Loading...
HomeMy WebLinkAbout4.653 Original ContractFor information regarding this project, contact Terry Dahlquist, City of Port Angeles 360 -417 -4702 PROJECT MANUAL for COLLEGE SUBSTATION SWITCH REPLACEMENT PROJECT NO. CL06 -2010 CITY OF PORT ANGELES WASHINGTON JUNE, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES y.. Prepared by: ntuded itfieer Ploject Reviewed by: Deputy DYrector PROJECT MANUAL for COLLEGE SUBSTATION SWITCH REPLACEMENT PROJECT NO. CL06 -2010 g ill O ,rC:': U__. Wif, t '1111 1111111P r N> ilO FIKS A% CITY OF PORT ANGELES WASHINGTON JUNE, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES i/LI ,l Rev'i'ewed by: ity Attorney Jr4- I I I I 1 I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS: TABLE OF CONTENTS COLLEGE SUBSTATION SWITCH REPLACEMENT PROJECT NO. CL06 -2010 Paae No(s), Advertisements for Bids I -1 Information for Bidders 1 -2 Bidder's Checklist 1 -3 Non Collusion Affidavit 1 -4 Bidder's Construction Experience 1 -5 Bid Form 1 -6,7 Bid Security Transmittal form 1 -8 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract 11 -1 -8 Performance and Payment Bond II- 9 Certificate of Insurance (provided by bidder) PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS 111 -1 -6 Section 16315 Overhead Electrical Distribution 16315 -1 -7 PART IV ATTACHMENTS A. Clallam County Wage Rates B. Forms C. Project Plans (2 pages) D. City of Port Angeles Construction Standards I 1 I I I I I I I I I I I I 1 I I I I PART I BIDDING REQUIREMENTS ADVERTISEMENT FOR BIDS COLLEGE SUBSTATION SWITCH REPLACEMENT PROJECT CL06 -2010 City of Port Angeles Sealed bids will be received by the Director of Public Works Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm, July 9, 2010, and not later, and will then and there be opened and publicly read at that time in the Pitts Conference Room at Port Angeles City Hall for the construction of the following improvements: Replace existing 69kV switch and related structures adjacent to College Substation in Port Angeles. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http• /www.bxwa.com Click on: "Posted Projects "Small Public Works Roster "City of Port Angeles Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List Contact the Builders Exchange of Washington (425 -258 -1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 4700). Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, P.E. Director of Public Works Utilities INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS Each bid shall be submitted on the required bid form contained in Part I of the Project Manual All blank spaces for bid prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted Only one copy of the Bid Form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit 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 Owner reserves the right to accept the bid that is in the best interest of the Owner, 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 Owner may elect to re- advertise 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 work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and shall be completed within the time as stated in the Advertisement for bids The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder Such bond(s) shall be on the form provided by the 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 1 1 The following forms are to be executed after the Contract is awarded: A. Contract To be executed by the successful bidder and the City. 1 C. Insurance certificate(s). 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? 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 sianatorv. 1 -3 1 1 1 1 1 1 1 1 1 STATE OF WASHINGTON COUNTY OF NON COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of bidder /Confactur' Subscribed and sworn to before me this day of j\,\/t_\ 20) �c WAll °ii e EAP 5` s n i o �P z= i JAN /T ,E', O1 Notary Public in State of Was Residing at My Comm. Exp. 1 -4 U e 8 Non Collusion Affidavit ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale and for the ton. 0 QYCX_V\ a A rn.� .moo a ,L,LL ,WLAL0 Add separate sheets if necessary. Date: BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide dear and comprehensive information. 1. Name of bidder: OLYMPIC ELECTRIC CO INC Registration Number: OLYMPEC 91 5N6 2. Permanent main office address: 4210 TUMWATER TRUCK RTE PORT ANGELES, WA 98363 3. When organized: 1 946 4. Where incorporated: WASHINGTON 5. How many years have you been engaged in the contracting business under your present firm name? 64 YEARS 6. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number. SEE ATTACHMENT A 7. General character of work performed by your company: ELECTRICAL 8. Have you ever failed to complete any work awarded to you? NO If so, where and why? 9. Have you ever defaulted on a contract? NO 10. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number. SEE ATTACHMENT B 11. List your major equipment available for this contract: SEE ATTACHMENT C 12. Experience of bidder in construction similar to this project in work and importance: Johnson Creek substation, Prairie substation, Blyn substation, Dungeness substation, valley Creek substation, A street substation, Lalras corner substation, Suniand substation, Evergreen substation 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? YES The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Bidder's Signature: Print Name: Title: Pt2 4 S e 9 Bidders Conte Experience vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale c0j;ig.X PROJECT TITLE ATTACHMENT A GENERAL CONTRACTOR AMOUNT END DATE ELWHA RIVER RESTORATION PROJECT WATTS CONSTRUCTORS $3,500,000 00 2010 WALT SCHWARTZ 360 457.2484 6625 WAGNER WAY NW STE. 360 GIG HARBOR, WA 98335 DOWNTOWN AMBULATORY HEALTH CENTER DRURY CONSTRUCTION $481,000 00 2010 ROGER WAGNER 360.394.6000 19302 POWDER HILL PL. STE 100 POULSBO, WA 98370 VISITOR PLAZA CONVERSION COTTON BUILDING FISCHER GENERAL CONTRACTING $58,820 00 2010 DAN FISCHER 360.697.5402 1236 NW FINN HILL RD POULSBO, WA 98370 SCHOOL DISTRICT 121 EXHAUST UPGRADE HOCH CONSTRUCTION $19,234.00 2010 RICK HOCH 360 452.5381 4201 TUMWATER TRUCK RTE PORT ANGELES, WA 98363 PENINSULA PLYWOOD LIGHTING RETROFIT OLYMPIC ELECTRIC CO., INC. $72,112 00 2010 MIKE RUTTEN 360.457 5303 4230 TUMWATER TRUCK RTE PORT ANGELES, WA 98363 PENINSULA COLLEGE BUILDING D OLYMPIC ELECTRIC CO., INC. $38,640 44 2010 TIM AMIOT 360 460.8003 4230 TUMWATER TRUCK RTE. PORT ANGELES, WA 98363 UM MI M i• r MI MI NM MI UM Project Name /Description Elwha Water Treatment Plant Electrical for new plant Port Angeles Water Treatment Plant Electrical for new plant Fort Flagler State Park Sanitary Sewer Improvement Project Costco Wholesale All electrical for new building 7 Cedars Longhouse All electrical for new building Sequim Village Marketplace Site Electrical high voltage for Home Depot 8 Street Bridge Replacement Traffic signals, bridge lighting, Street lighting, high voltage reroute Mt. Pleasant Underground Utility Relocation Overhead to underground utility Cedar Ridge Development Underground utilities, street lighting PROJECTS FOR OLYMPIC ELECTRIC CO., INC. Location Port Angeles Current 2,000,000 Watts Construction Walt Schwartz (253) 853 -3311 Port Angeles Current 1,500,000 Watts Construction Walt Schwartz (253) 853 -3311 Port Townsend 10/08 8/09 1,280,183 Seton Construction 4640 Discovery Road Port Townsend, WA 98368 (360) 385 -0301 Sequim Sequim Sequim Port Angeles Port Angeles Sequim Date 5/06 8/06 $1,120,415 9/07 4/08 $1,033,001 9/04 2/05 $759,101 6/08 3/09 $714,288 9/06 10/06 $563,194 9/06 5/07 $457,994 Electrical Client Phone Lydig Construction Hans Hansen (425) 885 -3314 Aecon Building Inc. Neil Ruud (425) 774 -2945 SD Deacon Corp. Mike Mahoney (425) 284 -4000 Parsons Greg Bennett (253) 876 -1392 Clallam County Public Works (360) 417 -2379 Cedar Ridge Assoc. LLC (360) 809 -0164 MI M MI MI r r Proiect Name /Description Downtown Ambulatory Health Center AU electrical for state of the art medical facility Makah Water Treatment Plant All electrical for new plant Johnson Creek Substation Erect steel, electrical Hendrickson Rd CRP C1115 Overhead to underground utility International Gateway Transportation Center All electrical for site, building, Parking garage Blyn Substation Makah Replacement Distribution System Fairchild International Airport Runway Lights Hwy 112 Safety Point Hudson Marina All electrical for new docks MINI NM 111111 NM MI 11111111 IIMI 111E1 =I Mil MI OEMs PROJECTS FOR OLYMPIC ELECTRIC CO., INC. Location Date Port Angeles Current Neah Bay 1/07 9/08 Sequim 1/08 9/08 Sequim 4/06 6/06 Port Angeles 4/08 4/09 Sequim Neah Bay Port Angeles Neah Bay Port Townsend Electrical $450,000 $432,750 $406,035 $343,026 $363,743 7/04 -12/04 $318,439 4/08 6/08 $284,113 9/05 —12/05 $224,773 6/08 8/08 $215,311 5/07 —10/07 $190,076 Client Phone Drury Construction Roger Wagner (360) 394 -6000 Fischer General Contracting (360) 697 -5402 Clallam County PUD Quimby Moon (360) 452 -9771 Bruch Bruch (360) 452 -5388 Primo Construction (360) 683 -5447 Clallam County PUD Quimby Moon (360) 452 -9771 Makah Tribal Council (360) 645 -3116 Lakeside Industries (360) 452 -7803 Petersen Brothers, Inc. (253) 863 -8136 Caicos Construction (360) 297 -5636 NE r NM EN NM MN it NM PROJECTS FOR OLYMPIC ELECTRIC CO., INC. N. 5 Ave E. Hendrickson Traffic Signal Sequim 11/07 4/08 $172,118 Lakeside Industries (360) 452 -7803 EQUIPMENT AVAILABLE FOR WORK: DESCRIPTION AGE ROTARY HAMMERS LESS THAN 7 YEARS DBAND SAWS LESS THAN 7 YEARS CORE DRILLS W/ BIT LESS THAN 7 YEARS PVC BENDER OVEN LESS THAN 7 YEARS BENDER LESS THAN 7 YEARS THREADER 2" LESS THAN 7 YEARS THREADER 4" LESS THAN 7 YEARS ANDERSON TOOL LESS THAN 7 YEARS BURNDY TOOL LESS THAN 7 YEARS WIRE PULLER (TUGGER) LESS THAN 7 YEARS VACUUM FISH SYSTEM LESS THAN 7 YEARS KO SET LESS THAN 7 YEARS RADIOS LESS THAN 7 YEARS RECORDING AMMETER LESS THAN 7 YEARS GENERATOR MULTIPLE) LESS THAN 7 YEARS GANG BOXES LESS THAN 7 YEARS SCAFFOLDING (APPROX. 35') LESS THAN 7 YEARS SUBMERSIBLE PUMP LESS THAN 7 YEARS BOOM TRUCK 1991 BUCKET TRUCK 2002 VANS (3/4 AND 1 -TON) 1989 TO 2007 PICK -UP TRUCKS (1/2 AND 3/4 TON) 1990 TO 2009 FLAT BED (1 -TON) 2002 DITCH -WITCH TRENCHER 2000 BOBCAT MINI EXCAVATOR 2006 JOB SHACKS 4 TAMPER RAMMER 2007 ALL EQUIPMENT IS LOCATED IN PORT ANGELES REVISED 03/2010 ATTACHMENT C Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM COLLEGE SUBSTATION SWITCH REPLACEMENT Page 1 of 2 BIDDER: OLYMPIC ELECTRIC CO. INC. The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: CBIC Surety POB 9721 SEATTLE, WA Surety address MARK NOMA (888) 825-2242 Surety Contact and Phone Number I -6 EHL Agent POB 1630 PORT ANGLELES, WA Agent Address WENDY DAILY (360) 683 -7966 Agent Contact and Phone Number 11 Bid Form ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale BID FORM COLLEGE SUBSTATION SWITCH REPLACEMENT Page 2 of 2 The bidder hereby bids the following amounts for all work (including labor, equipment, time, and materials) required to replace a 69 kV switch and structure by College Substation, as detailed in the Contract Documents. Lump Sum Sales Tax (8.4%) Total Bid 45,790.00 3,846.36 $49,636.36 The bidder hereby acknowledges that it has received Addenda No(s). N/A (Enter "N /A" if none were issued) to this Project Manual. By signing the Bid Form, the bidder certifies he is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). The Contractor further warrants that he possesses adequate financial resources for the performance of the work covered by this Proposal, and that the Contractor will provide the necessary tools, equipment, a qualified foreman, and other employees as required. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent, are listed below. Company Name: OLYMPIC ELECTRIC CO. INC. 4230 TUMWATER TRUCK RTE (Street address) (City Contractor Registration Number: OLYMPEC91 5N6 UBI Number: 600 265 927 Telephone No. WA State Industrial Insurance Account Number: 374, 998 -00 WA State Employment Security Department Number: 431732-0 0 2 State Excise Tax Registration Number: 91 -1 01 5 0 7 9 Address: Signed by Title Printed Name: Date: PORT ANGELES PRESIDENT 1fr/eo (360) 457 -5303 CHARLES T. BURKHARDT I -7 WA (State) 98363 (Zip) li 12 ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwvw.bxwa corn Always Verify Scale I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 5% OF BID which amount is not less than five (5 percent of the total bid. KNOW ALL MEN BY THESE PRESENTS: That we, 43.PnncipaI and as Surety, are held and firmly bound u4ziDo the CITY OF PORT ANGELES as Obligee, in the penal sum of Dollars, for the payment of whic the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents The condition of this obligation is such that if the Obligee shall make any award to the Principal for according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and fnrfeit 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 Principal Surety Agent Surety address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number Dated: SIGNED, SEALED AND DATED THIS day of 2010. Received return of deposit in the sum of BID SECURITY TRANSMITTAL FORM SIGN HERE BID BOND COLLEGE SUBSTATION SWITCH REPLACEMENT PROJECT CL06 -2010 1 -8 ild 13 Bid Security Transmittal Form ed to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwv.bxwa.com Always Verify Srai$5 chic INSURANCE Know all by these presents, That we, OLYMPIC ELECTRIC COMPANY. INC as Principal, and Contractors Bonding and Insurance Company,as Surety, are held and firmly hound unto CITY OF PORT ANGELES Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars, 5% of Bid for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, firmly by these presents. Whereas, Principal has submitted or is about to submit a bid to the Obligee on a contract for REMOVAL OF EXISTING 69 KU SWITCH AND POLES. INSTALLATION OF NEW 69 KU SWITCH AND POLES Signed and sealed this 8TH Bid Bond (Public Work) "Project Now, Therefore, the condition of this bond is that if obligee accepts Principal's bid, and Principal enters into a contract with the Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise the Principal and Surety will pay to the Obligee the difference between the amour of the Principal's bid and the amount for which the Obligee shall in good faith contract with another person or entity to perform the work covered by the Principal's bid, but In no event shall the Surety's and Principal's liability exceed the penal sum of this bond. day of JULY 2010 By. By: Premium: OLYMPIC ELECTRIC COMPANY, INC Contractors Bonding and Insurance Company 1213 Valley Street P.O. Box 9271 Seattle, WA 98109 -0271 For the CBIC branch nearest you, call Toll Free (888) 283-2242 (888) 293 -2242 FAX 7 !blades Burkhardt ,J Contractors Bonding and Insurance Company (Seal) Principal p, A1. &ill R. Deana McIntyre Atforney- inFatL BndBID.01- US032905 !t INSURANCE Not Valid for Bonds Executed On or After: READ CAREFULLY to be useel only with the bond ,specified herein Only an unaltered original of this Power ofAttorney document is valid. A valid original of this document is printed on gray security paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company The original document contains a watermark with the letters "ebic" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely in connection with the execution and delivery of the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document is valid only if the bond is executed on or before the date indicated above,. KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute and appoint the following: DEANA M. MCIN`I'YRE, WENDY F. DAILEY, RHONDA M. BYERS and JOHN M. RALSTON its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver on behalf of the Company: (1) any and all bonds and undertakings of suretyship given for any purpose, provided, however, that no such person shall be authorized to execute and deliver any bond or undertaking that shall obligate the Company for any portion of the penal sum thereof in excess of $10,000,000, and provided, further, that no Attorney -in -Fact shall have the authority to issue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in excess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a contract bonded by the Company. This appointment is made under the authority of the Board of Directors of the Company. 1, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the reverse are now in full force and effect. LIMITED POWER OF ATTORNEY CHIC 1213 Valley Street P.O. Box 9271 Seattle, WA 98109 -0271 (206) 622.-7053 (800) 765 -CBIC (Tall Free) (800) 950 -1558 (FAX) Poal -PQA 084,1S006 1107 O i �o r �_.wM a O Off. 0'1 o r .a i° ORO ,ajs 1� °c�a n� n�a' °Q 1 .�,i 4��� i ,'�i Sao c� o.� °u' e�D -0i .i i i 1 ti a..� i a..,a,e.. O.a.R °o aM�.,, G0 {.nf .ilfnRe,.i.. I.0 -0.a.l ..„..47 in 044:.....e, 0..,� J, �R�;: eie �Ic�'ab�1��: !sii�leb�k "4 �il'�, i4a��p a r�� �i4F a of s a i lrn o+ o *o Certificate of Appointment and Resolution of the Board of Directors The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed the Attorney(s) -in -Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993: RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any Assistant Secretary, and any other employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the Authorized Officer or Employee and attested and sealed (if a seal be required), or (n) when signed by the Authorized Officer or Employee, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent, or (in) when duly executed and sealed (if a seal be required) by one or more attorneys -in- fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney issued by the Company to such person or persons. RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the power of attorney itself); and such signature and seal when so used shall have the same force and effect as though manually affixed. RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and attorneys -in -fact remain in full force and effect; that all forms of powers of attorney previously or in the future approved by the Board of Directors, including, but not limited to, so called "fax or facsimile powers of attorney where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of attorney may be attached to the final bond for a project for which the different form of power was attached to the bid bond) without affecting the validity of either power of attorney or bond. IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and secretary, and its corporate seal to be hereunto affixed this 13th day of June, 2007. State of Washington County of King On June 13, 2007 before me, Brenda J Scott Notary Public, personally appeared Don Sirkin and R. Kirk Eland personally known to me to be the persons whose names are subscribed to the within instrument, and acknowledged to me all that they executed the same in their authorized capacities and that by their signatures the entity upon behalf of which they acted executed the instrument. 1 ,11',�0 1 A Sc 0 Q? S sioN' O�� Signature talc up y t I v.' Lic i k N. F WA i l ,i WITNESS my hand and official seal Don Sirkin, President Brenda J Scott, Notary Public (seal) Attest R Kirk Eland. Secretary PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT PUBLIC WORKS CONTRACT 1 1 This Contract is made and entered into in duplicate this c7 day of JAI 2010 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 Olympic Electric Company, Inc., 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: College Substation Switch Replacement, Project #CL06 -2010. 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, E. Electrical construction standards of the City of Port Angeles Department of Public Works and Utilities, and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within 10 days after receiving a notice to proceed from the City, and said work shall be physically completed within 100 calendar days from the notice to proceed, unless a different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor Industries, as set forth in Chapter 39.12 RCW and Chapter 296 -127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i. Automobile Liability insurance covering all owned, non owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products completed operations aggregate limit. iii. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions 1 I I I 1 I I I I I I I I I I 1 I I I The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. i. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their subcontractors, lower tier subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9. Non discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to pay or to assure payment of any monies due any subcontractor or assignee. H. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower -tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by Mike Rutten on behalf of the Contractor and by Terry Dahlquist on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Olympic Electric Co. Inc. 4230 Tumwater Truck Rt. Port Angeles, WA 98363 12. Internretation and Venue. City: 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. I IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: .AU► ame f By: Title: CITY OF PORT ANGELES: 1 I L L`� hc, Contractor Mayor 6,9 Clerk 1 1 1 1 1 7' 7 QJ,r,, Appred as to Form: _Lam' ity Attorney sie x144 Attest: Li Nt' Bond Number: LC4305 Performance and Payment Bond (Public Work) Premium: For the CBIC branch nearest you, call toll free: (888) 283-2242 (888) 293 -2242 FAX KNOW ALL PERSONS BY THESE PRESENTS, That we, Otvmoic Electric Ca moanv. Inc. called the Principal, and Contractors Bonding and Insurance Company, a Washington corporation, called the Surety, are held and firmly bound unto city of pro Angel"M called the Obligee, in the sum of Fraurty ninta thnucand nix hundrad thirty nix and thirty six mints Dollars 49,636.38 for the payment whereof said Principal and Surety bind themselves firmly by these presents. WHEREAS, the Principal has entered into a Contract with the Obligee dated to perform construction work at the r nilcara ihstatinn -P rnrual of pvjeting RQkii switch and pnlas, installatinn of naw Rgku switch and pnlaa "Contract NOW, THEREFORE, the condition of this obligation is such that if the Principal shall promptly and faithfully perform the construction work to be performed under the Contract and shall promptly make payment to all Claimants, as hereinafter defined, for all labor and material used, consumed or incorporated in the performance of the work under the Contract, then this obligation shall be null and void; otherwise to remain in full force and effect. Whenever Principal shall be, and be declared by Obligee to be in default under the Contract for failing to perform the construction work, the Obligee having performed Obligee's obligations thereunder, Surety shall, within a reasonable time: 1. Upon entering into an acceptable takeover agreement with the Obligee, undertake to complete the construction work to be done under the Contract; or 2. Obtain bids or negotiated proposals from qualified contractors for completion of the construction work to be done under the Contract, and arrange for a contract to be prepared for execution by the Obligee and the contractor, to be secured with a performance and payment bond executed by a qualified surety; or 3. Waive its right to perform and complete, arrange for completion, or obtain a new contractor. 4. The Contract balance, as defined below, shall be credited against the reasonable cost of completing the construction work to be performed under the Contract. if completed by the Obligee pursuant to paragraphs 2 or 3 above, and the reasonable cost of completing the construction work exceeds the Contract balance, the Surety shall pay to the Obligee such excess, but in no event shall the aggregate liability of the Surety exceed the amount of this bond. If the Surety completes the work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the construction work to be done under the Contract and to reimburse the Surety for its outlays shall be paid to the Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract. To the extent that the Surety's outlays exceed the Contract balance paid to Surety by Obligee, the Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and the Surety's aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance" as used herein shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to the Principal under the Contract. The term "construction work" as used herein shall mean the providing by the Principal of all labor andlor material necessary to complete the Principal's scope of work under the Contract Not withstanding any language in the Contract to the contrary, the Surety shall not be liable to the Obligee or others for obligations of the Principal that are unrelated to the performance of the construction work under the Contract, and the Contract balance shall not be reduced or set off on account of any such unrelated obligations, nor for any related obligations that would not be covered under this bond. 5. Any suit by the Obligee under this bond must be instituted before the earlier of` (a) the expiration of one year from the date of substantial completion of the work, or (b) one year after the Principal ceased performing the construction work under the Contract If this bond is provided to comply with public works bond statutes in the location where the construction work is being performed, a thr m,hlir. works bond statutes contain a statute of limitations for suits on the performance bond, then the limitation period set forth herein shall be read out of this bond and the statute of limitation set forth in the public works bond statutes shall be read into this bond. If the Iimitation set forth in this bond is void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 6. A Claimant is defined as one other than the Obligee having a contract with the Principal or with a direct subcontractor of the Principal to supply labor and/or materials and said labor and/or materials are actually used, consumed or incorporated in the per fuiuuance of the construction work under the Contract. 7. The above -named Principal and Surety hereby jointly and severally agree with the Obligee that every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was done or performed or materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor and/or materials supplied by the Claimant which were used, consumed or incorporated in the performance of the construction work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of the Principal shall have a right of action on this bond only if said Claimant notifies the Surety in writing of its claim within ninety (90) days from the date on which said Claimant did or supplied the last labor and/or materials for which the claim is made. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. 8. No suit or action shall be commenced hereunder by any Claimant after the expiration of the earlier of: (a) one year after the day on which the Claimant last supplied the labor and /or materials for which the claim is made; or (b) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by the law of that state. 9. No suit or action shall be commenced hereunder by the Obligee or any Claimant other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 10. The amount of this bond shall be reduced by and to the extent of any payment or payments made by Surety in good faith hereunder whether made directly to Obligee or Claimant(s) or otherwise in discharge of Principal's obligations. The Surety's liability hereunder to the Obligee and all Claimants is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. The Surety may, at its option, discharge all obligations under this bond by interpleading into the registry of any court of competent jurisdiction of the full unused penal sum of this bond, or such portion thereof that will satisfy the obligations owed to the Obligee and/or the Claimant(s). No right of action shall accrue on this bond to any person or entity other than the Obligee and/or the Claimant(s). The bond shall not be liable for any liability of Principal for tortious acts, whether or not said liability is direct or is imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability or other insurance required by the Contract. 11. If this bond is provided to comply with a statutory or other legal requirement for performing construction contracts for public owners in the location where the construction work is being performed, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. Signed and sealed this _..2.81b day of iuiv Olympic Electric Company. Inc. (Principal's Name) By: Its: 2n-to CONTRACTORS BONDING AND INSURANCE COMPANY By: andy F. Daaley,Attor eet.» =fact vow ay ,4t I 17;6" 5XL I..., 7 4Ifiy,> r1 unl ever vary raxiL). oU- DMf- 4Dt-J8 PRODUCER Edgren Hecker Lemmon Ins Inc P.O. Box 1630 Sequin WA 98382 Phone:360- 683 -7966 INSURED I NDK UU L I LTR )NSRE TYPE OF INSURANCE POLICY NUMBER I GENERAL LIABILITY A X COMMERCIAL GENERAL LIABILITY 9820814 I CLAIMS MADE X OCCUR A I GEN'L AGGREGATE LIMIT APPLIES PER 17 POLICY IX I MT- AUTOMOBILE LIABILITY A X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO EXCESS UMBRELLA LIABILITY X OCCUR DEDUCTIBLE CERTIFICATE HOLDER [I CERTIFICATE OF LIABILITY INSURANCE A Install Floater RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY A OFFICER/MEMBER XC EXCLUDED? (Mandatory In NH) If yes describe under SPECIAL PROVISIONS below OTHER Fax:866- 697 -4598 I I LOC CLAIMS MADE 9820815 Y/N n City of Port Angeles PO Box 1150 Port Angeles WA 98362 ACORD 25 (2009101) 9820814 02/10/10 CITYPO4 Page 1 of 3 Date 7272010 11 12 AM Page 1 9820814 02/10/10 02/10/11 STOP GAP /9820813 02/10/10 02/10/11 The ACORD name and logo are registered marks of ACORD DATE (MM /DD/YYYY) OP ID 07/27/10 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 INSURER B INSURER C INSURER D INSURER E Federated Service Insurance Co Olympic Electric Co. Inc. 4230 Tumwater Truck Route Port Angeles WA 98363 -2469 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 DATE (M EFFECTIVE /D /YYYY) I DATE (MM/DD/YYYY) 02/10/10 02/10/11 02/10/10 02/10/11 E ACH OCCURRENCE A M I( AGt IU tNItU PREMISES (Ea occurence) I MED EXP (Any one person) I PERSONAL ADV INJURY I GENERAL AGGREGATE PRODUCTS COMP /OP AGG COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) I AUTO ONLY EA ACCIDENT I EA ACC AGG I OTHER THAN AUTO ONLY IEACH OCCURRENCE I AGGREGATE 1$ I$ I$ I$ VV LJIAI U Ui rr l )T LIMI I X I ER 02/10/11 Limit DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS Project:College Substation Switch Pole Replacement. City of Port Angeles is named additional insured per the attached endorsement form #CGF48. LIMITS $1000000 100000 $excluded $1000000 $2000000 $2000000 3,000,000 3,000,000 E L EACH ACCIDENT I$ 1, 000 0 0 0 I E L DISEASE EA EMPLOYEE 1, 0 0 0, 0 0 0 I E L DISEASE- POLICY LIMIT 1,000,000 15000 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 DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES AU'(HOf;LZED REPRESENTS 1988-2009 ACORD CORPORATIOI(i. All rights reserved rrom vvenoy ,ally raxiU 3W-0V -'f t3 ACORD 25 (2009/01) Page 2 of 3 Date 7/27/2010 11 12 AM Page 2 c 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 This Certificate of Insurance 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 I I I I I 1 I I I I I I I I I 1 I I rrom vvenoy uauy raxiv -b 1f -4*UtS Producer Copy I. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ TT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS COVERAGE PART A. WHO iS AN INSURED for 'bodily injury" and 'property damage" liability is amended to include; Any person or organization other than a joint venture, for which you have agreed by written contract to procure bodily injury or property damage liability insurance, arising out of operations performed by you or on your behalf; however, this additional insurance does not apply to: 1. An employee, association of employees or labor union, except with respect to work performed by or for you for such employee, association of employees or labor union under direct contract between you as contractor and such employee, association of employees or labor union as owners; 2. Any railroad company except with respect to work performed by or for you for such railroad company under direct contract or agreement between you and such railroad company; or 3. Any person or organization whose profession, business or occupation is that of an architect, surveyor or engineer with respect to liability arising out of the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, specifications or the performance of any other professional services by such person or organization; 4. Any of your Subcontractors, or any partner, officer, agent or employee of such Subcontractor. B. The Coverage extended to any additional Insured by this endorsement is limited to, and subject to all terms, conditions, and exclusions of the Coverage part to which this endorsement is attached. In addition Coverage shall not exceed the terms and conditions that are required, by the terms of the written agreement to add any insured, or to procure insurance. C. The limits of insurance applicable' to such insurance shall be the lesser of the limits required by the agreement between the parties or the limits provided by this policy. D. Additional exclusions. The insurance afforded to any person or organization as an insured under this endorsement does not apply: 1, To 'bodily injury" or "property damage" which occurs prior to, the date of your contract with such person or organization; 2. To "bodily injury" or "property damage" included with in the "products /completed operations hazard.' 3. To "bodily injury" or "property damage" arising out of the sole negligence of any person or organization that would not be an insured except for this endorsement. CG -F -48 (08 -92) Page 3 of 3 includes copyrighted material of insurance Services Office, Inc. with Its permission. Policy Number. 9820814 Transaction Effective Date: 02-10 -2006 Date 7/27/2010 11 12 AM Page 3 c PART III SPECIFICATIONS, SPECIAL PROVISIONS, AND SUBMITTALS I I I INTRODUCTION /ORDER OF PRECEDENCE I See Section 1 -04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, I drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages III 1 through III 6 I 2. Submittal requirements, as listed on page III 6 3. Technical Specifications, Section 16315. 4. Project Plans, as set forth in Attachment C. 5. City of Port Angeles Standard Details, as set forth in Attachment D. I 6. Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. I 7. Attachments (exclusive of the above mentioned) as listed in the Table of Contents of the Project Manual. I STANDARD SPECIFICATIONS I This Contract incorporates the Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as I detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. I SPECIAL PROVISIONS I The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these I Special Provisions refer to Sections of the Standard Specifications. 1 -01.3 DEFINITIONS 1 The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. I The term "State" is redefined to mean the City of Port Angeles for this project. I The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works and Utilities for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1 -02.2 PLANS AND SPECIFICATIONS Section 1 -02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 1 -02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1 -02.5 of the Standard Specifications for this project. 1 -02.9 DELIVERY OF PROPOSAL Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1 -03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1 -03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power -of- attorney appointing the signatory of the bond as the person authorized to execute it. 1 -04.4 CHANGES IN WORK Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A III -2 I I I I I I I I Section 1 -05.5 is supplemented with the following: I I I I I I I I I I I construction contract change order may be initiated by the Contractor, City inspector, or Engineer by using the RFI form contained in Attachment B of this project manual. Definitions: a. RFI: Request for Information b. CCO: Construction Change Order c. CPR: Contractor Payment Request PLANS AND WORKING DRAWINGS Unless otherwise required by the Submittal Requirements, Section 1 -05.3 of the Standard Specifications shall apply. 1 -05.5 AS -BUILT DRAWINGS 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. 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 III -3 final payment will be made. See Submittal Requirements for additional information. 1 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply. 1 -07.6 PERMITS AND LICENSES All requirements of any permits included in this Project shall be adhered to by the Contractor. No additional permits are required for this project. 1 -07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. This Contractor will furnish all work necessary to adjust, relocate, replace, or construct utility facilities unless otherwise provided for in the Plans or these Special Provisions. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless III -4 I I I I I I I I I I I I I I I I 1 I I otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1- 800 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1 -07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY Section 1 -07.23 is supplemented with the following: No power outages to customers will be allowed to extend overnight. HOURS OF WORK Section 1 -08.0 is further supplemented by the following: The hours of operation of the Port Angeles Light Operations Division are limited to Monday through Friday, 7:30 am to 3:30 pm, excluding holidays. Switching requirements shall be scheduled to occur during those times. TIME FOR COMPLETION Section 1 -08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence within 10 days of receiving the Notice to Proceed, and work must be substantially complete with pole replacement and re- energizing of the transmission line within 100 days of the Notice to Proceed, unless a different time frame is expressly provided in writing by the City. The transmission line may only be de- energized for working access for 14 days during the 100 day performance period. If said work is not completed within the specified time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $200 per day for each and every day said work remains uncompleted after the expiration of the specified time. III 5 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 Attachment B of this 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. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR -01 Material Submittals SR -04 As -Built Drawings SR -01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals for the following items: 1. Fiberglass Poles and Crossarms 2. 69kV Switches All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1 -05.3, "Plans and Working Drawings of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR -04 AS -BUILT DRAWINGS Requirements for maintaining As- Builts for the work completed under this Contract are specified in Section 1 -05.5 of the Special Provisions above. Final As- Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. 111 -6 I I I I 1 I I I I I 1 I I I I 1 I I I SECTION 16315 OVERHEAD ELECTRICAL MATERIAL PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section supplements and adds to material specifications on the drawing sheets, and includes medium voltage, overhead electrical power distribution and the following: 1. Conductors, connectors, and splices. 2. Hardware and accessories. 3. Cutouts, switches, and fuses. 4. Poles and crossarms. B. The Contractor shall provide and install all material specified herein and noted on the drawings as required to provide complete and functional transmission and distribution circuits upon completion. Some material is required to meet City standards, but no material will be provided by the City. 1.3 DEFINITIONS A. ACSR: Aluminum conductor, steel reinforced. B. BIL: Basic impulse level, stated in kilovolts. C. IEEE: Institute of Electrical and Electronics Engineers. D. NESC: National Electrical Safety Code, IEEE Standard C2, 2007 Edition. E. PALO: City of Port Angeles, Department of Public Works and Utilities, Light Operations Division. F. PAES: City of Port Angeles, Department of Public Works and Utilities, Engineering Services Division. G. RUS: Department of Agriculture, Rural Utilities Service. H. Secondary: Conductors and components for circuits operating at the utilization voltage of 600 V or less. 16315 1 1.4 QUALITY ASSURANCE A. Testing Agency Qualifications: Where material listing is available for the material, it shall be listed by an independent agency, with the experience and capability to conduct the testing, that is a member company of the International Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to PAES. B. Overhead -Line Components, Devices, and Accessories: Currently listed in RUS Informational Publication 202 -1 without restriction for the intended application. C. Comply with the NESC, except where stricter requirements are indicated. D. New construction and strength shall be as required by the NESC for Grade C construction for heavy line loading, unless otherwise indicated. 1.5 PROJECT CONDITIONS A. Existing Utilities: Contractor shall coordinate activities with PALO crews. Work may need to be halted at any time if emergency conditions develop. B. Any power outages required for installation of new material shall be scheduled with PALO personnel at least 72 hours in advance. Any system switching shall be done by PALO crews and coordinated by PALO dispatch. PALO reserves the right to postpone or delay any Contractor requested outage depending on specific circumstances, at no increase to Contract cost. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, manufacturers specified herein. 2.2 CONDUCTORS, CONNECTORS, AND SPLICES A. Available Manufacturers Conductors: 1. BICC Cables Company. 2. General Wire Cable Co. 3. Hendrix Wire and Cable Inc. 4. King Wire Inc. 5. Okonite Company (The). 6. Southwire Company. B. Available Manufacturers Connectors and Splices: 16315 2 I I I I I I I I I I 1 I I I I I I I I 1. AB Chance Co.; Hubbell, Inc. 2. Cooper Power Systems. 3. Hubbell, Inc.; Anderson Electrical Products, Inc. 4. Hubbell, Inc.; Fargo Manufacturing Company. C. Line Conductors (PAES Stock #280 016- 000xx): 1. Bare all aluminum (AAC), Alloy 1350 -H19, complying with ASTM B 230/B 230M and ASTM B 231/B 231M 2. Aluminum Conductor, Steel Reinforced (ACSR), complying with ASTM B 232/B 232M 3. Hard -drawn copper (CU), complying with ASTM B 1 and ASTM B 8. D. Connectors, Splices, and Conductor Securing and Protecting Components (PAES #285 097- 000xx): Items include wire clamps, ties, conductor armor, fittings, connectors, and terminals. Listed for the specific applications and conductor types and combinations of materials used. Descriptions as follows for various applications: 1. Copper to Copper: Copper alloy, complying with UL 486A. 2. Aluminum Composition to Aluminum Composition: Aluminum alloy, complying with UL 486B. 3. Copper to Aluminum Composition: Type suitable for this purpose, complying with UL 486B. 4. Taps for Medium Voltage Line Conductors (PAES #285 097 00005): Hot -line clamps, screw type, with concealed threads and bare, hard -drawn copper stirrups. Listed for the combination of materials being connected. 5. Splices under Tension: Compression type with strength exceeding the conductors spliced. E. Taps of 336 or 4/0 aluminum conductor shall be made with stirrup clamps attached to the aluminum, and the jumper wires attached to the stirrups with hot line clamps suitable for aluminum or copper taps. Hubbell /Anderson #GA108S6L and #AH4GPXB, or equals. 2.3 HARDWARE AND ACCESSORIES A. PAES Stock #320- 0xx- 000xx: Ferrous -metal items include, but are not limited to, bolts, nuts, washers, insulator pins, eyebolts, and staples. 1. Comply with ANSI C135.1, ANSI C135.2, ANSI C135.4, ANSI C135.14, ANSI C135.22, ANSI C135.33, and RUS Informational Publication 202 -1 listings, and finish shall be hot -dip galvanized. B. PAES Stock #285 074 00038, 00039 15kV Insulator Pins: Hot -dip galvanized steel, style as indicated, designed to hold vertical -post- or pin -type insulators, with one -bolt attachment to pole. C. Insulators 16315 -3 I 1. Distribution Line Post Insulators shall be porcelain insulators, wet process type, complying with the following types: a. Pin: ANSI C29.5, Class 55 -3. b. PAES Stock #285 074 00031: Pin Type, ANSI -55 -4, Porcelain Products #PP366 -S. c. Secondary Spool: ANSI C29.3, Class 53 -2. (PAES Std N001) 2. Suspension insulators shall be polymer- composite, 115kV class, fiberglass reinforced insulators equal to the following: a. PAES Stock #285 -074- 00054: MacLean Power Systems #S165051VX01. b. PAES Stock #285 074 00010: MacLean Power Systems #DS -15M D. Grounding Materials: Comply with PAES Standards using materials listed by RUS for the intended purpose without restriction. Grounding conductors shall be No. 4 AWG, minimum; bare, solid, annealed copper, complying with ASTM B 8, unless otherwise indicated. E. Fiberglass Brackets: Fiberglass conductor brackets (PAES Stock Number 285 -078- 00017) shall be 24" fiberglass rod with gray ultraviolet protective coating, hot dip galvanized ductile iron base, aluminum end mounting plate for up to 3 devices, rated for 10,000 lbs. horizontal tension load and 900 lbs. vertical load. MacLean Power Systems #G1 MDAl24AG, or equal. F. Disconnect mounting bracket (PAES #285 078 00009) to be Aluma -Form #R3CSA -48, or equal. 2.4 SWITCHES A. Available Manufacturers: 1. ABB Inc.; Distribution Automation Equipment Division. 2. AB Chance Co.; Hubbell, Inc. 3. Cooper Power Systems. 4. S &C Electric Company. B. Fuse Cutouts: Open type, 15kV, 110 kV BIL rating, rated 100 or 200 A, continuous, as noted on the drawings, complying with ANSI C37.42. 1. Fuses: Enclosed link, Type K, complying with ANSI C37.42. 2. Fuse Current Rating: As noted on the drawings. 3. Switch Current Interrupting Rating: Minimum of 12,000 Asymmetrical Amps. 4. Composite polymer silicone construction. C. Distribution Disconnects, PAES Stock #285 067 00001: 600 Amp, 15kV, 110 BIL, hookstick operated, porcelain insulated disconnect switch, 25,000 Amp short circuit withstand rating, suitable for crossarm mounting. Hubbell /Chance #M3D62B, or equal. 16315 -4 I I D. Transmission Switch: Two insulator, side opening, outdoor air disconnect switches, constructed of 1200 Amp aluminum contacts on 69kV V- mounted porcelain insulators that rotate through a common mechanism. Hubbell /Chance #AGCH5V- 06912, or equal. Gang mount 3 switches with common operating rod to lockable handle at base of pole. 2.5 POLES A. New poles and structural support members shall be fiberglass, of size and class shown on the drawings. Comply with City of Port Angeles Standard Specification MDOF -001 in Attachment D. PART 3 EXECUTION 3.1 GENERAL REQUIREMENTS A. Comply with all work procedures required by NESC, Part 4, and State of Washington rules and regulations. B. Apply both pole and switch numbers to poles per PAES Standard 0M002. Pole numbers to be black text on yellow reflective background with full color impregnation. Numbers shall mount in black nylon mounting plate. Everlast injection molded tags, manufactured by Tech Products, Inc. or equal. Switch numbers to be 2" #EL2KY) numbers oriented vertically; pole numbers to be 1" high oriented horizontally #ELHKY). C. Solidly bonded connections shall be maintained for distribution system neutrals between main lines and taps. Where not currently installed per NESC requirements, neutral bonding conductors shall be #6 solid copper securely stapled at 6 -inch intervals to pole and crossarm, and be bonded to #4 grounding conductor for transmission switch mounting hardware. D. Selected PAES construction standards are included in Appendix D to these specifications to provide further pole framing details. Contractor shall provide and install all material for cutout installation detailed thereon, with any modifications noted on the drawings. Some clearances or positions may need to be adjusted to accommodate existing field conditions, but all NESC minimum clearances shall be maintained. E. Install #4 copper ground wires on each new pole as indicated on drawings. Route ground wire inside fiberglass pole from 40 inches below medium voltage neutral position to 6 inches below groundline. Connect to 8 foot ground rod buried completely below grade. F. Existing poles and crossarms being removed shall become Contractor's property and be disposed of in an environmentally acceptable manner. Switches removed shall remain City property and be delivered to PALO storage yard. 16315 5 3.2 LINE CONDUCTOR INSTALLATION A. Application: Install bare conductors, unless otherwise indicated. Existing medium voltage conductors to be reused. Provide new insulators and hardware for new crossarms and poles. Maintain service to existing customers during construction. B. Existing transmission conductors and insulators to be removed as noted on drawings and delivered to PALO storage yard. C. Armor Rod: Install to protect conductors if line conductors are supported by insulators. D. Flat Aluminum Armor Wire: Install to protect conductors if they are supported by, or attached to, galvanized or coated iron or steel clamps or fittings. E. Support line conductors and taps as follows: 1. Use pre- formed wire ties for conductor attachment to pin and vertical post insulators, unless otherwise indicated. 2. Install wire ties tight against conductor and insulator, and turn ends back, flat against conductor, to eliminate exposed wire ends. 3. Use wire clamps on horizontal post, dead end, and suspension insulators, unless otherwise indicated. 4. Connect taps to 336 or 556 conductor with stirrup clamps. Hot line clamps for jumper wires shall connect to the stirrups. 3.3 BRACKET INSTALLATION A. Where specifically noted on the drawings or indicated to follow a PAES standard specification, remove existing steel brackets and install fiberglass bracket for insulators and cutouts as shown in the specifications. Orient position as noted on the drawings. 3.4 HARDWARE AND ACCESSORIES INSTALLATION A. Install washers against wood and under nuts, including eyenuts and locknuts. Install nuts and locknuts wrench -tight on threaded connections. 3.5 COMMUNICATIONS A. Provide crossarms for support of existing communications lines. Transfer of communications cables from old supports to new structure to be done by communications company. 3.6 SWITCH INSTALLATION A. Mount switches on new structure as detailed on drawings. B. Install operating pipes between switches and down to lockable handle at grade level as shown on drawings. 16315 6 1 1 1 1 1 I 1 I I I I I I 1 1 I I I I C. Ground operating mechanism per PAES standard TM 001 in Attachment D. Provide steel ground plate as shown. Bury one inch below grade at normal switch operating position. Ground switch frames with #2/0 copper ground wire routed through interior of fiberglass poles to common ground rod. 3.7 FIELD QUALITY CONTROL A. Final inspection shall be by PAES personnel. Contractor shall receive a list of those deficiencies needing correction, and shall complete corrections prior to final acceptance. B. After completing equipment installation, inspect equipment. Remove spots, dirt, and contamination. END OF SECTION 16315 16315 7 ATTACHMENT A PREVAILING WAGE RATES I I 1 I I I I I I I I I I I I I I I I State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key CLALLAM COUNTY EFFECTIVE 3 03 2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40 03 1H SD BOILERMAKERS JOURNEY LEVEL $56 53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39 49 IM SA JOURNEY LEVEL $46 35 1M SA 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 WARF CARPENTERS $48 47 1H 5D CARPENTER $48 47 1H 5D CREOSOTED MATERIAL $48 57 1H 5D DRYWALL APPLICATOR $48 74 1H 5D FLOOR FINISHER $48 60 1H 5D FLOOR LAYER $48 60 1H 5D FLOOR SANDER $48 60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D 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 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52.23 1M 50 SURFACE RCV ROV OPERATOR $52 23 1M SD SURFACE RCV ROV OPERATOR TENDER $48 85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 IT 5D 8L Page 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL ELECTRICIANS INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER POWDERPERSON ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL ELEVATOR CONSTRUCTORS MECHANIC MECHANIC IN CHARGE FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS FENCE ERECTORS FENCE ERECTOR FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL HEAT FROST INSULATORS AND ASBESTOS WORKERS MECHANIC HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS MASON TENDERS JOURNEY LEVEL INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC Page 2 $51 19 1T 5D 8L $49 06 iT 5D 8L $49 57 1T 5D 8L $49 iT 5D 8L $48 79 1E 5P $9 37 1 $61.95 2W 5L $66 57 2W 5L $59.85 2W 5L $64 25 2W 5L $31 83 2W 5L $57 74 2W 5L $61 95 2W 5L $15 37 2A 6C $14 69 2A 6C $59 79 4A 5A $54 59 4A 5A $39 07 4A 5A $41.22 4A 5A $54.59 4A 5A $41.22 4A 5A $54.59 4A 5A $46.32 4A 5A $54.59 4A 5A $41.22 4A 5A $12 07 1 $67 91 4A 60 $73 87 4A 6Q $13 50 1 $9 96 1 $33 93 1H 5D $48 61 1Y 5G $50.28 1S 5J $1600 1 $41 28 1H 5D $15 65 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $59 1 COOK $34.81 1 DECKHAND $34.52 1 ENGINEER/DECKHAND $58.62 1 MATE, LAUNCH OPERATOR $50 20 1 INSPECTION /CLEANING /SEALING OF SEWER WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $8 55 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $20 50 1 IRONWORKERS JOURNEY LEVEL $54 27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40 03 1H 5D BATCH WEIGHMAN $33 93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPER/PAVING $40 77 1H 5D CEMENT FINISHER TENDER $40 03 1H 5D CHANGE -HOUSE MAN OR DRY SHACKMAN $40 03 1H 5D CHIPPING GUN (OVER 30 LBS) $40 77 1H 5D CHIPPING GUN (UNDER 30 LBS) $40 03 1H 5D CHOKER SETTER $40 03 1H 5D CHUCK TENDER $40 03 1H 5D CLEAN -UP LABORER $40 03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $40 03 1H 5D CONCRETE SAW OPERATOR $40 77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $4003 1H 5D 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 1H 5D EROSION CONTROL WORKER $40 03 1H 5D 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 Classification WAGE Code Code Code FINE GRADERS $40 03 1H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $40 03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40 03 1H 5D GRADE CHECKER TRANSIT PERSON $41 28 1H 5D GRINDERS $40 03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40 03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40 77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41 28 1H 5D HOD CARRIER/MORTARMAN $41.28 1H 5D JACKHAMMER $40 77 1H 5D LASER BEAM OPERATOR $40 77 1H 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 5D PILOT CAR $33 93 1H 5D PIPE POT TENDER $40 77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40 77 1H 5D PIPELAYER CAULKER $40 77 1H 5D PIPELAYER CAULKER (LEAD) $41 28 1H 5D PIPEWRAPPER $40 77 1H 5D POT TENDER $40.03 1H 5D POWDERMAN $41 28 1H 5D POWDERMAN HELPER $40 03 1H 5D POWERJACKS $40 77 1H 5D RAILROAD SPIKE PULLER (POWER) $40 77 1H 5D RE- TIMBERMAN $41 28 1H 5D RIPRAP MAN $40 03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40 03 1H 5D SCALE PERSON $40 03 1H 5D SIGNALMAN $4003 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 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 50 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 I I I I I I I I I I I I I I I I I I I I 1 1 1 I I I I I I I 1 1 I I I I I CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40 03 1H 5D TUGGER OPERATOR $40 77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40 03 1H 5D VIBRATOR $40.77 1H 50 VINYL SEAMER $40.03 1H 5D WELDER $40 03 1H SD WELL -POINT LABORER $40 77 1H 50 LABORERS UNDERGROUND SEWER WATER GENERAL LABORER TOPMAN $40 03 1H 50 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) FITTER/WELDER $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 1 T 5D 8P ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49 90 1 T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47.12 1T 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $47 12 IT 50 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 Code Code COMPRESSORS $47 12 1T 5D 8P CONCRETE FINISH MACHINE LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $4948 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49 90 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49 48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52 07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P CRANES, 20 44 TONS, WITH ATTACHMENTS $49 90 1T 5D 8P CRANES, 45 TONS 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50 39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50 94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49 48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52 07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE 20 44 TONS) $49 90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE 45 99 TONS) $50 39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS OVER) $50 94 1T 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 1T 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 90 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49 90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON UNDER) $47 12 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49 48 1T 50 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD OVER) $50 94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50 94 1T 50 8P MIXERS, ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER (FINISHING) $50 39 1T 5D 8P Page 6 I I I I I I I I I I I I I I I I I I 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 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 1T 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 1T 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 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50.39 IT 50 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO MILL, ROTO GRINDER $49.90 1T 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 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER, TOPSIDER SCREEDMAN $50.39 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP UNDER) $49.48 1T 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 50 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49 48 1T 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 1T 5D 8P WELDER $50 39 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 IT 5D 8P YO YO PAY DOZER $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 1 M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 Page 7 I CLALLAM COUNTY EFFECTIVE 3 -03 -2010 I (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25 63 1 I RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18 00 1 RESIDENTIAL ELECTRICIANS I JOURNEY LEVEL $27 78 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20 05 1 RESIDENTIAL INSULATION APPLICATORS I JOURNEY LEVEL $9 86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $17.76 1 I RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $20.00 1 I RESIDENTIAL PLUMBERS PIPEFITTERS JOURNEY LEVEL $14 60 1 RESIDENTIAL REFRIGERATION AIR CONDITIONING MECHANICS I JOURNEY LEVEL $62 56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $21 82 1 RESIDENTIAL SOFT FLOOR LAYERS I JOURNEY LEVEL $10 88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19 67 1 I RESIDENTIAL STONE MASONS JOURNEY LEVEL $46 35 1 M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8.55 1 I RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TILE SETTERS I JOURNEY LEVEL $18 29 1 ROOFERS JOURNEY LEVEL $29 05 1 SHEET METAL WORKERS I JOURNEY LEVEL (FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING SHIP REPAIR BOILERMAKER $32.56 1H 6W I HEAT FROST INSULATOR $50.28 1S 5J LABORER $12.16 1 MACHINIST $17.16 1 SHIPFITTER $14 66 1 I WELDER/BURNER $14 66 1 SIGN MAKERS INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19 29 1 I SIGN MAKERS INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A I Page 8 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER 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 2B 5A TREE TRIMMER $30 02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45 26 1M 5A TILE SETTERS JOURNEY LEVEL $45 26 1M 5A TILE, MARBLE TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38 90 1K 5A TRUCK DRIVERS ASPHALT MIX TO 16 YARDS) $45 63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $20 23 1 DUMP TRUCK TRAILER $20 23 1 OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.73 1 WELL DRILLERS IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9 45 1 WELL DRILLER $11 60 1 Page 9 BENEFIT CODE KEY EFFECTIVE 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 O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I I I I 1 I I I I I I I I I I 1 I 1 I BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -2- 1 Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL 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 SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE 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 I ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE S ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY 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 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 I I I I I I I I I I I I I I I I I I I 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 00 P M AND 6 00 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 (I I) G HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) M HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) P. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -5- Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) 5 S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9) U PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) PAID HOLIDAYS' SIX (6) PAID HOLIDAYS W PAID HOLIDAYS' NINE (9) PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9) E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY (9 1/2). F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10) I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) J PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDAY_ PRESIDENTS' DAY. BENEFIT CODE KEY EFFECTIVE 03 -03 -2010 -6- T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) U HOLIDAYS NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9) 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 HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVEL A $1 00, LEVEL B $0 75, LEVEL C $0 50, AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS CLASS A SUIT $2 00, CLASS B SUIT $1 50, CLASS C SUIT $1 00, AND CLASS D SUIT $0 50 PROJECT NAME College Substation Switch Reolacement PROJECT /CONTRACT NUMBER. CL06 -2010 ORIGINATOR Owner Contractor ITEM REFERENCE DRAWING OR SPECIFICATION. DESCRIPTION OF CLARIFICATION /REQUEST: DATE REPLY REQUESTED. ORIGINATOR SIGNATURE COMMENTS REQUEST FOR INFORMATION (RFI) FORM CRITICAL TO SCHEDULE. 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 Such work will be compensated by. Increase or Decrease in bid items, Force Account, Negotiated Price The described work affects the existing contract items and /or adds and /or deletes bid items as follows. Item Description No 1 2 CONTRACT CHANGE ORDER (CCO) NO. RFI Qty Unit Cost Per Unit Cost Net Cost Adj Days Ono I I I I I. I Rev I I I I OngI I I I I RevI 1 I I ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS I* I* I DAYS I DAYS Amount with applicable sales tax included I I* I* I DAYS I DAYS All work, materials and measurements to be in accordance with the provisions of the original contract and /or the standard specifications and special provisions for the type of construction involved The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project APPROVED BY f SIGNATURE DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE 1 1 or ei TO: City of Port Angeles Public Works Utilities Department PO Box 1150 Port Angeles, WA 98362 FROM: PERIOD From Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT COLLEGE SUBSTATION SWITCH REPLACEMENT PROJECT NO. CL06 -2010 Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period] STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount (Excluding Sales Tax) 2 Total Value of Approved Change Order No(s) (Excluding Sales Tax) 3 Adjusted Contract Amount [1 +2] 4 Value of Work Completed to Date (per attached breakdown) 5 Material Stored on Site (per attached breakdown and material receipts) 6 Subtotal [4 +5] 7 8 4% Sales Tax (at 8 4% of Subtotal), As Applicable 8 Less Amount Retained (at 5% of subtotal) 9 Subtotal [6 +7 -8] 10 Total Previously Paid 11 AMOUNT DUE THIS REQUEST [9 -10] WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and /or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE. PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of 20 APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date PORI ANGEVES HARBOR 0 0 a G E56 �AC. REM 220 F N �N E \NS CH 0 \NS A N SUEATOR5 NE H �.2 \ON SW\k SUSPENS v P� EACH END a S`. 0 LAURIDSEN BLVD 0 0 ST p NEW S`N C DET D A N D IN CTURE. SEE S N S HEET E.2. 0 0 0 0 REM OVE P \j CH OPE RATO R AN ODE` VER T O C R EM OVE S WITCH L AND DENVER C ONDU CTORS VE E PST\ AACONDU N SPA \C B RES pU 3tS LOCATORS C,O\NC \N NEW SW C ONDO TO EX \ST \NG TO TOP OF POSSpRM ON AB OVE D\S OP BUT\ON CR G PO \-E. TOES ON F D CAST R \BUT\ON ON \ST 10 C\TY REMOVE CSBRUC PEOORED FOR NEW CJ LAI 33' -2' I 4' -0' 25' -2' fa2 /f,al T 12 1 gl `dl,awl c2,d2 c4,d2,awl EXCAVATION AREA I 6' -0' I 5 -6' -L_ J 45'-H1 EAST ELEVATION L J_ 40' -H1 NTS 6' -0' awl c2,d1,awl CU -5 6' -5' c2,d2 S N —28 NORMAL SET I I DEPTH cl,dl,awl g C E B)DETAIL "B" SWITCH BASE -PLATE NTS EXISTING GRADE 10 APROX LOCATION OF EXISTING COMMUNICATIONS (-4-DETAIL "A" E -)SWITCH FRAMING NTS a NORTH ELEVATION (UPPER) POLE TOP FRAMING: NTS --I 15 I �4[ n,d3,aw2 d3,aw2 c2,d2,aw1 dl,awl c4,d2 f 7 d3,aw2 TOP VIEW NTS c2,d2,awl g 8' -0' SEE SPEC SHEET H 3 01 ITEM MATERIAL QTY STOCK al Insulator, pin type, phase (12 47/7 2 kV) 3 285 074 00031 a2 Insulator, pin type, single skirt, neutral 1 285 074 00032 c1 Bolt, machine, 5/8" x 10" 12 320 020 00014 c2 Bolt, machine, 5/8" x 16" 6 320 020 00017 c3 Bolt, machine, 5/8" x 18" 3 320 020 00018 c4 Bolt, machine, 5/8" x 20" r 2 320 020 00019 di Washer, 2 1/4" x 2 1/4 flat 18 320 092 00001 d2 Washer, 2 1/4" x 2 1/4 curved 11 320 092 000xx d3 Washer, 3" x 3 flat 16 320 092 000xx f Pin, crossarm, steel, 5/8" x 5 3/4" 4 285 074 00039 g1 Cross arm, fiberglass 3 1/2" x 4 1/2" x 10ft 1 540 091 000xx (Shakespeare STN120N00445) g2 Cross arm, fiberglass, 4" x 7 1/2" x 14ft 2 540 091 000xx (Shakespeare XHN168N00305) h Insulator, suspension, poly, 115 kV 6 285 074 00110 I Clamp, 556 5 deadend (Fargo GD -965A) 6 285 097 000xx n Bolt, double arming, 3/4" x 24" 5 320 020 000xx P Connectors as required as Nut, eye, oval, 3/4" 6 320 043 00002 ai Rod, ground, 5/8 in x 8 ft copperbonded 1 285 074 00022 al Clamp, ground rod, 5/8" bronze 1 285 097 00011 al Fastener, self tapping, as required av Jumpers, 556 AAC, as required 6 280 016 00013 awl Washer, spnng, double coil 5/8" 23 320 092 00010 awl Washer, spring, double cod 3/4" 14 320 092 000xx cg Switch, "VEE" center break, group operated, 69 kV 1 285 067 000xx w/ operating mechanism (USCO AVR- 06912 -STD) cl Wire, pole ground, #4 cu strand 70 280 016 00005 cu Brace, X, fiberglass (Shakespeare BHX10- 000072 -5) 1 540 091 000xx 40 -H1 Pole, fiberglass (Shakespeare H1B400V5N) 1 285 080 000xx 45 -H1 Pole, fiberglass (Shakespeare H1B450V5N) 1 28 080 000xx Pg Platform, grounding plate, 2' -6" x 4' -0" 1 NOTES 1 ALL MEASUREMENTS ARE IN INCHES UNLESS SPECIFIED IN FEET INCHES (0' -0 2 ORDER NEW SWITCH BASE PLATES TO MEASUREMENTS SHOWN IN DETAIL "B" 3 REMOVE 18± FEET OF CABLE FENCING AND ONE POLE STUB POST TERMINATE REMAINING CABLE ON REMAINING POSTS EAST AND WEST OF NEW STRUCTURE 4 EXCAVATE TO REMOVE ONE FOOT OF SOIL FROM AROUND 40 -H1 POLE LOCATION, 3 FEET TO WEST, 4 FEET TO SOUTH, AND 5 FEET TO EAST MATCHING EXISTING GRADE AT TOP OF SLOPE 5 FIELD DRILL ALL HOLES IN FIBERGLASS HARDWARE USING CARBIDE OR DIAMOND BITS 6 SET POLE 45 -H1 APPROXIMATELY 28- INCHES DEEPER THAN NORMAL 7 REFER TO SPEC SHEET H 3 01 FOR SWITCH GROUNDING 8 INSTALL POLE GROUND WIRE FROM 6- INCHES BELOW GRADE TO DISTRIBUTION CROSSARM INSIDE POLE 40-H1 9 INSTALL SWITCH HANDLE GROUND WIRE, AND SWITCH GROUND WIRE ON OUTSIDE OF POLE USING SELF TAPPING SCREWS AND UV CABLE "P" -CLIPS 10 INSTALL ONLY ONE SPLICE PER 556 5 AAC CONDUCTOR TO WEST OF NEW SWITCH 11 REMOVE EXISTING TRANSMISSION SWITCH, TRANSMISSION FRAMING HARDWARE, AND WEST POLE OF EXISTING STRUCTURE 12 TOP EAST POLE OF EXISTING STRUCTURE 10- INCHES ABOVE DISTRIBUTION CROSSARM BOLT AND CAP UNTREATED POLE TOP 13 TRIM EXISTING DISTRIBUTION CROSSARM BOLT TO 2- INCHES FROM FACE OF CROSSARM AND ZINC TREAT END OF REMAINING BOLT 14 REMOVE EXISTING GROUNDING GRID E -2 I ATTACHMENT D CITY OF PORT ANGELES ELECTRICAL CONSTRUCTION STANDARDS CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES Specification for Fiberglass Poles MDOF -001 Fiberglass composite poles shall be constructed using a polymer binder containing a minimum of 65% commercial grade "E -CR" or "E" fiberglass'by weight. Fiberglass material shall be continuously applied in urn directional and angular orientations to the longitudinal pole neutral axis. Provide factory- drilled holes of noted sizes at locations shown on attached drawing(s), and other features noted on the drawing(s). Poles shall be manufactured with the best available protection against UV degradation For polyurethane resins, the use of UV- stable "aliphatic" resins with pigment additives is the preferred protection method. Resins enriched with UV inhibitors and UV stable color pigment additives are also acceptable. Color to be dark bronze. The use of standard paint or coatings for UV protection is not acceptable. For polyester resins, the surface of the shaft shall be smooth and consist of a saturated polyester surfacing veil of 16 -20 mils minimum thickness and a 10 mil resin layer. The resin shall be unsaturated polyester resin containing UV inhibitor and pigment throughout. A minimum of 1 mil urethane coating shall be applied to the surface of the pole shaft. The surfacing veil and structural fibers shall be saturated in a singular process with the same resin, thereby insuring molecular bonding between structural layers and the protective layer. Poles may be produced by filament winding or pultrusion methods as appropriate. Pole shaft shall be fabricated in a manner to ensure that the section is dimensionally accurate with the design drawings and within manufacturing tolerances. Pole length shall be as noted, plus or minus 2 inches. Poles shall be of the height and equivalent to the class indicated on the drawings The following standards shall apply: 1. ANSI 05.1, American National Standard for Wood Products Specifications and Dimensions 2. ASCE, Manual No. 104, Recommended Practice for Fiber Reinforced Polymer Products for Overhead Utility Line Structures. 3. ASTM D4923, Standard Specification for Reinforced Thermosetting Plastic Poles 4. NESC C2 -2007. Neutral /secondary holes shall be oriented perpendicular to crossarm holes. Provide factory- installed pulling tape through pole, exiting at "Ground Wire Holes" with a minimum of 36" exposed tape at each end. Provide stamped metal ID tag, pop riveted on face of each pole. Tag shall contain the following information. ID of "COPA pole height and class, year of manufacture, manufacturer ID Provide fiberglass crossarms and X- Braces as detailed on drawings. Shakespeare Lewtex Catalog numbers shown or equals. Fiberglass pole classes shown on drawings shall meet equivalent strength requirements of ANSI 05 1 when applied in NESC Class C construction according to NESC Section 261(A)(3). Poles shall be Shakespeare Tuff- Poles®, Creative Pultrusions Powertrusion, RStandard composite poles, or equal. City of Port Angeles 1 of 1 4/14/10 BOLT CONNECTIONS TO EACH SWITCH FRAME #4 BARE COPPER GROUND ROUTE INSIDE POLE SWITCH'S FLEXIBLE BRAID SWITCH'S COPPER U -BOLT SWITCH LINKAGE INSULATOR SWITCH'S FLEXIBLE BRAID SWITCH'S COPPER U -BOLT 2' -6" x 4' COPPERWELD GRID BURY 1" 2" BELOW GRADE CADWELD 2/0 TO GRID 8' GALV 5/8" GROUND ROD CADWELD TO 2/0 COPPER Date 1984 Appd Eng TD Appd Ops JK Revised C TRANSMISSION SWITCH GROUNDING DETAIL CITY OF PORT ANGELES ELCTRICAL ENGINEERING SPECIFICATION PLATFORM DETAIL (Galvanized steel) #4 BARE COPPER GROUND CONTROL GROUND DETAIL 2 =6' 1 iv E Y 0' o n t t COMPRESSION CONNECTORS NYLON CLIPS SCREWED TO POLE, PER NESC GRADE LINE Clamp and braid I to be furnished wi with controls Sheet 1 of 1 TM 001 Date 3/2007 Appd Eng Appd Ops Revised 4/07 INSTALL CUTOUT IDENTIFICATION TAG ON STREET OR ALLEY SIDE OF POLE ITEM C 2 3 4 1. Clamp, hot tap, bronze #8 -2/0 2. Cutout, 200A 15 KV 3. Bracket, cutout, mounting 4 Wire, #4/0 AAC 7" 4 10 FT QUANTITY 1 1 1 10 FT CUTOUT /JUMPER ASSEMBLY 200 AMP CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION STOCK No 285 097 00005 285 028 00004 285 078 00001 280 016 00011 Sheet 1 of 1 OM 0 02