE CONNECTION ON DCWA 4" AC MAIN. DCWA PERSONNEL WILL SHUT OFF AND DISCONNECT SERVICE EXPOSE CITY 16" DI WATER MAIN INSTALL 1 1" TAP ON CITY MAIN AND CONNECT TO EXISTING SERVICE LINE EXPOSE 1 3/4" SERVICE CONNECTION ON DCWA 4" AC MAIN DCWA C7 PERSONNEL WILL SHUT OFF AND DISCONNECT SERVICE EXPOSE CITY 16" DI WATER MAIN INSTALL 1 1" TAP ON CITY MAIN AND CONNECT TO EXISTING SERVICE LINE EXPOSE 1 1" SERVICE CONNECTION ON DCWA 4" AC MAIN DCWA Ci PERSONNEL WILL SHUT OFF AND DISCONNECT SERVICE EXPOSE CITY 16" DI WATER MAIN INSTALL 1 1" TAP ON CITY MAIN AND CONNECT TO EXISTING SERVICE LINE. US 101 0 TWO INCHES AT FULL SCALE IF NOT SCALE ACCORDINGLY 2' r 1• Plot Dote, x a A MATCH LINE STA 5 +00 SEE ABOVE H^1 I -I IN PE --1 IN PE r PUBLIC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, P E CITY ENGINEER 321 E. 5TH STREET P 0 BOX 1150 PORT ANGELES. WASHINGTON, 06362 PHONE (360) 457 -0411 IN PE 1 IN PE IN PE 8 MATCH LINE STA 9 +00 SEE SHEET W -6 9 o "B" ST CALL 48 HOURS (DESIGNED BY ECW BEFORE YOU DIG IP O CT NO`WY 02 -2006 1- 800 424 -5555 DCA PI A NAME NU -02 ISURVFY FILENAME Revision Dote x ()Alt WINTER 2010 DATE JANUARY 2010 CONTOUR INTERVAL N A V SCALE 1'- N \A H SCALE 1' -1" 20' 10 BEGIN CONSTRUCTION STA 1 +45 STA 1 +00 CL INTERSECTION 11TH AND "C" STREETS NIN PE 8 I IN PE I IN PE \1 I\ .8 A I g co i I 000 e-- 1 IN PE 1 IN PE 0 1 IN PE Q 1 IN PE o s 8 1►- j IN PE JI 1 1' IN PE SIN PE -7, r i I DATE lb o' 8 1 0 6 18 RP 8' R= -i I• 1 IN PE MATCH LINE STA 5 +00 SEE BELOW REVISION 1 rile x Tr; CD CT I BY UM OM M OM MI MI OM N r Plot Dotal x PUBIJC WORKS CITY OF PORT ANGELES STEPHEN P SPERR, PE, CITY ENGINEER 321 E 5Th STREET P 0 BOO 1150 PORT ANGELES, WASHINGTON. 98382 PHONE (390) 457 -0411 CALL 48 HOURS DESIGNED BY ECW BEFORE YOU DIG IGR07CA T ZT 02 -2008 1- 800 424 -5555 EIG PROJ N\A 02 'SURVEY FILENAME Revision 0ate. MATCH LINE STA 9 +00 SEE SHEET W -5 DAIS WINTER 2010 DATE JANUARY 2010 n MATCH LINE STA 3 +50 SEE SHEET D -2 I 0 0 10 S T PROJECT WT 02 -2006 CONTOUR INTERVAL. N \A GATE IV SCALE 1'. N \A IN SCALE 1'.1' 20' REVISION Fee, IONNOV D 1 NOT TO SCALE UNBALANCED CROSS PLUGGED TEE USE 71.4 rnE LOA Arov 7 mE�E Aro 04/C gLEEm AA7 ANC (tt VALVE BOX AND SUPPORT BLOCK 7 0'1 XA. i0 WO/ 7710C 10 0 tl i° .OIr. 01.707( Oclet 577627 NANA NORA A.O /COROCAV 0.5 NOTE VALVE THRUST BLOCK C0VC4£TE SHALL BE OASS JCW 2 58 77 1 97 1IB0/ST BLOOM TO BE INSTALLED AT EACH VALVE' LOCATION 1/M' STEEL BEARING PLATE CROSS WITH SHACKLED PLUG HORIZONTAL BENDS WYE BRANCH NOTES 7 ALL MOCKING 70 BE ,.,..,.v.. GLASS X 2 CO047E THRUST &OCCING AT ALL LOCH 110V5 NOTED ABOVE AND AS REWIRED BY TIE 070 ENGINES? .I ALL BLOCKING 10 BEAR AGAINST *4)105174)610 NA 171£ SOL 4. PLACE 15/ FELT ROOFING MATERIAL OR 602 PVC .SHEETING BETWEEN SITING AND CONCRETE 5 SEE SLEET 2 FOR LEARNO AREA 6 SEE MSDOT STANDARD PLAN B -22 FOR 117117CM BENDS 1\ THRUST BLOCK DETAILS D 1 NOT TO SCALE VALVE STEM EXTENS /ON 10000 11707 00. CCM.57 11C.00 0.101 PRA scvn o 01 72 1 ANY .AID rm VALVE BLOCKING AND VALVE BOX NOTES fRS fw7488 ws74eRff w9ewwf 011 e RRSARR GeV :In AS wR wwfr ws� n\ MA�c.ffiw9 \f s:1:11:11:1:1• RM 0' f9eV ••s9RR88Mws ww �i 9�••- fM ■w74www•w.w74iiRROiii ■iiifR uwoMw iiii.iii w iiiii0•10 ww88 wwe748ssews wu74 wR wowuow ouo o wwuuw R 6 7 6 9 10 PIPE LYALEIER L7N40k5) 11 12 1 BASED OV .AX! P9 TEST PRESSURE AND BEARING VALUES OF DRY S&LS 2 VALLIES FROM CURVES ARE FOR TEES CROSS AND DEAD NO5 LE, STRAIGHT um' IURUST FOP 90' BEND L/SE 14X VALLAE FROM CLEW FOR 455• BEND USE 08X VALUE FROM C1/RYE FOR 22 7/7 BEND USE 84X VALLE FROM CURIE. FOR OTHER ANGLES (9) USE (2n+ B/?) X VALUE FROII CL/RYE .1 RR CONDITIONS NOT MEW) BY CURIE SPECIAL THRUST BLOCKS MIST BE COMPLIED AND APPROIED (n THRUST BLOCK BEARING AREA \D 1J NOT TO SCALE OOP 0M01 O 70 RA lot (Novo, AP lLI�.K NOTES A A1.072 4T J 2 -.�77i AJES� V O)0OO m 0ACR BOO( TYPE A (PREFERRED) (VALVE /N STREET) TYPE B (AL TERNA TE) (VAL V£ BEHIA7D CL/RB) A RARE NIIXW49141L ERA® Al SRT7_ IEADES AAA .470 [)01114 A ram 4E WAD E ANA Br WAG WAGS MAW WA= ME FNLOA 9011 MAY A AAA NAP( MO AAA a RP AIRAN7S MARIE LW= AS PEN DE WARY I (770! 1EfTE13IIT AA IAA 9YDE 010 CP P077 AMA O. SOW FAEr MOWS RAW NRN 102407702 9RNO1047ESro RTEAIOY RACY A IOWA 2 DE MM PIA DE V 70 sir me NAPA AA A mew NOV OJO' mart. WM WAS St NO LW 10 WE 9LY 6 WA0) N 77 00 J E NIe7 IS L MAY 7 A NN AM ARAM CA SWAM NM MIXIFATAL 1.0741HEM OS NO E AIM MW I9 I sew 3 I IAN MAN PLO WAR RIO 7-7/2 R. WAS SWAP l AE VOA ANA IAA ADEO ASTs/EA6f DEJ PAP WA 37[01ENIAO PIN IN PAW— 080 02•1471125 N CP POW COMM DOT WM 77E E 0 47 COa4L707 SRVM ®N WA 6•5177 0 NE war MIA DE MP NPOMVT 900 ow 57 T sewn.* JLI') 37.0E /MUM AAAEN BOA EPN cE AGRAN S 9741 !WAD R60 DF WA .6 AO •DD ND AIWA E 6 ALL MOAN= RD E AWED 0.70e YELLOW Cdr ROO,000.75 A E PRA 70 LC BY AAA A IET ALA MP NAPOS N E 60 1 MS= Ao AOZPLDRNR AIM T -7-14 M sE OW207 A NEDIIO I/..7 x 810 ASAO 4 457 DE /MO 9.1 E WN®n D 0 DAL T ORE 375704 900 AMAX OP 4157 7D OM ONE= 315100 5 N 1707 SAM A AI OW PIN S... LW E VA LD O NO NSA Al DEP IE42LNE H AR. FIRE HYDRANT D 1 NOT TO SCALE AO S SOPS COURPO 9T ARP .B3 M' /9/A IN SHOULDER/PAINING LANE 6' 10IA IN 7RAE2LED NAY SAMCV/T 075721G PAVEMENT CO110514D DENSITY FRL NOT TO SCALE NOW RJK SECTION A -A 5AAA10 NO 18' MIN SAIL O0WO7 AOI SA NO INC Aa*IS 1NA P. NOTES A .4502 SOWS SW E IAA N.CA POW N NA N 11 E 02440 57741 1074 OI I' T OE LMA DVS SPA 2022 AWOL A CN 4 0A 10544 AN RS01 0D RR NOT CR WOWS. SOCS ALL WAS 9A0 MCC OWN 009020 NO MX PPE MAW WW2 77 00R.19N SRN• 9LALL E ALL WI 5 0 NO POO E /NO 1-2 fYE O 0 3904 BAWD O75 MAGI 00 RE 74914 U 804 7 0 API PANTS W E 12710 rime MIX AIRS N O AArrow2E /f£ 2 SA02lA6 9w.“ E NE AOi MGM DEM, IGO.- CREWE Ire CARP MC 9S IAA AIWA OARS A7 RR AIWAVS 97 7 5700 LIIIPONE 7 ARS AELE AAA OY 79802 WS I AA I 7 YPIC SAWS 041E OA SONCC LNR M. E NSANLED AS ERRS OP DE At TRAP AV AWL E AAA ROM RIFX 90IL EAO MEM WOW A DE DR 9RONIP NI J AL 0485 MS 9101 EPA RRA AAO 85074172181 AE 077 NO MO A NE. PM E85 RN AND 9:DA5 E AWED ANS IK sr wow 94*1 teleuses I• MA 517126 WU E MP IN 74-12 VA NN A SODA J02 ERA IA I274-8 LO CAROM EDR 9001 E AS SAWA F0I1 a Mk 0478 SAVES RANK A SPARS A^AAEN7AMR AEA r WATER SERVICE CONNECTION D 1 NOT TO SCALE PIPE ZOVE 8400714 GRAYS BAOXFML FOR PIPE ZONE BEDDING 1 ALP PA10/ SHALL BE ROLLED AND NOT YI@7A 7ED PPE UNDER ROADWAY PIPE UNDER LAM SEE NOTE 2 NOTES FOR T L M TRENCH RESTORATION 4 TEMPORARY PATCHING MTH ASPHALT OR PLACEMENT OF STEEL PLATES /5 REQUIRED MEN 7RAfF1C WILL MOSS CTE FOR MORE THAN 24 /FORKS M7IKLIT PERMANENT RESTORATION STEEL PLA7575 S7/ALL HAW COLD PATCH REDOES ON TRAFFIC tux. 6' SP/CAL 6' TYR COMPACTED 8400110 25' MN FOR WATER MAN 45' MIN FOR 510[4 OR SANITARY SEVER MANN 7 /0 60 5' Z 70 BE USED FOP ALL PAVED STREETS AND ALLEYS 540074* 10077700 7O 1' -0' Bt7BNO CURB OP EDGE OF PAYING UNLESS 0177ERIWSE APPROVED M ADVANCE BY 077 ENGINEER .0 MIEN CONCRETE PAVEMENT JOINT IS LESS THANK 4' -0' FROM SAMWT, THE PA VEMO✓T SHALL BE REMOVED TO 77/47 JOINT 5 CALL FOR 5SPECBOV BY CITY 24 5160175 PROP 70 PLACING PPE ZONE LLACATILL AND PRKR 10 PLALLN6 COE BAOOXL 0' 1' (ANOWN77 APE 2' 1040 INCHES AT FULL SCALE 5 NOT SCALE ACCORDINGLY A j D -1 J